Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2013-R0442 - Contract - Red River Construction Co.- Water Plant Outfall Pipeline - 12/19/2013
Resolution No.2013-R0422 December 19,2013 Item No.5.8 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No.11556 for Canyon Lake Water Reuse Project-Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration, by and between the City of Lubbock and Red River Construction Co.,of Wylie, 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 bythe City Council on December 19,2013 GLWC.ROBERTSON,MAYOR ATTEST: ^JL^C^-^.L- Rebecca Garza, City Secretary APPROVED AS TO CONTENT: il )UL R.Keith Smith,P.E.,Director of Public Works APPROVED AS TO FORM: lad Weaver,Assistant City Attorney vw:ccdocs/RES.Contract-Red River Construction November 20,2013 EPA 96629501 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE December 19, 2©13 CITY OF LUBBOCK SPECIFICATIONS FOR Canyon Lake Water Reuse Project — Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration ITB 14-11556-MA CONTRACT 11556 PR.OJEGT�NLTMBR EPA 96629501 Plans &. Specifications may be obtained from THE REPRODUCTION COMPANY www.therepr-Qductionco=any.com CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE PAGE INTENTIONALLY LEFT BLANK Addendum(s) PAGE INTENTIONALLY LEFT BLANK j,. y............. ADDENDUM I Canyon Lake Water Reuse Project — Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration ITB 13-11556-MA EPA 96629501 DATE ISSUED: October 11, 2013 CLOSE DATE & TIME: October 2.4, 2013 @ 3:00 p.m. The following items take precedence over specifications for the above named invitation for Bids. Where any item called for in the 1T B documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following: 1. The attached must be submitted with sealed Bid. a) tine item 26 changed from the testing allowance to the removal and replacement of the sal in the area depicted on sheet 12A- b) The bid section for Additive Alternate A does not have any line items. 2. The specification section 02900 is attached for the sod. 3. Plans sheets for 12A, 18 and 19 are attached All requests for, additional information or clarification must be submitted in writing and directed to City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to wal�X4U;Z@=lubbock.us THANK YOU, ?ZVW4 rRa" Director of Purchasing & Contract Management It is the intern and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's rnooasibility to { _advise LIA City of Lubbock Dirodmpf - Purghgaing & Q2nhvct MM&ODW if py tan=a mguirements. etc.. or my combinations thereof, inadvertentLy restricts or limits the requirements stated in this RFP to a sin lcspurce. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no Iater than five (5) business days prior to the bid close date. A review of such notifications will be made. REVISED BID SUBMITTAL FORM ITB- 14-11556-MAIEPS 96629501 REVISED BID - SUBMITTAL FORM ITB-14-11556-MA UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: EPA #96629501 Can on Lake Water Reuse Proiect — Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration Structure having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM ESTIMATED DESCRIPTION UNIT TOTAL NO QUANTITY PRICE PRICE 1 1 LS Mobilization, bonds, and insurance for the lump sum price. $_/LS $ 2 706 LF Furnish and install new 42 inch outfall pipeline at the SE Water Reclamation Plant as illustrated in plans and specified. $ ILF $ 3 1 LS Construct new concrete cascade aeration structure with valves, aluminum grating, aluminum guard rails and all related work as illustrated in plans and specified. $ 1LS $ 4 1 LS Construct new concrete discharge structure with concrete apron, riprap, shotcrete, stainless steel pipe and all related work as shown in plans and as specified. $ /LS $ Bidders Initial ITEM ESTIMATED DESCRIPTION UNIT TOTAL NO QUANTITY PRICE PRICE 5 1 LS Demolition of storm drainage inlet structure, 14 feet of 16" diameter and 48 feet of 24" diameter storm drain pipe as shown on Sheet 15, remove and dispose as specified. $ /LS $ 6 145 SY Demolition of 145 square yards (120 sy on Sheet 15 and 25 sy on Sheet 17) of asphalt pavement as shown, remove and dispose asspecified. $ /SY $ 7 118 LF Demolition of 118 linear feet (93 If on Sheet 15 and 25 If on Sheet 17) of concrete curb and gutter as shown, remove and dispose asspecified. $ /LF $ 8 2.5 SY Demolition of 2.5 square yards of concrete pavement as shown on Sheet 15, remove and dispose as specified. $ /SY $ 9 80 LF Demolition of 80 linear feet of concrete storm drainage channel as shown on Sheet 16, remove and dispose as specified.. $ ILF $ 10 28 LF Demolition of 28 linear feet of concrete footer as shown on Sheet 16, remove and dispose as specified. $ ILF $ 11 70 LF Demolition of 70 linear feet of abandoned PVC pipeline as shown on Sheets 5 and 16, remove and dispose as specified. $ /LF $ 12 42 CY Demolition of 42 cubic yards of abandoned filters wall sections as shown on Sheets 6 and 7, remove and dispose asspecified. $ /CY $ 13 1 LS Furnish and utilize as needed support beams to support piping and electrical ducts encountered during excavation for installation of new pipeline as shown. $ /LS $ 14 1 LS Furnish and utilize as needed dewatering equipment (assume dewatering at 50 gpm for 30 days in area east of cascade aeration structure) in areas where ground water is encountered. $ /LS $ 15 1 LS Relocate existing AIC unit in Digested Sludge Pumping Building's electrical room as shown and as specified, complete and in place. $ /LS $ 16 1 LS Furnish and install storm drainage inlet structure, 14 feet of 16" diameter and 48 feet of 24" diameter storm drain pipe as shown on Sheet 18 and as specified, complete and in place. 1 $ ILS $ ITEM ESTIMATED DESCRIPTION UNIT TOTAL NO QUANTITY PRICE PRICE 17 105.5 SY Furnish and install replacement 105.5 square yards of asphalt as shown on Sheet 18 and as specified, complete and in place. $ /SY $ 18 73 LF Furnish and install replacement 73 feet of concrete curb and gutter as shown on Sheet 18 and as specified, complete and in place. $ ILF $ 19 1 LS Furnish and install two light poles with dual lamps as shown/specified on Sheet 22 complete and in place. $ ILS $ 20 1 LS Development, design, and implementation of the excavation and support protection systems — furnished and installed, monitored, complete and in place. $ 1LS $ 21 1 LS Development, design, and implementation of the Storm Water Pollution Prevention Plan including necessary materials and coordination for compliance with storm water regulations and ordinances, fumished and installed, monitored, complete and in place ass ecified. $ !LS $ 22 1 LS Remove and re -install fire hydrant (as shown and specified on Sheets 15 and 18) and 20` of chain link fence (as shown and specified on Sheets 17 and 18), $ ILS $ complete and in place as specified. 23 1 LS Furnish and install electrical power at aeration structure with components and power from UV Mechanical Building, up to and including the circuit breaker panel as shown on Sheet 22 ass ecified. $ ILS $ 24 1 LS Furnish and install sample system at aeration structure with components as shown as specified. $ ILS $ 25 1 LS Furnish and install electrical wiring and components from Circuit Breaker Panel on the Cascade Aeration Structure to and including the GFCI Outdoor Receptacle and two light poles as shown andspecified on Sheet. $ !LS $ 26 205 SY Remove and replace 205 square yards of sod as shown and specified $ ISY $ TOTAL BASE BID Items 1 thru 26 $ Bidders Initial ALTERNATE BID A ITEM NO ESTIMATED QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE TOTAL ALTERNATE BID A ITEMS $ NA ALTERNATE BID B ITEM ESTIMATED DESCRIPTION UNIT TOTAL NO QUANTITY PRICE PRICE B 1 1 LS Furnish and install pre-engineered metal canopy over aeration cascade structure as shown and specified. $ 1LS $ B 2 1 LS Furnish and install electrical system components from Circuit Breaker Panel on the Cascade Aeration Structure throughout the canopy and aeration structure as specified. $ /LS $ B 3 1500 SY Seedlplant disturbed areas as shown and as specified, $ /SY $ B 4 If Alternate B items B1 and B2 are selected the base bid items 19 and 25 would be omitted. TOTAL ALTERNATE BID B ITEMS B9 thru B3 $ Bidders Initial Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (ISO) ONE HUNDRED EIGHTY CONSECUTIVE CALENDAR DAYS and attain Final Completion within (210) TWO HUNDRED TEN CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $400 (FOUR HUNDRED DOLLARS) for each day in excess of the time set forth herein above for completion, and the sum of $200 (TWO HUNDRED DOLLARS) for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. The proposed number of calendar days to substantial completion. (Number followed by written): The proposed number of calendar days to final completion. (Number followed by written): Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (S%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ or a Proposal Bond in the sum of Dollars ($ 1, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive scaled proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSALSUBMITTAL FROM PRIOR TO PROPOSAL OPENING. Seal if Offeror is a Corporation) E � ) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature �... �F 1111lGiL vl iy�cu x.u�lic.� Company Address City, County State Zip Code Telephone: Fax: - Email: FEDERAL TAX ID or SOCIAL SECURITY No. UMBE Firm: Woman BkkAtnuican Native American Hispanic American Asian Pacific American Qther fSp�ify_} 10 04 SECTION 02900 PLANTING PART'I GENERAL 1.01 SUMMARY A. Section includes: 1. Requirements for provision of landscaping, including lawn construction. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entitles performing or furnishing any of CONTRACTOR's Work. 1.02 REFERENCES A. ASFNS - American Standard for Nursery Stack. B. United States Department of Agriculture (USDA). 1.03 SYSTEM DESCRIPTION A. Performance requirements: 1. CONTRACTOR's responsibilities: a. Ensure that sod construction materials are in sound, healthy, vigorous condition free from insects, or other objectionable disfigurements. b. Immediately replace any sod, which is unacceptable to the ENGINEER at any time up to, and including final acceptance of the Work by the OWNER. 1.04 SUBMITTALS A. Product data. 1. Soil amendments. 2. Fertilizers. 3. Sod materials with quantities of each. B. Shop drawings. C. Samples. D. Submit a fertilizing schedule and plan per the sod provider's recommendation. The fertilizing plan shall cover a 4-month fertilization sequence. The plan shall include a section on sod grasses. CONTRACTOR shall provide a minimum of two fertilizer applications per area. [ Lubbock Canyon Lake Reuse Outfall Pipeline Planting _< Contract #8462 02900 -1 October 10, 2013 E. Quality control submittals: 1. Certificates of Compliance. 2. Manufacturer's instructions. F. Contract closeout submittals: 1. Project Record Documents. 2. Operation and Maintenance. G. Submit maintenance instructions, cutting method, minimum and maximum grass height, types, application frequency, and recommended coverage of fertilizer. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protection: 1. Upon delivery to the site, plant sod as soon as possible. 2. Until planting, do not expose sod to excessive sun or drying winds during planting operations. 3. Remove sod, which is not satisfactory, from project site at no additional expense to the OWNER. 1.06 WARRANTY A. For lawns: 1. Warranty fu[I stand of grass with no bare spots greater than 12 inches in diameter and provide maintenance of turf until full stand of grass is accepted by the ENGINEER. 2. Reseed areas that are not fully covered at 10-day intervals. 3. Mowing of grass: a. Mow grass to height not to exceed 1 inch, whenever grass grows to height of 1-1/2 inches. b. Mow grass just prior to inspection by the ENGINEER for acceptance. B. Warranty during maintenance period: 1. All sod that has been supplied and installed under this contract shall be guaranteed to live in a healthy condition for a period of 1 year from date of final acceptance of project. 2. All sod found to be dead and all sod not in a vigorous condition noted within the guarantee period shall be replaced within 14 days. 3. Sod used for replacement shall be the same kind and size as originally planted. They shall be furnished, planted, and fertilized as originally specified, at no cost to the OWNER. 4. Warranty period for sod replacements: Remain in effect for period 60 days regardless of time of replacement and apply to replacements until they are successfully established for 60-day period. 1.07 GENERAL REQUIREMENTS A. The term "planting area" shall mean area illustrated on Sheet 12A, B. Actual planting shall be performed during those periods when weather and soil conditions are suitable in accordance with locally accepted horticultural practice. Lubbock Canyon Lake Reuse Outfall Pipeline Planting Contract #8462 02900 - 2 October 10, 2013 ` C. All rocks 1 inch or larger, and other growth or debris accumulated during the construction of the project, shall be removed from the site unless specifically exempted in writing. D. Prior to the excavation for placing of irrigation and sod, locate all underground utility lines still in use and take proper precautions to avoid damage to such improvements. I . In the event of a conflict between such lines and sod locations, notify the ENGINEER who shall arrange for the relocation of one or the other. The CONTRACTOR assumes all responsibility for making any and all repairs for damages resulting from work as specified in this Section. E. Grading and soil preparation work shall be performed only during the period when beneficial and optimum results may be obtained. 1. If the moisture content of the soil should reach such a level that working it would destroy soil structure, spreading and grading operations shall be suspended until the moisture content is increased or reduced to acceptable levels and the desired results are likely to be obtained. F. All scaled dimensions are approximate. Before proceeding with any work, carefully check and verify all dimensions and immediately inform the ENGINEER of any discrepancy between the drawings and/or specifications and actual conditions. G. Adequately stake, barricade, and protect all irrigation equipment, manholes, utility ` lines, and other existing property during all phases of the soil amending and grading operations. ! H. Rejection and substitution: 1. All sod not conforming to the requirements specified shall be considered defective, and such sod, whether in place or not, shall be marked as rejected and be immediately removed from the site of the work and replaced with acceptable sod materials of the identical species. 1. Utilities 1. All utilities (water and electricity) used during the installation of the landscaping and irrigation systems for this project shall be paid for by the OWNER. ' a. During the maintenance period, the OWNER shall be responsible for payment of the utilities. J. Irrigation System — removal and replacement of affected area. PART 2 PRODUCTS 2.01 SOIL AMENDMENT AND FERTILIZER A. Soil conditioner shall contain a special blend of organic fractions to supply several degrees of breakdown rate which lasts up to 10 years in the soil, a portion of inorganic amendment that resists further breakdown, pH of 5.5 to 6.5, salinity of 3.0, organic matter (dry weight basis) more than 90 percent, non-ionic wetting agent and total nitrogen content of 0.5 percent. (loamex, wil-gro, life forest humus). Lubbock Canyon Lake Reuse Outfall Pipeline Planting Contract #8462 02900 - 3 October 10, 2013 B. Gypsum shall be a commercially processed and packaged gypsum (caso 2h2O) with minimum 80 percent grade containing 14 percent combined sulfur. C. Iron sulfate (expressed as metallic)19 percent of quality approved by ENGINEER. D. Sulphur (soil) (elemental) 99 percent of quality approved by ENGINEER. E. Fertilizer (commercial) shalt be a combination of natural organic and inorganic granular fertilizers and chelated materials, free -flowing, suitable for application with approved equipment, and shall contain the following minimum available percentages by weight of plant food; or as recommended by turf supplier: 1. Nitrogen: 15.0 percent. 2. Phosphorus: 5.0 percent. 3. Potassium: 10 percent. F. Soil enhancer shall be sarvon. G. Manure: Well -rotted, unleached, stable or cattle manure, odorless, reasonably free from shavings, sawdust, or refuse, and containing no more than 10 percent straw. 2.02 PLANTING BACKFILL - NA A. Planting backfill shall be a thoroughly blended mixture of existing site soil and soil amendments, which include soil conditioner, iron sulfate, and gypsum. B. Composed of 2 parts of native soils to 1 part of humus by volume and fertilizer 0-20-20 to be added at rate of 1-1I2 pounds per cubic yard. 2.03 STAKING MATERIALS - NA A. Stakes shall be of lodge pole pine. 1. These shall be straight shafts, shaved and cut clean and bare of branches and stubs, of uniform thickness with a minimum diameter of 2 inches, free of loose knots, splits, and bends. 2. Stakes shall be no less than 10 feet in length. 2.04 SOD A. Variety: 1. Celebration Bermuda (sod). B. All areas for lawn construction, as indicated on the Drawings, shall be done using Celebration Bermuda. C. Substitutions will not be permitted except that if proof is submitted that any sod specified is not obtainable, a proposal will be considered for use of the nearest equivalent size, variety, and cost. 1. All substitutions shall be approved by the OWNER and are subject to ENGINEEITs written approval. D. Quantities shall be furnished as needed to complete work indicated on the Drawings. Lubbock Canyon Lake Reuse Outfall Pipeline Planting Contract #8462 02900 - 4 October 10, 2013 2.05 MATERIALS A. Pre -emergent herbicide: 1. Surflon. 2. Treflon. 3. Dymid. 4. Or equal. B. Water, used in sodding: Keep free from oil, acids, alkali, salt, and other substances harmful to sod growth. C. Weed eradication spray: 1. Roundup. 2. Or equal. PART 3 EXECUTION 3.01 EXAMINATION A. Verification of conditions: Verify all site conditions before beginning work. 3.02 PREPARATION A. Protection: Prior to beginning work of this Section, protect existing underground installations. B. Surface preparation: 1. Soil preparation: a. Do not work soil when moisture content is so great that excess compaction will occur, or when it is so dry, that dust will form in air or that clods will not break readily. b. Apply water if necessary to provide ideal moisture content for tilling and for sodding specified in this Section. c. Uniformly till soil to depth of 3 inches by dragging, disking, or other approved method prior to raking. d. Rake turf areas, removing clods or rocks 1-1/2 inch in diameter and larger. 2. Herbicide application: Apply pre -emergent herbicide to prepared planting bed in accordance with manufacturer's recommendations. 3.03 TOP SOIL AND IRRIGATION PIPING INSTALLATION A. Upon reinstallation/repair of the irrigation system and installation of six inches of top soil level the area in preparation for sod. B. Water area everyday for 5 consecutive days and allow soil to settle. Lubbock Canyon Lake Reuse Outfall Pipeline Planting Contract #8462 02900 - 5 October 10, 2013 r" 3.04 FINISH GRADING A. Finish grades shall be returned to original lay. B. Finish grades shall be measured as the final water -compacted and settled surface grades and shall be within plus or minus 0.1 foot of the spot elevations and grade lines indicated on the civil engineers drawing. 1. Unless otherwise noted, finish grade shall be 2 inches below adjacent finish paving surfaces in groundcover areas and 1 inch below in lawn areas. C. Finish grades shall be measured at the top surface of surface materials. D. Molding and rounding of the grades shall be provided at all changes in slope. E. All undulations and irregularities in the planting surfaces resulting from tillage, rototilling, and all other operations, shall be leveled and floated out before planting operations are initiated. F. The CONTRACTOR shall take every precaution to protect and avoid damage to sprinkler heads, irrigation lines, and other underground utilities during grading and conditioning operations. G. Final finish grades shall insure positive drainage of the site with all surface drainage away from buildings, walls, and toward roadways, drains, and catch basins. H. Final grades shall be acceptable to the ENGINEER before planting operations will be allowed to begin. I. Planting surfaces shall be graded with no less than 2 percent surface slope for positive drainage away from all buildings. 3.05 INSTALLATION A. All sod locations shall be checked for possible interference with existing underground piping, prior to excavation of holes. 1. If underground construction or utility lines are encountered in the excavation of planting areas, other locations for the planting may be selected by the ENGINEER. 2. Damage to existing utilities shall be the responsibility of the CONTRACTOR. B. Lawn construction: 1. Work includes the furnishing of all labor, material, equipment, and services necessary to complete work for this Section as specified in the Specifications. 2. Sod installation: a. After acceptance of Bermuda grass by the ENGINEER, install sod. b. Roll turf areas after installation of sod. c. Provide compaction sufficient to eliminate irregularities of finish grade. Lubbock Canyon Lake Reuse Outfall Pipeline Planting Contract #8462 02900 - 6 October 10, 2013 i 3.06 FIELD QUALITY CONTROL A. Observation 1. The CONTRACTOR shall request OWNER observation in writing; in advance of the time, observation is required. Observation will be required for the following parts of work: a. Pre -construction meeting. b. Incorporation of soil conditioners and fertilizers into the soil. c. Upon the completion of grading prior to planting. d. Approval of sod materials. e. Verification of finish grades. f. Pre -maintenance observation. g. When planting, and all other indicated or specified work, except the maintenance period, has been completed, acceptance and written approval shall establish beginning of the maintenance period. 1 j This is not a final observation or acceptance, and it does not relieve the CONTRACTOR from any of the responsibilities in the contract documents for this project. h. Final observation to be held at the completion of the maintenance period. 1) This observation shall establish the beginning date for the 1-year guarantee of all sod. 2. Acceptance: Upon completion of the final observation and the work of this section, the CONTRACTOR will be notified in writing: a. Whether the work is acceptable. b. Of any requirements necessary for completion and acceptance. 3. The CONTRACTOR or his authorized representative shall be on the site at the time of each observation. 3.07 ADJUSTING A. Correct any damage of lawn areas at no additional cost to the Contract. B. Replant damaged lawn areas promptly. 3.08 PROTECTION A. Protect turf areas against damage, including erosion and trespass and provide proper safeguards as may be needed. B. Take special care to prevent erosion from surface drainage from other areas. Repair or replace any damage from such drainage. 3.09 CLEAN UP A. As project progresses, CONTRACTOR shall maintain all areas in a neat manner and remove unsightly debris as necessary. B. After completion of project, CONTRACTOR shall remove all debris and containers used in accomplishing work. C. CONTRACTOR shall sweep and clean all sidewalks, asphalt, and concrete areas adjacent to plantings. Lubbock Canyon Lake Reuse Outfall Pipeline Planting Contract #8462 02900 - 7 October 10, 2013 6 - 3.10 MAINTENANCE A. The maintenance period begins on the first day after all landscape and irrigation work on this project is completed, checked, accepted, and written approval from the OWNER is given to begin the maintenance period, and shall continue for no less than 90 or more than 150 days. B. The CONTRACTOR shall continuously maintain all involved areas of the contract during the progress of the work and during the maintenance period until the final acceptance of the work. C. Regular planting maintenance operations shall begin immediately after sodding. 1. Lawn shall be kept in a healthy, growing condition and in a visual pleasing appearance by watering, mowing, rolling, lawn edging, pick-up and disposal, fertilizing, pest and disease controlling, spraying, weeding, cleaning -up, and any other necessary operation and maintenance. 2. Landscape areas shall be kept free of weeds, noxious grass, and all other undesired vegetative growth and debris. 3. All planted landscape found to be dead or in an impaired condition shall be replaced immediately within 10 days. 4. CONTRACTOR shall provide adequate personnel to accomplish the required maintenance. D. Fertilizer (commercial) 7-9-4 with chelated minerals shall be applied at the rate of 12 pounds per 1,000 square feet 30 days after the beginning of the maintenance period, and every 60 days, for the duration of the contract maintenance period. 1. Rate of application is for bidding purposes only. E. The contract completion date of the contract maintenance period will be extended, when in the opinion of the OWNER, improper maintenance, and/or unestablished non -covering lawns are evident at the termination of the scheduled maintenance period. 1. The CONTRACTOR shall be responsible for additional maintenance of the work at no change in contract price until all of the work is completed and acceptable. F. The CONTRACTOR shall be responsible for maintaining adequate protection of the areas. G. Damaged areas shall be repaired immediately at the CONTRACTOR's expense. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline planting Contract #8462 02900 - 8 October 10, 2013 . r-•.�--� .r-••ter; /^^� .•�.^'` Area of Interest i i i Assumed Location of Spdnider System/ a— .M= .y *'lk 1 tit" 1s".Y"• ,� s �. ,. .. "fir •''? •�• - s, ., j, �`; .'. '�. 1. ��•�r / N Notes: 4. Remove M5 she yards of sod end efo#& oje per wws direction as bahbd. Edon of hTp is app aftaK demolish syftn In lfta area iu,sh fed 2 Remove and ebdVM fi of toped) Wsib at designated bcefim 3. RaWW moved tapad &flat Bea new add plpefa►e is bribed and the sills is � for ii d W of WPBO . 4. Rep **Rep* WhkW system to provide Wwdor►at spr tkW agsWn for this area 8 a scab: V 1D No Text Joint to D 4-W Cont. RMkd. Between EXP. Joklts 3-66*)2-C"Smooth Doww Ak �� Jairih APOY & To � Tubs One End. cac2r Swan wow Wkwoe ChwA See Ndb 1 d DM N Lkw Abandoned Taapocwy Lk* wDe IB sort r. w9 /1 Y^ �� Joist Id net Section 1119 Date A 7'----- --� __ DowWr t wW**hO u4TmkeAbe moomd&fthe&A* 0 9 kapa®1ep *d- 2. NA Rim - kmmwdmhw drmY r ri h seclkn dM�➢ rAra�hl it a+d b ** 'IpvleAla . b dlpeir e w WwAmL FbW WxW"bs r b r b" lop <f cow as rkd mg dhMwA 8d aMl be mmoera bopiiq mddabid o* mi b be mwmMxbd an air wo" 3. Sae do be ea - r - II I •Lai eddtV u bMW anus sW bsM M mrplr•4 Manhoie 4 ..1 Temporary Line r6T EAsUrg sours - - Manhole Elevations ExIeft DAII B UTa w w � sad MD. 4678 Shot 19 ADDENDUM 2 Canyon Lake Water Reuse Project — Southeast Water Reclamation Plant Outfall Pipeline with TEXAS DATE ISSUED: October 11, 2013 Cascade Aeration M 13-11556-MA EPA 96629501 OLD CLOSE DATE & TIME: October 24, 2013 d 3:00 p.m. NEW CLOSE DATE & TIME: October 31, 2013 @ 3:00 p.m. The following items take precedence over specifications for the above named Invitation for Bids. where any item called for in the ITB documents is supplemented bar, the original requirements, not affected by this addendum, shall remain in effec L Please be advised of the following: MR I 7'lle �leW C�o3e date L4 QC� 33 //�� r `00�� All requests for additional ih�fortnatiDn or clarification must be submitted m writing and directed, to City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Ernailed to malvarez@mylubbock,us Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Waroes, , Qiiity to advise Jb2 CRY of Lubbock Director of hud"ng & Contract MAnUmM if ga Insruam 0=irMnMt& etc.. or DU combinations thrreof. inadvertently restricts or limits the reriuireMts stated in this RFP to a sinale source Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. City of bock TEXAS ADDENDUM 3 Canyon Lake Water Reuse Project — Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration ITB 13-11556-MA EPA 96629501 DATE ISSUED: October 149 2013 OLD CLOSE DATE & TIME: October 24, 2013 @ 3:00 p.m. NEW CLOSE DATE & THAE: October 31, 2013 rQ 3:00 p.m. The following items take precedence over specifications for the above named Invitation for Bids. Where any item called for in the I M documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following questions posted on Bidsycn.com: ' Answer to Question 4: The design criteria for the pre-engineered metal canopy is "Members to withstand canopy loads, system dead loads, snow load of 20 psf and live load of 20 pst a seismic coefficient of 0.23 and wind load of 110 mph." See Section 05440 paragraph 1.05 attached. Complete specification Section . , 05540 of six pages attached. Answer Question 5: The warranty period for the coatings on the panels and structural members for the canopy are: "panels coating is manufacturer's standard 30 year warranty and the structural members final coat warranty is a 10 year warranty" per Section 05440 paragraph 1.09, attached. Specification section 05120 paragraph 2.3A on page 2 states "Prepare structural component surfaces in accordance with Section 09800" which should state "Prepare structural component surfaces in accordance with Section 05540". A replacement page 2 of specification Section 05120 is attached. All requests for additional Information or clarrSicaton must be subnutterd.% in writing anii duticted to City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to maivarez@Mylubbock.us THANK YOU, MWA A%4U7 e Director of Purchasing & Contract Management ' It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the ©fferor's responsibility to advise the Cily of Lu hock Director of Purchasine &Contract Mana ement if By lan a e r uir men etc combinations thereof, inadvertently r limits the Le4girements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. SECTION 05540 PRE-ENGINEERED METAL BUILDING PART 1 GENERAL 1.01 SECTION INCLUDES A. Structural steel main building frames and secondary framing including purlins and gists, engineered and fabricated by the building systems supplier. 1.03 REFERENCES A. AISI - Specification for the Design of Cold -Formed Steel Structural Members —1986 Edition with 1989 Addendum. B. AISC - Specification for Structural Steel Buildings - 1989. C. AISC - Steel Design Guide Series 3 - Serviceability Design Considerations for Low- Rise Buildings - 1990. D. ASTM A36-92 - Specification for Structural Steel. E. ASTM A153-82(1987) - Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware. F. ASTM A307-92A - Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. G. ASTM A325-92A - Specification for High Strength Bolts for Structural Steel Joints. H. ASTM A123-89A - Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. I. ASTM A446-91 - Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, Structural (Physical Quality). J. ASTM A463-88 - Specification for Steel Sheet Cold Rolled Aluminum Coated Typel and Type 2. K. ASTM A490-92A - Specification for Quenched and Tempered Alloy Steel Bolts for Structural Steel Joints. Lubbock Canyon Lake Reuse outfall Pipeline Contract #8462 05540-1 Pre Engineered Metal Canopy October 10, 2013 L. ASTM A525-91B - Steel Sheet, Zinc -Coated (Galvanized) by the Hot - Dip Process, General Requirements. M. ASTM A529-92A - Structural Steel with 50,000 psi Minimum Yield Point. N. ASTM A570-92 - Specification for Hot -Rolled Carbon Steel Sheet and Strip, Structural Quality. O. ASTM A572-92B - Specification for High Strength Low -Alloy Columbium - Vanadium Steels of Structural Quality. P. ASTM A792-89 - Specification for Steel Sheet Aluminum Zinc Alloy Coated by the Hot Dip Process, General Requirements. Q. ASTM C665-91 - Mineral Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing. R. ASTM D1494-92 - Test Method for Diffused Light Transmission Factor of Reinforced Plastic Panels. S. ASTM E1514-93 - Specification for Structural Standing Steam Steel Roof Panel Systems. T. AWS A2.4-93 - Standard Welding Symbols. U. AWS D1.1-94 - Structural Welding Code - Steel. V. AWS D1.3-89 - Structural Welding Code - Sheet Steel. W. MBMA Low Rise Building Systems Manual - 1996 Edition. X. NAIMA 202-92 - Standard for Flexible Fiberglass Insulation Systems in Metal Buildings. Y. SJI (Steel Joist Institute) - Standard Specifications, Load Tables and Weight Tables for Steel Joists and Joist Girders - 1992. Z. SSPC (Steel Structures Painting Council) - SP-2-89 - Specification for Hand Tool Cleaning. Lubbock Canyon Lake Reuse outfall Pipeline Pre Engineered Metal Canopy Contract #8462 05540-2 October 10, 2013 1.04 SYSTEM DESCRIPTION A. Clear span rigid frame. B. Bay spacing of 20 feet as shown on drawings. C. Primary Framing: Rigid frame of rafter beams and columns and wind bracing. D. Secondary Framing: Purlins and other items detailed. D. Lateral Bracing: Horizontal loads not resisted by main frame action shall be resisted by cable in the roof. F. Roof System: Preformed steel panels and accessory components. G. Roof Slope: 1 in 12. 1.05 DESIGN REQUIREMENTS A. Members to withstand canopy loads: system dead loads, ground snow load of 20 psf and live load of 20 psf, a seismic coefficient of 0.23 and wind load of 110 mph. All loads shall be in accordance with the MBMA and IBC latest edition. 1.06 SUBMITTALS A. Submit anchor bolt placement plan. 1.07 QUALITY ASSURANCE A. Fabricate structural steel members in accordance with MBMA Low Rise Y Building Systems Manual, and, for items not covered, RISC — __j Structural Steel for Buildings. 1.08 QUALIFICATIONS A. Manufacturer: The company manufacturing the products specified in { this Section shall have a minimum of twenty years experience in the ._ manufacture of steel pre-engineered metal building. 1.09 WARRANTY A. Building manufacturer shall provide manufacturer's standard material [ Lubbock Canyon Lake Reuse Outfall Pipeline Pre Engineered Metal Canopy Contract #8462 05540-3 October 10, 2013 warranty along with a30 year standard paint warranty on panels and 10 year warranty on the structural steel final coating. PART 2 PRODUCTS 2.01 MATERIALS - ROOF SYSTEM A. Sheet Steel Stock as required by manufacturer's design. B. R Panel Roofing: Minimum 24 gauge with standard 30 year warranty color. C. Sealant: Manufacturer's standard type. 2.02 MATERIALS - TRIM A. Flashings, Intemal and External Corners, Closure Pieces to match panel. 2.03 FABRICATION - PRIMARY FRAMING A. Framing Members: Clean in accordance with SSPC-SP2, prepare, and coat with building manufacturer's standard oil based red oxide pruner per SSPC. B. Hot rolled members shall be fabricated in accordance with AISC Specification for pipe, tube, and rolled structural shapes. 2.04 FABRICATION - ROOF FRAMING A. Framing Members: Clean in accordance with SSPC-SP2, prepare, and coat with building manufacturer's standard oil based red oxide primer per SSPC. Lubbock Canyon Lake Reuse Outfall Pipeline Pre Engineered Metal Canopy Contract #8462 05540-4 October 10, 2013 r- PART 3 EXECUTION 3.01 EXAMINATION A. Verify that foundation and placed anchors are in correct position. B. Provide access to the work as scheduled for owner provided inspections, if required. 3.02 ERECTION - FRAMING A. Erect framing in accordance with IBC and Common Industry Practices. B. The erector shall furnish temporary guys and bracing where needed for squaring, plumbing, and securing the structural framing against loads, such as wind loads acting on the exposed framing and seismic forces, as well as loads due to erection equipment and erection operation, but not including loads resulting from the performance of work by others. Bracing furnished by the manufacturer for the metal building system cannot be assumed to be adequate during erection. The temporary guys, braces, falseworks and cribbing are the property of the erector, and the erector shall remove them immediately upon completion of erection. C. Do not field cut or alter structural members without approval of the metal building manufacturer. D. After erection, prime welds, abrasions, and surfaces not shop primed. 3.03 ERECTION - ROOFING SYSTEMS A. Install in accordance with manufacturer's instructions. B. Exercise care when cutting prefinished material to ensure cuttings do not remain on finish surface. C. Fasten cladding system to structural supports, aligned level and plumb. E. Paint all structural steel with a gray long life exterior epoxy coat per paint Manufacturer's specification. Lubbock Canyon Lake Reuse Outfa11 Pipeline Contract#8462 05540-5 Pre Engineered Metal Canopy October 10, 2013 3.04 ERECTION - GUTTER AND DOWNSPOUT A. Install gutters and downspouts in strict accordance with manufacturer's instructions. B. Install splash pads. 3.05 TOLERANCES A. All work shall be performed in a workmanlike manner. B. Install Framing in accordance with Common Industry Practices. 3.06 CLEAN UP A. Cleanup the construction area after work has been completed. Loose materials, screws, etc should be removed from site. End of Section Lubbock Canyon Lake Reuse Outfall Pipeline Pre Engineered Metal Canopy Contract#8462 05540-6 October 10, 2013 SECTION 05120 STRUCTURAL STEEL PART'I GENERAL 1.1 SECTION INCLUDES: A. Structural steel framing members, monorail, and bearing plates. 1.2 REFERENCES: A. ASTM A36 - Structural Steel. B. ASTM A1087 - Steel Bars, Carbon, Cold -Finished, Standard Quality. C. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products. D. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. E. ASTM A325 - High Strength Bolts for Structural Steel Joints. F. AWS A2.0 - Standard Welding Symbols. G. AWS D1.1 - Structural Welding Code. H. AISC - Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings. L SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. 1.3 SUBMITTALS: A. Submit under provisions of Section 01300. B. Submit shop drawings that indicate profiles, sizes, spacing, locations of structural members, and connections. Indicate welded connections with AWS A2.0 welding symbols. Indicate net weld lengths. C. Welder Certificates: 1. Certify welders employed on the work, verifying AWS qualifications within previous 12 months. 1.4 QUALITY ASSURANCE: A. Fabricate structural steel members in accordance with AISC - Specification for the Design, Fabrications, and Erection of Structural Steel for Buildings. 1.5 QUALIFICATIONS: A. Fabricator: Company specializing in performing the work of this section with minimum five (5) years experience. B. Erector: Company specializing in performing the work of this section with minimum five (6) years experience. Lubbock Canyon Lake Reuse Outfali Pipeline Contract #8462 05120 -1 Structural Steel October 14, 2013 PART 2 W. 2.1 2.2 C. Design connections not detailed on the drawings under direct supervision of a professional structural Engineer experienced in design of this work and licensed in the State of Texas. FIELD MEASUREMENTS: A. Verify that field measurements are as shown on the shop drawings. PRODUCTS MATERIALS: A. Structural Steel Members: ASTM A36. B. Bolts, Nuts and Washers: ASTM A307 or A325. C. Anchor Bolts: ASTM A307A, Non -Pressure; A30713, Pressure, Type 304 Stainless Steel Expansion. D. Welding Materials: AWS D1.1; type required for materials being welded. E. Grout: Non -shrink type, pre -mixed compound consisting of non-metallic aggregate, cement, water reducing, and plasticizing additives, capable of developing a minimum compressive strength of 7,000 psi at 28 days. Refer to Section 03600. FABRICATION: A. Continuously seal joined members by continuous welds. Grind exposed welds smooth. 2.3 FINISH: A. Prepare structural component surfaces in accordance with Section 05540. 2.4 SOURCE QUALITY CONTROL AND TESTS: A. Testing of components will be performed under provisions of Section 01400. PART 3 EXECUTION 3.1 EXAMINATION: A. Verify that field conditions are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. 3.2 ERECTION: A. Allow for erection loads, and for sufficient temporary bracing to maintain structure safe, plumb, and in true alignment until completion of erection and installation of permanent bracing. B. Field weld components as indicated on shop drawings. C. Do not field -out or alter structural members without approval of Engineer. Lubbock Canyon Lake Reuse Outfall Pipeline Structural Steel i Contract #8462 05120 - 2 October 14, 2013 D. After erection, prime welds, abrasions, and surfaces not shop primes except surfaces to be in contact with concrete. E. Grout under base plates in accordance with manufacturer's instructions. 3.3 ERECTION TOLERANCES: A. Maximum variation from Plumb: 1/4 inch in 10 feet. B. Maximum offset from True Alignment: 114 inch. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 06120 - 3 Structural Steel October 14, 2013 ity of o6k TEXAS ADDENDUM 4 Canyon Lake Water Reuse Project — Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration M 13-1.1556-MA EPA 96629501 DATE ISSUED: October 18, 2013 OLD CLOSE DATE & TI_ME: October 24, 2013 @ 3:00 p.m. NEW CLOSE DATE & TIME: October 31, 2013 @ 3:00 p.m. The following items take precedence over specifications for the above named Invitation for Bids. Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following Q's & A's (6 — 13) posted on Bidsycn.com, revised specification for Section 03300 and sheet 10 as attached. Question 6: What are the requirements/restrictions for placing concrete? Answer to Question 6: The concrete can be placed if the atmospheric temperature is above 40° F but if the atmospheric temperature is at or below 40° F the concrete temperature must be heated to 70" F per ACI-306R before placing. Specification 03300 paragraphs 1.21, 3.5A and 3.5C have been revised (bold) to read: 1.21 ACI-306R - Cold Weather Concreting 3.5A Surfaces to receive concrete shall be clean and fee from frost, ice, mud and water. The atmospheric temperature must be above 40' F to place concrete unless the concrete temperature is heated to 7V F, see ACI-306R. 3.5C During cold weather, in -place concrete shall be protected from freezing weather, throughout the curing period by using blankets and/or heating devices per ACI-306K Specification Section 03300 with revisions is attached. Question 7: In lieu of painting the canopy structure can we furnish hot dipped galvanized primary and secondary members? Answer to Question 7: The canopy structure is not approved to be galvanized. Question 8: What is the size of the rebar in the exterior side walls and interior partition wall of the Aeration Cascade Structure? Answer to Question 8: The size of the rebar in the exterior side walls is #7 rebar and the size of the rebar in the interior partition wall is #6 rebar. Question 9: Is the reuse pipe required to be dyed purple? Answer to Question 9: The reuse pipe does not need to be dyed purple. The Texas Administrative Code Chapter 210 Rule 210.25 paragraph (g) states "All exposed or buried reclaimed water piping constructed at a wastewater treatment facility is exempt from the color coding requirements of this section." Question 10: Are joint bonding clips required on the reuse pipe? If so how many per joint? Answer to Question 10: Joint bonding clips are not required on the reuse pipe. Question 11: Ref drawing sheet 13, Grating C-Channel Support Detail — How many 2" dia. Pipe supports are required over the span of the channel assemblies? What is the dimension from the inside face of the concrete wall to the centerline of the channel assembly so we can determine the length of the grating? Answer to Question 11: The 2" pipe supports should be positioned approximately 10 feet from each other and 10 feet from the concrete wall -- thus quantity of 4 2" diameter pipe supports are required. Revised Sheet 13 is attached with number of 2" pipe supports noted. The dimension from the inside face of the concrete wall to the centerline of the channel assemble is 6'-6". The dimension is shown on the revised Sheet 13. Question 12: Ref. drawing sheet 13, Grating Support Type 1 Detail — What size is the bearing plate? Is it to be welded the angle prior to hot dip galvanizing? Answer to Question 12: The illustrated bearing plate is 1/9" X 1 IK" galvanized metal strap with length as needed to shim the grating if needed. The Sheet 11 Grating Support detail has been revised to clarify the bearing strap — Detail states "Shim Bearing PL 1/8" X1 %Z" X required length, see attached Sheet 13. Question 13: Re£ drawing sheet 13, V -- Notch Weir Plate Detail — Please clarify what the arrow is pointing to for the note: Plate `/' x 10' x 0'-8", weld to one weir plate @ each joint. Answer to Question 13: The arrow is pointing to the lap/seal joint between the two V Notch Weir Plates which represents the 8" piece of strap metal that should be welded to one V Notch Weir plate and fits up against the next V Notch Weir Plate forming a lap/seal joint between the two V Notch Weir Plates. The detail note on Sheet 13, attached, has been revised "PL %"xl0'x0'-8", Weld a 2"x8"xl/4" SS PL to One Weir PL at each joint". All requests for additional information or clarification must be submitted in writing and directed to City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faked to (806)775-2164 or Emailed to rmalvvlubbock.us I E f THANK YOU, i. Marta Alvarez Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Oft'eror's„responsibility to advise the i of Lu b ck Director of Purchasi & ntrac a ement if an lan a e uirements etc. or an combination thereof, inadvertently restricts or limits the re uirements stated in this to -a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. A SECTION 03300 CAST -IN -PLACE CONCRETE PART1 GENERAL 1.1 SECTION INCLUDES: A. Cast -in -place concrete consisting of Portland cement, aggregate, water and admixtures. B. Mix design requirements. C. Formwork, reinforcement, joints and placing requirements. 1.2 REFERENCES: AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) and AMERICAN CONCRETE INSTITUTE (ACI) A. ASTM A615—Deformed and Plain Billet Steel Bars for Concrete Reinforcement. B. ASTM C31—Making and Curing Concrete Test Specimens in the Field. C. ASTM C33---Concrete Aggregates. D. ASTM C39--Compressive Strength of Cylindrical Concrete Specimens. E. ASTM C94—(1986; Rev. b) Ready -Mixed Concrete. F. ASTM C143--Slump of Portland Cement Concrete. G. ASTM C172—Sampling Freshly Mixed Concrete. H. ASTM C173 Air Content of Freshly Mixed Concrete by the Volumetric Method. I. ACI-306R -Cold Weather Concreting 1.3 SUBMITTALS: A. Section 01300—Submittals: Procedures for submittals. B. Certificates: Mill certificates for bulk cement. C. Product Data: Manufacturer's data sheets for Engineer approved additives and bonding agents. D. Submit test data on proposed design mixes for each type of concrete to be used in the project to verify that the Specification requirements are met or exceeded. Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 03300 -1 Cast -In -Place Concrete October 15, 2013 f' 11.4 QUALITY ASSURANCE: A. Project Controls: Provide necessary controls during evaluation of material, mix designs, production and delivery of concrete, placement, compaction, finishing and curing necessary to assure that work will be accomplished in such a manner to produce the work in accordance with contract documents. 1.5 DELIVERY, STORAGE AND HANDLING: A. Materials shall be delivered, stored and handled in a manner to prevent deterioration, contamination, or any other circumstances that would be harmful to cast -in -place concrete. 1.6 PROJECT CONDITIONS: A. Do not place concrete during rain, sleet, or snow unless protection is provided and approved by the Engineer. B. Coordinate concrete placement schedule with other related work. C. Notify Engineer at least 24 hours before placement. PART 2 PRODUCTS 2.1 MATERIALS: A. Cement: ASTM C94, Type 1 Cement, unless approved by the Engineer. Only one brand of any one type of cement shall be used for exposed concrete surfaces of any individual structure. B. Fine Aggregate: Aggregate meeting the requirements of ASTM C33. C. Coarse Aggregate: Aggregate sizes No. 467 or No. 57 according to ASTM C33, or as approved by the Engineer. D. Water: Potable water free from detrimental chemicals and solids that will decrease the strength of the concrete. E. Embedded Items: Embedded items shall be of the size and type shown, or as needed for the application. F. Curing Materials: Curing materials shalt be burlap, impervious sheets, or membrane -forming compounds. G. Dowels: Plain carbon steel bars, minimum yield point of 40,000 psi for use in slabs on grade. H. Expansion Joint Filler Strips. Pre -molded, non -extruding, resilient, bituminous or non bituminous type for use in concrete paving or construction, thickness as shown. 1. Form materials: Wood, metal, or other Engineer approved materials that will produce the specified finishes without adversely affecting the concrete surfaces. J. Form Coating: Non -staining form oil or form -release agent that will not deleteriously affect concrete surfaces nor impair subsequent applications. Lubbock Canyon Lake Reuse Outfall Pipeline Cast -In -Place Concrete Contract #8462 03300 - 2 October 15, 2013 K. Form Ties: Metal, factory -fabricated, removable snap -off type, that will not have holes less than 1/4-inch nor more than 1-inch deep and not more than 1 inch in diameter. L. ,Joint Sealant: As shown or approved by Engineer for sealing joints in concrete against moisture infiltration. M. Reinforcement: Bar reinforcement shall be deformed, grade 60 conforming to ASTM A615. Mesh reinforcement shall be welded wire fabric with wires at right angles to each other. N. Bonding Agent: As approved by Engineer. O. Admixtures: Air -entraining, retarders and other admixtures as approved by Engineer. 2.2 MIX DESIGN: A. Concrete Class: Concrete mixes shall be proportioned to obtain the following characteristics: 1. Class "A": Minimum compressive strength of 3000 psi in 28 days with a minimum of 5 bags of cement per cubic yard. 2. Class "B": Minimum compressive strength of 2500 psi in 28 days with a minimum of 4 bags of cement per cubic yard. B. All concrete shall be Class "A", unless specified otherwise. C. Air Content: Total air content of exterior concrete shall be maintained at 5 to 7 percent by volume of concrete. D. Slump: Slump shall be 3 to 5 inches. If admixtures are used, slump shall be as approved by Engineer. 2.3 STORAGE: A. Materials shall be stored so as not to deteriorate or become contaminated. PART 3 EXECUTION 3.1 FORMWORK: A. Formwork shall be made mortar tight, properly aligned and adequately supported to produce concrete conforming accurately to the indicated shapes, lines, dimensions and to surfaces free of offsets, waviness, or bulges. B. Unless otherwise shown, exposed external corners shall be chamfered, beveled, or rounded by moldings placed in the forms. Chamfer shall be 1-inch nominal. C. Surfaces shall be thoroughly cleaned and coated before each use. D. Forms shall be removed at a time and in a manner that will not damage the concrete. 3.2 REINFORCEMENT: Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 03300 - 3 Cast -In -Place Concrete October 16, 2013 5 A. Reinforcement shall be fabricated to the shapes required. B. Reinforcement shall be interrupted 2 Inches clear on each side or expansion joints. C. Reinforcement shall be continuous through contraction and construction joints. D. Supports fabricated of plastic, or other Engineer approved material, shall be used to support reinforcement during placing operations. E. Dowels and tie bars shall be installed at right angles to joints, accurately aligned parallel to the finished surface and rigidly held in place and supported during concrete placement. F. One end of dowel shall be oiled and greased. 3.3 INSTALLATION OF ANCHORAGE ITEMS: A. Installation of anchorage items shall be as shown or required to ensure sufficient anchorage for purpose intended. 3.4 JOINTS: A. Contraction Joints: Joints shall be installed as specified or shown. B. Expansion Joints: Joints shall be installed as specified or shown. C. Construction Joints: Construction joints shall be located as shown or approved by the Engineer. 3.5 PLACING: A. Surfaces to receive concrete shall be clean and free from frost, ice, mud and water. The atmospheric temperature must be above 401 F to place concrete unless the concrete temperature is heated to 700 F, see ACI-306R. B. Concrete may be placed directly on impervious surfaces that are thoroughly moistened but not muddy. C. During cold weather, in -place concrete shall be protected from freezing weather, throughout the curing period by using blankets and/or heating devices per ACI-306R. D. During hot weather, a retarder may be used if approved by the Engineer. E. Concrete to receive other construction shall be struck to the proper level leaving a textured surface to receive the additional construction. 3.6 CONSOLIDATION OF CONCRETE: A. Except for slabs 4 inches or less, each layer of concrete shall be consolidated with internal concrete vibrators supplemented by hand spading, rodding and tamping. B. Vibrating equipment shall be adequate to thoroughly consolidate the concrete. Lubbock Canyon Lake Reuse Outfall Pipeline Cast -In -Place Concrete Contract #8462 03300 - 4 October 15, 2013 .; C. Concrete in slabs 4 inches and less shall be consolidated by compacting and 1".'f screening. 3.7 FINISHING CONCRETE: A. Formed Surfaces: 1. Fins and loose material shall be removed. 2. Unsound concrete, voids over %-inch in diameter, and tie -rod and bolt holes shall be cut back to solid concrete, reamed, brush -coated with cement grout and filled solid with a stiff Portland -cement -sand mortar mix. 1 Patchwork shall be finished with adjoining concrete surfaces and, where exposed, shall match adjoining surfaces in texture and color. B. Unformed Surfaces: 1. Surfaces shall be finished to a true place with no deviation exceeding 5116 inch when tested with a 10-foot straightedge. 2. Surfaces shall be screened and floated to the required finish level with no coarse aggregate visible before finishing as specified below. C. Monolithic Finish: 1. Monolithic finish shall be given to flatwork unless otherwise specified. 2. After the surface moisture has disappeared, floated surfaces shall be steel -toweled to a smooth, even, dense finish, free from blemish, including trowel marks. 3.8 CURING: A. Curing shall start as soon as free water has disappeared from concrete surfaces after placing and finishing. B. Curing materials shall be applied and maintained so as to protect the concrete from moisture loss for 7 days. C. Curing shall be accomplished by impervious sheet or membrane -forming curing compound. D. Concrete surfaces shall be thoroughly wetted before covering with impervious sheet materials. E. Membrane -forming curing compound shall be applied with mechanical spraying equipment at a coverage rate as recommended by manufacturer. F. Curing compound shall not be used on surfaces receiving applications depending on adhesion or bonding. 3.9 TESTING: A. The frequency and type of tests shall be determined by the Engineer. Lubbock Canyon Lake Reuse Outfall Pipeline Cast -In -Place Concrete Contract #8462 03300 - 5 October 15, 2013 1 B. Aggregates: Aggregates shall be sampled and tested in accordance with ASTM C33. C. Sampling of concrete: Samples of concrete for air, slump, unit weight and strength tests shall be taken in accordance with ASTM C172. D. Air Content: Tests for air content shall be performed in accordance with ASTM C173. E. Slump: Slump tests shall be performed in accordance with ASTM C143. F. Cylinders: Cylinders shall be molded and cured according to ASTM C31 and tested in accordance with ASTM C39. END OF SECTION Lubbock Canyon Lake Reuse Outfali Pipeline Contract #8462 03300 - 6 Cast -In -Place Concrete October 15, 2013 i .d AM 1= om W ��LI�IPo9Pa�l�°�MW��AI�N++�u�'J q -wo vwq .ti a I lal� �P4 PM P 9p P" IV I vlewogv r sburopi rw�« pp- '� AHR A um V4'x2" HorbDr" Slow In Say Alert kft Weir Plate SS Weir Plate COP Angle "V' Nolotm Speoed 12' C To C li" PLY'x14io 4r, Weld A 25OW4' SS PL To On Weir PL Q EsM Joht IY4' xZ Vert W Slot; In Weir P1e6e� 5' 3" -1r 1' Top Of 9P Spats For eparzion YV CkW&-)C* euft PL Y+'x13i' Hot Dip Gaty. NW IfReWkbd) ';1-<f Graft Hot 9es o Zn Dip �. Attar Support � D W� Below 3rt-14 Headed Stud Fabrication Anchors 0 2-T CTRS (LAIN 2 Per Side) Type I 7ype2 Gram Support -2-34.OSS C6x19.76(Hot Dip flALV 4 Total SS 2' Pips VIAL 4"r24' PM" Melded To Plpe Batt To C-Ctwr,rtsl Wqh 4 -X- is, S8 Bolts, Bob To Floor Wd, 4 -)V 0 SS Expwwlo} Ar dus Embedded 6' min - 1(Y spactnp l ; Gam tfj C-Channet St►uaort L S'xS'x3iW 4' (GALV.) Sot To Wall With 2-Y4' 0 SS ExpaninW Ambors Embedded Er MIN. &18. *k4 Dip GALV.) 77 TEXAS ADDENDUM5 Canyon Lake Water Reuse Project — Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration ITS 13-11556-MA EPA 96629501 DATE ISSUED: October 24, 2013 NEW CLOSE DATE & TIME: October 31, 2013 Q 3:00 p.m. The following items take precedence over specifications for the above named Invitation for Bids. Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following Q's & A's (14-- 17) posted on Bidsycn.=4 revised sheets 8 and 11 as attached. All re:giiests £or addittotiaj information 0T,Clanficatton,must, be submitted to writing and dFrecbed to City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malv�vlubbocLw THANK YOU, Marta Alvarez Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It aWl be the Of%ror's aMnsibilitytoi adyiso . —ft- City of LubbcKk Director of Purchasing & Contract Management if la I nents. ctc.. or my -combinations thereof inadvertently restricts or limits the requirements stated in Has RFP to a sing. Such notification must be submitted in writing and must be received by the Director of Purchasing & Conhixt Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. Canyon Lake Water Reuse Project Bid #ITB 14-11556-MA — EPA #96629501 Questions and Answers Question 14: Drawing sheet 8, section 4 shows the post aeration collection basin slab as 1'-6 thick with the perimeter being an additional 6" higher sloped down to the outlet. Drawing sheet 9 shows the basin slab as 2'-0 thick with the additional 6" sloped floor on top of that. Which is correct? Answer to Question 14: Sheet 9 is correct. The basin slab should be 2'-0" thick with the additional 6" sloped floor to the perimeter wall. Sheet 8 has been revised with the correct thickness, see attached Sheet 8. Question 15: Are any control joints, expansion joints or contraction joints required in the slabs or walls of the Aeration Cascade Structure? None are indicated. Answer to Question 15: A construction/control joint should be utilized in the slab as illustrated on revised Sheet 8, attached, and Sheet 20. Typical construction joints are illustrated on Sheet 20 and should be used as needed. Question 16: Please furnish a detail of where the concrete steps meet the exterior and interior walls indicating type of joint, joint material and rebar. Answer to Question 16: The detail of the interface between the concrete steps and adjoining walls is illustrated in details on revised Sheet I 1 along with the construction joint (base of walls) on Sheet 20. Question 17: What material is the V Notch Weir Plate and Clip Angle made from shown on Sht 13? Answer to Question 17: The V Notch Weir Plate and Clip Angle should be made out of stainless steel which is illustrated on revised Sheet 13, submitted with earlier addendum. ■ tw,J4Sp kjx�mrr�uxwtlz�rrfia`Jc 0 - -%91 - r� — ,trx----roc 7 r.coc swoon Ana wao � _ NM f'-�ra"OC Secfion @ Aerafion Cascade Structure Top of wa l_ I Tw Info Foossr r roa as a lured on ffrs b& a ece� r Pcd SU DeUk no%op* up Not M to W* n i � l• Qi��k4RJryiE r•R' !!J � 1�taw Mwa,karkdrkaIMOR,um. ��- 2 F m tr gm:Med dorm 3. MW&At s OMOb Obb of much r po nW bki vhM nnb(L mr jok k a"W on Stew a 11 p1m mt,09 M INIMI M, � •.r:!. lyfkii Co s Q 11 A +�.--rid r.�rr Y L. rl 1...��1 i1��.: yw.�nyi i+rw.+ i...,....✓ 4�...-..% �...:.•,,.�' .-. .,._..J .._.�.:,....r� CPA 96629501 r�. Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original unbound Copy of every item listed. I. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself an acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. `J Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. L) Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. J 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container, 5. "� Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract 1 Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. '/ Complete and submit the LIST OF SUB -CONTRACTORS. 8. _� Complete and submit the XP-211 BIDDER'S CERTIFICATION FORM 9. Complete and submit the XP-214 CERTIFICATION BY CONTRACTOR OF LABOR STANDARDS COMPLIANCE. 10. Complete and submit XP-215 MBE/WBE/SBRA (DBE) UTILIZATION INFORMATION WORKSHEET 11. ` ! Complete and submit XP-16 SITE CERTIFICATION and CONSTRUCTION % CONTRACT INFORMATION 12. `' Complete and submit EPA Form 5700-49 - Certification Regarding Debarment g t; Suspension, and Other Responsibility Matters. 2 EPA 96629501 DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 13. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Red River ConAtrnction Co. (Type or Print Company Name) 3 i INDEX r 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL -- (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE ' 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS 5 5. PAYMENT BOND 6. PERFORMANCE BOND -- 7. CERTIFICATE OF INSURANCE 8, CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. ADDITIONAL EPA REQUIRMENTS i a) XP —16 Site Certification b) Construction Contract Information c Supplemental Conditions 11. DAVIS BACON WAGE DETERMINATIONS N 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS EPA 96629501 PAGE INTENTIONALLY LEFT BLANK EPA 96629501 NOTICE TO BIDDERS M 14-11556-MA Sealed bids addressed to Marta Alvarez, Director of R§E# City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until � 0OZA- t Oct©Tier 2013 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: Canyon Lake Water Reuse Project - Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3 OO n m#>on�24th October; 20i3, and the City of Lubbock City Council will consider the bids on 21stNoveinber , 2013 at the City Hall, 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 f lush a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO M CM &UORNEY AND MUS DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. 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 menaration of the bid submitted Bidders may view the plans and specifications without charge at The Reproduction -Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.therepMo uctioncompany.com ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM f' i EPA 96629501 THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone; (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK. and will be refunded if documents are returned in good condition within Sixty (601 days after the opening of bids. 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 Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Marta Alrvarez PURCHASING AND CONTRACT MANAGEMENT OFFICE EPA 96&2'M I f1ENERAL, INSTRUCTIONS TO BIDDERS 1 BID DELIVERY, DATE '. 1.1 The City of Lubbock is seeking written and scaled competitive bids to furnish Canyon Lake Water Reuse Project - Southeast Water Reclamation Plant Improvement Outfall Pipeline with Cascade Aeration per the attached specifications and contract documents. Sealed bids will be received no later than,.Ull m � ll �� -� 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 14-11556--MA., Canyon Lake Water Reuse Project Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration " and the bid opening date and time. Bidders must also include their company game and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management 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 r+IEETING 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, 9= 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 A & MDIFICATIONS r 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information ( available over the Intemet at www.bidM=x We strongly suggest that you check for any LL addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most uo bi librarim. 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 Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems ,- the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at wv w,bidsync.com and will 4 ri EPA 96629501 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 Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management 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. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all t. x 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 Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office 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 Purchasing and Contract Management Office 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 rive (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 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._ s decision, including trade secrets and commercial or financial information, clearly identify those portions. �F 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 EPA 96629501 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 t 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 i Texas Open Records Act. 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. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION „OF,REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's res onnsibili to advise the Purchasine and Contract Management Office if an lang1jage, requirements, etc., or My combinations thereof, inadvertentl 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 Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 9 EPA 96629501 Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contract Management Office 1625 130` Street, Room 204 Lubbock, Texas 794Q 1 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: w-tyw.bidsyne.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within hundred ance�ght3'(18Ucalenda 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 b the City that the progr ess y ty p gress 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 10 EPA 96629501 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. 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 Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to thregssets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of ..; construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 1. 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 l 1 _.. 11 : l..t EPA 96629501 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. 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 f 12-£ EPA 96629501 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED TO ON AUTO/GENERAL LIABILITY ON A PRIMARYAND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT&OMPIOP 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 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 Iess than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is fin ther directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidders obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 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 Sunday 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 Sunday 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 shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid 13 EPA 96629501 to each worker. This record shall be open at all reasonable hours to inspection by the officers and ; agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES 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 FORBID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 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 sighed 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 tine Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for 14-11556-MA, "Canyon Lake Water Reuse Project - Southeast Water Reclamation Plant Improvement Outfall Pipeline with Cascade Aeration" Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General instructions to Bidders. (c) Bidder's Submittal. j (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. 14 EPA 96629501 (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If flans 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. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items I tlirogh 26'plus the sum of any Alternate Bids or Options the City may select. - 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be e lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that �._ 15 EPA 96629501 ' a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: htW //www.wdol. og v/dba.aWx 16 EPA 96629501 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. ... ; 17 I . ,: PAGE INTENTIONALLY LEFT BLANK BED SUBMITTAL FORM PAGE INTENTIONALLY LEFT BLANK REVISED BID SUBMITTAL FORM 1TB-14-11556-MAIEPS 96629501 REVISED BID - SUBMITTAL FORM ITB- 14-11556-MA UNIT PRICE PROPOSAL CONTRACT DATE: ac'A b b e +r 31 2 0 3 PROJECT NUMBER: EPA #96629501 Can on Lake Water Reuse Project— Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration Proposal of 9- Ye r cs o (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration Structure having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM ESTIMATED DESCRIPTION UNIT TOTAL NO QUANTITY PRICE PRICE 1 1 LS Mobilization, bonds, and insurance for the lump sum price. $ 7 Q AS $57704.po 2 706 LF Furnish and install new 42 inch out€all pipeline at the SE Water Reclamation Plant as illustrated in plans and specified. $ 4 8S.COLF $ 3W +Ibe 00 3 1 LS Construct new concrete cascade aeration structure with valves, aluminum grating, aluminum guard rails and all related work as illustrated in plans and specified. dd0)6� a©d� 4 1 LS Construct new concrete discharge structure with r concrete apron, riprap, shotcrete, stainless steel pipe and all related work as shown in plans and as specified. BAILS $ 000 o ti0 Bidders Initial ITEM ESTIMATED DESCRIPTION UNIT TOTAL NO QUANTITY PRICE PRICE 5 1 LS Demolition of storm drainage inlet structure, 14 feet of 16" diameter and 48 feet of 24" diameter storm drain pipe as shown on Sheet 15, remove and dispose as specified. +560 Q b $ $ , 6 145 SY Demolition of 145 square yards (120 sy on Sheet 15 and 25 sy on Sheet 17) of asphalt pavement as shown, remove and dispose ass ecified. $ 12. _ &Q/SY $ L5740, ®O 7 118 LF Demolition of 118 linear feet (93 If on Sheet 15 and 25 If on Sheet 17) of concrete curb and gutter as shown, remove and dispose asspecified. $ 11- 00 /LF $ 1 1 G . 04 8 2.5 SY Demolition of 2.5 square yards of concrete pavement as shown on Sheet 15, remove and dispose as specified. $ QSY $ L75, 00 9 80 LF Demolition of 80 linear feet of concrete storm drainage channel as shown on Sheet 16, remove and dispose as LP-4 806# specified.. $ 6,60/LF $ 10 28 LF Demolition of 28 linear feet of concrete footer as shown on Sheet 16, remove and dispose as specified. $ LM.O0ILF $2— t�t�b.bb 11 70 LF Demolition of 70 linear feet of abandoned PVC pipeline as shown on Sheets 5 and 16, remove and dispose as specified. $ S0 ,001F $ 32 5-66 tnb 12 42 CY Demolition of 42 cubic yards of abandoned filters wall sections as shown on Sheets 6 and 7, remove and dispose asspecified. $ 6 0 r BbICY $ 6 L7 U 04 13 1 LS Furnish and utilize as needed support beams to support piping and electrical ducts encountered during excavation for installation of new pipeline as shown. 3 S 600 60 $ ILS $ § f 00 14 1 LS Furnish and utilize as needed dewatering equipment (assume dewatering at 50 gpm for 30 days in area east of cascade aeration structure) in areas where ground water is encountered.bl��•� $ ILS $ 3b 600j66 15 1 LS Relocate existing A/C unit in Digested Sludge Pumping Building's electrical room as shown and as specified, complete and in place. ap 7, 306,1LS 7 3 oo oa $ $ " 16 1 LS Furnish and install storm drainage inlet structure, 14 feet of 16' diameter and 48 feet of 24" diameter storm drain pipe as shown on Sheet 18 and as specified, complete 6 7t����1�LS fn 7001 �b and in lace, $ 1 $ 1 6, ITEM ESTIMATED DESCRIPTION UNIT TOTAL NO QUANTITY PRICE PRICE 17 105.5 SY Furnish and install replacement 105.5 square yards of asphalt as shown on Sheet 18 and as specified, complete and in place. $ 4, 601SY $ 66,3 . 66 18 73 LF Furnish and install replacement 73 feet of concrete curb and gutter as shown on Sheet 18 and as specified, complete and in place. $M 0011-F $ �. q a $00 19 1 LS Furnish and install two light poles with dual lamps as shown/specified on Sheet 22 complete and in place. 20 1 LS Development, design, and implementation of the excavation and support protection systems -- furnished and installed, monitored, complete and in place. i 1 6�0 mO $ ILS $ 060# 00 21 1 LS Development, design, and implementation of the Storm Water Pollution Prevention Plan including necessary materials and coordination for compliance with storm water regulations and ordinances, furnished and installed, monitored, complete and in place ass edified. $ A&As $ 644601, p 22 1 LS Remove and re -install fire hydrant (as shown and specified on Sheets 15 and 18) and 20` of chain link fence (as shown and specified on Sheets 17 and 18), $ S�—-OBS $i'_a0 complete and in elace ass edified. 23 1 LS Furnish and install electrical power at aeration structure with components and power from UV Mechanical Building, up to and including the circuit breaker panel as shown on Sheet 22 asspecified. $qO•S $ ld 24 1 LS Furnish and install sample system at aeration structure with components as shown as specified. hh 25 1 LS Furnish and install electrical wiring and components from Circuit Breaker Panel on the Cascade Aeration Structure to and including the GFCI Outdoor Receptacle and two light poles as shown and specified on Sheet. $ .60/LS $ 26 205 SY Remove and replace 205 square yards of sod as shown and specified $2 dQ /SY $ 1 5.00 TOTAL BASE BID (Items 1 thru 26) .01 $ ) 6 1.6 q 9 , 66 T,'7VBidders Initial ALTERNATE BID A ITEM NO ESTIMATED QUANTITY DESCRIPTION UNIT PRICE TOTAL PRICE TOTAL ALTERNATE BID A ITEMS $ NA AI TFRNATF Riff R ITEM ESTIMATED DESCRIPTION UNIT TOTAL NO QUANTITY PRICE PRICE B 1 1 LS Furnish and install pre-engineered metal canopy over aeration cascade structure as shown and specified. B 2 1 LS Furnish and install electrical system components from Circuit Breaker Panel on the Cascade Aeration Structure throughout the canopy and aeration structure as specified. $ oolc ILS $ BITQQ , J6 B 3 1500 SY Seed/plant disturbed areas as shown and as specified, B 4 If Alternate B items 81 and B2 are selected the base bid items 19 and 25 would be omitted. TOTAL ALTERNATE BID B ITEMS 131 thru B3 qQ oo" Bidders Initial Total Bid Amount: $1,245,249 Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (180) ONE HUNDRED EIGHTY CONSECUTIVE CALENDAR DAYS and attain: Final Completion within (210) TWO HUNDRED TEN CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $400 (FOUR HUNDRED DOLLARS) for each day in excess of the time set forth herein above for completion, and the sum of $200 (TWO HUNDRED DOLLARS) for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. The proposed number of calendar days to substantial completion. (Number followed by written): IZO Qt iE rNr g1ek� The proposed number of calendar days to final completion. (Number followed by written): 2 0 © till t Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (S%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance �.. policies, and execute al necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check. for Y X X X Dollars ($ x X -'q or a Proposal Bond in the sum of -1' ye 12e rc'e nk- 6V a rkaonA b%tA Dollars ($6% aPA& which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) businessays after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive scaled proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FROM PRIOR TO PROPOSAL OPENING. �. (Seal if Offeror is a Corporation) ... ATTEST: JU.., Secretary Offeror acknowledges receipt of the following addenda: _.: Addenda No. Date 10111 Addenda No. 2 Date I% 3 Addenda No .—T— Date 10 )L 13 + Addenda No.4— Date O ?j Date: Oc +c,oe r 31. 'ZC),`�___ Authori zed . S igria4u e r- (Printed or Typed Name) _�esa Rlyak-- LQfi3!S+r-ciCA,"dn CO. ... Company Z BV T Y Address C—C) n cityj County State Zip Code Telephone: 4 7 2 - 978 Fax: 9 7Z - '57 9 -VI-3 Ernail-4AC24YI FEDERAL TAX Ill or SOCIAL S—ECURITY No. NUMBE Firm: Woman I I BlackAnxdcan Native American Hispanic American Asian Facific American 0thML$Mcifvl i CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder Must be submitted with Bid 1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. Contractor (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: •, �rtS�ruc, (Print or Type) CONTRACTOR'S FIRM ADDRESS: 2$O L'a ► a4 Cl�� i� 7SO ct j I NOTE TO CONTRACTOR II If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. BID # 14-11556 -MA "Canyon Lake Water Reuse Project - Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration" Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Red River Construction Co., as Principal, hereinafter called the Principal, and the Colonial American Casualty and Surety Company, a Corporation created and existing under the laws of the State of Maryland, whose principal office is in Schaumburg,IL, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Lubbock, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the greatest amount bid Dollars ($------------ ), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for Canyon Lake Water Reuse Proiect -- Southeast Water Reclamation Plant Outfall Pipeline with Cascade Aeration ITB 14-11556-MA NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 24th day of October, A.D. 2013. Witness: Red River Construction Co. (Principal) By: %AA^ By � -�'-- .--�, (SEAL) Dean Porter, President t, Witness: Colonist American Casualty and Surety Com an Tracy TuckA, Attorney -in -Fact (SEAL) Form &32664 Printed in U.S.A. 12-70 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GEOFFREY DELISIO, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Tracy TUCKER, W. Lawrence BROWN, Kevin J. DUNN and Steven TUCKER, all of Ft. Worth, Texas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland_, in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of December, A.D. 2012. ATTEST: BY At Assistant Secretary Gerald F. Haley ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND SRAL Vice Presider!t Geoffrey Delisio State of Maryland City of Baltimore On this 6th day of December, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GEOFFREY DELISIO, Vice President, and GERALD F. HALEY, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding insttmen% and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly, affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA-F 168-2829B EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN ... CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th clay of DFocemher 1993t RESOLVED: "That the signature of the President or a Vice President and the attesting signature of Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof hearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the ltlth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 24thday of October , 20 13 ,tr f} is i of It L AW James M. Carroll, Vice President SAFETY RECORD QUESTIONNAIRE �a 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 I.A. 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 incidents involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. c. Convictions of a criminal offense within the past ten (10) years, which resulted from 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 fallowing three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO—X— 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. i t I UESTION 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, suspensionlrevocations 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� YX If the bidder has indicated YES for question number two above, the bidder trust provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the 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 ears of a criminal � � p p p � )Y , offense which resulted from serious bodily injury or death? I 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 by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signature Title " REVISED RA'r*.'G REVISED RATING TO INCWDE UPDATED DATA FOR: TA CORRECTION(S) (Gil FOR PO!_ I� WMAIRRAnU �Rti ccc • iomi44 O ° �0wul* r um � M kv X a�pNo Ut mq W dil R nk b of aue 0""' apE 11M0r71a1i41tr" va VO PMPdeArl aad atluFn PMPM4r dice Pink i barred mffanmwo aftjo ro arM tio111�r ae�t�erq(rd""creftee-ter—rmwvagm a Don ar+g Partsrnaf nbmwttorti product or arvka �arduMd tiwwn6rr and as b Npp, fW�i1tA dth bgMrNnw or In M b ary RA" nrhateonw loaludtip b[A nol InAW b &A amaaq of ra�7p mo�OYQ� 4rkr nbRr6ee b and r1�La tlla tt1kllOa[iWr IarMn'as M'. Page 1 & 3 Red fiver Construction Co. News Feed Bid List Ongoing Projects Post Bid List Document Carder Address Book Calendar Reports Profile Settings Project Horne Participants Documents (12) Photos Reports PamclPiinF 4rfrfM'Mesesgc (76 P7dtldpanEs} �` 73MlCa • %me'eem�_ • �rint€rye-, )� tktlerPrbr[a 'g� i`T4>a+t ' �+ ResaM 12 CorRact Info Groups Status! Notes Status: PENDING Company. AixOo Electric Co of Lubbock Broadcast: EMAIL SENT Access Kty: 795E8DC94O Contact: Dare Bartwar Phone: 806-765-8557 Electrical Show More - Statrs PENDING Company: Deerwood Construcdan Inc Broadcast: EMAIL SENT Contact'. Jan Patterson Access Key:8675242D5B_ ' BorVq, Excavation Phone: 806441-1446 Show More... Stains: P! waid Company: Dent Electric, Inc Broadcast- EMAIL SENT Contact: Kenneth Elkm Access Key: E4984031C1 Eiectrcal Phone: 806-745.6321 Show Mora. -- Status: PENDING Company: DNA Trucking Broadcast EMAIL FAILED Access Key: EA8C32D085 ' Contact: Amarda Proctor Phone: 806-239.6108 rusks Show More... Status: PENDING Company- Floyd Truckirig, Inc Broadcast: EMAIL SENT Access Key: 1C04ABA7BD Contact: Jean Fpyd " Phone: 806-745-2723 Trucks Show More... Status: PENDING Company: J.E.D- Trucking. Inc Broadcast: EMAIL. SENT Cordaet: Paula Fiankm Access Key: 407P30AS66 M Phone: 806-5484655 rocks Shove More... Stalm PENDIN3 CompareDr: Jessraider Services Ik Broadcast: EMAIL SENT Contact: Jessica Parnell Access Key: 7()63E07fR2 ' Aggemotes Phone: 432-664-0893 Show More... Status: PENDING Company, Joel Rodriguez Comtnctun Broacicast:EMAIL FAILED Access Key: 35A72O8248 Contact Joel Rodriguez Phone: 806-43"102 Excavation Stow More... I of 2 10/28/2013 12:12 P of 2 Stabs- PENDING Company: M & LES Concrete, Ioc Broadcast EMAIL SENT Contact: Francisco Berdeja Access Key: 0912152©E6 CorlcFete W Phone: Soft-747-20 Show More... Stabs: PENDING Company: Noyala Custom Hailing BroadcasL EMAIL SENT Access Key: 76DEAwEG4 Contact: Frank Noyota Phoney806-7&9-38W Trucks Stow Mare.., Status. FENDING . . Company. O`Tool Plastic Pipe, Inc Broadc2st:EMAtt FAILED, Co aact: Carl Dillon Access Key: D542CO5AEF ' Pipe Supplier Phone: 806-762-1822 Stow More... I Status: PENDING Comparry: Pat Webb Elects Co BroadcestEMA1L FAILED Access Key: 67D6OWE V 1 Contact: Patricia Webb Electrical I " Phone: 8011-749-1719 Show More... Status. PENDING i Company: Saere Transport, Nis Broadcast: EMAIL SENT Contaet: Access Key 21224C331A . Trucks Phone: 806-535-5636 Show More... Status: PEND;w CompaW.. Tommy Klein Construction Inc Broadcast: EMAIL SEAT II Cortact: Tammy Klein Access Key: DE148F8FQA ° Phone: 806-438-5777 motion Show More... Status: PENDING Company: TTI Tru»krg Broadcast:E MAIL FAILED Corltad: Eric Sanders Access Key: 6DBE005536 ............. ........................... ........ ' Phone: 432-288-8622 Trucks Show More... 12 Red WWer Construelm Co. 0 ALL RIG M RESEMXO Plan Ream Pe and $y; Po ntom RD: € 1 10/28/2013 12:12 P1V E� a` ttFJL,t.L ssuxc Red River Construction Co. News Feed Bid List t Ongoing Projects I Post Bki tki I Document Center I Address Book I Calendar Reports Profile I Settings Project Home Participants Documents (12) Photos RepoRs pxuelpam LtstiastAessige t76 Par"ants) big settle - C-ervB�Crs_ F�IerCmrpe_ *1 E>,darPrGe[s • 6xPeet • Resa.W 12 1COVItaCt lrlo Groups Status t Notes Status: PENDING....... Company: W & W Trucku g Service BroadcasLEMAlL FAILS) Access Key. 7F9126FD5b Contact: Tanya Olditam ... ..... Phone: 806-77"568 Trucks Stow More- 12 Red Rwv CorpWmim Co. 8 ALL ftl(k 5 REST WED Pfau Rowe Powered By. Pander Twt 10/28/2013 12:12 V. PAGE INTENTIONALLY LEFT BLANK LIST OF SUB —CONTRACTORS PAGE INTENTIONALLY LEFT BLANK 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. BID 14-11556-MA - "Canyon Lake Water Reuse Project - Southeast Water Reclamation Plant Improvement Outfall Pipeline with Cascade Aeration" Company Name Q-YVI P. r tLt.-An1C� Fi e. YY\ & p - Red River Cow Co. Company LIST OF SUB CONTRACTORS Location Address C611in City, . J . County -Te cLa -5 7s o9 $ State Zip Code Telephone: 7 - ©tZ1 Fax: 177- 7 $ Services Provided VItO-A,,tCO�A Minority Owned Yes No ❑ V, ❑ e' ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 ❑ ❑ ❑ ❑ 13 ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO to BID 14-11556-MA - "Canyon Lake Water Reuse Project - Southeast Water Reclamation Plant Improvement Ouffatl Pipeline with Cascade Aeration" FINAL LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No I. ACME Electric Lubbock, Tx Rlecttical ❑ � 2. ❑ ❑ 3. ❑ fl 4. ❑ fl 5. ❑ ❑ 6. CI 0 7. © ❑ 8. [] ❑ 9. ❑ ❑ 1 Q. o Q 11. ❑ ❑ 12. ❑ 0 13. 0 ❑ 14. ❑ ❑ 15. ❑ ❑ 16. 13 0 Company .Red Rver...Cons>ituction Co. Address 2804 Capital Streo-t: . Wylie _ : Cal l in_ City, County Texas ._75g98 State Zip Code Telephone: 972- 578-0127 Fax: 972 ---78-1043 THIS FORM SMALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO. PAYMENT BOND 12 PAGE INTENTIONALLY LEFT BLANK Bond #PRF09147014 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GO +01NMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Red River Construction Co. (hereinafter called the Principal(s), as Principal(s), and Colonial American Casualty and Surety Company (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 ONE MILLION TWO HUNDRED FIFTY FOUR THOUSAND TWO HUNDRED FORTY-NINE DOLLARS ($1,254,249) 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, fumly by these presents. W10REAS, the Principal has entered into a Certain written contract with the Obligee, dated the I Vi day of December, 2013 to BID 14-11556-MA - "Canyon Lake Water Reuse Project - Southeast Water Reclamation Plant Improvement Outfall Pipeline with Cascade Aeration" --EPA 96629501 and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein,. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 19th day of December 26,13. Colonial American Casualty and Surety Company Red River Construction Co. Surety (Company Name) Tr er, Attorney n-Fact )ay. Dean Porter (Printed Name) (Signature) President (Title) 13 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin Dunn an agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom' service of process may be had in matters arising out of such suretyship. Colonial American Casualty and Surety --Company ,,... Surety *13 _ (Title) Tray Tucker At orneywin-Fact Approved as to Form City of c By: Assistant City Attorney * Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by -lags 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. PERFORMANCE BOND PAGE INTENTIONALLY LEFT BLANK Bond #PRF09147014 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THEE PRESENTS, that Reel River Construction Co. (hereinafter called the Principal(s), as Principal(s), and Colonial American Casualty and Surety Company (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 ONE MILLION TWO HUNDRED FIFTY FOUR THOUSAND TWO HUNDRED FORTY -NM DOLLARS ($1,254,249) lawful money of the United States for the payment whereof, the said Principal and Surety hind 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 19s' day of December, 2013 to BID 14-11556 -MA - "Canyon Labe rater Reuse Project - Southeast Water Reclamation Plant Improvement Outfall Pipeline with Cascade Aeration" — EPA 96629501 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 contrast 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 thisl9th day of December Z613. Colonial American Casualty and Surety Company Su;:j;� True , t n-Fact Red River Construction Co. (Company Name) By Dean Porter (Printed Narne) (Signature) President (Title) 2 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin 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. Colonial American Casualty and Surety �-� (Title) Tra Tucker Att rney-in-Fact Approved as to Form City of ock By: Assistant City Attorney * Note: If signed by an Office 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. 3 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GEOFFREY DELISIO, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Tracy TUCKER, W. Lawrence BROWN, Kevin J. DUNN and Steven TUCKER, all of Ft. Worth, Texas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of December, A.D. 2012. ATTEST: BY - Assistant Secretary Gerald F. Haley ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND n«...4 '�,d�9`tlpsov 8RAL5. — rn� yl t99e d0A Vice President Geoffrey Delisio State of Maryland City of Baltimore On this 6th day of December, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GEOFFREY DELISIO, Vice President, and GERALD F. HALEY, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY VVHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,)i))kl1' illlf Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA-F 168-2829B EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorn in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 19tttlay of December 12013 . M� r yRAL'a 4 tiRl Dz,. James M. Carroll, Vice President Fidelity and Deposit Companies W s � f�' Home Office: 391 O Keswick Road Baltimore, MD 21211 g" d IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S8543RTX) (08/01) CERTIFICATE OF INSURANCE PAGE INTENTIONALLY LEFT BLANK ■ �� 11%. r � CERTIFICATE OF LIABILITY INSURANCE[12/30/2013 DAT�( THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(IGs) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Tucker Agency, Ltd. P 0 Box 2285 Ft. Worth TX 76113 ACT NAME. Judy Branch PHONE (817) 336-8520 FAX {81T}336-6501 E-MAIL ud @tuckera en com D RESS: 3 Y g cY INSURE S AFFORDING COVERAGE NAIC # INSUR€RAAraerisure Insurance Company INSURED Red River Construction Co. 2804 Capital St Wylie TX 75098 INSURER B Amerisure Mutual Ills Co INSURERC:Federal Insurance Company INSURERD: INSURER E INSURERF: COVERAGES CERTIFICATE NUMRFR'13114 All Lines r2FVISInik1J MI 1RARIP-0. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, ILTR TYPE OF INSURANCE JIMAD POLICY NUMBER MMIDI IYYYY POLICY MIp Y YY LIMITS GENERAL LIABILITY EACH OCCURRENCE a 1,000,000 DAMAGE PREMISES Eau $ 100,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y Y 2/31/20132/31/2014 MED EXP (Any one person)$ 5,000 PERSONAL aADVINJURY $ 1,000,000 X XCU Included X Contractual Liability GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG s 2,000,000 POLICY X PRO- LOC Pollution - Each Incident S 100,000 AUTOMOBILE LIABILITY Ea accident LIMIT1,000,000 BODILY INJURY (Per pe€son) $AALL R ANYAUTO OWNED SCHEDULED AUTOSY HIREDAUTOS X AUTOS NON -OWNED Y 2085329 01 2/31/2013 2/31/2014AUTOS 80DILY INJURY (Peraccidenq S Perm ntDaMPGE S Urunsuredmotorist combined $ 85,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 B EXCESS LIAB CLAIMS -MADE DED I X I RETENTIONS CY $ I Y 2085331 01 2/31/2013 2/31/2014 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETORIPARTNER?FXECUTIVI" OFFICER1MEMBER FXCLUI]t=D7 (Mandatory in NH) II e3, describe under DESCRIPTION OF OPERATIONS below NIA Y 2085332 01 2/31/2013 2/31/2014 X STATU- OTH FR E.L. EACH ACCIDENT -- $ 11000,000 E.LDISEASE- EAEMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Builder's Risk 663-32-35 WUC 2/31/2013 2/31/2014 Any Ono Project 5,000,000 Deductible 2,500 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 11011, Additional Remarks Schedule, If more space Is required) Project: Bid 14-11556-MA - Canyon Lake Water Reuse Project - Southeast Water Reclamation Plant improvement Outfall Pipeline with Cascade Aeration Additional insured in favor of City of Lubbock applies to all policies except workers compensation if required by written contract. Coverage provided is primary and non-contributory if required by written contract. General liability additional insured includes ongoing and completed operations if required by written contract. Waiver of subrogation in favor of City of Lubbock applies to all policies if required by written contract. All policies include blanket 30 days notice of cancellation if required by written City of Lubbock P O Box 2000, Room 204 Lubbock, TX 79457 CANCt:LLA I IVN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIT.ED REPRESENTATIVE Tucker/JMY ACORD 25 (201U105) 91988-2010ACORD CORPORATION. All rights reserved. INS025rmmnm) nt Tha Ar`111211 nnma anrt Innn arc ranictarari mnrlrc of Ar:r1Rr1 COMMENTS/REMARKS contract. I OFREMARK COPYRIGHT 2000, AMS SERVICES INC. 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies Insurance provided underthe bilowing: COMMERCIAL GENERAL. LIABILITYCOVEwRAGEFORM Policy Number Agency Number Policy Wactive Date CPP20853300001 0775275 12-31-13 Policy Expiration/Cancellation Dats Cate Account Number 12-31-14 December -30, 2013 10967a55 Named insured Agency issuing Company RED RIVER CONSTRUC*ION COMPANY, iNC. TUCK--R AcEucY,. LTD. MERIBURE INS'.112MCE Compm 1. SECTION 11-WHO IS AN INSURED Is amended to add as an insured any person or organization whom you are required to add as an additional insured on this policyunder a written contractor written agreement relating to your business. The written contract or written agreement must require additional insured status for a time period during the term of this policy and be executed prlor to the "bodilyinjurf, "property damage", or *'personal and advertising Injury" giving rise to a claim underthis policy. if, howrever,'yourwxult" was comma need under a letter of Intent or work order, subject to a subsequent reduction towrdting within 30 days from such commencement and with customers whose customarycontracts regWre they be named as additional Insureds, we wifi provide additional Insured status as spw0ed In this endorsement. However, Ifyou have entered Into a construction contract subject to SubchapterC of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code wdin the additlonal Insured, the Insurance afforded to such person(s) or organlzatlon(s)only applies to the extent permitted by 5ubchapterG of Chapter 151 of Subtitle C of Title 2 of the Texas insurance Code. 2. SECTION It -WHO 18 AN INSURED Is amended to add the fallowing: Ifthe additional Insured Is: a. An individual, their spouse Is also an additlonal Insured. b. A partnership or jolnt venture, members, partners, and their $Pauses are also additional insureds. c. A limited liability company, members and managers are also additional Insureds. . d. An organization otherthan a partnership. Joint venture or limited liabititycompany, executive officers and directors of the organization are also additional Insureds. Stockholders ara also additlonal Insureds, but only with respect to their liability as stockholders. e. . A trust, trustees are also Insureds, but only with respect to their duties as trustees. 3. The Insurance provided to the additional Insured under this endorsement is limited as follows: a. That person or organization is only an additional Insured with respect to liability arising out of: ('1) Premises you own, rent, lease, or occupy; or (2) YourongoIng operatlorts, unless the written contractor written agreement also requires completed operations coverage (orwording to the same effecq, In which case the coverage provided shall extend to your completed operations for that additional insured. Premises, as respects this provislorr, shall include common or public areas about such premises if so required In the written contractor written agreement. Includes copyrighted material of Insurance services office, Inc. ._ . CO 7tl BS 12'11 Page 1 of Ongoing operations, as respects this provision, does not applyto "bodily Injury' or "property darnage' occurring after: (0) All worts including materials, parts or equipment furnished In connection with such work on the project (other than service, maintenance or repairs) to be performed byor on behalf of the additional Insured(s) at the site of the covered operations has been completed-, or (b) That portion of'yourwork` art of whim the Injury or damage arises has been put to Its Intended use by any person or organization other than another cordractoror subcontractor engaged In paHbrming operations for a principal as a part of the same project b. The iimlis of Insurance applicable to the additional Insured are the least of those specified In the written contractor written agreement or In the Declarations of this policy. The Ini is of Insure" applicable to the additional insured are inclusive of and not In addition to the limits of insurance shown In the Declaratlons. c. The additional Insured status provided bythts endorsement does not extend beyond the expiration or termination of a premises lease or rental agreement not beyond the term of this policy. d. If a written contractor written agreement as outlined above requires that additional insured status be Provided by the use of CG 20 10 1t85, then the trams of thatendorsement, which are shown below, are Incorporated Into this endorsement as respects such additional insured, to the extenfthat such terms do not restrict coverage otherwise provided bythis endorsement: ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIAS[Lr Y COVERAGE PART. SCHEDULE Name of Person or Owrization: Blanket Where Required by Written Contract or Agreement thatthe terms of CG 2010 ii ts5 apply. (If no entry appears above, lnfarmation raquiredto complete this endarsemsM wig be - be shown In the Declarattons as applicable to this endorsement.) WHO IS AN INSURED (Seellon 11) Is amended to Include as an Insured the parson or organization shown In the Schedule, but only with respect to liability arising out of "yourworW' for that insured byor foryou. Copyright, Insurance Services Office, Inm,1984 1 i CG 20101/85 a, The insurance provided to the additional insured does not apply to "bodily Injury", "propertydamage", or 'personal and advertising Injury" arlsing out of an archliect`s, engineer's, or surveyor`s rendering of or failure to render any pnoftslonal services Including but not limited to: i (1) The preparing, approving, or felling to prepare or approve maps, drawings, opinions, reports, surveys, charge orders, design specilicatlons. and (2) Supervisory,Inspection,orenglneedngservtces. f. SECTION IV - COMMERCIAL OENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is deleted and replaced with the following; 4, Otherinsurance. Any coverage provided In this endorsement Is excess aver anyother vaiid and collectible insurance available to the additional Insured whelharprirnary, excess, contingent, oron anyother basis unless the written contract or vfr€tte n agreement requires thatthis insurance be primary, In which case this Insurance will be primary without contribution from such other Insurance available to the additional Insured. Includes copyrighted material of Insurance Services Office, Inc. ;... CG 7t) 85 page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ ITCAREFULLY. TEXAS CONTRACTOR'S GENERA. LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided underthe fn@awing: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I- COVERAGE A. BODILY IN.IURYAND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1, through & of this endorsement amend the policy as follows,- 1. LIQUOR LIABILITY Exclusion c. Liquor Liability is deleted. 2. NONOWNEA WATERCRAFT ExolNslon g, Aircraft, Auto of Watercraitr subparagraph (2) Is deleted and replaced with the following: (2) AwatarcraR you do not own that Is. - (a) Less than 51 feet fang; and (b) Not being used to carry persons or pWertyfor a charge. 3. PREMISES ALIENATED A. Exclusion j. Damage to Property, subparagraph (2) Is deleted. B. The foilowing paragraph is deleted from Exclusion J. Damage to Property; Paragraph (2) of this exclusion does not apply if the premises are'yourwork" and were never occupied, rented or held forrental by you. 4. PROPERTY DAMAGE LIABILITY -ELEVATORS AND SIDETRACKAGREEMENTS A. Exclusion j. Damage to Property, paragraphs (3),(41, and (6) do not apply to the use of elevators. B. Exclusion k Damage to Your Product doss not apply to. 1. The use of elevators; or 2. Llablilty assumed undera side€raak agreement. S. PROPERTY DAMAGE LIABILITY -BORROWED EQUIPMENT A. Exclusion j. Damage to Property, paragraph (4) does not apply to "propertydarnage" to borrowed equipment while ata jobshe and not being used to perform operations. B. With respect to any one borrowed equipment Item, provision SA above dogs not apply to "property damage" that exceeds $2500 per occurrence or $24000 annual aggregate. 8. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not applyto "product recall expansee that you Incur forthe ocovered recall' of "yourproducM This exception to the exclusion does not applyto "product recall expenses'resuiting from: 1. Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customerappmval or any cost Incurred to regain customerapproval; 4. Redlstributlon or replacement of'yourproduct", which has been recalled, by like products or substitutes; 5. Caprice or whim of the Insured; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 12 11 Page 1 of10 I D. This provision 14. does not apply if the Damage To premises Rented To You Umit of SECTION I COVERAGE A is excluded either bytha provisions of the Coverage Form or by endorsement. Under SECTION IV -COMMERCIAL GENERAL. LIABILITY CONDITIONS, provisions 15. through 17. of this ! endorsement amend the policy as follows: I5. KNOWLEDGE OF OCCURRENCE t Under 2 Duties In The Event Of occurrence, Offense, Claim, Or Suit; paragraph a. is deleted and replaced and paragraphs e. and f. are added as follows: a. You must seeto It that we are notified as soon as practicable of an "occurrence" oran offense, regardless of the amount, which may resat in a claim. Knowledge of an "occurrence" or an offense byycur 'employae(s)"shall not, In itself, constitute knowledge to you unless one of your partners, members, "executive officers," directors, or managers has knowledge o f the "occurrence" or offense, To fie extent possible, notice should Include: (1) How, when and where the "occurrence" or offense took place; f (2) The names and addresses of anyinjured persons and witnesses; and (3) The nature and location of any Injury or damage arising out of the °occurrence" or offense. a. Ifyou report an'Occurrence" to your workers compensation carrier that develops Into a iiabllitydaim for which coverage Is provided bye Coverage Form, failure to reportsuch an'occurrenre" to us at the time of the occurrenc:e'shalt not be deemed a violation of paragraphs a., b., and c. above. However, you shalt give written notice of this *occurrence to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to Itthat the following are dons In the event ofan actual or anQc(pated "covered recall° that I may result In "product recall expense", (1) Give us prompt notice of any dlscaveryor notlticatlonthat"your product" must be withdrawn or recalled. Include a description of 'your product' and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment oranyothermethod ofdistributionoflike or similar products until Ithas been determined that all such products are free from defects that could be a cause of loss underthe Insurance. 'lit. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph is Representations is deleted and replaced with the following: :- C Representations By accepting this policy, youagree: a. The statements In the Declaratlonsare accurate and complete; b. Those statements are based upon representations you made to us; and C. We have issued this policyln reliance upon yourrepnesentations. We will not deny coverage under this coverage part if you unintentionally fall to disclose all hazards existing as of the Inception date of this policy. You must report to us any Knowledge of an error or omission In the description Pf anypremises or operations intended to be covered bythe Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal, 17. TRANSFER OF RIGHTS (SLANKECWAIVEROF SUBROGATION) Paragraph S. Transfer of Rights Of Recovery Against Others To Us Is deleted and replaced with the following: Includes copyrighted material of insurance Services Office, Inc. Page a of 10 CG 10 63 1211 8. If the Insured has rights to recoverall or part of any payment we have made under this Coverage form, those rights are transferred to us. The Insured mustdo nothing after loss to impair them. At our request, the Insured will bring "sufr or transfer those rights to us and help us enforce them. However, Ifthe Insured has waived rights to recover through a written rordra4 or if'yourwoW was commended under a letter of Intent or work order, subject to a subsequent reduction to wrung with customers whose customary contracts require a waiver, we welve any right ofrecovery we may have underthis Coverage Form. 1& EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS Is deleted and replaced with the following: b. 60 days before the effective date of the cancellation If we cancel foranyotherresson. Under SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew Is deleted and replaced with the following: 9. When Bile Do Not Renew a. We may erect not to renew this polleyexcept, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solelybecause the policyholder is an elected official. b. 11 we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured. at the last mailing address known to us, written notion of nonrenewal, stating the reason 1br nonrenewal, at least 60 days before the expiration date. ffnotics Is mailed or dellverediess then 60 days before the expiration date, this policy wQI remain in effect unit the 61st day after the date on which the notice is mailed or delivered. Famed premium forany period of coverage thatextends beyond the expiration date will be computed pro rata based on the previous year's premium. C. If notice is mailed, proof of malting will be sufflclent proof of notice. d. The trdnsfar of a policyholder between admitted companies within the same Insurance group Is not considered a refusal to renew. 19. MOBILE EQUIPMENT REDEFINED Under SECTION V -DEFINITIONS, paragraph 12. "Mobile equdpmenf, paragraph f. (1) does not apply to self- propelled vehicles of less than 4,000 pounds gross vehicle weight that are not designed for highway use. 20. DEFINITIONS I. SECTION V—DEFINITIONS, paragraph 4"Cwerageterritory"isreplaced byihefollowing deffnition. "Coverage terdfory"means anywhere in the world with respect to lability arising out of "bodily Injury,' "proper lydamage," or "personal and advertising Injury." Including "personal and advertising Injury, offenses that take place through the Internet or similar electronic means of communication provloed the Insured's responsibilityto pay damages is determined Ina settlement to which we agree or In a "sult" on the merits, In the United States of America (including ib territories and possasslonsj, Puerto Rico and Canaria. 2 SECTION V--DEFINITIONS Is amended bythe addition ofthe following definillons. "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, Inadequacy, or dangerous condition In "yourproduct" has resulted or will result ln'bodily Injury' or "property damage. "Product Recall expenses" mean only reasonable and necessary extra costs, which resultfrom or are related to the recall orwithdrswal of'yourproduct" for. a. Telephone and telegraphlc communication, radio ortetevision announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles, C. Remuneration paid to regular employeesfor necessary overtime or authorized travel expense, d. Temporary hiring by you or by agents designated byyou of persons, other than your regular employees, to perform necessary tasks; Includes copyrighted material of Insurance Services Oftke, Inc. CO 70 63 12 11 Page 9 of 10 e. Rental of necessary addloonal warehouse orstorage space; f Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal ofyourproducis' that cannot be reused. Disposal expenses do not include: (1 ) Expenses that exceed the original cost of the materials Incurred to rnanufactum or process such product; and (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid bodily injury'or "property damage". 'Specific Perns'rneans fire; lightning; exploslon; windstorm or mail; smoke; alrcraft or vehicles, riot or clvil cornmotlon; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or eraeldng of any part of a system or appliance containing water or steam. "Work contract" means a written agreement between you and one or more parties forwork to be per bused by you or on your behalf. includes copyrighted material of Insurance Services office, Inc, Page 10 of 10 CG 70 6312 11 THIS 9NOOR5EMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, EARLIER NOTICE OF CANCELLATION PROVIDED BY US Number of Hays Notice 30 For any statutorily permitted reason otherthan nonpayment of premfum, the number of days requilred for notice of cancellation is increased to the number of days shown In the Schedule above. If this policy is cancelled by us we wit send. the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shoran above. SCHEDULE Home of Person or organization The Name of Person or Organization Is any person or organization holding of certificate of Insurance issued for you, provided the certificate: 1. Refers to this policy, 2. States that notice oG a. cancellation; b. Honrenewat or o. Material change reducing or restricting coverage; will be provided to that person or organization. 3. Is in effect at the time of the; a. cancellation; b. Nonrenewalt or c. Material change reducing or restricting coverage; and 4. is on Meat your agent or broiler's office for this policy. Mailing Address The Mailing Address Is the address shown for that person or organization in that certificate of Insurance. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ 1TCAREFULLY. TEXAS .ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies Insurance provided underthe BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified bythe endorsement. The premium %ruiis endorsement Is ;& s M - on t BROAD FORM INSURED SECTION It -LIABILITY COVERAGE, A.1. Who Is An Insured Is amended bythe addition ofthe following: d. Anyorganizatton you newEyacquire or form, otherthan a partnership, Joint venture or limited Gabitify company, and over which you maintain ownership or a majority Interest, will qualify as a Named insured. However, (1) Coverage underthls provision Is afforded only until the emu# ofthe policy parlod, (2) Coverage does not apply to `accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not applyto an organization that is an "Ensured" under any other pollcy or would bean "insured' but for Etsterminatfon or the exhausting of its limit of Insurance. t a. Any"employee" of yours using: 3 (1) A covered auto' you do not own, hire or borrow, or a covered "auto" not owned by the "employes" or a member of his or her household, while performing duties. related to the conduct of your business or Your Personal affairs; or (2) An "auto" hired or rented under a contractor agreement In that employea's"name, with your permission, while performing duties related to the conductof your business. However, your "employee" does not quality as an Insured under this paragraph (2) while using a eovered'auto" rented tom youorfrom any rnerberofthe 'empioyee's"household. f. Your marnbers, If You are a limited Ilablifty company, while using a covered `aufo" you do not own, hire or bomw and while performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom you agree In a written cmmtract, written agreement or permit, to provide insurance such as Is afforded underthls policy, but onlywith respect to your covered'autoe. :. This provision does not apply; (1) Unless the written contractor agreement Is executed or the permit fs issued prior to the "bodily Injury' _. or "property damage% (2) To any person oror+genization included as an Insured by an endorsement or in the Declarations; or (3) To any lessor ofautos" unless: (a) The lease agreement requires you to provide direct primary Insurance forthe lessor; 3 (b) The "auW is leased withoul s driver; and Includes copyrighted material of Insurarim Services office, Inc. CA 71181109 Page 1 of 6 i (c) the tease had not expired. Leased "autos' covered under this provision will be considered covemd'autos" you own and not covered 'autos' you hire. h. Any legally Incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision does not apply to "bodily injury' or "properly damage' for which an "insured" is also an Insured under any other automobile policy orwoufd be an Insured undersuch a policy, but for Its termination or the exhaustion of its limits of insurance, unless such pollcywas written to apply specifically in excess of this policy. 2. COVERAGE EXTENSIONS -SUPPLEMENTARY PAYMENTS E Under Section g - LIABILITY COVERAGE, A2.a. Supplementary payments, paragraphs (2) and (4) are E deleted and replaced as follows; (2) Up to $2.500for the cost of bail bonds (including bonds for related traffic law violations) required because of an aceldent" we cover. We do not have to fumish these bonds. (4) All reasonable expenses Incurred by the "Insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION It- LIABILITY COVERAGE, B. EXCLUSIONS, paragraph a Fallout Employee is deleted and replaced by the following: i E S. Follow Employee i 'Bodilylrjury'to; i a. Anyfellow'employee' of the "Insured" arising art of and in the course of the follow'employee's' employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your'employees" that are ofPrcers, managers, supervisors or above. Coverage Is excess over any other collectible Insurance. b. The spouse, chip parent, brother or sister of that fellow'employee' as a consequence of paragraph 8. above. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III -PHYSICAL DAMAGE COVERAGE, A.COVERAGE, the following Is added: If any of your owned covered "autos" are covered tar Physical Damage, we will provide physical Damage coverageto "autos" that you or your "employees" hire or borrow, underyour name or the "employsWe name, for the purpose of doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered 'auto'shown In the Declarations, Item Three, Schedule of Covered Autos You own, or on; any endorsements amending this schedule. B. Under SECTION III -PHYSICAL DAMAGE COVERAGE, AA.Coveraga Extensions. paragraph b, Loss Of Use Expenses Is deleted and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, wewill pay expenses forwhich an "Insured' becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contractor agreement. We will pay forioss of use expenses if caused by: ('I) Other then collislon. only Ift m Declarationsfndlcate that Comprehensive Coverage Is provided for any covered auto"; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 5 CA71 "ill it 09 5. 6. (2) Specified ied Causes of Loss, only If the Declarations Indicate that Specified Causes Of Loss Coverage Is provided for any covered "auto"; or - (3) CollWon, only t(the Declarations Indicate that Collision Coverage is provided for any covered "auto". However, the most we wilt pay foranyexpenses for loss of use Is $30 per day, to a maximum of SZ000. C. under SECTION IV —BUSINESS AUTO CONDITIONS. B. General Conditions, 5. Other Insurance, paragraph b. Is replaced by the following: b. For Hired Auto Physical Damage, the following are deemed to be covered "autos you own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented byyour "employees' under a contract in that Individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any"atria"that Is leased, hired, rented or borrowed with a driver is not a oovered "auto", nor Is any auto"you hire from anyof your employees', partners (if you area partnership), members of youaro a tlmIted llabliltycompany), or members of their households. LOAN OR LEASE GAP COVERAGE under SECTION III —PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following Is added: lfa covered "auta"ls owned or leased and if we provide Physical Damage Coverage on It, we wilt pay, In the event of a covered total "loss", any unpaid amount due on the lease or loan fora ixwered "auto", less: (a) The arnount paid undertha Physical Damage Section of Ste podlcy; and: (b) AiY (1) Overdue lease or loan payments including panaltlm% Interest or other charges resulting from overdue payments at the time of the •loss"; (2) Financlal penalties Imposed under a lease for excessive use, abnormal wear and tear or high mileage: (3) Costs for extended warranties, Credit Ufa Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; (4) Security deposIts not refunded byalessor, and (a) Carry-over balances from previous loans or leases. RENTAL REIMBURSEMENT under SECTION 111- PHYSICAL DAMAGECOVERAGE, AA. Coverage Extensions, paragraph a. Transport Won Expenses Is deleted and replaced byihe following: a. Transportations Expenses (1) We will pay up to $75 per day to a maximum of $2,000 for transportation expense Incurred by you because of covered "loss". Wo will pay only ror those covered "autos" for which you carry Collision Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay for transportation expenses Incurred during the period beginning 24 hours after the covered "loss' and ending, regardless of the policy's expiration, when the covered "auto" Is returned to use ar we pay for its "loss". This coverage Is In addition to the otherwise applicable coverage you have on a covered"auto". No deductibles apply to this coverage. Includes copyrighted material of Insurance Services Office, Inc. CA 711811 OS Page 3 of (2) This coverage does not apply white there Is a spare or reserve *auto" available to you for your operation. 7. AIRBAG COVERAG E Under SECTION III -PHYSICAL DAMAGF, S. EXCLUSIONS, paragraph3. is deleted and replaced by the following: 3. We will not payfor "loss" caused by or resulting from any of the following unless caused by other"loss" thatis covered bythls insurance: (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not Include the discharge of an alrbag. ` (2) Blowouts, punctures or other road damage to tires. 8. GLASS REPAIR—WAIVEROFDEDUCTIBLE Section III --PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the foifowing: No deductible applies to glass damage IT the glass Is repaired raiherthan replaced. 9. COLI,.i ON COVERAGE —WAIVER OF DEDUCTIBLE Under Section III - PHYSICAL DAMAGE COVERAGE, D. Deductible Is amended to add the following: i When there Is a loss to your covered auto' Insured for Collision Coverage, no deductible will apply if the loss I was caused bya collision with another "auto" Insured by us, 10. KNOWLEDGE OF ACCIDENT Under SECTION IV- BUSINI;SSAUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of ' Aacldsnt, Claim, Suit Or Loss, paragraph a. Is deleted and replaced by the following: t a. You must see to itthatwe are notified as soon as practicable of an `accident", Balm, "suli or'loss', Knowledge of an `accident", clatm,'sulf or'loss' byyour"ernplayees" shaft not, In Itself, constitute knowledge to you unless one ofyour partners, executivveoftteers, directors, managers, or members (if you are a limited liability company) has knowledge of the'acchient", dalm, °suit' or"loss . Notice should include: i (1) How, when and where the'accident' or "loss" occurred; z (2) The "insured`e name and address; and (3) To the extent possible, the names and addresses of any Injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVEROF SUBROGATION) Under SECTION N, BUSINESS AUTO CONDITION$, A. Loss Conditions paragraph 8. transfer Of Rights Of Recovery Against Others To Us is deleted and replaced bythe foiiowing: 5. Transfer Of Rights Of RecoveryAgainst Others To Us Ifany person or organlzatlon to orforwhorn we make payment underthis Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and mustdo nothing after`acddrent' or "loss' to irnpair them. However, if the 'Insured' has waived rights to recoverthrough a written contract, or If your work was commenced under a letter of Intent or worts order, subject to a subsequent reduction In writing with customers whose customary contacts require a walver, we waive any right of recoverywe may have under this Coverage Form. Includes copyrighted material of Insurance Services Office, Inc, Page 4 of 5 CA 71181109 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO COMMONS, B. General Conditions, paragraph 2. CanCealment, Misrepresentation Or Fraud Is amended by the addition of the following: We wilt not deny coverage under this Coverage Form if you unintentionally fall to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as pracllcable after Its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. 13. BLANKET COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS When required by written contract or written agreement, the detirlion of"insured contrail" Is amended as fallcws; -- The exception contained In paragraph H.& relating to oonstruction ordemolitlon operationson or within 50 feet of a railroad; and —Paragraph H.a. are deleted with respect to the use of a covered "auto" In operations for, or affecting, a railroad, 4 f - 1 S I THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. f EARLIER NOTICE OF CANCELLATION ' PROVIDED 8Y US Number of Days Notice 30 For any statutorily permitted reason otharthan nonpayment of premium, the number of days raqufred for notice of cancellation is Increased to the number of days shown in the Schedule above. If this policy Is cancelled by us we will send the Named insured and any party listed in the following schedule notice of cancellatlon based on the number of days notice shown above. SCHEDULE Name of Person or Organisation The Name of Person or Organization Is any parson or organization holding a certificate of Insurance Issued foryou, provided the certificate. 1. Refers to this Policy; 2. Staies that nonce of a. Cancellation; b. Nonrenswal; or c. Material change reducing or restricting coverage; wilt be provided h3 that person or, organizationr; 3_ Is in effect at the fame of the: a. Cancellation; b. Nonrenewak or a Material change reducing or restricting coverage; and 4. Is an file at your agent or broker's office for this policy. Flailing Address The Malling Address fs the address shown forthat person or organization in that certificate of Insurance. POLICY NUMBER. cA 20853290001 COMMERCIAL AUTO CA 716510 07 THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY. DESIGNATED INSURED - PRIMARY COVERAGE TWs endorsement modifies Insurance provided underthe BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed bythis endorsement. This endorsement identifies person(s) or organizailon(s) who are'Insurecl' underthe Who is An Insured Provision oftha Coverage Form. This endorsement changes the policy on the Inception date of the policy, unless another date Is shown below, Endorsement Effective: 'I2-31-43 Countersigned By: Named insured: RED RMR CCNS=7CT10I3 COMPANY, INC. (Authorized (No entry may appear above. if so, Informatlon to complete Phis endorsement Is In the Declarations.) Sectlon Il -- Liability Coverage, A. Coverage, t. Who Is An Insured is amended to add: Any Person or Organization with whom you have an'Insured conirad" which requires: 1. that person or Organization to be added as an Insured' under this policy; and N. this policy to be primary and non-contributory to any like Insurance available to the Person ar Organization. Each such person ororganization Is an 'insured' for Liability Coverage. They are an 'Insured" only If that person or organization Is an 'Insured' under in SECTION it of the Coverage Form. The: contract between the Named Insured and the person or organization is an Insured contract'. Includes copyrtgMed material of the insurance Services office, Inc., with its permission. CA 71 65 10 07 Insurance Services oftice.,1998. page i of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed. 1-00) TEXAS WAIVER LIP OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the Insurance pmvlded by the policy because Texas Is shown In Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an fnjurycoveied by this policy. We will not erdarce our right against the person or organization named In the Schedule, but this waiver applies only with respect in bodily Injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endomement shall not operate directly or indirectly to benefit anyone not named In the Schedule. The premium( for this endorsement Is shown rn the Schedule. Schedule "f. ( )Specldc Waiver Name of person or organization (X)BIanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Aperatlons: 3. Pmmlurn The premium charge for this andorsement shall be 0.020 petrentof the premium developed on payroll In ecrmaction with work performed for the above person(s) or organizatlon(s) arising out of the operations described. 4. Advance Premium $1,867 Thrs endorsement changes the poilcy to which it is attached and is etfecum on the date issued unless otherwise stated. (The InfOrmetlon below is required only when this endorssrneni Is Issued subsequent to preparation of the policy.) Endorsement Efractive Policy No. Endorsement No. Insured Premium $ Insurance Company Countersigned by 4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE REAP] IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY us Number of Days Notice For any statutorily permitted reasan other than nonpaymentaf prerrJurn, the number of days required for notice of cancellation is Increased to the number of days shown In the Schedule above. Ir this Polley Is carolled by us we will send the Blamed Insured and any patty listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Parson or Ofganization The Name of Person or Organization Is any person or organization holding s certificate of Insurance issued for you, provided the certificate: 1. Refers to this policy; 2 States that notice of: a. Cancellation; b, Nonrenewak, or c. Material Ghana& reducing or resWcfing coverage; will be provided to that person or organization; 3. Is In effect at the time of the: s. Cancellation; b. Nonrenswal, or c. Material change reducing or restricting coverage; and 4. is on fife at your agent or broker's office for this policy. Malling Address The Mailing Address is the address shown forthat pennon or organization In thatcertilfcata of Insurance. IL 70 46 05 07 No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the fin-ther hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY 0 Commercial General Liability General Aggregate S ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVELIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos 0 GARAGELIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDERS RISK ❑ 100% of the Total Contract Price S ❑ INSTALLATION FLOATER $ EXCESS LIABILITY 0 Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. r.: FIVE COPIES OF THE CERTIFICATE OF INSURANCE l .....s (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK T Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General E Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. A�P CERTIFICATE OF LU THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONI CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEM BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITt REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certiAcate holder M an ADDITIONAL INSURED, ttt4 the terror and conditions of the policy, certain policies may requim an certMcate holder In lieu of such endonmwwn s PRDaueme 'tucker agency, Ltd. P O Box 2285 Ft. Worth TX 76113 P48URM Red River Construction Co. 2804 Capital 8t P�ylie TE 75098 1.UVr-KA[9e2y CEKnFLCATE NU •13 li ►BILITY INSURANCE DATE VA DMI "YY} 12/17/2013 ,Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES TE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED poftAfes) must be endorsed. If SUBROGATION IS WAIVED, subject to Indorsement A statement on this cerUNcato does not confer rights to the sudy Branch aco OXOg (817)336-8520 1617I116-t60i ae judyltuckera ency.cam MAIL 0 ftftMAAzmrizure Insurance gqqpamy e Amerisure Mutual Ins Co mmRo-Yederal insurance Co an E: k. D! OIERAT10Na I LOCATONSI VEM CM {Aaacq ACORD 1f1, A&g0=W Rrnuka Sdndelt Limon b nqufrW) `� Arojectr Lubbock North Water Treatment pleat Improvement projecri: 1 City of Lubbock and the engineers (Alan plumoaer Associates, ][nc., Loe}n000d, Andrews and Uwwmaa, Inc, and rn( ] Raprotec/Hibbs a Todd, Inc.) are shown an additional insured and aLoc pravidea waiver of anbrog:tit. where required by written contract. [J 1l C� 11 IY1l3ER / ]►ll Linea REVISION NUMBM- THIS IS TO CFR'nFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NIDICATEDHG. NOTWITHSTANDING ANY REQUIR�NT, TERM OR COMMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO W FUCHI TI-OS CERTIFTE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFPC1 W BY THE POLICIES DESCRIBED H6GEUV IS SUBJECT TO ALL THE TERMS, rr EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. WMPPS SHGVM MAY HAVE BEEN REDUCED gy PAU3 CLAW, TYPE OF LNGURANCE ADM SLW POLL EF p0 E71P OBNERAL UAaLrrY am FOUCY NUMBER D E OOMdERCIAL gGNI�FtM. LIABLJTY CLApI6a M ® OCCUR Y Y 2085330 01 1213112M /31/201 xcv InCludad E Contractual I,ir~Hoili OWL AGGREGATE LN&TAPPLIES PElt POLicY x- LOC AUTOYIOead LIAROM a X ANY IM SCHEDULED � Y Y 2095329 01 2/31/2013 2/31/2014 g F� AUTOOMAED AUTOS X UMBRELLA uAs � occuR R MMU A sM COMPEN3ATIOM AMSWIDYEW UMMUTY C IBuilder"s Rink DEacRrNTTOrr City of Lubbock P O Box 2000 RCKM 204 Lubbock, T1 79457 Y I Y JCv 2085331 01 YIN ® NIA 7085332 01 Y 63-32-35 woe 1/2014 Lefra EACHOCCURRENCE ' S 1,0001000 IRE P MED S 100,000 S 5,000 PSVKMQL&ADVIMAW I x,000.000 GENERAL AGGREGATE S 2,000.000 PRDM CM-COSIP,OPAGO S 2,000,000 PabAm-Each kx1dwi BODrLY OIRJttY IP�r per} 3 100,000 0 a S ODDLY iNA RY iP W opd*mo S f S 5 0 a 51000. 000 EACH OCCUR AGGREGATE S 5, 000, 000 E A E.L. EACHACOIDE.T+r S 1,000,000 E.L. DISEASE-EAeMPLO S 11000,000 E.L DISEASE - POLICY UWT Any One Pmod CO&C 64 S 1,000,000 31000,000 2, 500 AIiCf=L.LA t. SHIDULD ANYOf THE ABOVE DESCRIBED POLICIES on CANCELLED BEFORE i THE H9MATHON DATE TIRE MW. IIDTICB WALL BE DELIVERED IN E[ ACCORDANCE WIITH THE POLICY PROVISION& AUYHOI M rrATTVa Tracy Tucker/JODy --- ACORD 21(2D10J03) m 19E8-2010 ACORD CORPORATION. AN rights reserved. INSA26rxI�rins�nl Tha er:nan n. a and I-- nn^Warsr} mark- „r Arran THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTR.ACTOR'$ BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided underthe following: COMM ERC1AL GENERAL LIABILITY COVERAGE FORM Policy Number CPP20853300001 Agency Number 0775275 Policy Effective Date 12/31/2012 Policy Expiration/Cancellation Date Date Account Number 12/31/2013 01/16/2013 10967055 Named Insured Agency Issuing Company RED RIVER CONSTRUCTION COMPANY,XNC. INC TUCKER AGENCY, LTA. AMERISURE INSiRA€+10E COMPANY 1. SECTION 11- WHO IS AN INSURED is amended to add as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business. The written contract or written agreement must require additional insured status for a time period during the term of this policy and be executed prior to the "bodily injury, "property damage", or "personal and advertising Injury" giving rise to a claim under this policy. If, however, 91yourwork" was commenced under a letter of Intent or work order, subject to a subsequent reduction to writing within 30 days from such commencement and with customers whose customary contracts require they be named as additional Insureds, we will provide additional Insured status as specified In this endorsement, However, If you have entered into a construction contract subject to SubchapterC of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional Insured the Insurance afforded to such person(s) or organizatlon(s) only applies to the extent permitted by Subchapter C of Chapter 161 of Subtiile C of Title 2 of the Texas Insurance Code. 2. SECTION It -WHO IS AN INSURED is amended to add the following: If the additional Insured Is: a. An Individual, their spouse is also an additional Insured, b. A partnership or joint venture, members, partners, and their spouses are also additional insureds. c. A limited I [ability company, members and managers are also additional Insureds, d. An organization other than a partnership, joint venture or limited Ilabilltycornpany, executive officers and directors of the organization are also additional Insureds. Stockholders are also additional Insureds, but only with respect to their liability as stockholders. c. A trust, trustees are also Insureds, but only with respectto their duties as trustees. 3. The Insurance provided to the additional insured under this endorsement Is limited as follows: a. Thai person or organization Is only an additional Insured with respect to liability arising out of (1) Premises you own, rent, lease, or occupy; or (2) Your ongoing operations, unless the written contractor written agreement also requires completed operations coverage (or wording to the same effect), In which case the coverage provided shall extend to your completed operations for that additional Insured. Premises, as respects this provision, shall Include common or public areas about such premises if so required In the written contractor written agreement. Ongoing operations, as respects this provision, does not applyto "bodily Injury" or "property damage' occurring after. (a) All work including materials, parts or equipment furnished in connection with such worts on the project (other than service, maintenance or repairs) to be performed byor on behalf of the additional insured(s) at the site of the covered operations has been completed; or (b) That portion of "your work' out of which the Injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged In performing operations for a principal as a part of the same project. b. The limits of insurance applicable to the additional Insured are the least ofthose specified in the written contractor written agreement or In the Declarations of this policy. The limits of Insurance applicable lathe additional Insured are inclusive of and not in addition to the limits of insurance shown in the Declarations. c. The additional Insured status provided by this endorsement does not extend beyond the expiration or termination of a premises lease or rental agreement nor beyond the term of this policy. d. If a written contractor written agreement as outlined above requires that additional insured status be provided bythe use of CG 20 10 1185, then the terms of that endorsement, which are shown below, are incorporated Into this endorsement as respects such additional Insured, to the extent that such terms do not restrict coverage otherwise provided bythis endorsement: ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket Where Required by Written Contract or Agreement thatthe terms of CG 20 10 1185apply. (if no entry appears above, Information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section 11) Is amended to Include as an Insured the person or organization shown In the Schedule, but only with respect to liability arising out of "yourwork" for that insured by or for you. Copyright, Insurance Services office, Inc., 1984 CG 20 10 1185 e. The insurance provided to the additonal Insured does not apply to "bodily Injury", "properly damage", or "Personal and advertising Injury„ arising out of an archltect's, engineer's, or surveyor's rendering of or failure to render any professional services including but not limited to: (1) The preparing, approving, or failing to prepare or approve maps, drrawings, opinions, reports, surveys, change orders, design specifications; and (2) Supervisory, inspection, or engineering services. f. SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. Any coverage provided in this endorsement Is excess over anyother valid and collectible insurance aval labie to the additional Insured whether primary, excess, contingent, or on any other basis unless the written contract or written agreement requires thatthis Insurance be primary, in which case this Insurance will be primary without contribution from such other insurance available to the additional insured. CG 70 851211 rvi Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ ITCAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION II - COVERAGE A. BODILY INJURY AN D PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1. through 6. of this endorsement amend the policy as follows: I. LIQUOR LIABILITY Exclusion c. Liquor Liability is deleted. 2. NONOWNED WATERCRAFT Exclusion g. Aircraft, Auto or Watbercraft, subparagraph (2) Is deleted and replaced with the following: (2) A watercraft you do not own that Is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property fora charge. 3. PREMISES ALIENATED A. Exclusion j" Damage to Property, subparagraph (2) Is deleted. B. The following paragraph is deleted from Excluslon j. Damage to Properly; Paragraph (2) of this exclusion does not apply If the premises are *your work"and were never occupied, rented or held for rerital by you. 4. PROPERTY DAMAGE LIABILITY -ELEVATORSANDSIDETRACK AGREEMENTS A. Excluslon j. Dam89e to Property, paragraphs (3),(4), and (6) do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. S. PROPERTY DAMAGE LIABILITY -BORROWED EQUIPMENT A. Exclusion J. Damage to Property, paragraph (4) does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations, B. With respect to anyone borrowed equipment Item, provision 5.A. above does not apply to "property damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate, 6. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not apply to "product recall expenses' that you Incur forthe "covered recall' of "your product". This exception to the exclusion does not apply to "product recall expenses' resulting from: 1. Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customer approval or any cost Incurred to regain customer approval; 4. Redistribution or replacement of "your product', which has been recalled, by like products or substitutes; S. Caprice or whim of the Insured; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 12 11 Page 1 of 10 13. A condition likely to cause loss. about which any Insured knew or had reason to know at the inception of this Insurance; 7. Asbestos, Including loss, damage or dean up resulting from asbestos or asbestos containing materials; B. Recall of 'your product(s)" that have no known or suspected defect solely because a known or suspected defect in another of "your prnduct(s)7 has been sound. B. Under SECTION III -LIMITS OF INSURANCE, paragraph 3. Is replaced In its entlreiyas follows and paragraph 8. is added, 3. The Products -Completed Operations Aggregate Limit Is the most we will pay for the sum of: a. Damages underCOV ERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of'bodllyinjury" and "property damage" included In the "products -completed operations hazard" and b. "Product recall expenses". 8. Subject to paragraph 5. above, $25,000 is the mostwewlll payfor all "product recall expenses" arising out of the same defector deficiency. The insurance afforded by reason of provisions 1. through 8. of this endorsement Is excess over any valid and collectible insurance (including any deductible) available to the insured whether primary, excess or contingent, and SECTION IV, paragraph C Other Insurance is changed accordingly. 7. BLANKET CONTRACTUAL LIABILITY —RAILROADS When a written contract or written agreement requires Contractual Liability - Railroads, the definition of "insured contract" in Section V - Deflnitlons is replaced by the following with respect to operations performed for, or affecting, a railroad; A. Except#ar any provision of a construction contract subject to Tex. Ins. Code S 151.102, 9. "Insured Contract" means: a. A contractfor a lease of premises_ However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to promises while rented to you or temporarily occupied byyou with permission of the owner is not an insured contract'; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to Indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement, f. ' That part of any other contract or agreement pertalning to your business (including an indemnlflcation of a municipality In connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "propertydamage" to a third person or organization, provided the "bodily injury" or "property damage" Is caused, in whole or In part, by you or by those acting on your behalf. Tort liab[I tymeans a liability that would be Imposed bylaw In the absence of any contract or agreement. Paragraph f does not Include thatpart of any contract or agreement: (1) That Indemnifies an architect, engineer or surveyor for Injury or damage arising out of. (a) Preparing, approving, orfaliing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directlons or Instructions, or failing to give them; Includes copyrighted material of Insurance Services Office, Inc. Page 2 c f 10 CG 70 63 12 11 (2) Underwhich the Insured, If an architect, engineer or surveyor, assumes liability for an Injury or damage arising out of the insured's rendering or failure to render professional services, including those listed In Paragraph (1) above and supervisory, Inspection, architectural or engineering activites. t3. With respect to any provision of a construction contract subject to Tex. Ins. Code § 151,102, 9. "Insured Contract" means: a. A contradfora lease of premises. However, that portion of the contract for a lease of premises thatindemniiies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "Insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to Indemnify municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contractor agreement pertaining to your business (including an Indemnification of a municipality in connection with work performed for a municipality) under which you assume the tart liability of another party to payfor "bodily Injury" or "property damage" to a third person or organization, but onlyto the extent that the "bodily Injury" or `property damage* Is caused by your acts or omissions or by the acts or omissions of those acting on your behalf, Tort ilabiiitymeans a liability that would be Imposed by law In the absence of any contractor agreement. Paragraph f. does not include that part of any contractor agreement; (1) That indemnifies an architect, engineer or surveyor for Injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, Sold orders, change orders or drawings and specifications; or (b) Giving directions or Instructlons, or failing to give them; (2) Under which the Insured, ifan architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services. Including those listed In Paragraph (1) above and supervisory, inspection, architectural or engineering activities. 8. CONTRACTUAL LIABILITY - PERSONAL AND ADVERTISING INJURY Under SECTION 1-COVERAGE B., paragraph 2. Exclusions, paragraph e. Contractual Liability is deleted. 9. SUPPLEMENTARY PAYMENTS Under SECTION I -SUPPLEMENTARY PAYMENTS - COVERAGES AAND 8, paragraph 1.b. Is deleted and replaced with the following: 1. b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury t labliity Coverage applies. We do not have to furnish these bonds. 10. BROADENEDWHO ISAN INSURED SECTION II -WHO IS AN INSURED Is deleted and replaced with the following.- 1. Ifyou are designated In the Declarations as: a. An individual, you and your spouse are insureds, but onlywith respect to the conduct of a business of which you are the sole owner. b. A partnership or Joint venture, you are an Insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 12 11 Page 3 of 10 C. A limited liabilIlly company, you are an Insured. Your members are also Insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an Insured. Your executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, laud only with respect to their liability as stockholders. Paragraphs (1j(aj, (1Xb) and (1)(C) above do not apply to your "employees" who are: (1) Managers; (11) Supervisors; (ill) directors; or (IV) Officers; with respect to "bodily injury" to a co -"employee". 2. Each of the Fallowing is also an Insured: a. Your 'wolunteerworkers" only while performing duties related to the conduct of your business, or your "employees," other than either your "executive officers," (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (If you are a limited liability company), but only for acts within the scope of their employmeA byyou or while performing duties related to the conduct of your business. However, none of these 'employeee or "volunteerworlcers" are insured for: (1) "Bodily Injury" or "personal and advertising Injury"; (a) To you, to your partners or members (If you are a partnership or joint venture), to your members (if you are a limited liability company), to a ao•"employsewhile In the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or volunteer worker as a consequence of paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must paydamages because of the injury described in paragraphs (1)(a) or (b) above, or (d) Arising out of his or her providing or failing to provide professional health care services except as provided In Provision 11. of this endorsement. (2) "Property damage' to property: (a) Owned, occupied or used by; (b) Rented to, In the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees,""volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than you r "employee" or "volunteer worker"), or any organization whit a acting as your real estate manager. C. Any person or organization having proper temporary custody of your property if you die. but only; (1) With respect to ilabliltyarising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Form. Includes copyrighted material of insurance Services Office, Inc. Page 4 of 10 CG 70 831211 e. Your subsidiaries if; (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown In the Declarations, you must report them to us within 180 days of the inception of your original policy. Any person or organization, otherthan an architect, engineer or surveyor, required to be named as an additional insured in a "work contract', letter of intent or work order. However, such R person or organization shall be an additional Insured only with respect to covered'bodily injury," i "property damage," and "personal and advertising lnjury"arising out of "yourwork' under that "work oontracr, letter of intent or work order, (2) we will provide additional insured coverage to such person or organization only: . (a) for a period of 38 days after the effective date of the appllicable 'work contract, letter of intent or work order; or (b) until the end of the policy term In effect at the Inception of the applicable "work contract", letterof Intent or worts order; a; whichever is earlier. (3) Coverage provided under this paragraph 'f. is excess over any other valid and collectible Insurance available to the additional Insured whetherprimary, excess, contingent, or on any other basis unless the *work contract", letterof Intent or work order requires this Insurance be primary, In which case this insurance will be primary without contribution from such other insurance available to the additional Insured. (4) This paragraph f, does not apply If firm CG 70 85, Texas Contractors Blanket Additional Insured Endorsement, Is attached to the policy. g. Any person or organization to whom you are obligated byvirtue of a written contract to provide ^ . insurance such as is afforded bythis policy, but only with rasped to liability arising out of the !: maintenance or use of that part of any premises [eased to you, Including common or public areas about such premises if so required In the contract. However, no such person or organization Is an Insured with respect to: (1) Any"occurrence" that takes place after you cease to occupy those premises: or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. Any state or political subdivision but only as respects legal ilability Incurred bythe state or political subdivision solely because it has Issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision Is an Insured with respect to: (1) "Bodily injury', "property damage", "personal and advertising injury" arising out of operations performedforthe state or municipality; or (2) "Bodllyinjury' or "property damage" Included within the "products-complated operations hazard." i. Any person or organization who is the lessor of equipment leased to you, to whom you are obligated by virtue of a written contactto provide Insurance such as is afforded by this policy, but only with respect to their Ilabilityarising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervislom However, if you have entered into a construction contract subject to Subehapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional Insured, the insurance afforded to such person(s) or organization(s) orgy applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No such person or organization, however, Is an insured with respect to any "occurrence" that takes place after the equipment lease expires. Includes copyrighted material of Insurance Services Office, Inc. CG 70 631211 Page 5 of 10 j. Any architect, engineer, or surveyorengaged byyau but only with respect to iiabilityarising out of your premises or 'your work.' However. If you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional Insured, the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Subtitle C of Tide 2 of the Texas Insurance Code. No amh€tect, engineer, or surveyor, however, Is an Insured with respect to "bodily injury," "property damage,' or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specileatlons; or (2) Supervisory, inspection, or engineering services. This paragraph J. does not apply if form CG 70 85, Texas Contractors Blanket Additional insured Endorsement, is attached to the policy. K. Anymanager, owner, lessor, mortgagee, assignee or recelverof premises, including land leased to you, but only with respect to Ilability arising out of the ownership, maintenance or use of that part of the premises or land leased to you. However, no such person or organization Is an Insured with respect to: (1) Any"occurrence"that takes place after you cease tooccupythatpremises, orcease tolease the land; or (2) Structural alteration, new construction or demolition operations performed by or on behalf of that person or organization. 3. Any organization you newlyacquire or faun, otherthan a partnership, joint venture or limited liability company and over which you maintain ownership or majorityinterest, will qualify as a blamed Insured If there Is no other similar Insurance available to that organization. However; a. Coverage under this provision Is afforded only until the end of the policy period, b. Coverage A does not apply to "bodily injury'or "property damage" thatoccurred before you acquired or formed the organization; C. Coverage B does not apply to'personal and advertising Injury"arlsing out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred betbre you acquired or formed the organization. 4. Any person or organization (referred to below as vendor) with whom you agreed, because of a written contractor agreement to provide Insurance Is an Insured, but onlywith respect to "bodily Injury, or "property damage" arising out of "your products" that are distributed or sold In the regular course of the vendor's business. However, no such person or organization is an Insured with respect to: a. "Bodily injury*or "prooperty damage" for which the vendor Is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liabliltyfor damages that the vendor would have In the absence of the contract or agreement, b Anyexpress warranty unauthorized by you; c. Any physical or chemical change in 'your product" made Intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of Inspection, demonstration, testing, or the substitution of parts under Instructions from the manufacturer, and their repackaged in the original contalner; e. Any failure to make such Inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make In the usual course of business, in connection with the distribution or sale of 'your products'. Includes copyrighted material of Insurance Services Office, Inc. Page B of JO CG 70 631211 f Demonstration, Installation, servicing or repair operations, except such operations performed at the vendor's premises in connectlon with the sale of the "your product"; g. "Your products" which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. "Bodily Injury" or'property damage" arising out of the sole negligence of the vendorfor its own acts or omissions or those of its employees or anyone else acting on Its behalf, However, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2) Such Inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make In the usual course of business, In connection with the distribution or sale of the products. This Insurance does not apply to any Insured person or organization from which you have acquired "your products`, or any Ingredient, part or container. entering into, accompanying or containing "your products, No person or organization is an Insured with respect to the conduct of any current or pest partnership, joint venture or limited liability company that Is not shown as a Named Insured In the Declarations. 11. INCIDENTAL MALPRACTICE LIABILITY As respects provision 10., SECTION 11—WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by youto provide medical or paramedical services, provided that you are not engaged In the business or occupation of providing such services, and your "employee" does not have any other insurance that would also cover claims arising under this provision, whetherthe other Insurance Is primary, excess, contingent or on any other basis. tinder SECTION 111- LIMITS OF INSURANCE, provisions 12. through 14. of this endorsement amend the policy as follows: 12. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit apples separatelyto each of your construction projects away from premises owned byor rented to you. 13. INCREASED MEDICAL PAYMENTS LIMITS AND REPORTING PERIOD A. The requirement under SECTION I —COVERAGE C MEDICAL PAYMENTS that expenses be incurred and reported to us within one, year of the date of the accident is changed to three years. B. SECTION 111- LIMITS OF INSURANCE, paragraph T., the Medical Expense Urnil, is subject to all the terms of SECTION III — LIMITS OF INSURANCEand Is the greater of: 1. $10,000; or 2. The amount shown In the Declarations for Medical Expense Limit. C. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS Is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU —SPECIFIC PERILS A. The word fire is changed to "specific perils- where it appears In: 1. The last paragraph of SECTION !— COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. S. The Limits of Insurance shown In the Declamflons will applyto all damage proximately caused by the some event, whether such damage results frorn a "specific pent' or any combination of "specific penis:' C. The Damage To Premises Rented To You Limit described In SECTION III -LIMITS OF INSURANCE, paragraph S , is replaced by a new Ilmit, which is the greater of: 1. $1.000,00c3 or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. Includes copyrighted material of insurance Services Office, Inc, ..: CG 7i3 63 12 11 Page 7 of 10 D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION I - COVERAGE A is excluded either bythe provisions of the Coverage Form or by endorsement. Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 15. through 17. of this a endorsement amend the policy as follows: 16. KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. Is deleted and replaced j and paragraphs e. and f. are added as follows; a. You must see to ftthat we are notified as soon as practicable of an "occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an 'occurrence" or an offense by your `employse(s)" shall not, In Itself, constitute knowledge to you unless one of your partners, members, "executive officers," directors, or managers has knowledge of the "occurrence" or offense. To the extent possible, notice should include: (1) Harr, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured parsons and witnesses; and (3) The nature and location of any Injury or damage arising out of the "occurrence" or offense. e. If you report an "occurrence" to your workers compensation carrier that develops Into a liability claim for which coverage Is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this "occurrence" maybe a liability claim rather than a workers compensation claim. f. You must see to Itthat the following are done In the event of an actual or anticipated 'covered recall" that may result In "product recall expense": ' (1) Give us prompt notice of any discoveryor notification that "your product" must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or anyother method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 16. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements In the Declarations are accurate and complete; � 1' b. Those statements are based upon representations you made to us; and , c. We have Issued this policy In reliance upon your representations. We will not deny coverage under this coverage part if you Unintentionally #all to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations Intended to be covered by the Coverage Form as soon as practicable after Its discovery, However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 17. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) E� Paragraph S. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the E following: i 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The Insured must do nothing after loss to impair them. At our request, the insured will bring "suit` or transfer those rights to us and help us enforce them. However, ifthe insured has waived rights to recover through a written contract, or If'yourwork* was commenced under a letter of 1 ntent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a wafer, we waive any right of recovery we may have under this Coverage Form. 18. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Paragraph 2.b. of A. Cancellatian of the COMMON POLICY CONDITIONS Is deleted and replaced with the following: b. 60 days before the eifective date of the cancellation if we cancel for any other reason. Under SECTION IV —COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew Is deleted and replaced with the following; 9. When We Do Not Renew a. We may elect not to renew this policyexcept, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder Is an elected official. b. If we elect not to renew this policy, we may do so by retailing or delivering to the first Named Insured. at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date, if notice is retailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61st day after the date on which the notice Is mailed or delivered. Earned premium forany period of coverage that extends beyond the expiration date will be computed pro rats based on the previous yeses premium. c. If notice is mailed, proof of mailing wilt be sufficient proof of notice. d. The transferof a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 19. MOBILE EQUIPMENT REDEFINED Under SECTION V -DEFINITIONS, paragraph 12, "Mobile equipment", paragraph E (1) does not apply to self- propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. 20. DEFINITIONS I. SECTION V --DEFINITIONS, paragraph et.'Coverage territory" Is replaced by the following definition: 'Coverage territory" means anywhere in the world with respect to iiabilityarising out of "bodily injury," "properly damage," or "personal and advertising injury," Including "personal and advertising injury" offenses thattake place through the Internet or similar electronic means of communication provided the insured's responsibility to paydamages Is determined in a settlement to which we agree or in a 'suit" on the merits, In the United States of America (including its territories and possessions}, Puerto Rico and Canada. 2. SECTION V—DEFINITIONS Is amended bythe addition of the following deftitlons: "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition In "your product" has resulted or will result in'bodily injury' or 'properly damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your product" for; a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; C. Remuneration paid to regular amployeesfor necessary overtime or authorized travel expense; �.... d. Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 12 11 Page 9 of 10 ............ e. Rental of necessary additional warehouse or storage space; f. Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal of `your products" that cannot be reused. Disposal expenses do not include: (1 ) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily Injury" or "property damage". "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; Vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage." "Water damage" means accidental discharge or leakage of wafter or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. 'Work contract" means a written agreement between you and one or more parties for work to be performed by you or on your behalf. Includes copyrighted material of Insurance Services Office, Inc. Page 10 of 10 CG 70 63 1211 ,E ,a THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE Of CANCELLATION PROVIDED BY US Number of Days Notice 30 .._,° For any statutorily permitted reason otherthan nonpayment of premium, the number of days required for notice of cancellation is _s Increased to the number of days shown In the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or organization The Name of Person or Organization Is any person or organization holding a certificate of insurance issued for you, provided the certificate: 1. Refers to this policy; 2. States that notice oh a. Cancellation; b. Nonrenewal: or .. o. Material change reducing or restricting coverage; will be provided to that person or organization: 3. Is in effect at the time of the; I a. Cancellation; b. Nonrenewal: or c, Material change reducing or restricting coverage; and i 4. Is on fife at your agent or broker's office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization In that certificate of Insurance. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies Insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided bythis endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The premium for this endorsement is S 200. po ._ 1. BROAD FORM INSURED SECTION II -LIABILITY COVERAGE, A.1.Who Is An Insured is amended bythe addition ofthe following: d. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or a majority Interest, will qualify as a Named Insured. However, (1) Coverage under this provision is afforded only until the end of the policy period; (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that is an "insured' underanyother policyor would be an 'Insured" but for Its termination or the exhausting of its limit of Insurance. e. Any employee" of yours using: (1) A covered "auto' you do not own, hire or borrow, or a covered "auto" not owned by the "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your 'employee" does not qu alify as an Insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household. f. Your members, if you are a limited flabG'itycompany, while using a covered 'auto" you do not own, hire or borrow and whit a performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom you agree In a written contract, written agreement or permit, to Provide Insurance such as is afforded underthIs policy, but only with respect to your covered autos". This provision does not apply: (1) Unless the written contract or agreement is executed or the permit is issued prior to the 'bodily injury" or "property damage"; (2) To any person or organization Included as an insured by an endorsement or in the Declarations; or (3) To any lessor of `autos" unless. (a) The tease agreement requires you to provide direct primary Insurance forthe lessor; (h) The "aub is leased without a driver; and Includes copyrighted material of Insurance Services office, Inc. CA 71181109 Page 1 of 5 i (C) The lease had not expired. Leased "autos" covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h. Any legally incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision does not apply to "bodily Injury" or "property damage' farwhich an 'Insured" is also an Insured under any other automobile policy or would be an insured under such a policy, but for Its termination or the exhaustion of its limits of insurance, unless such policy was written to apply specifically in excess of this policy, 2. COVERAGE EXTENSIONS -SUPPLEMENTARY PAYMENTS Under Section H - LIABILITY COVERAGE, A2.a. Supplementary Payme€ris, paragraphs (2) and (4) are deleted and replaced as follows: (2) Up to $2,500 for the cost: of ball bonds (Including bonds for related traffic law violations) required because of an -accident" we cover. We do not have to fu rnish these bonds. (4) All reasonable expenses Incurred by the "insured" at our request, Including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION tl - LIABILITY COVERAGE, B. EXCLUSIONS, paragraph 5. Fellow Employee Is deleted and replaced bythe following: S. Follow Employee "Bodily inJury" to: a. Anyfeilow "employee' of the "Insured" arising out of and in the course of the fellow "employee`s" employment or while perfiorming duties related to the conduct of your business, However, this exclusion does not apply to your "employees" that are officers, managers, supervisors or above. Coverage Is excess over any other collectible Insurance. b. The spouse, child, parent, brother or sister of that fellow employed' as consequence of paragraph 8. above. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following Is added: Ifany of your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your'employees°° hire or borrow, under your name or the "employee's' name, for the purpose of doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown In the Declarations, Item Three, Schedule of Covered Autos You Own, or on any endorsements amending this schedule. B. Under SECTION Ili - PHYSICAL_ DAMAGE COVERAGE, A.4. Coverage Extensions. paragraph b. Loss Of Use Expenses is deleted and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses forwhieh an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contractor agreement. We will pay for loss of use expenses if caused by: (1) Other than collision, only if the Declaratlons indicate that Comprehensive Coverage Is provided for any covered "auto"; Ind udes copyrighted material of insurance Services office, Inc. Page 2 of 5 CA 71 IS 1109 t (2) Specified Causes of Loss, only If the Declarations indicate that Specified Causes Of Loss Coverage Is provided for anycovered "auto'; or (3) Collision, only if the Declarations Indicate that Collision Coverage is provided for anycovered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $2,000. C. Under SECTION IV — BUSINESS AUTO CONDITIONS. IB. General Conditions, S. Other Insurance, paragraph b. is replaced by the following: b. For Hired Auto Physical Damage, the following are deemed to be covered `autos" you own: `F 1. Any covered 'auto* you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented byyour "employees" under a contract in that Individual "employee`s" name, with your permission, while performing duties related to the condud of your .k business, However, any "auto" that is leased, hired, rented or borrowed with a driver Is not a oovered "auto", nor Is any auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liabilitycompany), or members of their households. S. LOAN OR LEASE GAP COVERAGE Under SECTION III —PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If a covered "auto" Is owned or leased and If we provide Physical Damage Coverage on it, we will pay, In the event of a covered total "loss", any unpaid amount due on the lease or loan for a covered "auto", less: (a) The amount paid under the Physical Damage Section of the policy; and: (b) Any (1) Overdue lease or loan payments Including penaittss, Interest or other charges resulting fromoverdue payments at the time of the 'loss"; (2) Financial penalties Imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Costs for extended warranties, Credit Ufe Insurance, Health, Accident or Disability Insurance . purchased with the loan or lease; (4) Securitydeposits not refunded by a lessor; and (5) Carry-over balances from previous loans or leases. t 6. RENTAL REIMBURSEMENT Under SECTION III - PHYSICAL DAMAGE COVERAGE, AA. Coverage Extensions, paragraph a. Transportation Expenses Is deleted and replaced by the following: a. Transportation Expenses (1) We will pay up to $75 per day to a maximum of $2,0001br transportation expense incurred by you because of covered "loss". We will pay only for those covered "autos" for which you carry Collision Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay for transportation expenses incurred during the period beginning 24 hours after the covered °loss" and ending, regardless of the policy's expiration, when the covered'auto" is returned to use or we pay for its "lass'. This coverage is In addition to the otherwise applicable coverage you have on a covered "auto". No deductibles apply to this coverage. I ndudes copyrighted material of insurance Services Office, Inc. CA 71181109 Page 3 of 5 .1 (2) This coverage does not apply while there Is a spare or reserve "auto" available to you for your operation. T. AIRBAGCOVERAGE Under SECTION III -PHYSICAL DAMAGE, B. EXCLUSIONS, paragraph 3. is deleted and replaced by the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other "lass" that Is covered bytHs insurance: (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not include the discharge of an airbag. (2) Blowouts, punctures or other road damage to tires. S. GLASS REPAIR— WAIVER OF DEDUCTIBLE Section III —PHYSICAL DAMAGE COVERAGE, O. Deductible Is amended to add the following: No deductible applies to glass damage If the glass Is repaired ratherthan replaced. 9. COLLISION COVERAGE-- WAIVEROF DEDUCTIBLE Under Section III - PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: When there is a loss to your covered "auto" Insured for Collision Coverage, no deductible will apply if the loss was caused by collision with another "auto" insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties InThe Event Of Accident, Claim, Suit Or Lose, paragraph a. Is deleted and replaced by the following: _ a. You must see to It thatwe are notified as soon as practicable of an "accldenr, claim, "suit' or "lass". Knowledge of an "accident", claim, "salt" or "loss" by your "employees" shall not, In Itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you area limited liability company) has knowledge of the "accident", claim, "suit" or "loss". Notice should include: (1) How, when and where the "accident" or "loss" occurred: (2) The "Insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph 5. Transfer Of Rights Of Recovery Against Others To Us Is deleted and replaced bythe following: S. Transfer Of Rights Of Recovery Against Others To Us Ifanyperson or organization to or forwhom we make payment underthis Coverage Form has rights to recover damages from another, those rights are transferred to us, That person or organization must do everything necessaryto secure our rights and must do nothing after "accident or "loss" to Impair them. However, if the "insu red" has waived rights to recover through a written contract, or if your worts was commenced under a letter of intern or worts order, s ubject to a subsequent reduction in writing with customers whose customary contracts require a waiver, we waive any right of recoverywe may have under this Coverage Form. 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS, B. General Conditions, paragraph 2. Concealment, Misrepresentation Or Fraud Is amended by the addition at" following: We will not deny coverage under this Coverage Form if you unintentionally fall to disclose all hazards existing as of the Inception date of this policy. You must report to us any knowledge of an error or omission In your representations as soon as practicable attar its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. 13. BLANKET COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS When required by written contract or written agreement, the definition of "insured contract" Is amended as follows, -- The exception contained In paragraph H.& relating to construction or demolition operations on or within 50 feet of a railroad; and — Paragraph H.a. are deleted with respect to the use of a covered "auto" in operations for, or affecting, a railroad. Includes copyrighted material of Insurance Services Office, Inc. CA 7118 11 q9 Page 5 of 5 A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOVICE OF CANCELLATION PROVIDED BY US Number of Rays Nodes, 30 For any statutorily permitted reason otherthan nonpayment of promfurn, the number of days required for notice of cancellation is increased to the number of days shown in the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the failowing schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or OManization The Name of Person or Organization is any person or organization holding a certificate of Insurance issued for you, provided the certificate: I. Refers to this policy; 2. States that notice of. a. Cancellation; b. Nonrenswal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the; a. Cancellation; b. Nonrenewal; or e. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of Insurance. POLICY NUMBER: CA 20853290001 COMMERCIAL AUTO CA 716510 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - PRIMARY COVERAGE This endorsement modifies Insurance provided under the BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Farm apply unless changed by this endomernerd. This endorsement identifies person(s) or organizatlon(s) who are 'insured" underthe Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy, unless another date Is shown below. EndorsementEffective: 12/31/2012 Countersigned By. - Named Insured: RED RIVER CONSTRiTCTION COMPANY, INC. (Authorized Representative)I (No entry may appear above. If so, information to complete this endorsement Is in the Declarations.) Section 11— Liability Coverage, A. Coverage, 1. Who is An Insured is amended to add: Any Person or Organization with whom you have an `insured contrail" which requires: 1. that Person or organization to be added as an *Insured* under this policy. and 11. this policy to be primary and non-contributory to any like Insurance available to the Person or Organiza#ion. Each such person or organization Is an "Insured" for Liability Coverage. They are an 'Insured' only If that person or organization is an "Insured' under In SECTION 11 of the Coverage Fort. The contract between the Named Insured and the person or organization is an "insured contract". Inches copyrighted material of the Insurance Services Office, Inc., with its permission. CA 71 65 10 07 Insurance Services OMca.,1998, Page 1 of 1 �I .... ....... ... ........ ............ WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed. t-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown In Item 3.A. of the information Page. We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respect to bodily Injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown In the Schedule. Schedule I. ( )Specific Waiver Name of person or organization t (X)Blanket Waiver Any person or organization for whom the Named insured has agreed by written contract to furnish this waiver. 2. Operations, 3. Premium The premium charge for this endorsement shall be 0.020 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium $1,867 This endorsement changes the policy to which it is attached and is effective on the data issued unless otherwise stated. (The Wbrmation below is required only when this endorsement is issued subsequent to preparatton of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium $ Insurance Company Countersigned by _ TEAS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION (PROVIDED BY u5 Number of Days Notice a For any statutorily permitted reason otherthan nonpayment of premium, the number of days required for notice of cancellation is Increased to the number of days shown In the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above, SCHEDULE Name of Parson or Grganiation The Name of Person or Organization is any person or organization holding a. certificate of Insurance issued for you, provided the certificate: 9. Refers is this policy; 2. States that notice of a. Cancellation; b, Nonrenewal; or a Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nenrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of insurance. f�� CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified :mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT COMP/OP 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 WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the 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. CONTRACT PAGE INTENTIONALLY LEFT BLANK CONTRACT 11556 PROJECT NUMBER: EPA #96629501 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 10' day of Deeember, 591 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 Red River Construction Co. of the City of Wiley, County of Collin and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 14-11556-MA "Canyon Lake Water Reuse Project - Southeast Water Reclamation Plant Improvement Outfall Pipeline with Cascade Aeration" and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. Red River Construction Co. 's bid dated October 31 st, 2M 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 fluids 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: Red River Construction Co. By: 1 PRINTED NAME: Dean Porter TITLE: president COMPLETE ADDRESS: Company Red River Construction Co. Address2804 Capital St. _r City, State, Zip: Wylie, Texas ATTEST: r Corporate Secretary V,, -rA MOMS W Gairza, City Secretary TO CONTENT: Utilities Engineer P.E., City Engineer APP ED S TO FORM: sistant City Attorney PAGE INTENTIONALLY LEFT BLANK r.. , GENERAL CONDITIONS OF THE AGREEMENT PAGE INTENTIONALLY LEFT BLANK GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Red River Construction Co. 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 John Turpin, PE Chief Water Utilities Engineer, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". S. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted,,' "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office 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. LI 10 11 12. 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. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. 15. 16. 17. 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. 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. 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. 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 Office, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. 18 19. 20. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any Haan or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public 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 shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being :manufactured or fabricated. All such tests shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is 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 dontract 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 perfonnance 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 L 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 1001/o, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. ..t 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, shalt 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 sufficlent sutras in its bid to complete the worts 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 crust be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein 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 Offices, 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 shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTOIGENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, 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 COPIES OF THE ENDORSEMENTS ARE REQUIRED, 7 B. C. D. E. F. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of S�OQCombined Single Limit in the aggregate and per occurrence to include: PTaduc &`C mpleted Operations �azar�d WITH HEAVY EQUIPMENT ENDORSEMENT Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, - NOT REQUIRED. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, S A-0 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. Umbrella Liability Insurance - NOT REQUIRED. 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 t� , 4 1. 2. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement 01 WCC-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 Contractoes/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. 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 8 of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 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. 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 i 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 G (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 shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 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. (S) 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: 10 (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; (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 wormer 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 employes" "Call the Texas Workers' Compensation Commission at 800-372-77I3 or 5I2-804- 4000 (1vwwAdLstate,tx.us) 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; . 11 (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY E UIPMENT 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 Offices, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract 12 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 Offices, 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 Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 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 Sf0©) 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 agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work 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. -q 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 Owners convenience, in 14 which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their 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 Offices, 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 fumishing 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 15 43. 44. 45. 46. 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. 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. 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. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 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. PAYMENT WITHHELD 16 The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shah 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 17 49. 50. Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by Iaw. 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. 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. BONDS 18 The Contractor is required to famish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by 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 (iti) 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. 19 56. 57. 58 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. NONAPPROPRIATION All fimds 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. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly " authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. NON -ARBITRATION [I The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. _.i 20 ADDITIONAL EPA REOU MAIENTS I PAGE INTENTIONALLY LEFT BLANK AU UNITED STATES ENVIRONMENTAL PROTECTION AGENCY REGION 6 Supplemental Conditions For Federally Assisted Water, Storm Water and/or Wastewater Infrastructures under the Special Appropriations Act Project Grants Revised March 2012 REPRODUCTION OF nUS GUIDANCE SHOULD BE ON COLORED PAPER, PREFERABLY PINK The following information and materials are furnished for use of the grantee and the prime contractor in complying with specifications for water and wastewater infrastructures construction contracts. The construction contracts are to be funded in part with funds authorized under the applicable U. S. EPA Appropriations Act(s). 1. THE GRANTEE MUST - A. As soon as possible after signing: of the construction contracts, and before starts of construction, conduct a preconstruction conference and submit the following documents to EPA Region 6. 1. Work order that shows a date work will commence which is after the date of the conference. 2. Any modifications (change orders) to the contract for approval by the EPA (certain modifications may require prior approval.) 3. Executed contract documents including subcontract documents between the prime contractor and its MBE/WBE/SBRA subcontractors. 4. Contractor's bonds (performance and payment) B. Ensure that the contractor(s) is familiar with the following documents and resulting actions: 1. EPA Forum 5700-49, Certification Regarding Debarment, Suspension, and Other Responsibility Matters. 2. XP-214, Certification by Contractor of Labor Standards Compliance. 3. XP-211, Certifications Regarding Contracts under Equal Opportunity Clause and Nonsegregated Facilities. C. Ensure that documents for minority business enterprises (MBE), women's business enterprises (WBE) and Small Business in a Rural Area (SBRA) are sufficient and that records reflect MBE/WBE/SBRA percentage, or justifications' with affirmative steps, if MBE/WBE/SBRA not utilized; and that contractor(s) is fulfilling its MBE/WBE /SBRA functions and all MBEJWBE/SBRA requirements as set forth in 40 CFR 31.36(e) and other applicable EPA requirements. D. Ensure that monthly engineering estimates of project construction which separates 1 eligible from ineligible work are prepared and a copy of each is retained in the grantee's file. E. Maintain current project construction schedule and progress chart consisting of bar charts and/or curves which reflect the approved project modifications and change orders. F. Please advise EPA Region 6 if you plan to have a public groundbreaking ceremony. G. Make prompt progress payments to prime contractors and suppliers. 11. PRIME CONTRACTOR MUST - A. Make affirmative steps to use MBE/WBE/SBRA subcontractors as set forth in 40 CFR 31.36(e) and applicable EPA guidance requirements. B. Prepare and submit to the grantee the attached form XP 214, Certification by Contractor of'.Labor Standards Compliance for each monthly engineering estimate. (EPA must have the information shown in this form on file BEFORE the first grant payment can be made.) C. Obtain from the prospective subcontractor, prior to the award of any federally assisted subcontract exceeding $25,000 which is not exempt from the Executive Order 12549, Debarment and Suspension, a completed certification (see attached EPA Form 5700-49) or explanation for the project from the subcontractor. D. Obtain from the prospective subcontractor, prior to the award of any federally assisted subcontract exceeding $10,000 which is not exempt from the equal opportunity clause, a certificate (see attached Form XP-211, Part B) from the subcontractor that it does not and will not maintain any facilities provided for its employees in a segregated manner; or permit its employees to perform their services at any location under its control where segregated facilities are maintained as required by 41 CFR 60-1.8. Such certificates MUST be made a part of the subcontract. E. Obtain from the prospective subcontractor, prior to the award of any federally assisted subcontract exceeding $10,000, a certificate (XP-211, Part A) acknowledging its understanding of the affirmative action requirements and certifying its agreement to make a good faith effort to achieve and maintain equal opportunity employment in the work force as explained in the specification. F. Require the prospective subcontractor prior to the award to certify whether or not 2 b. If this is a fixed price contract awarded through sealed bidding or otherwise on the basis of effective price competition, the contractor agrees to make paragraphs (a) through (g) of this clause applicable to all negotiated change orders and contract amendments affecting the contract price. In the case of all other types of prime contracts, the contractor agrees to make paragraphs (a) through (g) applicable to all contract awards in excess of $10,000, at any tier, and to make paragraphs (a) through (g) of this clause applicable to all change orders directly related to project performance. c. Audits conducted under this provision shall be in accordance with generally accepted auditing standards and with established procedures and guidelines of the reviewing or audit agency(ies). d. The contractor agrees to disclose all information and reports resulting from access to records under paragraphs (a) and (b) of this clause to any of the agencies referred to in paragraph (a). e. Records under paragraphs (a) and (b) above shall be maintained by the contractor during performance on EPA assisted work under this contract and for the time periods specified in 40 CFR part 31. In addition, those records which relate to any controversy arising under an EPA assistance agreement, litigation, the settlement of claims arising out of such performance or to costs or items to which an audit exception has been taken shall be maintained by the contractor for the time periods specified in 40 CFR part 31. f Access to records is not limited to the required retention periods. The authorized representatives designated in paragraph (a) of this clause shall have access to records at any reasonable time for as long as the records are maintained. g This right of access clause applies to financial records pertaining to all contracts (except for fixed price contracts awarded through sealed bidding or otherwise on the basis of effective price competition) and all contract change orders regardless of the type of contract, and all contract amendments regardless of the type of contract. In addition this right of access applies to all records pertaining to all contracts, contract change orders and contract amendments: 1. To the extent the records pertain directly to contract performance; 2. If there is any indication that fraud, gross abuse or corrupt practices may be involved; or 3. If the subagreement is terminated for default or for convenience. 10. COVENANT AGAINST CONTINGENT FEES The contractor assures that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee excepting bona fide employees or bona fide established commercial or sel ling agencies maintained by the contractor for the purpose of securing business. For breach or violation of this assurance, the recipient shall have the right to annul this agreement without liability or, at its discretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee. 11. GRATUITIES a. if the recipient finds after a notice and hearing that the contractor or any of the contractor's agents or representatives offered or gave gratuities (in the form of entertainment, gifts or 6 otherwise) to any official, employee or agent of the recipient, the State or EPA in an attempt to secure a contract or favorable treatment in awarding, amending or making any determinations related to the performance of this contract, the recipient may, by written notice to the contractor, terminate this contract. The recipient may also pursue other rights and remedies that the law or this contract provides. b. In the event this contract is terminated as provided in paragraph (a), the recipient may pursue the same remedies against the contractor as it could pursue in the event of a breach of the contract by the contractor, and as a penalty, in addition to any other damages to which it may be entitled by law, be entitled to exemplary damages in an amount (as determined by the recipient) which shall be not less than three nor more than ten times the costs the contractor incurs in providing any such gratuities to any such officer or employee. 12. BUY AMERICAN This clause annlies only to construction „contracts award under 40 CFR Part 35. Subparts E and 1. In accordance with Section 215 of the Clean Water Act (33 U.S.C. 1251 et. seq.) and 40 CFR 31.36(c)(5), the contractor agrees that preference will be given to domestic construction material by the contractor, subcontractors, materialmen and supplies in the performance of this contract. 13. RESPONSIBILITY OF THE CONTRACTOR a. The follows g Clause anylles only, to subakreemenis for services. 1. The contractor is responsible for the professional quality, technical accuracy, timely completion and coordination of all designs, drawings, specifications, reports and other services furnished by the contractor under this contract. If the contract involves environmental measurements or data generation, the contractor shall comply with EPA quality assurance requirements in 40 CFR 31.45. The contractor shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in his designs, drawings, specifications, reports and other services. 2. The contractor shall perform the professional services necessary to accomplish the work specified in this contract in accordance with this contract and applicable EPA requirements in effect on the date of execution of the assistance agreement for this project. 3. The owner's or EPA's approval of drawings, designs, specifications, reports and incidental work or materials furnished shall not in any way relieve the contractor of responsibility for the technical adequacy of his work. Neither the owner's nor EPA's review, approval, acceptance or payment for any of the services shall be construed as a waiver of any rights under this agreement or of any cause for action arising out of the performance of this contract. 4. The contractor shall be, and shall remain, liable in accordance with applicable law for all damages to the owner or EPA caused by the contractor's negligent performance of any of the services furnished under this contract, except for errors, omissions or other deficiencies to the extent attributable to the owner, owner -furnished data or any third party. The contractor shall not VA be responsible for any time delays in the project caused by circumstances beyond the contractor's control. 5. The contractor's obligations under this clause are in addition to the contractor's other express or implied assurances under this contract or State law and in no way diminish any other rights that the owner may have against the contractor for faulty materials, equipment or work. b. The followltzg clause applies only to contracts (or construetion. 1. The contractor agrees to perform all work under this contract in accordance with this agreement's designs, drawings and specifications. 2. The contractor guarantees for a period of at least one (1) year from the date of substantial completion of the work that the completed work is free from all defects due to faulty materials, equipment or workmanship and that he shall promptly make whatever adjustments or corrections 1 which may be necessary to cure any defects, including repairs of any damage to other parts of the system resulting from such defects. The owner shall promptly give notice to the contractor of observed defects. In the event that the contractor fails to make adjustments, repairs, corrections or other work made necessary by such defects, the owner may do so and charge the contractor the cost incurred. The performance bond shall remain in full force and effect through the guarantee period. 3. The contractor's obligations under this clause are in addition to the contractor's other express or implied assurances under this contract or State law and in no way diminish any other rights that the owner may have against the contractor for faulty materials, equipment or work. 14. FINAL PAYMENT Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the contractor shal l execute and deliver to the owner a release of all claims against the owner arising under, or by virtue of, this contract, except claims which are specifically exempted by the contractor to be set forth therein. Unless otherwise provided in this contract, by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the owner's claims against the contractor or his sureties under this contract or applicable performance and payment bonds. -1 8 United States Environmental Protection Agency Region G Policy for Bypass During Construction It is a violation of an NPDES permit to bypass any part of a collection system or treatment plant. Such violations are subject to the enforcement provisions of Section 309 of the Clean Water Act. Under extreme circumstances, bypassing can sometimes be employed for short periods, but only after thorough review and authorization by the regulatory agency. NPDES regulations and permits prohibit the diversion of wastes from any portion of the treatment facility unless: 1) Bypass is unavoidable to prevent loss of life, personal injury. or severe property damage; or 2) There are no feasible alternatives to bypass. such as the use of auxiliary treatment facilities. retention of untreated wastes, or maintenance during normal periods of equipment downtime. This condition is not satisfied if the Permittee could have installed adequate backup equipment to prevent a bypass which occurred during normal periods of equipment downtime or preventive maintenance; and 3) The Permittee submits prior notice of an anticipated bypass. if possible, at least ten days before the date of the bypass. The regulatory agency may authorize an anticipated bypass after considering its adverse effects, if it determines that it will meet the above conditions: 1) The construction sequence must be such that wastes are provided a minimum of secondary treatment, or the equivalent for industrial treatment facilities during all phases of construction unless more stringent treatment levels are required by the state agency; or 2) The facility must maintain compliance with interim limitations set by the regulatory agency based on plant performance. 3) Disinfection is to be utilized if required to protect public health. CROSS -CUTTING FEDERAL AUTHORITIES Environmental Authorities it Archeological and Historic Preservation Act of 1974, Pub. L 86-523, as amended Clean Air Act, Pub. L 84-159, as amended Coastal Barrier Resources Act, Pub. L 97-348 " Coastal Zone Management Act, Pub. L 92-583, as amended Endangered Species Act, Pub. L 93-205, as amended fr Executive Order 11593, Protection and Enhancement of the Cultural Environment Floodplain Management, Executive Order 11988, as amended by Executive Order 12148 " Protection of Wetlands, Executive Order 11990 " Farmland Protection Policy Act, Pub. L. 97-98 ,Fish and Wildlife Coordination Act, Pub. L. 85-624, as amended National Historic Preservation Act, PL 89-665, as amended " Safe Drinking Water Act, Pub. L. 93-523, as amended Wild and Scenic Rivers Act, Pub. L. 90-542, as amended " Wilderness Act, Pub. L. 88-577, as amended Economic and Miscellaneous Authorities IT Demonstration Cities and Metropolitan Development Act of 1966, Pub. L. 89-754, as amended, Executive Order 12372 of Procurement Prohibitions under Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, including Executive Order 11738, Administration of the Clean Air Act and the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans " Uniform Relocation and Real Property Acquisition Policies Act of 1970, Pub. L. 91-646 as amended r. it Debarment and Suspension, Executive Order 12549 New Restriction on Lobbying, Section 319 of Pub. L. 101-121 Social Policy Authorities Age Discrimination Act of 1975, Pub. L. 94-135 Title VI of the Civil Rights Act of 1964, Pub. L. 88-352 Section 504 of the Rehabilitation Act of 1973, Pub. L. 93-112 (including Executive orders 11914 and 11250) '= The Drug -Free Workplace Act of 1988, Pub. L. 100-690 " Equal Employment Opportunity, Executive Order 11246 Wornen=s and Minority Business Enterprise, Executive Orders 11625, 12138 and 12432 it Section 129 of the Small Business Administration Reauthorization and Amendment Act of 1988, Pub. L. 100-590 t 2 PAGE INTENTIONALLY LEFT BLANK if� PAGE INTENTIONALLY LEFT BLANK EXHIBIT A General Decision Number: TX120007 01/04/2013 TX7 Superseded General Decision Number: TX20100008 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green. Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/06/2013 SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 LABORER Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less........................$ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ........................$ 12.28 Loader/Backhoe..............$ 14.18 Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 3 T Roller, Other ...............$ 10.36 Scraper .....................$ 10.61 Spreader Box ................$ 12.60 a Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................$ 14.46 Single Axle .................$ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................$ 12.49 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after IJ award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of" identifiers" that indicate whether the particular rate is union or non -union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable„ i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage - determination. The date, 07/01/2011, following these characters is the effective date of the most current. negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. T Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rate. Non -Union Identifiers Classifications listed under an "SU" identifier were derived 4 from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non --union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. -_----_----------------..__------------------------------------------ WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2,) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage £. payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an t . .... . ...... .. ......... interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B 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 e Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. n SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK TECHNICAL SPECIFICATIONS City of Lubbock Canyon Lakes Reuse Project Southeast Water Reclamation Plant Lubbock, Texas EPA Special Appropridons Grant Number KP-96629501 flay2013 Prepared By: s� Enprotec ! Hlbbs & Todd 631U Genoa Aveh4 Sine E .ti660ck; Taxes 78424 Phone. (806) 794-1100.' Fax (806) 740778 PG Flan R &trAm No 54103 PE Fkm Re&taft No.:1151 ................,............:..,� FREp W CURNUTT4 TECHNICAL SPECIFICATIONS INDEX FOR CITY OF LUBBOCK CANYON LAKE REUSE OUTFALL PIPELINE DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01039 Coordination and Meetings 01090 Reference Standards 01300 Submittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01564 Storm Water Pollution Prevention During Construction 01600 Material and Equipment 01700 Contract Closeout DIVISION 2 - SITE WORK 02210 Grading and Earthwork 02220 Trench and Excavation Safety System 02225 Excavation, Backfilling, and Compacting for Utilities 02231 Aggregate Base Course 02275 Riprap 02510 Asphaltic Concrete Paving 02511 Pavement Replacement 02520 Concrete Pavement, Sidewalks, Curb and Gutter, and Approaches 02728 Concrete Splash Blocks 02732 Large Diameter Sanitary Sewer System DIVISION 3 - CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03300 Cast -in -Place Concrete 03371 Shotcrete 03881 Flowable Fill DIVISION 4 -- NOT USED DIVISION 5 - METALS 05120 Structural Steel 05210 Steel Joists 05500 Metal Fabrications 05530 Gratings 05720 Aluminum Hand Railing 05730 Stair Treads 3 TECHNICAL SPECIFICATIONS INDEX ° FOR CITY OF LUBBOCK CANYON LAKE REUSE OUTFALL PIPELINE DIVISION 6 - NOT USED DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07611 Prefinished Sheet Metal Panel Roofing 07620 Sheet Metal Flashing and Trim 07631 Gutters and Downspouts F DIVISION 8, 9 AND 10 -- NOT USED DIVISION 11 - EQUIPMENT 11285 Sluice Gates DIVISIONS 12, 13 AND 14 - NOT USED DIVISION 15 - MECHANICAL 15060 Pipes and Pipe Fittings 15113 Combination Air Release Valves DIVISION 16 - ELECTRICAL 16000 General Requirements for Electrical Work 16115 Underground Electrical Duct and Conduit 16120 Conductors 16195 Electrical Identification 16450 Grounding 16475 Overcurrent Protective Devices 16500 Lighting APPENDIX A - GEOTECHNICAL REPORT SECTION 01010 SUMMARY OF WORK 1 GENERAL 1.1 SECTION INCLUDES: A. Work Covered by Contract Document B. Contractor Use of Site and Premises C. Work Sequence D. Owner Occupancy 1.2 WORK COVERED BY CONTRACT DOCUMENT A. Improvements to Southeast Water Reclamation Plant (SE WRP): Install a 42 inch pipeline from Plant 4 UV Disinfection Chamber to a discharge structure in the canyon with a cascade aeration chamber as shown with all appurtenances. 1.3 CONTRACTOR USE OF SITE AND PREMISES A. Access to site: Unlimited B. Construction operations shall be limited to areas noted on plans or agreed upon by Owner. C. Utility outages and shutdown shall be coordinated with Owner. D. Time restrictions for performing work. Monday through Friday 7:00 a.m. — 6:00 p.m. with no digging after 4:00 p.m. Saturday and Sunday work must be scheduled with Owner. 1.4 WORK SEQUENCE A. Construction work to accommodate Owner's occupancy requirements and to keep existing facilities in service during construction period. Contractor shall provide temporary pumping equipment, including temporary power to bypass existing facilities/flows during installation of new pipeline and aeration cascade structure, if needed. B. Coordinate construction schedule and operations with Owner and Engineer. The installation of the pipeline from the connection to the existing 42 inch pipe south of the UV chamber outlet approximately 35 feet to the position east of digester # 6 will involve considerable existing piping and electrical ducts, road, drainage structures, and prior building structures which will require extreme care in the installation along with coordination with the owner to ensure existing operations are not interrupted. C. Work should start on the pipeline with the tie into the 42 inch existing line and proceed east to the aeration cascade structure which can be constructed in Lubbock Canyon Lake Reuse Outfall Pipeline Summary of Work Contract #8462 01010 - 1 April 26, 2013 I sequence with the pipeline. The initial leg of the pipeline should be installed in a timely manner to reduce the impact on the plant's operation. 1.5 OWNER OCCUPANCY A. The Owner will occupy the premises during entire period of construction for the conduct of normal operations. B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. C. Schedule the work to accommodate this requirement. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #E8462 01010 - 2 Summary of Work April 26, 2013 SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.1 SECTION INCLUDES: A. Coordination. B. Field Engineering. C. Preconstruction Meeting. 1.2 COORDINATION: A. Coordinate scheduling, submittal, and Work of the various sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate sections in preparation. for Substantial Completion, After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.3 FIELD ENGINEERING: A. Control datum for survey is that shown on Drawings. B. Contractor to verify set -backs and easements, confirm drawing dimensions and elevations. 1.4 PRECONSTRUCTION MEETING: A. Engineer will schedule a meeting after Notice of Award. B. Attendance Required: Owner, Engineer, and Contractor. C. Agenda: 1. Distribution of Owner -Contractor Agreement 1 Contract Document. 2. Submission of executed bonds and insurance certificates. 3. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 4. Designation of personnel representing the parties in Contract, and the z Engineer. f g Lubbock Canyon Lake Reuse Outfali Pipeline Coordination and Meetings Contract #8462 01039 - 1 April 26, 2013 PART 2 PART 3 5. Procedures and processing of field decisions, submittal, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 6. Scheduling. 7. Coordination with other agencies/organizations. 8. Scheduling activities of a Geotechnical Engineer. Engineer to record minutes and distribute copies after meeting to participants. PRODUCTS Not used EXECUTION Not used END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 01039 - 2 Coordination and Meetings April 26, 2013 SECTION 01090 STANDARD REFERENCES . of Whenever used in the Project Manual, the following abbreviations will have the meanings listed: When documents are referenced, they are a part of the Specification as specified and modified. In case of conflict between the requirements of these Specifications and those on the referenced documents, these Specifications shall prevail. AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, Ste. 249 Washington, DC 20001 ACI American Concrete Institute 38800 Country Club Drive Farmington Hills, MI 48331 A1SC American Institute of Steel Construction One East Wacker Drive, Ste. 700 Chicago, IL 60601-1802 AISI American Iron and Steel Institute 1140 Connecticut Ave., Ste. 705 Washington, DC 20036 AITC American Institute of Timber Construction 7012 S. Revere Parkway, Ste. 140 Centennial, CO 80112 ANSI American National Standards Institute, Inc. 1899 L Street, NW, 1 Vh Floor Washington, DC 20036 APA American Plywood Association 7011 S. 191" Street Tacoma, WA 98466-5333 API American Petroleum Institute J 1220 L Street, NW Washington, DC 20005-4070 APSP Association of Pool and Spa Professionals 2111 Eisenhower Ave., Ste. 500 Alexandria, VA 22314 ASCE American Society of Civil Engineers 1801 Alexander Bell Drive Reston, VA 20191 ..a ASCII American Standard Code for Information Interchange United States of American Standards Institute 25 West 43rd Street, 4' Floor New York, NY 10036 Lubbock Canyon Lake Reuse Outfall Pipeline Standard References Contract #8462 01090 - 1 April 26, 2013 f; 4 ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers United Engineering Center 1791 Tullie Circle, NE 8 Atlanta, GA 30329 ASME American Society of Mechanical Engineers Three Park Avenue New York, NY 10016 ASTM American Society for Testing and Materials 100 Bar Harbor Drive West Conshohocken, PA 19428 (http://www.astm.org) AWPA American Wood Preservers Association 100 Chase Park South, Ste. 116 Birmingham, AL 35244 AWS American Welding Society 550 LeJeane Road Miami, FL 33126 AWWA American Water Works Association 6666 W. Quincy Avenue Denver, CO 80235 CRSI Concrete Reinforcing Steel Institute 933 North Plum Grove Road Schaumburg, IL 60173 £ EEI Edison Electric Institute s--. 701 Pennsylvania Ave., NW Washington, DC 20004 ENGINEER Enprotec / Hibbs & Todd, Inc. 402 Cedar Street Abilene, Texas 79601 FEDSPEC Federal Specifications 1 General Services Administration - Specification and Consumer Information Distribution Branch 1275 First Street, NE Washington, DC 20417 FEDSTDS Federal Standards (see FEDSPECS) HI Hydraulic Institute ! 6 Campus Drive, First Floor North . s Parsippany, NJ 07054 Lubbock Canyon Lake Reuse Outfail Pipeline Standard References Contract #8462 01090 - 2 April 26, 2013 �i IBC International Building Code (Published by [CC) ICC International Code Council 500 New Jersey Ave., NW, 6`' Floor Washington, DC 20001 ICEA Insulated Cable Engineers Association P.O. Box 1568 Carrolton, GA 30112 IEEE Institute of Electrical and Electronic Engineers, Inc. 3 Park Avenue, 171 Floor New York, NY 10016 IES Illuminating Engineering Society c/o United Engineering Center 120 Wall Street, Floor 17 New York, NY 10005 11VIC International Mechanical Code (Published by ICC1 [PC International Plumbing Code (Published by ICC) ISA Instrument Society of America 67 Alexander Drive Research Triangle Park, NC 27709 MILSPEC Military Specifications Navy Publications and Forms Center 5801 Tabor Avenue . Philadelphia, PA 19120 NAAMM National Association of Architectural Metal Manufacturers 800 Roosevelt Rd., Bldg. C, Ste 312 Glen Ellyn, IL 60137 NACE National Association of Corrosion Engineers , 1440 South Creek Drive Houston, Texas 77084 .- NEC National Electrical Code National Fire Protection Association 1 Batterymarch Park Quincy, MA 02169 NEMA National Electrical Manufacturer's Association A.._ 1300 North 17'h Street, Ste. 1752 Rosslyn, VA 22209 € Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 01090 - 3 Standard References April 26, 2013 } i� NFPA National Forest Products Association 1111 191' Street, NW, Ste. 800 Washington, DC 20036 NFPA National Fire Protection Association 1 Batterymarch Park Quincy, MA 02169 NSF National Sanitation Foundation 789 N. Dixboro Road Ann Arbor, MI 48113 OSHA Occupational Safety and Health Act Occupational/Safety and Health Administration Lubbock Area Office 1205 Texas Avenue Lubbock, TX 79401 OWNER City of Lubbock SBCC Southern Building Code Congress 900 Montclair Road Birmingham, AL 35213 SMACNA Sheet Metal and Air Conditioning Contractor's National Association 4201 Lafayette Center Drive Chantilly, VA 20161-1209 SSPC Steel Structures Painting Council 4516 Henry Street, Suite 301 Pittsburgh, PA 15123-3728 SSPWC-NCT Standard Specifications for Public Works Construction -- North Central Texas North Central Texas Council of Governments P O Box 5888 Arlington, Texas 76005-5888 TCA Tile Council of America, Inc. 100 Clemson Research Blvd. Anderson, SC 29625 TCEQ Texas Commission on Environmental Quality P O Box 13087 Austin, TX 78711-3087 TDSHS Texas Department of State Health Services 1100 West 49' Street Austin, Texas 78756-3199 TWDB Texas Water Development Board 1700 North Congress Avenue Austin, Texas 78711 Lubbock Canyon Lake Reuse Outfali Pipeline Standard References Contract #8462 01090 - 4 April 26, 2013 TXDOT Texas Department of Transportation 125 E. 11 th Street Austin, TX 78701 UBC Uniform Building Code Published by ICB UL Underwriters Laboratories, Inc. 2600 NW Lake Road Camas, WA 98607 USBR Bureau of Reclamation U.S. Department of Interior Engineering and Research Center Denver Federal Center, Building 67 Denver, CO 60225 WWPA Western Wood Products Association 522 SW Fifth Ave, Ste. 500 Portland, OR 97204 END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Standard References Contract #8462 01090 - 5 April 26, 2013 SECTION 01300 SUBMITTALS PART1 GENERAL 1.1 SECTION INCLUDES: A. Submittal Procedures. B. Construction Progress Schedules. C. Shop Drawings. D. Product Data. E. Manufacturer's Installation Instructions. F. Manufacturers' Certificates. 1.2 SUBMITTAL PROCEDURES: A. Transmit each submittal with Engineer accepted form. B. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. C. Each submittal shall be limited to a single specification section or material topic. Where equipment packages, assemblies, and the like are interrelated, the submittals should be provided together facilitating review of the Contractor's purposed offering. When related portions of an equipment package or system are not provided, the submittals may be returned without review. D. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing and detail number, and Specification section number, as appropriate. E. Apply Contractor's stamp, signed or initialed, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. F. Schedule submittals to expedite the Project, and deliver to Engineer at business address. Coordinate submission of related items. G. For each submittal for review, allow 20 days excluding delivery time to and from the Contractor. N. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the Lubbock Canyon Lake Reuse Outfall Pipeline Submittals Contract #8462 01300 - 1 April 26, 2013 completed Work. I. Provide space for Contractor and Engineer review stamps. J. Revise and resubmit, identify all changes made since previous submission. K. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with provisions. L. Submittals not requested will not be recognized or processed. 1.3 CONSTRUCTION PROGRESS SCHEDULES: A. Submit initial schedule in duplicate within 20 days after date established in Notice to Proceed. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. E. Indicate estimated percentage of completion for each item of Work on each Application for Payment submission, 1.4 SHOP DRAWINGS: A. Submit the number of reproductions which Contractor requires, plus three copies which will be retained by Engineer. B. Shop Drawings: Submit for review. After review, produce copies and distribute in accordance with the SUBMITTAL PROCEDURES article above and for record documents purposes described in Section 0 1 700--CONTRACT CLOSEOUT. 1.5 PRODUCT DATA: A. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project, C. After review, distribute in accordance with the Submittal Procedures article above and provide copies for record documents described in Section 01700 - CONTRACT CLOSEOUT. Lubbock Canyon Lake Reuse Outfali Pipeline Submittals Contract ##8462 01300 - 2 April 26, 2013 1.6 MANUFACTURER INSTALLATION INSTRUCTIONS: A. When specified in individual Specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and operating, to Engineer in quantities specified for Product Data. 1.7 MANUFACTURER OPERATION AND MAINTENANCE INSTRUCTIONS: A. When specified in individual specification sections, submit printed instructions for operations and maintenance (O&M), to Engineer, in quantities specified for Product Data. B. O&M information shall include but not necessarily be limited to parts lists, disassembly drawings, electrical schematics, and other information required for proper operation and maintenance. 1.8 MANUFACTURER CERTIFICATES: A. When specified in individual Specification sections, submit certification by manufacturer to Engineer, in quantities specified for Product Data. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Lubbock Canyon lake Reuse Outfall Pipeline Submittals Contract #8462 01300 - 3 April 26, 2013 SECTION 01400 QUALITY CONTROL PART1 GENERAL 1.1 SECTION INCLUDES: A. Quality Assurance --Control of Installation. B. Tolerances. C. References. D. Testing Laboratory Services. E. Manufacturers' Field Services and Reports. 1.2 QUALITY ASSURANCE --CONTROL OF INSTALLATION: A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform Work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1.3 TOLERANCES: A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. Lubbock Canyon Lake Reuse Outfall Pipeline Quality Control Contract ##8462 01400 - 1 April 26, 2013 1.4 REFERENCES: A. For Products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of Contract Documents, except where a specific date is established by code. C. Obtain copies of standards where required by product Specification sections. D. The contractual relationship, duties, and responsibilities of the parties in Contract and of the Engineer, shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.5 TESTING LABORATORY SERVICES: A. Contractor will employ services of an independent firm to perform inspecting and testing. B. The independent firm will perform inspections, tests, and other services specified in individual Specification sections and as required by the Engineer or the Owner. C. Reports will be submitted by the independent firm to the Engineer and Contractor, in duplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. D. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Engineer and independent firm 24 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for services, samples and tests required. Costs will be incidental to the installation cost. E. Testing or inspecting does not relieve the Contractor of his responsibility to perform Work to contract requirements. F. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for retesting shall be the Contractor's responsibility. 1.6 MANUFACTURERS' FIELD SERVICES AND REPORTS: A. When specified, require material or Product suppliers or manufacturers to Lubbock Canyon Lake Reuse Outfall Pipeline Quality Control Contract #8462 01400 - 2 April 26, 2013 provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions that are supplemental or contrary to manufacturers' written instructions. C. Submit report in duplicate within 30 days of observation to Engineer for information. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used Lubbock Canyon Lake Reuse Outf all Pipeline Quality Control Contract #8462 01400 - 3 April 26, 2013 PART 1 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS GENERAL 1.1 SECTION INCLUDES: A. Temporary Utilities: Electricity, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, protection of the work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, material storage areas, project signage, and temporary buildings, 1.2 TEMPORARY ELECTRICITY: A. Cost: By Contractor; provide and pay for power service required from utility source. B. Complement existing power service capacity and characteristics as required. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required. Provide flexible power cords as required. 1.3 TELEPHONE SERVICE: A. Provide, maintain and pay for telephone service to field office at time of project mobilization. 1.4 TEMPORARY WATER SERVICE: A. Connect to existing water source for construction operations. B. Owner will pay cost of water used. Exercise measures to conserve water. 1.5 TEMPORARY SANITARY FACILITIES: A. Provide and maintain required facilities and enclosures. 1.6 BARRIERS: A. Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations. B. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 1.7 WATER CONTROL: Lubbock Canyon Lake Reuse Outfall Pipeline Construction Facilities, Temporary Controls Contract #8462 01500-1 April 26, 2013 A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddles or running water. Provide water barriers as required to protect site from soil erosion. 1.8 PROTECTION OF INSTALLED WORK: A. Protect installed work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. 1.9 ACCESS ROADS: A. Construct and maintain temporary roads accessing public thoroughfares to I.J serve construction area. B. Extend and relocate as work progress requires. Provide detours necessary for unimpeded traffic flow. A C. Provide and maintain access to fire hydrants, free of obstructions. [All D. Provide means of removing mud from vehicle wheels before entering streets. 1.10 PARKING: A. Arrange for temporary surface parking areas to accommodate construction personnel. B. When site space is not adequate, provide additional off -site parking. 1.11 PROGRESS CLEANING AND WASTE REMOVAL: A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Collect and remove waste materials, debris, and rubbish from site periodically and dispose off -site. 1.12 PROJECT IDENTIFICATION:_ A. Provide S foot wide by 4 foot high project sign of exterior grade plywood ? and wood frame construction, painted, with exhibit lettering by professional ` sign painter to Engineer's design and colors. B. List title of Project, name of Owner, Engineer, Contractor, and funding agency. . C. Erect on site at location established by Engineer. l- D. No other signs are allowed except those required by law. Lubbock Canyon Lake Reuse Outfall Pipeline Construction Facilities, Temporary Controls } Contract fil8462 01500-2 April 26, 2013 f 1.13 FIELD OFFICES AND SHEDS: A. Office: Weather tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture drawing rack, and drawing display table. B. Locate field office and equipment shed(s) as directed by the Owner/Engineer. 1.14 REMOVAL OF UTILITES, FACILITIES, AND CONTROLS: A. Remove temporary utilities, equipment, facilities, and materials prior to final inspection. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Construction Facilities, Temporary Controls Contract #8462 01500-3 April 26, 2013 SECTION 01564 STORM WATER POLLUTION PREVENTION DURING CONSTRUCTION PART1 GENERAL 1.1 SECTION INCLUDES: A. Shared Storm Water Pollution Prevention Plan (SWP3) B. Notices of Intent (NOls) C. Notices of Termination (NOTs) 1.2 REFERENCES: A. Texas Pollutant Discharge Elimination System (TPDES) General Permit It TXR150000, administered by the Texas Commission of Environmental Qual (TCEQ). 1.3 DEFINITIONS: A. All definitions per Part I, Section B, Texas Pollutant Discharge Elimination Syst( (TPDES) General Permit No. TXR150000 (TPDES General Permit). B. CONTRACTOR: Primary Operator, as defined in the TPDES General Permit. C. OWNER: Primary Operator, as defined in the TPDES General Permit. D, Shared SWP3: as described in TPDES General Permit, Part III, Section A. E. NOI — Notice of Intent F. NOT — Notice of Termination 1.1 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Submit Shared SWP3 for signature by CONTRACTOR and OWNER at Pr Construction Meeting. C. Submit a copy of CONTRACTOR's NOl at Pre -Construction Meeting, D. CONTRACTOR shall submit a copy of CONTRACTOR's NOT to ENGINEER afi stabilization and completion of the construction project. Storm Water Pollution Preventh Lubbock Canyon Lake Reuse Outfall Pipeline [wring Constructii Contract #8462 01564-1 April 26, 201 i r } PART PRODUCTS Not used. PART 3 EXECUTION 3.1 SHARED STORM WATER POLLUTION PREVENTION PLAN (SWP3): A. A Shared SWP3 is required for this project. The CONTRACTOR and OWNER shall share one SWP3. B. CONTRACTOR shall prepare and implement a single, comprehensive SWP3 for the entire construction site in accordance with TPDES General Permit at CONTRACTOR's expense. 1. CONTRACTOR shall clearly list all Operators in the Shared SWP3, including themselves and the OWNER as Primary Operators, and any other Operators participating in the shared SWP3. 2. In the Shared SWP3, the CONTRACTOR must clearly state the following: a. The CONTRACTOR has day -today operational control of those activities at a construction site that are necessary to ensure compliance with the shared SWP3; b. The OWNER has the ability to make modifications to the construction plans and specifications; and C. The OWNER has no responsibilities regarding implementation of the SWP3 unless CONTRACTOR fails to perform and complete contractual obligations. 3. The CONTRACTOR shall provide a signature page, in accordance with TPDES General Permit Part III, Section A.1, for the Shared SWP3 to the OWNER at the Pre -Construction Meeting. 4. CONTRACTOR shall prepare, certify, and post the Construction Site Notice in accordance with the applicable section of the TPDES General Permit. 5. If applicable, the CONTRATOR shall submit the Construction Site Notice to operator(s) of any municipal separate sewer system (MS4), in accordance with TPDES General Permit, Part 11, Section E.2(c). CONTRACTOR shall determine applicability of this Section. Storm Water Pollution Prevention Lubbock Canyon Lake Reuse Outfall Pipeline During Construction Contract #8462 01564-2 April 26, 2013 3.2 NOTICES OF INTENT (NOIs) A. CONTRACTOR shall submit a copy of CONTRACTOR's Notice of Intent (N01) to OWNER at the Pre -Construction Meeting. B. CONTRACTOR shall submit CONTRACTOR's N01 to TCEQ in accordance with TPDES General Permit, Part 11, Section E.3(b), at least seven (7) days prior to commencing construction activities, or if utilizing electronic submittal, prior to commencing construction, at CONTRACTOR's expense. C. OWNER shall submit OWNER's N01 to TCEQ in accordance with TPDES General Permit, Part 11, Section E.3(b), at least seven (7) days prior to commencing construction activities, or if utilizing electronic submittal, prior to commencing construction, at OWNER's expense. D. OWNER shall provide a copy of OWNER's completed and certified N01 to CONTRACTOR. E. CONTRACTOR shall post and maintain a copy of each signed N01 at the construction site in accordance with TPDES General Permit, Part 11, Section E.3(c) and E.3(d). F. If applicable, CONTRACTOR shall submit CONTRACTOR's and OWNER's NOIs to operator(s) of any municipal separate sewer system (MS4), in accordance with TPDES General Permit, Part 11, Section E.3(e). CONTRACTOR shall determine applicability of this Section. G. Fees associated with TPDES General Permit shall be at the expense of the applicable Primary Operator. 3.3 NOTICES OF TERMINATION (NOTs) A. CONTRACTOR shall submit CONTRACTOR's NOT as required by the TPDES General Permit. B. OWNER shall submit OWNER's NOT after CONTRACTOR certifies stabilization and completion of the construction project in CONTRACTOR's NOT. END OF SECTION Storm Water Pollution Prevention Lubbock Canyon Lake Reuse ©utfall Pipeline During Construction Contract #8462 01564-3 April 26, 2013 SECTION 01600 MATERIAL AND EQUIPMENT PART GENERAL i.: 1.1 SECTION INCLUDES: �' A. Transportation and Handling. J B. Storage and Protection. C. Product Options. D. Substitutions. 1 1.2 TRANSPORTATION AND HANDLING: A. Transport and handle products in accordance with manufacturer's instructions. B. Promptly inspect shipments to ensure that products comply with ` requirements, quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. D. Pipe to be transported with exposed ends tarped to prevent accumulation of airborne contaminates during transport. 1.3 STORAGE AND PROTECTION: A. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. R. Store sensitive products in weather tight, climate controlled enclosures. C. For exterior storage of fabricated products, place on sloped supports, above ground. D. Provide off -site storage and protection when site does not permit on -site storage or protection. E. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of product. F. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. G. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. Lubbock Canyon Lake Reuse Outfall Pipeline Material and Equipment l-.. Contract #8462 ....... ..... ......... ....... .. ....... ........ 01600-1 April 23, 2013 H. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 1.4 PRODUCT OPTIONS: A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by naming one or more Manufacturers: Products of manufacturers named and meeting Specifications, no options or substitutions allowed. C. Products Specified by naming one or more Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. Where terms such as "or equal," "or equivalent" are used in this Contract, they shall be taken to mean .or approved equivalent." Proposed equivalents shall be offered as substitutions. 1.5 SUBSTITUTIONS: A. Engineer will consider requests for Substitutions only within 45 days after date established in Notice to proceed. B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Contractor: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other work which may be required for the work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent as a result of the Substitution. E. 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. F. Substitution Submittal Procedure: Lubbock Canyon Lake Reuse Outfall Pipeline Material and Equipment Contract #8462 01600-2 April 23, 2013 i i 1. Submit copies of request for Substitution for consideration. Number ` of copies as specified in Sub -Section 01300-1.5. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Engineer will notify Contractor in writing of decision to accept or reject request. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used ENO OF SECTION i Lubbock Canyon Lake Reuse Outfall Pipeline Material and Equipment Contract #8462 01600-3 April 23, 2013 SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.1 SECTION INCLUDES: A. Closeout procedures. B. Final Cleaning. C. Adjusting. D. Project record documents. E. Operation and Maintenance Data. F. Warranty. G. Spare parts and maintenance materials. 1.2 CLOSEOUT PROCEDURES: A. Submit written certification that contract documents have been reviewed, work has been inspected, and that work is complete in accordance with contract documents and ready for Engineer's review. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract sum, previous payments, and sum remaining due. D. Submit executed Affidavit of Bills paid with final Application for payment. Affidavit shall state all bills for labor, materials, and incidentals incurred in the construction of the project have been paid in full, and that there are no claims pending of which the Contractor has been notified. 1.3 FINAL CLEANING: A. Execute final cleaning prior to final project assessment. B. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces. C. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. D. Clean filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. Lubbock Canyon Lake Reuse Outfall Pipeline Contract Closeout Contract #8462 01700-1 April 23, 2013 F. Clean site, sweep paved areas, rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.4 ADJUSTING: A. Adjust operating products and equipment to ensure smooth and unhindered operation. 1.5 PROJECT RECORD DOCUMENTS: A. Maintain on site, one set of the following record documents; record actual revisions to the work- 1 . Drawings. 2. Specifications. 3. Addenda. ,, 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. Manufacturer's instruction for assembly, installation, and start-up of .. products and equipment. _ B. Ensure entries are complete and accurate, enabling future reference by Owner. - C. Store record documents separate from documents used for construction. �.. D. Record information concurrent with construction progress. E. Specifications: legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. .: 2. Product substitutions or alternates utilized. { 3. Changes made by Addenda and modifications. F. Record Documents and shop drawings: legibly mark each item to record actual construction including: �,..,. 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the work. Lubbock Canyon lake Reuse Outfall Pipeline Contract Closeout .., Contract #8462 01700-2 April 23, 2013 3. Field changes of dimension and detail. 4. Details not on original contract drawings. G. Remove Engineer title block and seal from all documents. H. Submit documents to Engineer with claim for final Application for Payment. 1.6 OPERATION AND MAINTENANCE DATA: A. Submit data bound in 8-1 /2 x 11 inch text pages, three D side ring binders with durable plastic covers. B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. C. Submit two sets of revised final volumes, within 10 days after final inspection. 1.7 WARRANTY: A. The Contractor shall guarantee the work performed under this contract against defective materials and workmanship for a period of one year from the date of Substantial Completion or acceptance of individual work elements. The Contractor shall arrange to have his performance bond remain in effect for a period of one year after this date to cover his guarantee as stipulated under this item and in the General Conditions. B. If defective materials and/or workmanship are discovered which require repairs made under this guarantee, all such repairs shall be done by the Contractor at his own expense within ten days after written notice of such defect. Should the Contractor fail to repair or correct such deficiency within ten days after notification, the Owner may make the necessary repairs and charge the Contractor with the applicable costs of all labor and materials required to correct the deficiency. 1.8 SPARE PARTS AND MAINTENANCE MATERIALS: A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 01700-3 Contract Closeout April 23, 2013 PART 1 1.1 1.2 1.3 ...................................................................... .. . SECTION 02210 GRADING AND EARTHWORK GENERAL SECION INCLUDES: A. Grading and earthwork which occur in areas other than under structures, under paving, or trenching for utilities. B. Earthwork consists of operations required for the excavation of materials on - site; excavation of borrow material from designated areas; compaction of natural or improved sub -grades; finish grading; disposal of excess or unsuitable materials; and other required operations. Earthwork shall conform with dimensions and typical sections shown, and with lines and grades established. REFERENCES: A. ASTM D698 -- Test for Moisture -Density Relations of Soils (Standard). B. ASTM D1557 — Test for Moisture -Density Relations of Soils (Modified). C. ASTM D2487 — Classification of Soils for Engineering Purposes. D. ASTM D2922 — Density of Soil and Soil Aggregate In -Place by Nuclear Methods. E. ASTM D3017 — Moisture Content of Soil and Sol[ Aggregate In -Place by Nuclear Methods. DEFINITIONS: A. Classification: Earthwork materials are classified in accordance with definitions in this Article. B. Topsoil: Top 6 inches of natural surface soil possessing the characteristics of representative soils on the site that produce growths of grass or other vegetation. Topsoil includes roots and other vegetation. C. General Site Fill: Suitable, clean material excavated on -site or imported borrow material meeting specified characteristics. D. Select Fill: Imported borrow material as required for construction, and as defined. E. Subgrade: Natural soil at the established lines and grades. F. Borrow: Material taken from designated areas to make up any deficit of excavated material and used for general site or select fill. Obtain from area that is normally dry and well drained. Borrow does not include top soil. Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 02210 - 1 Grading and Earthwork April 26, 2013 PART 2 G. Finish Grading: Operations required for smoothing disturbed areas that are not overlaid with pavement. H. Excavation: Excavation of every description and of whatever substances encountered within the limits of the project to the lines and grades indicated. 1. Compaction: Compaction of soil materials shall be measured as a percent of Standard Proctor density as determined by ASTM D698. 1.4 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Samples: Adequate samples of material as required by the testing laboratory. C. Quality Control Submittals: For information only. 1. Test Reports: Laboratory analysis of each soil material, including on - site and borrow materials proposed for use on project. a. General Site Fill: Soil type, liquid limit and plasticity index. Moisture -density relations; identify maximum density optimum moisture. b. Select Fill: Soil type, liquid limit, plasticity index and gradiation. Moisture -density relations; identify maximum density/optimum moisture. C. Topsoil: Soil type, liquid limit, and plasticity index. 1.5 EXISTING UTILITIES: A. Where pipes, ducts, and structures are encountered in the excavation but are not shown, immediately notify the Engineer. PRODUCTS 2.1 SELECT FILL: A. Source: Select fill shall be imported borrow material from borrow areas approved by the Engineer. Material from source shall be tested for compliance with project requirements and approved by the Engineer. [Owner.] B. Suitability: Use the best material available, suitability of select fill is subject to the Engineer's approval. C. Quality: Select fill material must be free of clay lumps larger than 1 inch, rocks larger than '/z-inch, and/or excessive silts. Do not use soil containing brush, roots, sod, or similar organic materials. Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 02210 - 2 Grading and Earthwork April 26, 2013 2.2 2.3 2.4 2.5 D. Characteristics: Materials shall conform to ASTM D2487 Class 11 or Class III and shall have a liquid limit less than 35 with a plasticity index less than 15 but greater than 4. GENERAL SITE FILL: A. Source: Obtain general site fill from required excavation or, if excavated material is not sufficient, from borrow areas approved by the Engineer. B. Suitability: Use the best material available from excavation or borrow. Suitability of general site fill material is subject to the Engineer's approval. C. Quality: Fill material shall be free of lumps larger than 3 inches, rock larger than 2 inches, and excessive slits. Do not use soil containing brush, roots, sod, or similar organic materials. D. Characteristics: General site fill material shall conform to ASTM D2487 Class II or Class III Soils. CLAY LINER: NA A. Source: Obtain clay liner material from required excavation or if excavated material is not sufficient from borrow areas approved by Engineer. B. Suitability: Use the best material available from excavation or borrow. Suitability of clay liner material is subject to the Engineer's approval. C. Quality: Liner material shall be grade free of roots, lumps larger than 2 inches, rocks larger than %-inch, debris, and foreign matter. D. Characteristics: Soils intended for clay liner material shall have a liquid limit greater than 30%, a plasticity index greater than 15, and more than 30% passing a 200-mesh sieve. TOP SOIL: A. Source: Obtain top soil from the required excavation, or if sufficient material is not available, from borrow areas approved by the Engineer. B. Suitability: Use the best material available. Suitability of material is subject to the Engineer's approval. C. Quality: Material shall be free of large roots or branches, stumps, brush, rubbish, or other objectionable matter. D. Characteristics: Soils possessing the characteristics that produce growth of grasses or other vegetation. SOURCE QUALITY CONTROL: A. Provide materials of each type from same source throughout the project. B. A change in source requires sampling, testing, and approval by Engineer. Lubbock Canyon Lake Reuse Outfail Pipeline Contract #8462 02210 - 3 Grading and Earthwork April 26, 2013 f i PART 3 EXECUTION 3.1 STRIP AND STOCKPILE: A. Remove topsoil at all non -paved areas where excavation of topsoil is required or where fill material will be added for site grading. B. Remove top 6 inches of topsoil where necessary and stockpile on the Owner's property. Protect stockpiled topsoil from other excavated materials, dumping of unwanted material, dumping by the public, and erosion. Upon completion of rough grading, replace topsoil in 4-inch minimum layer to finish grade elevations as shown on the Grading Plan. C. Removal of topsoil in building areas and paving areas is further described in Sections 02224, 02225, and 02226. 3.2 EXCAVATION: A. Objective: Excavate to lines, grades, and elevations as shown or required for subsequent construction. All excavation shall be made in such manner as to permit all surfaces to be brought to final line and grade within ±0.1 foot. Over -excavation shall be restored by the Contractor at his own expense. Finish grades consistently high or low will not be acceptable and shall be corrected by the Contractor at his expense and no additional cost to the Owner. B. Drainage: During excavation, maintain grades as required to maintain drainage; or, as directed by the Owner or Engineer, install temporary drains or drainage ditches to intercept or divert surface water and prevent interference or delay of the work. C. Stockpiling: If at time of excavation it is not possible to place material in the proper section of permanent construction, stockpile the material in Owner or Engineer approved areas for later use. D. Stone or Rock: Stones or rock fragments larger than 2 inches in their greatest dimension will not be permitted in top 6 inches of subgrade. E. Dressing: Uniformly dress -cut and fill slopes to slope, cross section, and alignment, as shown. F. Rock: Break with hydraulic ram to obtain near neat line excavation. Blasting will not be allowed. G. Classification: Excavation is unclassified. 3.3 TREATMENT OF SUBGRADES: Lubbock Canyon Lake Reuse Outfall Pipeline Grading and Earthwork Contract #8462 02210 - 4 April 26, 2013 A. Topsoil and vegetation in excavation, or fill areas, shall be stripped from the ground surface and stockpiled, exposing sound undisturbed subgrade soils. B. Fill Areas: Scarify subgrade to a depth of 6 inches and recompact to a density of 95% of maximum density per ASTM D698 at a moisture content of ±2% of optimum. C. Cut Areas: Scarify exposed subgrade to a depth of 6 inches and recompact to a density of 95 % of the maximum density per ASTM D698 at a Moisture content of ±2% of optimum. D. Undercut any soft or compressible areas detected during the recompaction process to sound subgrade soils and recompact. General or select fill shall be used to bring the soft or compressive areas to grade. Work shall precede placement of topsoil, walks, drives, or structure foundations. Allow for placement of minimum 4-inch layer of topsoil in areas not covered by structures or pavement. 3.4 PLACING FILL A. Examination of Subgrade: Do not place fill until the subgrade preparation has been accepted by the Engineer. B. Removing Debris: Remove all roots, stone, and debris that are uncovered in the fill material. C. Spreading Fill and Backfill: Spread the material in horizontal layers over the entire fill area. The thickness of each layer before compaction shall not exceed 8 inches unless otherwise directed by the Engineer. D. Attaining Proper Bond: If the compacted surface of a layer is too smooth to bond with succeeding layers, loosen the surface before continuing the work. E. Place materials to lines and grades shown allowing for depth of topsoil. F. Maintain aggregate drainage throughout construction. G. The material shall be blended sufficiently to secure the best degree of compaction. 3.6 DISTRIBUTION OF TOPSOIL: A. Perform rough grading and topsoil/finish grading work. B. Preparation: 1. Prior to placing topsoil, scarify the subgrade to a depth of 2 inches to provide effective bonding. 2. Shape areas designated, including cut and fill areas, to receive a minimum of 4 inches of topsoil. C. Placement: i Lubbock Canyon Lake Reuse Outfall Pipeline Grading and Earthwork : s Contract #8462 02210 - 5 April 26, 2013 .............. ... 1A 1. Do not haul or place wet topsoil. Also prohibited is placement of topsoil on a subgrade that is excessively wet, extremely dry, or in a condition otherwise detrimental to proper grading or planting. 2. Distribute topsoil uniformly and spread evenly. 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 and suitable for planting. 4. Lightly compact topsoil to obtain proper bond with previously placed or prepared material. D. 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. E. Prepare disturbed areas and seedCrrigate to establish Bermuda grass ground cover 3.6 MATERIAL DISPOSAL: A. Remove waste and excess excavated material from the construction site before Pre -final Inspection. Legally dispose of material at a licensed site or with written and notarized permission from the property owner for a private disposal site. All costs associated with waste material removal and disposal shall be paid for by the Contractor. 3.7 TESTING: A. Testing Laboratory Services: As specified in Section 01400. B. Soil Moisture and Density: Perform a minimum of 2 test per lift for the cascade structure base material. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Grading and Earthwork Contract #8462 02210 - 6 April 26, 2013 PART 1 SECTION 02220 TRENCH AND EXCAVATION SAFETY SYSTEM GENERAL 1.1 SECTION INCLUDES: A. Requirements for a Trench and Excavation Safety System to be designed and furnished by the Contractor for the safety and health of personnel. B. Submission of a written Plan describing the System in detail. 1.2 PAYMENT: A. Payment will be as stipulated on the Bid Form. 1. If no individual line item is identified, include in appropriate Lump Sum bid items). Provide as a Schedule of Values project element. 1.3 REFERENCES: A. 29CFR1926--Occupational Safety and Health Standards - Excavations, United States Department of Labor, latest edition. B. Others --Other applicable Federal, State, and local rules for Trench Construction or Excavations. 1.4 REQUIREMENTS: A. The Contractor shall develop, design, and implement a System. The Contractor shall bear the sole responsibility for the adequacy of the System. B. The requirements of 29CFR1926 shall be the minimum requirements for this specification and is adopted as a part of this specification. Other regulations relating to trench and excavation safety shall also be considered a part of this specification as if referenced directly. C. Should the System require wider trenches than shown, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as, purchase and installation of alternate materials. 1.5 SUBMITTALS: A. Submit copies of the System Plan for information only. The Engineer will not review the System Plan for sufficiency, adequacy, or other engineering aspects. Submission is only to record the presence or absence of the System Plan. Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 02220 - 1 Trench and Excavation April 26, 2013 �^. PART 2 PART 3 3.1 QUALITY ASSURANCE: A. The Trench Safety System shall be designed by an Engineer registered as a Professional Engineer in the State of Texas. The System Plan shall be sampled with the Engineer's seal, signed, and dated. PRODUCTS Not Used EXECUTION GENERAL: A. Implement the system in accordance with the written System Plan and conduct affected work in accordance with the same. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 02220 - 2 Trench and Excavation April 26, 2013 SECTION 02226 EXCAVATION, BACKFILLING AND COMPACTING FOR UTILITIES PART1 GENERAL 1.1 SECTION INCLUDES: A. Unclassified excavation, trenching, bedding, backfiliing and compacting for potable water mains, gravity -flow sanitary sewers, manholes, valves, and other utility systems and appurtenances, and the disposal of excess excavated material. 1.2 REFERENCES: A. ASTM C33 -- Coarse Aggregates. B. ASTM D698 - Moisture -Density Relations of Soil (Standard). C. ASTM D1557 - Test for Moisture -Density Relations of Sail (Modified). D. ASTM D2321 - Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity - Flow Applications. E. ASTM D2487 - Classification of Soils for Engineering Purposes. F. ASTM D4254 -- Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density. G. ASTM D4318 - Test for Liquid Limit, Plastic Limit and Plasticity Index of Soils. H. OSHA - Occupational Safety and Health Administration and Related Regulations. 1.3 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Submit sample(s) of matenal(s) proposed to be used for bedding in the pipe zone and backfill of fiberglass structures. 1. One (1 ) set to materials testing lab for classification. 2. One (1 ) set to Engineer for approval. 1.4 PROTECTION OR REMOVAL OF EXISTING UTILITIES: A. The Contractor shall anticipate all underground obstructions, such as but not limited to, water mains, gas lines, storm and sanitary sewers, telephone or electric light or power ducts, concrete and debris. Any such lines or obstructions indicated on the Drawings show only the approximate locations and shall be verified in the field by the Contractor. The Owner and Engineer Excavation, Backfilling Lubbock Canyon Lake Reuse Outfall Pipeline and Compacting for Utilities Contract #8462 02225 - 1 April 26, 2013 will endeavor to familiarize the Contractor with all known utilities and obstructions, but this shall not relieve the Contractor from full responsibility in anticipating all underground obstructions whether or not shown on the Drawings. B. The Contractor shall, at his own expense, maintain in proper working order and without interruption of service all existing utilities and services which may be encountered in the work. With the consent of the Engineer and utility owner such service connections may be temporarily interrupted to permit the Contractor to remove designated lines or to make temporary changes in the locations of services. The cost of making any temporary changes shall be at the Contractor's expense. C. Notify all utility companies involved to have their utilities located and marked in the field. All underground utilities in a particular segment of the project shall then be uncovered to verify location and elevation before construction begins in that segment of the project. D. The Contractor shall obtain necessary permits, except County right-of-way permits, required for completion of the project. 1.5 DEFINITIONS: A. All excavation associated with the project is unclassified. B. Bedding: Includes the area from the trench bottom to the bottom of the pipe where material is placed to bring the trench bottom up to grade. A compacted depth of approximately 4 to 6 inches is generally sufficient bedding thickness. C. Haunching: Includes the area from the bottom of the pipe to the spring line of the pipe. Material in this area must be placed and consolidated to provide adequate side support while avoiding both vertical and lateral displacement of the pipe. The type and density of the material in this area are the most important factors affecting the performance and deflection of the pipe. D. Initial Backfill: Includes the area from the spring line of the pipe to a point at least 6 inches over the top of the pipe. E. Final Backfill: Includes the area above the initial backfill, up to final grade or the bottom of the flexible base material in the pavement section. F. Pipe Zone: Includes areas of bedding, haunching and initial backfill as defined above. PART 2 PRODUCTS 2.1 PIPE ZONE: A. Materials for use within the pipe zone shall be in accordance with following Table 2.1: Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 02225 - 2 Excavation, Backfilling and Compacting for Utilities April 26, 2013 t {p . zt I TABLE 2.1 DESCRIPTION OF MATERIAL CLASSIFICATION (as defined in ASTM D2321) %_Pass_inn Sieve Sixes Atterberg Limits Coefficients Class Type Soil Group Symbol Description ASTM D2467 t % in 140 d4 (4.75 #200 10.075 LL"TTO Uniformity Cu Curvature C. mm) mm) mm) I Manufactured None Angular, granular, 100% 550%0 <5% Non Plastic , Processed crushed stone or Aggregate; rock, crushed gravel, dense- and stonelsand graded, clean mixtures with gradations selected to minimize migration of adjacent soils; contain little or no fines It Coarse- GW Well -graded gravels 100% <50% <5% Non -Mastic >4 1 to 3 Grained Soils, and gravel -sand of clean mixtures; little or no Coarse fines Fraction GP Poorly -graded gravels <4 <1 or >3 and gravel -sand mixtures; little or no fines sW Well -graded sands >50% >5 1 to 3 and gravelly sands; of little or no fines Coarse SP Poorly -graded sands <6 <1 or >3 Fraction and gravelly sands; little or no lines Coarse- a.g. Sands and gravels 100% Varies 5% to Some as for GW, GP. SW Grained Soils, GW- which are borderline 12% and SP borderline GC, between clean and clean to SP-SM. with fines w/fines III Coarse- GM Silty gravels, gravel- 100% <50% > 12% to <4 or Grained Soils sand -silt mixtures of <50% <'A' with Fines Coarse Line GC Clayey gravels, <7 and Fraction gravel -sand -clay >'A' mixtures Line >4 or SM Silty sands, sand -silt > 50% of mixtures Coarse <'A' Fraction Line Sc Clayey sands, sand- >7 and clay mixtures > "A" Line iv' Fine -Grained ML Inorganic silts and 100% 100% >50% <50 <4 or Soils very fine sands, rock <'A' (inorganic) flour, silty or clayey Line fine sands, silts with slight plasticity CL Inorganic clays of > 7 and tow to medium > "A" plasticity, gravelly Una clays, sandy clays, silty clays, lean clays a Includes Test Method ASTM D2487 borderline classifications and dual symbols depending on plasticity and liquid limts. b LL = Liquid Limit. C PI M Plasticity Index. Excavation, Backfilling Lubbock Canyon Lake Reuse Outfall Pipeline and Compacting for Utilities Contract #8462 02225 - 3 April 26, 2013 ................................................... B. In addition to the materials included in Table 2.1, the following materials are approved for the pipe zone where shown: 1. Lean Concrete: Free -flowing grout, mixed one (1) sack of cement per cubic yard of sand. 2. Flowable Fill: Free -flowing backfill material as specified in Section 03881. 2.2 FINAL BACKFILL MATERIALS: A. Earth Backfill; Earth backfill may be excavated and reused from trench or obtained from an approved borrow area. Material shall be processed to ensure that only select material is used for backfilling operations. Material shall be free of lumps, clods, large rocks, debris, trash, organic, spongy or otherwise objectionable material. The presence of such material in the backfill may preclude uniform compaction and result in excessive localized point loads on or deflections in the piping system. B. All materials included in Table 2.1 above are approved for final backfill. PART 3 EXECUTION: 3.1 EXAMINATION AND PREPARTATION: A. Examine utility routes and coordinate excavation work to eliminate installation conflicts. B. Allow room for stockpiling excavated material and utility construction material during utility construction. 3.2 TRENCH EXCAVATION: A. Procedure: Excavated to indicated or specified depths. 1. Excavate by open cut method. 2. During excavation, stockpile material suitable for backfilling in an orderly manner far enough from the bank of the trench to avoid overloading, slides, or cave-ins. 3. Grade as necessary to prevent surface water from flowing into trenches or other excavations. 4. Cut walls of trench as close to vertical as the stability of the material and trench safety will allow. Remove stones as necessary to avoid point -bearing. Over -excavate wet or unstable soil from the trench bottom to permit construction of a more stable bed for pipe. Over excavation shall be filled and tamped with clean dry sand, pea gravel, or other approved material to the required grade. Excavation, Backfilling Lubbock Canyon Lake Reuse Outfall Pipeline and Compacting for Utilities Contract #8462 02225 - 4 April 26, 2013 5. Excavate the trench the proper width as shown, or as required by the Contractor's Trench Safety Program. If the trench width below the top of pipe is wider than specified in this section or shown, install additional backfill. No additional payment will be made for additional material or work required for installation. 6. Accurately grade the trench bottom to provide proper bedding as required for pipe installation. 7. If any excavation is carried beyond the lines and grades required or authorized, the Contractor shall, at his own expense, fill such space with suitable material and properly compact the material as directed by the Engineer. No additional payment will be made. B. Sheeting and Bracing: If trench safety methods do not include sloping of trench walls, install sheeting and bracing; or use appropriate trench box necessary to support the sides of trenches and other excavations with vertical sides, as required by current OSHA regulations. C. Water in Excavation: Keep work free from ground or surface water at all times. Provide pumps of adequate capacity or other approved method to remove water from the excavation in such a manner that it will not interfere with the progress of the work or the proper placing of other work. D. Trenching Progress: Trenching operations for any individual utility work crew shall not be in excess of 100 feet ahead of pipe laying operations in city streets or 2,000 feet in open country. Not more than two (2) consecutive cross -streets may be closed to traffic by any individual utility work crew at any given time. Ensure no trenches are left open when work is not in progress. Temporarily backfill any open trenches with un-compacted material and install proper barricades at the end of each work day. E. Existing Lawns and Shrubbery: The Contractor shall take particular care to preserve existing lawns and shrubbery. Make minor pipe alignment as may be necessary. F. Existing Pavement: Existing pavement over trenches shall be removed to a width of 6 inches outside of the trench on each side. Remove to a neat line by sawing method. Take appropriate measures to prevent damage to existing pavement adjacent to the trench by wheels, tracks and/or stabilizers of excavating equipment. Remove brick pavement by hand, deliver and stack as directed by the Owner. 3.3 PIPE BEDDING: A. Concrete Encasement: 1. Where shown, the Contractor shall install the pipe in concrete encasement. 2. Concrete for encasement shall be 3000 psi compressive strength as specified in Section 03300. Excavation, Backfilling Lubbock Canyon Lake Reuse Outfall Pipeline and Compacting for Utilities Contract #/8462 02225 - 5 April 26, 2013 3. Precautions shall be used to prevent pipe floating, movement or deflection during construction. 4. Concrete for encasement, shall be included in the unit price bid per linear foot in place. B. Within the Pipe Zone: 1. Accurately grade the bottom of the trench 4 inches below the bottom of the pipe and to the limits of the clear space on either side of the pipe. 2. Install materials which comply with 'cable 2.1 above accordance with "Pipe Bedding detail" shown on the Drawings. 3. The initial layer of embedment material placed to receive the pipe shall be brought up to a grade slightly higher than that required for the bottom of the pipe and the pipe shall be placed thereon and brought to grade by tamping, or by removal of the slight excess amount of embedment under the pipe. 4. Adjustment to grade line shall be made by scraping away or filling with embedment materials. Wedging or blocking up of pipe will not be permitted. 5. Each pipe section shall have a uniform bearing on the embedment for the full length of the pipe, except immediately at the joint. 6. After each pipe has been graded, aligned, placed in final position on the bedding material and joint made, sufficient embedment material shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during subsequent pipe jointing and embedment operations. 7. Sheeting and shoring will not be allowed in the pipe zone during or after installation of the pipe or embedment material, unless special provisions are made to ensure the specified compaction of bedding and pipe alignment is maintained after removal of sheeting and shoring. 8. Minimum compaction effort within the pipe zone shall be in accordance with the following Table 3.3 based on the class of bedding material used, Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 02225 - 6 Excavation, Rackfilling and Compacting for Utilities April 26, 2013 TABLE 3.3 MINIMUM REQUIRED COMPACTION FOR MATERIAL USED WITHIN PIPE ZONE OR FOR BACKFILL OF FIBERGLASS STRUCTURES Standard Proctor Density* Classification of Bedding Material (Relative Density shown in parentheses) Class I Dumped Class 11 ?85% standard (z40% relative) Class 111 86% - 95% standard (41 % - 70% relative) Class IV >95% standard (> 70% relative) Class V Not approved for bedding material ° Standard Proctor Density per A5-1-M DbUtS, moisture content sna11 be ± L`Yo of optimum. Relative Density per ASTM D4254. 3.4 UTILITY INSTALLATION: A. Water Lines and Sanitary Sewers: Limit clear on either side of the pipe to 12 inches. Above the pipe, cut as wide as necessary to sheet and brace and properly perform the work. Provide class of bedding as shown. Install piping and appurtenances as specified. B. Excavation for Appurtenances: Excavate sufficiently for valves, fittings, manholes, valve vaults, utility pull boxes and similar structures to leave at least 18 inches clear between the outer surfaces and the embankment or shoring that may be used to hold and protect the embankment wall. Install valves, fittings, manholes or valve vault structure, piping and appurtenances as specified. Any other -depth excavation will be refilled with lean concrete or other suitable compacted material approved by the Engineer, at no additional cost to the Owner. 3.5 FINAL BACKFILL: A. Criteria: Backfill trenches to ground surface with material as specified. Reopen trenches improperly backfilled to depth required for proper compaction. Refill and compact as specified, or otherwise correct the condition in an approved manner. B. Take care to avoid contacting pipe or structure to be backfilled with compaction equipment. Do not use compaction equipment directly over the pipe until sufficient initial backfill has been placed to assure such equipment will not be damage or disturb the pipe. C. All forms, lumber, trash and debris shall be removed from trenches, manholes and other utility structures prior to backfilling. D. Dispose of unacceptable backfill material and provide suitable material for backfill at no additional cost to the Owner. Excavation, Backfilling Lubbock Canyon Lake Reuse Outfall Pipeline and Compacting for Utilities Contract #8462 02225 - 7 April 26, 2013 E. Open Areas: 1. Above the pipe zone, deposit earth backfill from excavated material, compact to minimum of 85 percent of maximum density per ASTM D698, while maintaining moisture within ± 2 percent of optimum. Excavated material placed shall be free of rock greater than two (2) inches in any direction. 2. Backfill for valves, fittings, manholes, utility pull boxes and other utility structures shall be placed in accordance with applicable Specification Sections. F. Pavement Section: 1. Above the pipe zone to below the flexible base material, deposit earth backfill from excavated material, compact to minimum of 95 percent of maximum density per ASTM D698, while maintaining moisture within t 2 percent of optimum; or deposit ASTM D2487 Class 11 material in 6-inch lifts, compact to 40 percent relative density according to ASTM D4254. 2. For valves, fittings, manholes, valve vaults or boxes in pavement sections, backfill with Class II material to bottom of proposed pavement. Backfill material shall be deposited in 6-inch lifts. Class 11 material must be compacted to 40 percent relative density according to ASTM D4254. 3.6 DISPOSAL OF EXCESS MATERIAL: A. Remove waste and excess excavated material from the construction site before final inspection. Legally dispose of material: 1. At a licensed and approved site. 2. On adjacent private property with written and notarized permission from the property owner. 3. On Owner property with written and notarized permission from the Owner. B. All cost associated with waste material removal and disposal shall be paid for by the Contractor. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 02225 - 8 Excavation, Backfilling and Compacting for Utilities April 26, 2013 SECTION 02231 AGGREGATE BASE COURSE PART 1 GENERAL. 1.1 SECTION INCLUDES: A. Aggregate base material, consisting of crushed or uncrushed coarse and fine aggregate material, as necessary to meet the requirements herein and in conformity with lines, grades, compacted thickness and typical sections shown. 1.2 REFERENCES: A. TxDOT Item 247--Flexible Base. B. ASTM D698--Test Methods for Moisture -Density Relations of Soils (Standard). 1.3 SUBMITTALS: A. Refer to Section 01300 for submittal requirements. B. Samples: Aggregate samples of material as required by the testing laboratory. 1.4 DELIVERY, STORAGE AND HANDLING: A. Aggregate Base Course shall be hauled in tight trucks previously cleaned of all dirt and foreign material. B. Place aggregate base course the same day as delivered to the jobsite unless otherwise approved by the Engineer. PART 2 PRODUCTS 2.1 MATERIALS: A. Aggregate Base Course shall meet the requirements TxDOT Item 247--Flexible Base, typw A Grade 2, with material larger than 3 inches removed. PART 3 EXECUTION 3.1 EXAMINATION: A. Place material only after the subgrade has been properly constructed and inspected. 3.2 PREPARATION: A. Do not place fill or base on soft, muddy, or frozen surfaces. 3.3 AGGREGATE PLACEMENT: Lubbock Canyon Lake Reuse Outfall Pipeline Aggregate Base Course Contract #8462 02231-1 April 26, 2013 A. Place aggregate in maximum 6 inch layers and compact to 96% standard density± 2% of optimum moisture. For thicknesses over 8 inches, construct in multiple courses of equal thickness. B. Upon completion, the material shall be smooth and in conformity with the typical sections as shown. C. Use mechanical tamping equipment in areas inaccessible to compaction equipment. 3.4 TOLERANCES: A. Correct any deviation in by loosening, adding or removing material, reshaping and recompacting at the Contractor's expense. 3.5 FIELD QUALITY CONTROL: A. If the aggregate base material should lose the required density or finish before foundation is complete, it shall be reworked, recompacted, refinished and retested at the Contractor's expense. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Aggregate Base Course Contract ##8462 02231-2 April 26, 2013 SECTION 02275 RIPRAP PART1 GENERAL 1.1 SECTION INCLUDES: A. Requirements for the construction of Riprap of the type and details shown. 1.2 REFERENCES: A. TxDOT Item 432—Riprap. 1.3 QUALITY ASSURANCE: A. Perform work in accordance with TxDOT Item 432—Riprap, except as noted. PART 2 PRODUCTS 2.1 MATERIALS: A. Riprap shall be of the Type shown. All Types shown refer to Types within TxDOT Item 432--Riprap. PART 3 EXECUTION 3.1 EXAMINATION: A. Do not place Riprap over frozen or spongy subgrade surfaces. 3.2 PLACEMENT: A. Place Riprap on firm subgrade surface. Soft areas shall be compacted prior to Riprap placement. 3.3 PROTECTION: A. Protect finished work. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 02275 -1 Rlprap April 26, 2013 PART 1 1.1 1.2 1.3 1.4 1.5 SECTION 02510 ASPHALTIC CONCRETE PAVING GENERAL SECTION INCLUDES: A. Surface course, consisting of compacted mixture of coarse and fine aggregates and asphaltic material, placed on stabilized base in conformity with lines, grades, compacted thickness and typical cross sections shown. REFERENCES: A. TxDOT Item 300 -- Asphalts, Oils and Emulsions. B. TxDOT Item 310 — Prime Coat (cutback asphaltic material only). C. TxDOT Item 340 — Dense graded Hot Mix Asphalt (method). SUBMITTALS: A. Procedures for Submittals: Section 02110. B. Contractor shall certify the mixing plant will conform to the requirements of TxDOT. C. Certified weight tickets shall be submitted with each delivery of asphaltic concrete to the work site. D. Contractor shall submit design mixtures, including additive modifiers, for review and approval at least 30 days before any asphaltic pavement is placed. The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor. DELIVERY, STORAGE and HANDLING: A. Asphaltic concrete material shall be hauled in tight trucks previously cleaned of all dirt and foreign material with the load completely covered by canvas. B. All material shall be delivered so that material can be placed and rolled during daylight hours. DELIVERY, STORAGE and HANDLING: A. Asphaltic concrete shall not be placed when the ambient temperature is below 60 degrees F and is falling. B. Asphaltic concrete may be mixed and placed when the ambient temperature is above 50 degrees F and rising. Lubbock Canyon Lake Reuse Outfall Pipeline Asphaltic Concrete Paving Contract #8462 02510 - 1 April 26, 2013 PART 2 PRODUCTS 2.1 PRIME COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils and Emulsions", B. Provide grade SS-IH or CSS-IH. 2.2 TACK COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils and Emulsions". B. Provide grade RC-250. 2.3 HOT MIX ASPHALTIC CONCRETE SURFACE COURSE: A. The asphaltic concrete surface course shall be plant mixed, hot laid Type D (Fine Graded Surface Course) meeting requirements in TxDOT Item 340 and specific criteria for the job mix formula. B. The mix shall be designed for stability of at least 35 as determined by test method Tex-227-F and shall be compacted to between 92 and 98 percent of the maximum theoretical density and determined under test method Tex- 207-F. C. The asphalt cement content by percent of total mixture welght shall fall within a tolerance of :t0.3 percent asphalt cement from the specific mix. In addition, the mix shall be designed so that 75 to 85 percent of the voids in the mineral aggregate (VMA) are filled with asphalt cement. PART 3 EXECUTION 3.1 PRIME COAT: A. Apply with an approved sprayer. Prime coat shall be applied at a rate of 0.20 to 0.30 gallons per square yard as shown on contract drawings over compacted flexible base and shall be cured for 24 hours minimum. The actual rate of application to be determined in the field based on actual conditions. 3.2 TACK COAT: A. Apply with approved sprayer. Thoroughly clean pavement surface and apply tack coat at a rate of 0.05 to 0.15 gallons per square yard of pavement contact surface. The actual rate of application to be determined in the field based on actual conditions. 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 200 degrees Fahrenheit and 350 degrees Fahrenheit when laid. The Engineer will Lubbock Canyon Lake Reuse Outfall Pipeline Asphaltic Concrete Paving Contract #8462 02510 - 2 April 26, 2013 determine the lowest acceptable temperature, a variance of 30 F upward will be allowed. Spread the material into place with approved mechanical finishing machine of screening or tamping type. Use a tire or track -mounted finish machine capable of maintaining uniform grade WITHIN SPECIFIED TOLERANCES while placing directly on the flexible base subgrade. B. Surface Course Material: A surface course 2 inches or less in thickness 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 to section, line and grade shown. 3.4 LAYERING IN RESTRICTED AREAS: A. If use of a paver is impractical, asphalt 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 the material will not be permitted. Any lumps that do not break down readily shall be removed. Place asphalt courses in the same sequence as if placed by machine. 3.5 ROLLING: A. Begin rolling while pavement is still hat 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 10 tons. Obtain subsequent compression by starting at the side and rolling longitudinally toward the center of the pavement, overlapping on successive trips by at least one-half width of rear wheels. Make alternate trips slightly different in length. Continue rolling until further compression cannot be contained 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. 3.6 HAND TAMPING: A. Along walls, curbs, headers and similar structures and in all locations not accessible to rollers, compact the mixture thoroughly with a vibrating plate compactor. 3.7 DENSITY: A. Compact the base surface course to the density shown. If, during the construction, the results of density tests show that the surface has a density less than specified, an additional rolling with a 3-wheel or pneumatic roller will be required. Such a rolling shall be done before the mix cools if it is to be successful. 3.8 SURFACE: TESTS: Lubbock Canyon Lake Reuse Outfall Pipeline Asphaltic Concrete Paving Contract #8462 02510 - 3 April 26, 2013 A. 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 contact. The maximum ordinate measured from the face of the straightedge shall not exceed 1 /4 inch at any point. Furnish approved templates for checking subgrade in finished sections. The strength and rigidity of templates shall be such that if a support is transferred to center, no deflection in excess of 1 /8 inch will be observed. 3.9 CONSTRUCION JOINTS: A. Place courses as nearly continuously as possible. Pass the roller over unprotected ends of the 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 fill thickness of the course. Remove old material which has been cut away and lay the new mix against the fresh cut. B. When new asphaltic is laid against existing or old asphalt, the existing or old asphalt shell be cut to provide a straight smooth joint. A tack coat is to be applied against this sawed joint face before applying new hot mix. 3.10 DEFFECTIVE PAVEMENT: A. Recompact pavement sections not meeting specified densities or replace them with new asphaltic concrete material. Replace with new material section of surface course pavement no meeting surface test requirements or having an unacceptable surface texture. Patch asphaltic pavement sections in accordance with procedures established by the Asphalt Institute. Replace asphalt pavement sections which did not meet the specifications. 3.11 FIELD QUALITY CONTROL: A. Laboratory Testing and Inspection Services: As specified in 01400. 3.12 DEFICIENT SURFACE THICKNESS: A. Any area of asphalt surface found deficient in thickness by more than 0.25 inches shall be removed and replaced, at the Contractor's expense, with asphalt surface of the thickness shown. 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 be removed and replaced at the Contractor's expense. B. No additional payment over the contract price will be made for any asphalt surface of a thickness exceeding that required by the contract documents. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 02510 - 4 Asphaltic Concrete Paving April 26, 2013 SECTION 02511 PAVEMENT REPLACEMENT PART 1 GENERAL 1.1 SECTION INCLUDES: A. The repair and replacement of an open -cut trench pavement section within the confines of an existing roadway pavement section including, but not limited to, asphalt (hot -mix, surface treatment, etc.), brick, concrete, gravel, oil -sand, and unimproved streets and roadways. 1.2 REFERENCES: A. TxDOT Item 247—Flexible Base Material B. TxDOT Item 300—Asphalts, Oils, and Emulsions C. TxDOT Item 310—Prime Coat (cutback asphaltic material only) D. TxDOT Item 334—Not Mix Cold -Laid Asphaltic Concrete Pavement E. TxDOT Item 360—Concrete Pavement F. TxDOT Item 421—Portland Cement Concrete G. TxDOT Item 433---Joint Sealant and Fillers H. TxDOT Item 536—Membrane Curing 1. ACI 301---Specifications for Structural Concrete J. ASTM A615—Deformed and Plain Billet Steel Bars K. ASTM A616—Rail Steel Deformed and Plain Bars L. ASTM C260—Air-Entraining Admixtures for Concrete M. ASTM C494---Chemical Admixtures for Concrete 1.3 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Contractor shall certify the asphalt/concrete mixing plant will conform to the requirements of the TxDOT. C. Contractor shall submit design mixtures for asphalt/concrete, including additive modifiers, for review and approval at least 30 days before any pavement is placed. Lubbock Canyon Lake Reuse Outfall Pipeline Pavement Replacement Contract #8462 02511-1 April 26, 2013 1.4 1.5 PART 2 .. 2.1 2.2 2.3 2.4 2.5 DELIVERY, STORAGE, AND HANDLING: A. Asphaltic Concrete Material shall be hauled in tight trucks previously cleaned of dirt and foreign material. B. All material shall be delivered and immediately placed or stockpiled. Care shall be taken when stockpiling to prevent contamination of materials. ENVIRONMENTAL REQUIREMENTS: A. Asphaltic Concrete shall not be placed when the ambient temperature is below 60 degrees F and is falling. B. Asphaltic Concrete may be mixed and placed when the ambient temperature is above 50 degrees F and is rising. C. Portland Cement Concrete shall not be placed when the ambient temperature is above 40 degrees F and falling. D. Portland Cement Concrete may be placed when the ambient temperature is above 35 degrees F and rising. E. Paving materials shall not be placed on wet or frozen subgrade. PRODUCTS FLEXIBLE BASE: A. TxDOT Item 247, Type A, Grade 3. PRIME COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils and Emulsions". B. Provide grade MC-30, or as approved by the Engineer, in accordance with TxDOT Item 310, "Prime Coat". TACK COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils, and Emulsions". B. Provide grade RC-250, or as approved by the Engineer. HOT MIX, COLD -LAID ASPHALTIC CONCRETE SURFACE COURSE: A. Shall meet the individual material and mixture material requirements as specified within TxDOT Item 334 for the type shown on the drawings. REINFORCEMENT: A. Reinforcing steel shall meet the requirements of ASTM A616, Grade 60 new billet steel bars. Lubbock Canyon Lake Reuse Outfail Pipeline Pavement Replacement E Contract #8462 02511-2 April 26, 2013 B. Dowels for expansion joints shall meet the requirements of ASTM A615, Grade 60. 2.6 PORTLAND CEMENT CONCRETE: A. Use either Type I or Type III, ASTM C-150 concrete. B. Concrete mix shall have a minimum cement content of six sacks per cubic yard (3,000 psi compressive strength). C. Mixing water shall be potable and not detrimental to the concrete. D. The concrete shall contain 3 to 5 percent entrained air and shall meet the requirements of ASTM C260. E. Do not use chemical admixtures such as water reducing, retarding and accelerating agents unless approved by the Engineer. If admixtures are approved, they shall meet the requirements of ASTM C494. PART 3 EXECUTION 3.1 EXTENT OF REPAIR: A. Roadway/street shall be restored to its original condition or better as depicted on the drawings. B. The Contractor shall repair all pavement cuts, unless otherwise noted on the drawings. 3.2 FIELD QUALITY CONTROL: A. The trench backfill supporting the pavement replacement shall be installed in accordance with Section 02225. a. If, in the judgment of the Engineer, the quality of materials used or the completed installation (including compacted density, surface thickness or surface texture) is questionable, the Engineer may conduct the appropriate tests to verify the quality of the installation. These tests will be at the expense of the Contractor. If the installation does not meet the criteria listed in this section, the material shall be removed and replaced at the expense of the Contractor such that the installation meets the criteria in this section. 3.3 BARRICADES: A. The Contractor shall maintain lights and barricades around the work areas until the pavement is ready for traffic. B. Control work so as to minimize disruption of normal traffic flow and prevention of access to normal traffic routes. 3.4 GRAVEL, OIL -SAND AND OTHER NON -PERMANENT ROADWAYS: Lubbock Canyon Lake Reuse Outfall Pipeline Pavement Replacement Contract #8462 02511-3 April 26, 2013... A. Ensure trench is backfilled in accordance with Section 02225. B. Place and compact a finished ten inch layer of flexible base material over the ditch as shown on the drawings for the finished surface of the roadway. i 1 C. The thickness of each layer before compaction shall not exceed six inches. 3.6 ASPHALTIC CONCRETE ROADWAYS: A. Ensure trench is backfilled in accordance with Section 02226. B. Flexible Base Course: 1. Place and compact flexible base course under pavement sections over the ditch within roadways as shown on the drawings. 2. The thickness of each layer before compaction shall not exceed six inches. C. Prime Coat: 1. Prime coat shall be applied at a rate of 0.20 to 0.40 gallons per square yard over compacted flexible base and shall be cured for 24 hours minimum. D. Tack Coat: �... 1. Shall be applied to saw -cut edges, adjacent concrete or other appurtenances within the confines of the paved area. Apply at a rate of 0.05 to 0.15 gallons per square yard. E. Laying: 1. Shall meet the requirements of TxDOT Item 334, or as approved by the Engineer. F. Compacting: 1. Contractor shall use any equipment deemed necessary. All equipment shall be approved by the Engineer. g. s 4 t_: G. Density: 1. As specified within TxDOT Item 334. H. Surface Tests: 1. The finished surface of the replacement asphalt shall be at the same __. elevation and grade as the original pavement before cutting, or as shown on the drawings. 2. The completed surface, when tested with a straight edge spanning between the undisturbed saw -cut pavement sections at the adjacent Lubbock Canyon Lake Reuse Outfall Pipeline Pavement Replacement --- Contract #8462 02511-4 April 26, 2013 trench walls, shall show no deviation in excess of 1 /16 inch per foot from the sawed edge. 1. Construction Joints: 1. Place courses as nearly continuously as possible, if work is interrupted, cut back the previously -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. 2. When the asphalt is laid against existing or old asphalt, the existing or old asphalt shall be cut to provide a straight smooth joint. 3. Apply tack coat to old asphalt edge as previously described in this specification, prior to laying new material. 3.6 PORTLAND CEMENT CONCRETE PAVEMENT: A. Ensure trench is backfilled in accordance with Section 02225. B. Preparation: 1. Moisten underlying pavement layer to minimize absorption of water from fresh concrete. 2. Coat surfaces of manholes, drop inlets, etc. with oil to prevent bond with concrete. C. Forming: 1. If available, use adjacent saw -cut edges of existing concrete pavement as forms to match grade. 2. Use forming as necessary to contain the placed concrete when saw - cut edges are not available on both sides of the trench (i.e. Ditch is parallel to and at the edge of the roadway). 3. Ensure completed edge of concrete matches the line and grade of adjacent roadway, if no grade changes are depicted on the drawings. 4. Thickness of placed concrete shall match existing pavement. D. Reinforcement: 1. If reinforcement is required, the size and location will be shown on the plans. E. Concrete Pavement: 1. Place concrete in accordance with TxDOT Item 360—Concrete Pavement, unless otherwise noted. Lubbock Canyon Lake Reuse Outfall Pipeline Pavement Replacement Contract #8462 02511-5 April 26, 2013 2. Place concrete over the ditch within roadways as shown on the drawings. F. 3. Ensure reinforcement, inserts, embedded parts, formed joints, etc. r are not disturbed during concrete placement. 4. Match pattern of expansion/control joints in existing concrete pavement. 5. Finished surface of concrete shall match the existing pavement. F. Surface Tests: 1. The finished surface of the replacement concrete shall be at the same elevation and grade as the original pavement before cutting, or as shown on the drawings. 2. The completed surface, when tested with a straight edge spanning a----, between the undisturbed saw -cut pavement sections as the adjacent trench walls, shall show no deviation in excess of 1 /16 inch per foot from the sawed edge. i 3.7 MEASUREMENT AND PAYMENT: E.. A. Pavement replacement will be paid for by the linear foot which shall be the total payment for tamping the backfill, placing and compacting the base material, finishing and replacing the pavement as per this section. END OF SECTION i is Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 02511-6 f q i Pavement Replacement April 26, 2013 SECTION 02520 CONCRETE PAVEMENT, SIDEWALKS, CURB AND GUTTER AND APPROACHES PART1 GENERAL 1.1 SECTION INCLUDES: A. Portland cement concrete pavements with monolithic curb, sidewalks, curb and gutter and approaches on a prepared subgrade or subbase course in conformity with lines, grades and typical cross sections shown. 1.2 REFERENCES: A. ACI 301--Specifications for Structural concrete. B. ASTM A615—Deformed and Plain Billet -Steel Bars. C. ASTM A616—Rail-Steel Deformed and Plain Bars. D. ASTM C260—Air-Entraining Admixtures for concrete. E. ASTM C494—Chemical Admixtures for concrete. F. TxDOT Item 360—Concrete Pavement. G. TxDOT Item 421 —Hydraulic Cement Concrete. H. TxDOT DMS 6310--•Joint Sealants and Filters. I. TxDOT DMS 4650—Hydraulic Cement Concrete Curing Materials and Evaporation Retardants. 1.3 SUBMITTALS FOR REVIEW: A. Refer to Section 01300 for submittal requirements. B. Submit data on all joint materials and curing compounds to be incorporated into the project 30 days prior to use. C. Submit design mixtures, including additive modifiers, for review and approval at least 30 days before any concrete pavement is placed. The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor. 1.4 SITE CONDITIONS: A. Do not place concrete when surface temperature is less than 40 degrees F or surface is wet or frozen. PART 2 PRODUCTS 2.1 FORM MATERIALS: Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Pavement, Sidewalks, Curb Contract #8462 02520 - 1 April 26, 2013 A. Forms for concrete Pavement shelf comply with the requirements of TxDOT Item 360—Concrete Pavement. B. Forms for sidewalks, curb and gutter and concrete approaches shall be as approved by the Engineer. 2.2 REINFORCEMENT: A. Reinforcing Steel shall meet the requirements of ASTM A616, Grade 60 new Billet -steel bars. B. Dowels for expansion joints shall meet the requirements of ASTM A615, Grade 60. 23 CONCRETE MATERIALS: A. Use Class "P" concrete as specified in TxDOT Item 421—Hydraulic Cement Concrete. B. Mixing water shall be potable and not detrimental to the concrete. C. The concrete shall contain 3 to 5 percent entrained air and shall meet the requirements of ASTM C260. D. Do not use chemical mixtures such as water reducing, retarding and accelerating agents unless approved by the Engineer. The admixtures shall meet the requirements of ASTM C494. 2.4 ACCESSORIES: A. Curing material shall meet the requirements of DMS 4650—Hydraulic Cement Concrete Curing Materials and Evaporation Retardants. B. Joint fillers and backer rods shall meet the requirements of DMS 6310— Joint Sealants and Fillers. 2.5 CONCRETE MIX: A. The concrete mix shall meet the requirements of Class "P" Portland cement concrete as specified in TxDOT Item 421--Hydraulic Cement Concrete. B. The minimum concrete flexural strength shall be 680 psi at 28 days using third -point loading. C. Use accelerating admixtures in cold weather only when approved by the Engineer. Use of admixtures will not relax cold weather placement requirements. D. Use calcium chloride only when approved by Engineer. E. Use set retarding admixtures during hot weather only when approved by Engineer. 2.6 SOURCE QUALITY CONTROL AND TESTS: A. Refer to Section 01400 for requirements. Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Pavement, Sidewalks, Curb Contract #8462 02520 - 2 April 26, 2013 B. Tests on cement and aggregate will be performed to ensure conformance with specified requirements. PART 3 EXECUTION 3.1 EXAMINATION: A. Place concrete only on approved underlying material. B. Any underlying material determined to be unsatisfactory for any reason, shall be corrected at the Contractor's expense. 3.2 PREPARATION: A. Moisten underlying pavement layer to minimize absorption of water from fresh concrete. B. Coat surfaces of manholes, drop inlets, etc. with oil to prevent bond with concrete. C. Notify Engineer minimum 24 hours prior to commencement of concreting operations. 3.3 FORMING: A. Place and secure forms to correct location, dimension, profile and gradient. B. Assemble formwork to permit easy stripping and dismantling without damaging concrete. C. Place joint filler vertical in position, in straight lines. Secure to formwork during concrete placement. 3.4 REINFORCEMENT: A. The size and location of reinforcement shall be as shown on the plans. 3.5 CONCRETE PAVEMENT: A. Place concrete in accordance with TXDOT Item 360—Concrete Pavement unless noted within this specification. B. Place concrete using the slip form technique. Other methods may be used if approved by the Engineer. C. Ensure reinforcement, inserts, embedded parts, formed joints, etc. are not disturbed during concrete placement. D. Place concrete continuously over the full width of the panel and between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. E. Concrete pavement panels shall have a maximum size of 25 feet by 25 feet. Typical joint layout shall be as shown. Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Pavement, Sidewalks, Curb Contract #8462 02520 - 3 April 26, 2013 3.6 SIDEWALKS: A. Sidewalks shall be constructed in sections of approximately 32 feet in length. One-half inch expansion joints with filler board shall be constructed at the beginning and end of each sidewalk section. Filler board shall be approved by the Engineer. Expansion joints shall not contain dowels unless shown. A three inch cushion of granular material shall be placed on the subgrade, unless otherwise shown. B. After the surface has been worked to a true plane, one inch deep control joints shall be made every five feet unless otherwise shown on the plans. Sidewalk thickness shall be as shown on the plans. 3.7 CURB AND GUTTER: A. Curb and gutter adjacent to asphalt pavement shall be constructed in sections of approximately thirty feet in length and five feet in width, unless otherwise shown on the plans. Expansion joints shall be placed at every thirty feet section and at the beginning and end of every curb return. Where walks or other concrete improvements join the curb, a one-half inch wide expansion joint shall be placed at the back of the curb. The expansion joint will consist of a one-half inch filler board without dowels. Filler board shall be approved by the Engineer. B. Control joints will be placed ten feet apart along the length of each section. Joints shall be cut through the curb and one and one-half inches below the surface of the curb and gutter. C. Concrete pavement with monolithic curb shall be constructed as shown. 3.8 CONCRETE APPROACHES: A. Concrete approaches shall be constructed as shown. 3.9 JOINTS: A. Place joints as specified or shown. B. For concrete pavement with monolithic curb, curb joints shall be of the same type and location as the adjacent concrete pavement. C. Joint sealant for concrete pavement shall meet the requirements of TxDOT Class 5 joint sealant as described in DMS 6310—Joint Sealants and Fillers. 3.10 FINISHING: A. Concrete surfaces shall receive a light broom finish. B. Place curing compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer's instructions. 3.11 JOINT SEALING: A. Place sealant in accordance with manufacturer's recommendations. Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Pavement, Sidewalks, Curb Contract #8462 02520 - 4 April 26, 2013 B. Joint reservoir dimensions shall be as shown. 3.12 TOLERANCES: A. Refer to Section 01400 for tolerance requirements. B. The maximum variation of surface flatness shall be 114 inch in 10 ft for straight-line grades. C. Horizontal tolerances shall be ± 114 inch in forms. 3.13 FIELD QUALITY CONTROL: A. Field inspection and testing will be performed under the provisions of Section 01400. B. Testing firm will take beams and perform slump and air entrainment tests in accordance with ACI 301. C. One additional test beam will be taken during cold weather and cured on site under same conditions as concrete it represents. D. One slump test will be taken for each set of test beams taken. E. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature and test samples taken. 3.14 PROTECTION: A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures and mechanical injury. B. Do not permit vehicular traffic over pavement for at least 4 days minimum after finishing unless directed by the Engineer. This period may be extended if required by the Engineer. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Pavement, Sidewalks, Curb Contract #8462 02520 - 5 April 26, 2013 SECTION 02728 CONCRETE SPLASH BLOCKS PART1 l GENERAL 1.1 SECTION INCLUDES: A. Precast Concrete Splash Blocks. 1.2 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Shop Drawings: Indicate size, shape and reinforcement. PART 2 PRODUCTS ...., 2.1 MATERIALS: ... A. Concrete Materials and Mix: 1. As specified in Section 03300. 2. Minimum compressive strength of 2,500 psi, at 28 days. B. Concrete Reinforcement: As specified in Section 03200. i_ 2.2 PRECAST CONCRETE SPLASH BLOCKS: A. Precast concrete splash blocks to size and shape as indicated on Drawings. B. Finish: Smooth as -cast PART 3 EXECUTION 3.1 PREPARATION: p- A. Verify layout of splash blocks. [ 3.2 INSTALLATION: A. Install one precast splash block under each downspout. END OF SECTION s Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Splash Blocks Contract #8462 02728-1 April 26, 2013 ............. .............................. ......... ............ PART1 GENERAL 1.1 SECTION INCLUDES: A. Sanitary sewer lines, including valves, fittings and other appurtenances for sewer lines 18 inches or greater in diameter. 1.2 REFERENCES: A. ASTM C12 - Recommended Practice for Installing Vitrified Clay Pipe Lines. B. ASTM C425 - Compression Joints for Vitrified Clay Pipe and Fittings. C. ASTM C700 - Vitrified Clay {VC) Pipe. D. ASTM C828 - Low Pressure Air Test of Vitrified Clay Pipe Lines. E, ASTM D1784 - Polyvinyl Chloride (PVC) Plastic Pipe, Compounds and Chlorinated Polyvinyl Chloride (PVC) Compounds. F. ASTM D2321 - Underground Installation of Flexible Thermoplastic Sewer Pipe. G. ASTM D2412 - External Loading Properties of Plastic Pipe by Parallel -Plate Loading. H. ASTM D3212 - Joints for Drain and Sewer Plastic Pipes using Flexible Elastomeric Seals. 1. ASTM D3262 - Reinforced Plastic Mortar Sewer Pipe. J. ASTM D4161 - "Fiberglass" Glass -Fiber -Reinforced Thermosetting Resin Pipe Joints using Flexible Elastoreric Seals. K. ASTM F477 - Elastomeric Seals (Gaskets) for Joining Plastic Pipe. L. ASTM F679 - Polyvinyl Chloride (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings, T-1 (SDR-35). M. ASTM F794 - Polyvinyl Chloride (PVC# Large -Diameter Ribbed Gravity Sewer Pipe and Fittings based on Controlled Inside Diameter. N. ASTM F894 - Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe. O. ASTM F949 - Polyvinyl Chloride (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings. P. ASTM F1417 - Installation Acceptance of Plastic Gravity Sewer Lines using low pressure air. Lubbock Canyon Lake Reuse Outfall Pipeline Large Diameter Sanitary Sewer Systems Contract #8462 02732 - 1 April 26, 2013 Q. 30 TAC 317.2 (a)(4) - Texas Administrative Code, Volume 30, Chapter 317, Design Criteria for Sewage Systems. 317.2 Sewage Collection Systems, (a) General Requirements, (4) Testing of Installed Pipe. 1.3 SUBMITTALS: A. Section 01300 - Procedures for Submittals. B. Product Data: Manufacturer's product data sheets on all materials incorporated into work. C. Quality Control Submittals: For information only. 1. Certificates: Manufacturer's certificates attesting compliance with applicable specifications for grades, types, classes and other properties. D. Contract Closeout Submittals: Refer to Section 01700. 1. Project Record Documents: Submit documentation according to Section 01700. Accurately record installed locations of valves, piping, service connections and accessories. 2. Submit testing data and testing affidavit. 1.4 QUALITY ASSURANCE: A. Pipeline installation shall be in accordance with manufacturer's recommendations. B. Pipe shall be kept clean of all foreign matter. 1. At temporary termination of pipe laying, provide suitable cover to close open end until burying operations are resumed. 1.5 DELIVERY, STORAGE AND HANDLING: A. Each load of pipe delivered to the job site shall be inspected by the Engineer. B. Pipe shall be transported with ends covered to prevent debris accumulation during transport. PART 2 PRODUCTS 2.1 GRAVITY SYTEMS: A. Pipe: 1. Polyvinyl Chloride (PVC) Pipe: a. PVC pipe shall be integral bell and spigot type joints. Lubbock Canyon Lake Reuse Outfall Pipeline Large Diameter Sanitary Sewer Systems Contract #8462 02732 - 2 April 26, 2013 b. Pipe conforming to ASTM F679 shall be manufactured from cell Class 124548, 12454C, or 12364B in accordance with ASTM D 1784. C. Pipe conforming to ASTM D794 shall be either close profile, or have ribs perpendicular to axis of pipe and manufactured from cell Class 124548, 12454C, 13364B, or 12364A in accordance with ASTM D1784. d. Pipe conforming to ASTM F949 shall be manufactured from cell Class 12454B in accordance with ASTM D1784. e. Pipe shall have a minimum stiffness of 46 psi when tested in accordance with ASTM D2412. f. Lay lengths shall be a maximum of 20 foot plus or minus 2 inches and a minimum of 10 foot plus or minus 2 inches except at special fittings. g. Acceptable Manufacturers: ETI - Ultra Rib CONTECH - A-2000 LAMSON - Vylon CERTAINTEED - SDR-35 2. "Fiberglass" Glass -Fiber -Reinforced Thermosetting Resin Pipe: a. Pipe shall conform to ASTM D3262 and have a coupling joint system. b. Pipe shall have a minimum stiffness of 46 psi when tested in accordance with ASTM D2412. C. Lay lengths shall be a maximum of twenty (20) feet plus or minus two (2) inches and a minimum of ten (10) feet plus or minus two (2) inches except at special fittings. d. Acceptable Manufacturer: Hobas USA, Inc. 3. Polyethylene Large Diameter Profile Wall Sewer Pipe: a. Pipe shall conform to ASTM F894 and have a bell and integral spigot type joint. b. Pipe shall have a minimum stiffness of 46 psi when tested in accordance with ASTM D2412. C. Lay lengths shall be a maximum of twenty (20) feet plus or minus two (2) inches and a minimum of ten (10) feet plus or minus two (2) inches except at special fittings. d. Acceptable Manufacturer: Chevron Spirolite. Lubbock Canyon Lake Reuse Outfall Pipeline Large Diameter Sanitary Sewer Systems Contract #8462 02732 - 3 April 26, 2013 B. Joints: 1. Polyvinyl Chloride (PVC1 Pipe: a, Joints shall be flexible gasketed; elastomeric type joints. b. Gaskets shall be compression type, confined in a machined groove in the spigot or bell and meet ASTM F477. c. Joints shall conform to ASTM D3212. 2. "Fiberglass" (Glass -Fiber -Reinforced Thermosetting Resin) Pipe: a. Joint shall be elastomeric sealing gasket. b. Joints shall be fiberglass sleeve couplings. C. Joints shall conform to ASTM D4161. 3. Polyethylene Large Diameter Profile Wall Pipe: a. Joints shall be flexible; elastomeric type. b. Gaskets shall be compression type confined in the spigot and meet ASTM F477. C. Joints shall conform to ASTM D3212. 4. Vitrified Clay Pipe: a. Joints shall be pre -molded plastic compression type. b. Factory made compression joints shall meet ASTM C425. C. Fittings: 1. Polyvinyl chloride (PVC). a. Fittings conforming to ASTM F679 shall be push on type furnished by the pipe manufacturer. b. Fittings conforming to ASTM F794 shall be push on type furnished by the pipe manufacturer. C. Fittings conforming to ASTM F949 shall be push on type furnished by the pipe manufacturer. 2. Fittings conforming to ASTM D3262 shall be square end connected by fiberglass joint coupling furnished by the pipe manufacturer. Lubbock Canyon Lake Reuse Outfall Pipeline Large Diameter Sanitary Sewer Systems ...... Contract #8462 02732 - 4 April 26, 2013 3. Fittings conforming to ASTM F894 shall be push on type furnished by the pipe manufacturer. 4. Vitrified Clay Pipe - Fittings for vitrified clay pipe shall meet ASTM C425. 2.2 ACCESSORIES: A. Valves: 1. Plug valves - DeZURIK series 100, MILLIKEN-Millcentric or approved equivalent. 2. Valve covers - cast iron, tight fit to 6-inch diameter PVC Riser. B. Cleanouts: 1. Line type with lacquered cast iron body and round epoxy coated, gasketed cover. 2. Trinity Valley Model No. 1884. 3. Dallas Foundry Casting No. C-339. 4. Substitutions: Under provisions of Section 01600. PART 3 PRODUCTS 3A PREPARATION: A. Stake locations of fittings, valves and accessories prior to installation for review by Engineer. B. Prior to installation, remove foreign matter from within pipes, fittings and valves. Verify material is in satisfactory condition and that valves operate property. 3.2 SETTING VALVES AND VALVE BOXES: A. Install valves where shown. Set valves plumb and as detailed. Center valve boxes. Carefully tamp earth around each valve box for a minimum radius of four (4) feet, or to undisturbed trench face of less than four (4) feet. B. Block with concrete as shown. 3.3 PIPE INSTALLATION: A. Pipe shall be installed in accordance with ASTM D2321 or ASTM C12, whichever is applicable. B. Preparation: 1. Do not lay pipe in water, or when trench or weather are unsuitable for work. Keep water out of trench until jointing is complete and Lubbock Canyon Lake Reuse Outfall Pipeline Large Diameter Sanitary Sewer Systems Contract #8462 02732 - 5 April 26, 2013 bedding is placed to top of pipe. When work is not in progress, close ends of pipe and fittings securely so that no trench water, earth, or other substances will enter pipes or fittings. 2. Keep inside of pipe free from foreign matter during operations by 9 plugging, or other approved methods. 3. Place pipe so that full length of each section rests solidly upon pipe bed, with recesses excavated to accommodate bells and joints. Take 1 up and re -lay pipe when grade or joint is disturbed after laying. 4. Handle pipe and accessories so that pipe placed in trench is sound and undamaged. 5. Cut neatly, using approved type mechanical cutter without damaging pipe. Use wheel cutters when practicable. C. Excavation, Compaction and Backfill: In accordance with Section 02225, Excavating, Backfilling and Compacting for Utilities. �.,. D. Bedding: In accordance with Section 02225 and as shown. E. Placing and Laying: 1. Set and bury lines accurately to grades as shown. 2. Adjustment to obtain correct line shall be made by tamping or removing bedding and in no case by wedging or blocking pipe. 3. Perform no work in fill areas until embankment or fill has been completed to at least two (2) feet above top of pipe and properly &.._, compacted. i F. Joints: 1. Install joints in accordance with manufacturer's recommendations. 2. Make push -on joints in accordance with manufacturer's recommendations. Lay spigot ends downstream and push -on to full depth. 3.4 WATER LINE CROSSINGS: A. No sanitary sewer line shall be installed within nine (9) feet fin all directions) of a water line. Where the nine (9) feet separation is not possible, separation shall be accomplished as specified in 30 TAC Chapter 317, Design Criteria for Sewerage Systems, 317.13, Appendix E - Separation Distances. 3.5 TESTING AND INSPECTION: A. Low Pressure Air Tests: Lubbock Canyon Lake Reuse Outfall Pipeline Large Diameter Sanitary Sewer Systems 1... Contract #8462 i.. 02732 - 6 April 26, 2013 1. A low pressure air test shall be performed after completing a section of sewer line. 2. The low pressure air test shall conform to 30 TAC 317.2(a)(4)(B) using procedures described in ASTM C828 (Vitrified Clay Pipe) and ASTM F1417 (PVC pipe) except for testing times. Testing time shall be calculated based on 30 TAC 317.2(a)(4)(B). 3. The tests shall be performed under the observation of the Owner and Engineer. 4. If the exfiltration exceeds the maximum allowable amount, the Contractor shall replace or repair the section of the sewer line necessary to meet the specified limits. B. Infiltration or Exfiltration Tests: 1. The pipe shall be laid so that infiltrationlexfiltration does not exceed 60 gallons -per -inch of diameter of pipe per mile of line for a 24-hour period. 2. The Contractor shall furnish a pump of sufficient capacity to remove the infiltration. The infiltration shall be measured by pumping a known volume in a known amount of time. C. Deflection Tests: 1. Perform a deflection test on all flexible pipes (PVC). 2. The deflection test shall conform to the requirements of 30 TAC 317.2 (a)(4)(C), including testing after the final backfill has been in place for at least 30 days. 3. If the deflection exceeds the maximum allowable amount, the Contractor shall replace or repair the section of the sewer line necessary to meet the specified limits. D. Upon completion of all required testing, the Contractor shall provide a signed notarized affidavit certifying that the system has been tested and meets applicable requirements. E. Tests shall be performed under the observation of the Owner and Engineer. F. Final Inspection: 1. Prior to final inspection, the Contractor shall complete all work on the portion of the line to be tested. The ditches shall be dressed and debris removed. 2. Final inspection shall include the entire length of the line and include clean up. Lubbock Canyon Lake Reuse Outfall Pipeline Large Diameter Sanitary Sewer Systems Contract #8462 02732 - 7 April 26, 2013 3. All defects noted shall be repaired by the Contractor at his own expense, prior to final payment. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 02732 - 8 Large Diameter Sanitary Sewer Systems April 26, 2013 SECTION 03100 CONCRETE FORMWORK PART1 GENERAL 1.1 SECTION INCLUDES: A. Design, construction, erection and removal of concrete formwork. S. Openings in formwork for other affected work. C. Form accessories. D. Installation of embedded items. 1.2 REFERENCES: A. ACI 301-89--Specifications for Structural Concrete for Buildings. B. ACI 347R-88--Recommended Practice for Concrete Formwork. C. ASTM A120-84--Pipe, Steel, Black and Hot -Dipped Zinc - Coated (Galvanized) Welded and Seamless. D. ASTM D2 26--As phalt-Satu rated Roofing Felt. E. ASTM D1 751 --Preformed Expansion Joint Fillers (Bituminous Types). F. PS 1-74--Construction and Industrial Plywood. G. PS 20-70--American Softwood Lumber Standard. 1.3 SYSTEM DESCRIPTION: A. Conventional Concrete Formwork: 1. Conventional formwork as specified in this Section for surfaces of cast -in -place concrete. 2. Extent of formwork is indicated by cast -in -place concrete elements shown on Drawings. 1.4 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Product Data: Manufacturer's product data sheets for accessories and waterstops. Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Formwork Contract #8462 03100 - 1 April 26, 2013 1.5 QUALITY ASSURANCE: A. Design Criteria: Conform to ACI 347, Chapter 1, and ACI 301. B. Design Responsibility: Contractor is responsible for design, engineering and construction of formwork, including shoring and bracing. 1. Design formwork for loads, lateral pressures and allowable stresses in accordance with ACI 347. 2. Allow for other applicable requirements of authorities having jurisdiction. 3. Design camber into formwork to compensate for anticipated deflection during concrete placement where necessary to maintain specified tolerances. 4. Design formwork to allow removal without damage to concrete surfaces. 5. Contractor is responsible for determining when temporary supports, shores, backshores and other bracing may be safely removed. C. Forming Methods: 1. Unless otherwise scheduled or specified, formwork as specified in this Section shall be used or form cast -in -place concrete elements. 2. Where soil is in stable enough condition that it can be shaped to a true and straight surface without caving or sloughing, the following members may be cast against neat cut excavations: a. Unexposed sides of grade beams cast monolithically with slabs. b. Sides of footings. c. Pier caps. 1.6 DELIVERY, STORAGE, AND HANDLING: A. Deliver, store, and handle materials to avoid damage. Store materials in accordance with manufacture's instructions with seals and labels intact and legible. B. Deliver form materials in manufacture's packaging with installation instructions. C. Store off ground in ventilated and protected area to prevent deterioration from moisture or damage. Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Formwork Contract ##8462 03100 - 2 April 26, 2013 1.7 COORDINATION: A. Notify Engineer at least 48 hours prior to completion of formwork so that the formwork may be observed. Do not place reinforcing steel or concrete until the forms have been observed. B. Coordinate block -out sizes for rough openings for other work. Coordinate location and extent of items built-in to concrete formwork. PART 2 PRODUCTS 2.1 FORM MATERIAL: A. Framing: Kiln dried softwood lumber, PS20. B. Smooth Forms: 1. Construct formwork with plywood; tempered, concrete -form hard board; dressed lumber with plywood or fiberboard lining; metal; plastic; or metal -framed plywood -faced panel material to provide continuous, straight smooth surfaces. Form material shall be free of raised grain, torn surfaces, worn edges, patches, dents or other defect. Furnish material in largest practical sizes to minimize the number of joints. Form material shall have sufficient strength and thickness to withstand the pressure of newly place concrete without bow or deflection. 2. Use smooth forms on interior and exterior concrete surfaces exposed to view in the completed structure, including exterior face of grade beams. 3. Unless otherwise shown or specified, as a minimum use plywood complying with U.S Product Standards PS-1, "8-13 (Concrete Form) Plywood" Class 1, Exterior Grade or better, mill -ailed and edge - sealed, with each piece bearing legible trademark of an approved inspection agency. C. Rough Forms: 1. Construct forms of dressed or undressed lumber free of knots, splits or other defects; plywood; metal; or other acceptable material. Material shall have sufficient strength and thickness to withstand pressure of newly placed concrete without bow or deflection. 2. Rough forms may be used on concrete surfaces that will not be exposed to view in complete structures unless noted otherwise. D. Shores: Wood or adjustable metal type with bearing plates and with double wedges at bottom. Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Formwork Contract #f8462 03100 - 3 April 26, 2013 E. Carton Forms: 1. Corrugated fiberboard box forms fabricated of natural Kraft with liners, completely impregnated with a polyethylene wax blend, and laminated with a waterproof adhesive. Boxes assembled with steel strappings. 2. Forms shaped to design and dimensions as indicated for formed voids. 3. Forms capable of supporting weight of concrete plus a live load of 20 psf on area supported by void form. 2.2 FORM ACCESSORIES: A. Form Ties: Factory fabricated, adjustable length, removable or snap -off metal ties, designed to prevent form deflection and to prevent spailing concrete surfaces upon removal. Provide ties so that portion remaining within concrete is at least 1-1/2 inch from outer surfaces. Provide water seal feature on ties used to form water bearing structures. B. Form Coating: Commercial formulation of form oil or form -release agent having proven satisfactory performance. Coating shall not bond with, stain or adversely affect concrete surfaces nor impair subsequent treatment of concrete surfaces, including bonding agents, curing compounds and waterproofing. C. Rustications, Bevels, Chamfers: Mill from Northern White Pine, smooth and free of irregularities. Preformed PVC strips may be used for corner chamfers. D. Sleeves: Standard weight galvanized pipe, ASTM A120. 2.3 JOINTING ACCESSORIES: A. Joint Fillers: Premolded mastic strips, asphaltic impregnated, ASTM D1751. B. Bond Breaker: No. 30 asphalt saturated felt, ASTM 0226. C. Mastic Waterstop: Synko-Flex Preformed Plastic Waterstop by Synko-Flex Products Co. or Butyl Resin ConSeal CS-102 by Concrete Sealants, Inc. PART 3 EXECUTION 3.1 FORMWORK CONSTRUCTION: A. General: 1. Construct and maintain formwork, in accordance with ACI 347 and these Specifications, to maintain correct sizes of members, shape, Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Formwork Contract #8462 03100 - 4 April 26, 2013 alignment, elevation and position during concrete placement and until concrete has gained sufficient strength. 2. Provide for openings, offsets, keyways, recesses, moldings, anchorages and inserts, as required to accommodate other work including mechanical and electrical. Sea] such openings to prevent leakage and loss of concrete matrix. 3. Construct forms for easy removal without damage to concrete surfaces. ; 4. Construct formwork sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material at joints to prevent leakage and fins. 5. Place chamfer strips in forms to bevel exposed edges and corners of members. Edges of formed joints and interior corners shall not be beveled unless shown or specified otherwise. Provide equipment bases with formed beveled edges on vertical and horizontal corners. 6. Provide temporary openings where areas of formwork are inaccessible for cleanout, inspection or concrete placement. Brace openings and set tightly to forms. Locate in as inconspicuous locations as possible. a 7. If runways are required for moving equipment, provide for support of runways with struts or legs resting directly on formwork or structural member. Do not allow runways or supports to rest on reinforcing steel. B. Forms for Surfaces Exposed to View: 1. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Uniformly space form ties and align in horizontal and vertical rows. 2. Provide sharp, clean corners at intersecting p g planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 3. Form molding shapes, recesses and projections with smooth -finish materials and install in forms with sealed joints to prevent displacement. i e_ 4. Form exposed corners to produce square, smooth, solid, unbroken lines. Provide exterior exposed corners with 314 inch chamfer. 5. Arrange facing material in an orderly and symmetrical fashion. Keep number of form joints to a practical minimum. Support facing ; material adequately to prevent deflection in excess of allowable j tolerances. Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Formwork Contract #8462 . ................. ....... 03100 - 5 April 26, 2013 .. ....... . . 3.2 3.3 3.4 6. For flush surfaces exposed to view in the completed structure, overlap previously placed, hardened concrete with form sheathing by approximately one inch. Hold forms against hardened concrete to maintain true surfaces, preventing offsets or loss of mortar. C. Edge Forms and Screed Strips (Rails) for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in finish slab surfaces. Provide and secure units to support types of screeds required. D. Formed Voids: 1. Level subgrade material to minimize protrusions on surface and set void boxes in accord with manufacturer's recommendations for purpose intended. 2. Where multiple units are required to cover an area, cover void boxes with cover sheets of material similar to material boxes are made of and staple down to boxes. 3. Top surface shall be plane and at design concrete soffit elevation. 4. Protect carton forms from moisture before concrete placing and form crushing during concrete placing. Remove and replace damaged carton forms prior to placing concrete. TOLERANCES: A. Construct formwork to maintain concrete surface tolerances in accordance with ACI 347, 3,3.1. B. Establish sufficient control points and bench marks as references for tolerance checks. Maintain these references in undisturbed conditions until final completion and acceptance of project. ADJUSTMENTS OF FORMWORK: A. Use wedges or jacks to provide positive adjustment of shores and struts. Fasten wedges used for final adjustment of forms in position after final inspection and before concrete placement. B. Securely brace forms against lateral deflections. Prepare to compensate for settling during concrete placement. C. For openings, construct wood forms that facilitate any necessary loosening to counteract swelling of forms. PREPARATION OF FORM SURFACES: A. Before placing concrete, clean surfaces of forms and embedded materials. Remove accumulated mortar, grout, rust and other foreign matter. Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 03100 - 6 Concrete Formwork April 26, 2013 B. Coat forms with form oil or form -release agent before placing reinforcement. Cover form surfaces with coating material used in strict accordance with the manufacturer's instructions. Do not allow excess coating material to accumulate in forms or to contact hardened concrete against which fresh concrete will be placed. Remove coating material from reinforcement before placing concrete. 3.5 INSERTS, EMBEDDED ITEMS, OPENINGS AND ACCESSORIES: A. Make provisions for required installation of accessories, bolts, hangers, sleeves, anchor slots and inserts cast in concrete. B. Obtain templates or instructions for installation of embedded items and anchor bolts. C. Locate and set in place items which will be cast directly into concrete, D. Install sleeves or formed openings for pipes, and other work passing through concrete members. Temporarily fill voids to prevent concrete intrusion. E. Coat aluminum conduits, pipes and inserts embedded in structural concrete with heavy bituminous coating to prevent material -concrete reaction or electrolytic action between material and steel. F. Coordinate work of other sections involved in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts. G. Install concrete accessories in accordance with manufacturer's recommendations; straight, level, and plumb. Ensure items are not disturbed during concrete placement. H. Place joint filler in expansion joints. Place building felt bond breaker in control joints where scheduled. 3.6 REMOVAL OF FORMS: A. Forms on vertical surfaces, when repair of surface defects or finishing is required before concrete is aged, may be removed in 24 hours provided concrete has hardened sufficiently to resist damage form removal operations. B. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging. C. Loosen wood forms for openings as soon as this can be accomplished without damage to concrete. D. Formwork for walls, sides of beams, and other parts not supporting weight of concrete may be removed after 24 hours provided that concrete has hardened sufficiently to resist damage from removal operations and provided the removal of these forms will not disturb members supporting weight of concrete. Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Formwork Contract #8462 03100 - 7 April 26, 2013 d k E. Forms and shoring used to support weight of concrete or construction loads shall remain in place until concrete has reached the minimum design strength specified for removal of forms and shoring. In no case shall forms be removed in less than 7 days. F. Contractor, at his option and risk, may remove formwork after 7 full days have elapsed after completion of concrete placement, provided that in -place concrete has attained 75 percent of its specified 28 days ultimate compressive strength. At Contractor's expense, provide testing and verification of required specified concrete compressive strengths. In addition, when forms are removed there shall not be excessive deflection or distortion and no evidence of damage to concrete either due to removal of supports or to stripping operations. If such deficiencies are observed, the forms and supports shall remain in -place as specified above. 3.7 REMOVAL STRENGTH: A. Control Tests: Suitable strength control tests shall be used as evidence that concrete has attained specified strength for removal of formwork or shoring supporting weight of concrete in beams, slabs and other structural members. 1. Field -Cured Test Cylinders. When field -cured test cylinders reach specified removal strength, formwork or shoring may be removed from respective concrete placements. Strength data from field -cured test cylinders shall be furnished by the Contractor. 2. Laboratory -Cured Test Cylinders: When concrete has been cured as specified for cast -in -place concrete for same time period required by laboratory -cured cylinders to reach specified strength, formwork or shoring may be removed from respective concrete placements. Determine length of time that the concrete placement has been cured by totaling number of days or fraction of days, not necessarily consecutive, during which air temperature surrounding concrete is above 50 degrees F and the concrete has been damp or thoroughly sealed against evaporation and loss of moisture. B. Compressive Strengths: Minimum concrete compressive strengths for removal of formwork supporting weight of concrete shall be 100 percent of specified minimum 28-day strength of class of concrete involved. 3.8 RESHORING: A. Reshoring is not permitted. 3.9 FORM REUSE: A. Do not reuse forms that are worn or damaged beyond repair. B. Thoroughly clean and recoat forms before reuse. C. For wood and plywood forms to be used for exposed smooth finish, sand or otherwise dress concrete contact surface to original condition or provide Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Formwork Contract #8462 03100 - 8 April 26, 2013 form liner facing material. For metal forms, straighten, remove dents and clean to return to original condition. 3.10 WATERSTOP INSTALLATION: A. Install waterstops continuous to form an impenetrable water barrier. B. Install mastic waterstops in horizontal and vertical construction joints of: 1. Below grade walls up to 12 inch above finish grade. 2. Joints between below grade wails and slabs. 3. Walls and slabs of liquid -containing structures. 4. As indicated on Drawings. C. Install mastic waterstops continuously in accordance with manufacturer's directions. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 03100 - 9 Concrete Formwork April 26, 2013 f i' PART 1 i f SECTION 03200 CONCRETE REINFORCEMENT GENERAL 1.1 SECTION INCLUDES: A. Reinforcing steel for concrete reinforcement except pre -stressing tendons. B. Grouting of reinforcement dowel bars. 1.2 REFERENCES: A. American Society for Testing and Materials (ASTM): 1. ASTM A82—Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A185—Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement. 3. ASTM A615—Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. B. American Concrete Institute (ACI): 1. ACI 315-80—Detailing Reinforced Concrete Structures. 2. ACI 318-89—Building Code Requirements for Reinforced Concrete. C. Concrete Reinforcing Steel Institute (CRSI): CRSI Manual of Standard Practice. 1.3 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Shop Drawings: 1. Indicate reinforcement fabrication, bar placement location, splices, spacing and bar designation, bar type, length, size, bending, number of bars, bar support type and other pertinent information, including dimensions. Information shall correspond directly to data listed on bill of materials. 2. Provide sufficient detail to permit placement of reinforcement without use of design drawings. 3. Detail shop drawings in accordance with ACI 315. 4. Include bill of materials to be reviewed with shop drawings. I Lubbock Canyon Lake Reuse Outfail Pipeline Concrete Reinforcement Contract #8462 03200 - 1 April 26, 2013 PART 2 1.4 1.5 2.1 2.2 DELIVERY, STORAGE AND HANDLING: A. Store steel reinforcement above ground on platforms, skids, or other supports. B. Protect reinforcing, as far as practicable, from mechanical injury, surface deterioration and rusting caused by exposure to weather. COORDINATION: A. Notify Engineer at least 48 hours prior to completion of reinforcement installation to allow for inspection of reinforcement placement. PRODUCTS MATERIALS: A. Deformed Steel Bars: ASTM A615, grade 60 including Supplementary Requirements (SI), for bars except those shown on drawings as smooth bars. B. Smooth Steel Bars: ASTM A615, grade 60, for bars shown on the drawings as smooth bars. C. Welded Wire Fabric: ASTM A185, furnished in flat sheets only. 0. Tie Wire: 18-gauge annealed steel. E. Bar Supports: Provide sufficient numbers of supports of strength required to carry reinforcement. Bar supports and accessories shall be of size required to provide specified concrete cover. Bar supports and other metal accessories shall meet requirements of CRSI Manual of Standard Practice. Use the following type legs for surfaces listed: 1. Slabs, Walls and Beams: Solid Plastic. 2. Slabs on grade: Precast concrete bar supports (as an alternate for solid plastic) 3-inch wide, 6-inch long and thick enough to allow required cover. Embed tie wires in 3-inch sides. F. Epoxy Grout: High -strength rigid epoxy adhesive manufactured for purpose of anchoring dowels into hardened concrete. FABRICATION: A. Marking: Clearly mark bars with waterproof tags showing number of bars, size, mark, length and yield strength. Mark steel with same designation as member in which it occurs. Key marks to concrete placement number as designated on concrete placement sequence shop drawings. B. Bending: Fabricate bars to the spaces shown on drawings by cold bending. Bends shall conform to minimum bend diameters specified in ACI 318. Do not straighten or re -bend bars without specific approval. Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Reinforcement Contract #8462 03200 - 2 April 26, 2013 C. Splices: Locate splices as shown. Where it is necessary to splice reinforcement at locations other than shown, splices shall be approved by Engineer. Use a minimum number of splices and locate them at points of minimum stress. Stagger splices in adjacent bars. Length of lap splices shall be in accordance with ACI 318 unless shown otherwise. D. Construction Joints: Reinforcing shall be continuous through construction joints unless detailed otherwise. E. Fabrication Tolerances: In accordance with fabrication tolerances of CRSI Standard. PART 3 EXECUTION 3.1 PREPARATION: A. Clean reinforcement free of scale, loose, or flaky rust, or other foreign material, including oil, mud, or coating that will reduce bond to concrete. 3.2 INSTALLTION; A. Install reinforcing steel in accordance with applicable codes, reviewed shop drawings and CRSI Standard for details and methods of reinforcement placement and supports. B. Installation Tolerances: Maintain tolerances in accordance with CRSI Standard. C. Interferences: If reinforcing interferes with location of other reinforcing steel, conduits, or embedded items, bars may be moved within specified tolerances or one -bar diameter, whichever is greater. If greater movement of bars is required to avoid interferences, notify Engineer. Do not cut reinforcement to install inserts, conduits, mechanical openings, or other items without approval of Engineer. D. Concrete Cover: Except as otherwise shown, provide a clear cover measured from reinforcement to face of concrete as follows: Surfaces Minimum Cover in Inches Interior not exposed to weather: Slabs and walls 3/4 Beams and girders 1-1/2 Exterior formed surfaces not in contact with earth or fresh water: Slabs and walls, #5 and smaller bars 1 Slabs and walls, #6 thru #i11 bars Formed surfaces 1-1/2 Beams and girders 2 Lubbock Canyon Lake Reuse Outfall Pipeline Contract ##8462 03200 - 3 Concrete Reinforcement April 26, 2013 Exterior formed surfaces in contact with earth or water: Slabs and walls, #5 and smaller bars 1-1/2 Slabs and walls, #6 thru #11 bars 2 Beams and girders 2-1/2 Footings: Top 2 Bottom and sides 3 Surfaces cast against and permanently exposed to earth 3 E. Placement in Forms: 1. Use spacers, chairs, wire ties and other accessory items necessary to properly assemble space and support reinforcing. 2. Provide accessories of sufficient number, size and strength to adequately prevent deflection, or displacement, of reinforcing due to construction loads or concrete placement. 3. Use appropriate accessories to position and support bolts, anchors and other embedded items. 4. Tie reinforcing bars at intersections and to accessories. Tie alternate intersections when spacing is less than 12 inches each way. When spacing is 12 inches each way or greater, tie at each intersection. Blocking reinforcement with concrete or masonry is prohibited. F. Placement for Concrete on Ground: 1. Support reinforcement on chairs with sheet metal bases spaced at approximately 3 feet o.c. each way. Use a minimum of one support for each 8 sq. ft. Tie supports to reinforcing bars. 2. As an alternate, reinforcement may be supported on precast concrete blocks spaced at approximately 3 feet o.c. each way. Use a minimum of one block for each 9 sq. ft. Tie blocks to at least one reinforcing bar using tie wires embedded in block. G. Splices: 1. Do not splice bars, except at location shown on drawings or reviewed shop drawings, without approval of Engineer. 2. Lap Splices: Tie securely with wire to prevent displacement of splices during placement of concrete. H. Construction Joints: Place reinforcing continuous through construction joints unless detailed otherwise. Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Reinforcement Contract #8462 03200 - 4 April 26, 2013 1. Expansion Joints: 1. Do not extend reinforcement through expansion joint. 2. Where shown or scheduled, install smooth steel bar dowels in expansion joints. Apply oil or grease to one end of dowels. J. Welded Wire Fabric: 1. Install wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh plus 2-inch or 6-inch, whichever is larger, and lace splices with wire. 2. Do not make end laps midway between supporting beams, or directly over beams, or continuous structures. 3. Offset end laps in adjacent widths to prevent continuous laps. K. Field Bending: 1. Shape reinforcing bent during construction operations to meet requirements of the drawings. Bars shall be cold -bent; do not heat bars. 2. Closely examine reinforcing for breaks. If reinforcing is damaged, replace, Cadweld or otherwise repair as directed by Engineer. 3. Do not bend reinforcement after it is embedded in concrete. L. Welding: Welding of reinforcing bars is prohibited. 3.3 GROUTING OR REINFORCING BARS: A. When required and approved by the Engineer, use approved epoxy grout for anchoring reinforcing steel to hardened concrete in accordance with grout manufacturer's instructions. B. Drill hole in existing concrete that is %.-inch larger than diameter of reinforcing bar. Immediately, prior to installation of the reinforcing bar, clean hole free of debris using compressed air. C. Partially fill hole with epoxy. Use enough so that when bar is inserted, epoxy grout will completely fill hole around dowel. D. Dip end of reinforcing bar in epoxy and install into partially filled hole. 3.4 FIELD QUALITY CONTROL: A. Inspection of reinforcing steel installation as specified in Section 01400. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Concrete Reinforcement Contract #8462 03200 - 5 April 26, 2013 SECTION 03300 CAST -IN -PLACE CONCRETE PART1 GENERAL 1.1 SECTION INCLUDES: A. Cast -in -place concrete consisting of Portland cement, aggregate, water and admixtures. B. Mix design requirements. C. Formwork, reinforcement, joints and placing requirements. 1.2 REFERENCES: AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) A. ASTM A615—Deformed and Plain Billet Steel Bars for Concrete Reinforcement. B. ASTM C31—Making and Curing Concrete Test Specimens in the Field. C. ASTM C33—Concrete Aggregates. D. ASTM C39—Compressive Strength of Cylindrical Concrete Specimens. E. ASTM C94-0986; Rev. b) Ready -Mixed Concrete. F. ASTM C143---Slump of Portland Cement Concrete. G. ASTM C172—Sampling Freshly Mixed Concrete. H. ASTM C173--Air Content of Freshly Mixed Concrete by the Volumetric Method. 1.3 SUBMITTALS: A. Section 01300—Submittals: Procedures for submittals. B. Certificates: Mill certificates for bulk cement. C. Product Data: Manufacturer's data sheets for Engineer approved additives and bonding agents. D. Submit test data on proposed design mixes for each type of concrete to be used in the project to verify that the Specification requirements are met or exceeded. Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 03300 - 1 Cast -In -Place Concrete April 26, 2013 1.4 QUALITY ASSURANCE: A. Project Controls: Provide necessary controls during evaluation of material, mix designs, production and delivery of concrete, placement, compaction, finishing and curing necessary to assure that work will be accomplished in such a manner to produce the work in accordance with contract documents. 1.5 DELIVERY, STORAGE AND HANDLING: A. Materials shall be delivered, stored and handled in a manner to prevent deterioration, contamination, or any other circumstances that would be harmful to cast -in -place concrete. 1.6 PROJECT CONDITIONS: A. Do not place concrete during rain, sleet, or snow unless protection is provided and approved by the Engineer. B. Coordinate concrete placement schedule with other related work. C. Notify Engineer at least 24 hours before placement. PART 2 PRODUCTS 2.1 MATERIALS: A. Cement: ASTM C94, Type 1 Cement, unless approved by the Engineer. Only one brand of any one type of cement shall be used for exposed concrete surfaces of any individual structure. B. Fine Aggregate: Aggregate meeting the requirements of ASTM C33. C. Coarse Aggregate: Aggregate sizes No. 467 or No. 57 according to ASTM C33, or as approved by the Engineer. D. Water: Potable water free from detrimental chemicals and solids that will decrease the strength of the concrete. E. Embedded Items: Embedded items shall be of the size and type shown, or as needed for the application. F. Curing Materials: Curing materials shall be burlap, impervious sheets, or membrane -forming compounds. G. Dowels: Plain carbon steel bars, minimum yield point of 40,000 psi for use in slabs on grade. H. Expansion Joint Filler Strips: Pre -molded, non -extruding, resilient, bituminous or non bituminous type for use in concrete paving or construction, thickness as shown. Lubbock Canyon Lake Reuse Outfall Pipeline Cast -In -Place Concrete Contract #8462 03300 - 2 April 26, 2013 I. Form materials: Wood, metal, or other Engineer approved materials that will produce the specified finishes without adversely affecting the concrete ` surfaces. r- . J. Form Coating: Non -staining form oil or form -release agent that will not deleteriously affect concrete surfaces nor impair subsequent applications. K. Form Ties: Metal, factory -fabricated, removable snap -off type, that will not have holes less than A -inch nor more than 1-inch deep and not more than 1 r....q inch in diameter. s L. Joint Sealant: As shown or approved by Engineer for sealing joints in concrete against moisture infiltration. t M. Reinforcement: Bar reinforcement shall be deformed, grade 60 conforming to ASTM A615. Mesh reinforcement shall be welded wire fabric with wires at right angles to each other. z N. Bonding Agent: As approved by Engineer. O. Admixtures: Air -entraining, retarders and other admixtures as approved by Engineer. 2.2 MIX DESIGN: A. Concrete Class: Concrete mixes shall be proportioned to obtain the following characteristics: 1. Class "A": Minimum compressive strength of 3000 psi in 28 days with a minimum of 5 bags of cement per cubic yard. f 2. Class "B": Minimum compressive strength of 2500 psi in 28 days with a minimum of 4 bags of cement per cubic yard. B. All concrete shall be Class "A", unless specified otherwise.-K C. Air Content: Total air content of exterior concrete shall be maintained at 5 to i 7 percent by volume of concrete. D. Slump: Slump shall be 3 to 5 inches. If admixtures are used, slump shall be as approved by Engineer. 2.3 STORAGE: A. Materials shall be stored so as not to deteriorate or become contaminated, PART 3 EXECUTION i 3.1 FORMWORK: A. formwork shall be made mortar tight, property aligned and adequately supported to produce concrete conforming accurately to the indicated shapes, lines, dimensions and to surfaces free of offsets, waviness, or bulges. Lubbock Canyon Lake Reuse Outfall Pipeline Cast -In -Place Concrete I Contract #8462 03300 - 3 April 26, 2013 ' J B. Unless otherwise shown, exposed external corners shall be chamfered, beveled, or rounded by moldings placed in the forms. Chamfer shall be 1- inch nominal. C. Surfaces shall be thoroughly cleaned and coated before each use. D. Forms shall be removed at a time and in a manner that will not damage the concrete. 3.2 REINFORCEMENT: A. Reinforcement shall be fabricated to the shapes required. B. Reinforcement shall be interrupted 2 inches clear on each side or expansion joints. C. Reinforcement shall be continuous through contraction and construction joints. D. Supports fabricated of plastic, or other Engineer approved material, shall be used to support reinforcement during placing operations. E. Dowels and tie bars shall be installed at right angles to joints, accurately aligned parallel to the finished surface and rigidly held in place and supported during concrete placement. F. One end of dowel shall be oiled and greased. 3.3 INSTALLATION OF ANCHORAGE ITEMS: A. Installation of anchorage items shall be as shown or required to ensure sufficient anchorage for purpose intended. 3.4 JOINTS: A. Contraction Joints: Joints shall be installed as specified or shown. B. Expansion Joints: Joints shall be installed as specified or shown. C. Construction Joints: Construction joints shall be located as shown or approved by the Engineer. 3.5 PLACING: A. Surfaces to receive concrete shall be clean and free from frost, ice, mud and water. B. Concrete may be placed directly on impervious surfaces that are thoroughly moistened but not muddy. C. During cold weather, in -place concrete shall be protected from freezing weather, throughout the curing period. Lubbock Canyon Lake Reuse Outf all Pipeline Cast -In -Place Concrete i- Contract ##8462 03300 - 4 April 26, 2013 D. During hot weather, a retarder may be used if approved by the Engineer. E. Concrete to receive other construction shall be struck to the proper level leaving a textured surface to receive the additional construction. 3.6 CONSOLIDATION OF CONCRETE: A. Except for slabs 4 inches or less, each layer of concrete shall be consolidated with internal concrete vibrators supplemented by hand spading, rodding and tamping. B. Vibrating equipment shall be adequate to thoroughly consolidate the concrete. C. Concrete in slabs 4 inches and less shall be consolidated by compacting and screening. 3.7 FINISHING CONCRETE: A. Formed Surfaces: 1. Fins and loose material shall be removed. 2. Unsound concrete, voids over %-inch in diameter, and tie -rod and bolt holes shall be cut back to solid concrete, reamed, brush -coated with cement grout and filled solid with a stiff Portland -cement -sand mortar mix. 3. Patchwork shall be finished with adjoining concrete surfaces and, where exposed, shall match adjoining surfaces in texture and color. B. Unformed Surfaces: 1. Surfaces shall be finished to a true place with no deviation exceeding 5116 inch when tested with a 10-foot straightedge. 2. Surfaces shall be screened and floated to the required finish level with no coarse aggregate visible before finishing as specified below. C. Monolithic Finish: 1. Monolithic finish shall be given to flatwork unless otherwise specified. 2. After the surface moisture has disappeared, floated surfaces shall be steel -toweled to a smooth, even, dense finish, free from blemish, including trowel marks. 3.8 CURING: A. Curing shall start as soon as free water has disappeared from concrete surfaces after placing and finishing. Lubbock Canyon Lake Reuse Outfall Pipeline Cast -In -Place Concrete Contract #8462 03300 - 5 April 26, 2013 i I. 78 B. Curing materials shall be applied and maintained so as to protect the . concrete from moisture loss for 7 days. C. Curing shall be accomplished by impervious sheet or membrane -forming curing compound. D. Concrete surfaces shall be thoroughly wetted before covering with impervious sheet materials. .. E. Membrane -forming curing compound shall be applied with mechanical spraying equipment at a coverage rate as recommended by manufacturer. F. Curing compound shall not be used on surfaces receiving applications depending on adhesion or bonding. 3.9 TESTING: A. The frequency and type of tests shall be determined by the Engineer. B. Aggregates: Aggregates shall be sampled and tested in accordance with ASTM C33. C. Sampling of concrete: Samples of concrete for air, slump, unit weight and strength tests shall be taken in accordance with ASTM C172. D. Air Content: Tests for air content shall be performed in accordance with ASTM C173. E. Slump: Slump tests shall be performed in accordance with ASTM C143. F. Cylinders: Cylinders shall be molded and cured according to ASTM C31 and tested in accordance with ASTM C39. ..s END OF SECTION Lubbock Canyon Lane Reuse Outfall Pipeline I Contract #8462 03300 - 6 Cast -In -Place Concrete April 26, 2013 SECTION 03371 SHOTCRETE PART 1 GENERAL 1.1 SECTION INCLUDES ` A. Wet -mix shotcrete for construction of the soil bank stabilization at discharge outlet. 1.2 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ACI INTERNATIONAL (ACI) (1991; R 1995) Guide to Certification of Shotcrete Nozzlemen ASTM INTERNATIONAL (ASTM) (2003) Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation (2003a) Preparing and Testing Specimens from Shotcrete Test Panels - (2001) Admixtures for Shotcrete (2001) Sieve Analysis of Fine and Coarse Aggregates (2002ae1) Portland Cement (2003) Sheet Materials for Curing Concrete (2003) Air Content of Freshly Mixed Concrete by the Pressure Method (2003) Liquid Membrane -Forming Compounds for Curing Concrete ..._# (2003) Concrete Aggregates (2003) Obtaining and Testing Drilled Cores and Sawed Beams of Concrete (2003) Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete (2000) Concrete Made by Volumetric Batching and Continuous Mixing (1999) Epoxy -Resin -Base Bonding Systems for Concrete i .... (2003a) Ready -Mixed Concrete .. Lubbock Canyon Lake Reuse Outfall Pipeline Shotcrete Contract #8462 03371-1 April 26, 2013 U.S. ARMY CORPS OF ENGINEERS (USACE) (1963) Requirements for Water for Use in Mixing or Curing Concrete (1993) Standard Practice for Shotcrete 1,3 SUBMITTALS A. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: 1. The recommended mixture proportions, sources of materials, and all test results shall be submitted for approval. 2. Supplier's test reports for aggregates showing the materials meet the requirements of this specification. 3. Portland cement shall be certified for compliance with all specification requirements. 4. Fly ash and other pozzolans shall be certified for compliance with all specification requirements. S. Qualifications of each nozzleman shall be certified. 1.4 UNIT PRICES A. Shotcrete B. Payment shall be included in Lump Sum as part of the base bid for the soil bank stabilization at discharge outlet. No unit cost payments will be made. 1.5 QUALITY ASSURANCE The Contractor shall provide facilities and labor as may be necessary for obtaining and testing representative test samples. Shotcrete shall be sampled and tested by the method given in paragraph STRENGTH TESTING. 1.6 STRENGTH TESTING Mixture proportions and test data from prior experience within 3 years, if available, may be submitted for approval. If test data from experience are not available or accepted, specimens shall be made and tested from mixtures having three or more different proportions. The recommended mixture proportions, sources of materials, and all test results shall be submitted for acceptance. Mixture proportions for nonfiber-reinforced shotcrete shall be selected on the basis of compressive strength tests of cores obtained from test panels fabricated in accordance with ASTM C 1140 and having minimum dimensions of 30 by 30 by 4 inches. Cores shall be continuously moist cured until testing at 28 days age. For mixture acceptance purposes, the average compressive strength of at least three cores shall be at least equal to 1.2 times the required compressive strength specified in paragraph COMPRESSIVE STRENGTH. Lubbock Canyon Lake Reuse Outfall Pipeline Shotcrete Contract #8462 03371-2 April 26, 2013 8 '- 1.7 EVALUATION AND ACCEPTANCE A. Strength Final acceptance of the shotcrete will be based on compressive strength results obtained from cores. 1. Compressive Strength 2. The required compressive strength of cores shall not be less than 4000 psi at 28 days age when tested in accordance with ASTM C 421C 42M. The average compressive strength of cores taken from the test panel, representing a shift or not more than 50 cubic yards of shotcrete tested at 28 days of age, shall equal or exceed the required compressive strength specified with no individual core less than 85 percent of the required compressive strength. When the length of a core is less than 1.94 times the diameter, the correction factors given in ASTM C 42/C 42M will be applied to obtain the compressive strength of individual cores. 1.8 The Contractor shall submit a resume for each nozzlemen certifying that each has not less than 1 year's experience for the particular type of shotcrete to be applied. The resume shall include company name, address, and telephone number, name of supervisor, and detailed description of work performed. All nozzlemen shall be certified ir+ accordance with ACI 506.3R. Qualifications of additional nozzlemen throughout the job shall be similarly submitted for approval. 1.9 Specimens of the preconstruction test panels shall be made by each application crew using the equipment, materials, mixture proportions, and procedures for each mixture being considered, and for each shooting position to be encountered in the job. The same reinforcement as in the structure shall be provided in at least one-half of the panel to test for proper embedment of reinforcing steel. The test panels shall be fabricated to the same thickness as the structure, but not less than 4 inches. At least five 3-inch diameter cores from each panel shall be taken for testing for compressive strength in accordance with ASTM C 1140 when nonfiber-reinforced shotcrete is used. The compressive strength of the cores shall meet the requirements specified in paragraph COMPRESSIVE STRENGTH. 7F:�>E►��.Z*I1lfl�b� 2.1 MATERIALS A. Cementitious Materials Cementitious materials shall be portland cement, blended hydraulic cement, or portland cement in combination with pozzolan and shall conform to appropriate specifications listed below. 1. Portland cement shall meet the requirements of ASTM C 150 Type 1. Lubbock Canyon Lake Reuse Outfall Pipeline Shotcrete Contract #8462 03371-3 April 26, 2013 B. Aggregates shall conform to with the combined grading of coarse and fine aggregates conforming to the grading shown below. PERCENT BY MASS PASSING INDIVIDUAL. SIEVES SIEVE SIZE GRADING NO. 1 GRADING NO. 2 GRADING NO. 3* 19.0 mm (3/4 in.) -- -- 100 12.5 mm (1/2 in.) -- 100 80-95 9.5 mm (318 in.) 100 90-100 70-90 4.75 mm (No. 4) 95-100 75-85 50-70 2.36 mm (No. 8) 80-100 50-70 35-55 1.18 mm (No. 16) 50-85 35-65 20-40 600 :m (No. 30) 25-60 20-35 10-30 300 :rn (No. 50) 10-30 8-20 5-17 150 :rn (No. 100) 2-10 2-10 2-10 * Fine and coarse aggregates shall be batched separately to avoid segregation. C. Water Fresh, clean, potable mixing water or non -potable water which meets the requirements of COE CRD-C 400 shall be used. D. Admixtures Admixtures to be used, when required or approved, shall comply with the appropriate sections of . Except as otherwise accepted, soluble admixtures shall be dissolved in water before introduction into the shotcrete mixture. E. Curing materials shall meet the following requirements. 1. Impervious Sheet Materials Type optional except polyethylene film, if used, shall be white opaque. 2. Membrane -Forming Curing Compound Type 1-D or Type 2. F. Reinforcement 1. Other Types of Reinforcement Refer to Section 03200 for reinforcement. Lubbock Canyon Lake Reuse Outfall Pipeline Shotcrete g Contract ##8462 03371-4 April 26, 2013 i_ PART 3 EXECUTION 3.1 PRODUCTION OF SHOTCRETE The shotcrete shall be produced by wet -mix process. A. Wet Mix Process 1. Batching and Mixing Batching and mixing shall be accomplished in accordance with the applicable provisions of ASTM C 941C 94M. If volumetric batching and mixing are used, the materials shall be batched and mixed in accordance with the applicable provisions of ASTM C 685. The mixing equipment shall be capable of thoroughly mixing the specified materials in sufficient quantity to maintain continuous placing. Ready -mix shotcrete complying with ASTM C 941C 94M may be used. 2. Delivery Equipment The equipment shall be capable of delivering the premixed materials accurately, uniformly, and continuously through the delivery hose. Recommendations of the equipment manufacturer shall be followed on the type and size of nozzle to be used and on cleaning, inspection, and maintenance of the equipment. 3. Air Content Air -entraining admixture shall be used in such proportion that the air content of the shotcrete prior to gunning shall be 4% plus or minus V) 1.0 percent as determined by ASTM C 231. B. Air Supply The Contractor shall provide a supply of clean, dry air adequate for maintaining sufficient nozzle velocity for all parts of the work and, if required, for simultaneous operation of a suitable blowpipe for clearing away rebound. 3.2 PREPARATION OF SURFACES A. Earth Earth shall be compacted and trimmed to line and graded before placement of shotcrete. Surfaces to receive shotcrete shall be dampened. B. Existing Concrete All unsound and loose materials shall be removed by sandblasting, grinding, or high-pressure water jets before applying shotcrete. Any area to be i repaired shall be chipped off or scarified to remove offsets which would cause an abrupt change in thickness without suitable reinforcement. Edges J shall be tapered to leave no square shoulders at the perimeter of a cavity. Lubbock Canyon Lake Reuse Outfall Pipeline Shotcrete 1 Contract #8462 03371-5 April 26, 2013 �a. �f The surface shall be dampened but without visible free water. C. Rock Rock surfaces shall be cleaned to remove loose or drummy material, mud, running water, and other foreign matter that will prevent bond of the shotcrete. The rock surface shall be dampened prior to placement of shotcrete. D. Shotcrete When a layer of shotcrete is to be covered by a succeeding layer at a later time, it shall first be allowed to develop its initial set. Then all laitance, loose material, and rebound shall be removed by brooming or scraping. Hardened laitance set shall be removed by sandblasting and the surface thoroughly cleaned. E. Construction Joints Unless otherwise specified, construction joints shall be tapered to a shallow edge form, about 1 inch thick. If non -tapered joints are specified, special care shall be taken to avoid or remove trapped rebound at the joint. The entire joint shall be thoroughly cleaned and wetted prior to the application of additional shotcrete. 3.3 PLACEMENT OF SHOTCRETE A. General Shotcrete shall be placed using suitable delivery equipment and procedures. The area to which shotcrete is to be applied shall be clean and free of rebound or over -spray. B. Placement Techniques 1. Placement Control Thickness, method of support, air pressure, and water content of shotcrete shall be controlled to preclude sagging or sloughing off. Shotcreting shall be discontinued or suitable means shall be provided to screen the nozzle stream if wind or air currents cause separation of the nozzle stream during placement. 2. Corners Horizontal and vertical corners and any area where rebound cannot escape or be blown free shall be filled first. Lubbock Canyon Lake Reuse Outfall Pipeline Shotcrete Contract ##8462 03371-6 April 26, 2013 C. Placement Around Reinforcement The nozzle shall be held at such distance and angle to place material behind reinforcement before any material is allowed to accumulate on the face of the reinforcement. Shotcrete shall not be placed through more than one layer of reinforcing steel rods or mesh in one application unless demonstrated by preconstruction tests that steel is properly encased. D. Cover of Reinforcement The following minimum cover shall be provided. 1. For shotcrete used as linings, coatings, slab, or wall: 1-1/2 inches. 2. For required structural reinforcement in beams, girders, and columns: 1-1 /2 inches. E. Placement Precautions The following precautions shall be taken during placement. 1. Placement shall be stopped if drying or stiffening of the mixture takes place at any time prior to delivery to the nozzle. 2. Rebound or previously expended material shall not be used in the shotcrete mixture. 3.4 REPAIR OF DEFECTS A. Defects Defective areas larger than 48 square inches or 2 inches deep shall be removed and replaced with fresh shotcrete. These defects include honeycombing, lamination, dry patches, voids, or sand pockets. Defective areas shall be removed in accordance with the procedures described in paragraph EXISTING CONCRETE and replaced with fresh shotcrete. 1. Repairs All repairs shall be made within 1 week of the time the deficiency is discovered. All unacceptable materials shall be removed and repaired by the procedures described in the following two paragraphs. Voids and holes left by the removal of tie rods in all permanently exposed surfaces not to be backfilled and in surfaces to be exposed to water shall be reamed and completely filled with dry -patching mortar as specified below. 2. Minor Patching Minor patching may be accomplished with a dry -pack mixture, or with materials as approved by the Contracting Officer. Patches that exceed 0.1 cubic foot in volume shall receive a brush coat of Lubbock Canyon Lake Reuse Outfall Pipeline Shotcrete Contract #8462 03371-7 April 26, 2013 `s �t approved epoxy resin meeting ASTM C 881, Type 11, as a prime coat. Care shall be taken not to spill epoxy or overcoat the repair surface so that the epoxy runs or is squeezed out onto the surface which will remain exposed to view. Epoxy resin shall be used in strict conformance with manufacturer's recommendations with special attention paid to pot life, safety, and thin film tack time. B. Core Holes Core holes shall not be repaired with shotcrete. Instead, they shall be filled solid with a dry -pack mixture after being cleaned and thoroughly dampened. 3.5 FINISHING A. Natural Gun finish Unless otherwise specified, undisturbed final layer of shotcrete as applied from nozzle without hand finishing shall be provided. B. Cutting Screed After the surface has taken its initial set (crumbling slightly when cut), excess material outside the forms and ground wires shall be sliced off with a downward cutting motion using a sharp -edged cutting screed. C. fiber -Reinforced Shotcrete If fiber -reinforced shotcrete is used, the Contractor shall finish the outer surface of the structure with a layer of nonfiber-reinforced shotcrete and provide an appropriate finish as denoted. 3.6 CURING AND PROTECTION A. Initial Curing Immediately after finishing, shotcrete shall be kept continuously moist for at least 3 days. One of the following materials or methods shall be used: 1. Ponding or continuous sprinkling. 2. Absorptive mat or fabric, sand, or other covering kept continuously wet. 3. Curing Compounds. On natural gun or flash finishes, use the coverage application requirement of 100 square feet per gallon or L ; twice the manufacturer's requirement, whichever is less. Curing compounds shall not be used on any surfaces against which additional shotcrete or other cementitious finishing materials are to be bonded unless positive measures, such as sandblasting, are taken V to completely remove curing compounds prior to the application of such additional materials. Lubbock Canyon Lake Reuse Outfall Pipeline Shotcrete Contract #8462 03371-8 April 26, 2013 B. Final Curing Additional curing shall be provided immediately following the initial curing and before the shotcrete has dried. One of the following materials or methods shall be used: 1. Continue the method used in initial curing. 2. Application of impervious sheet material conforming to ASTM C 171 C. Formed Surface If forms are to be removed during curing period, one of the curing materials or methods listed in paragraph INITIAL CURING shall be used immediately. Such curing shall be continued for the remainder of the curing period. D. Duration of Curing Curing shall be continued for the first 7 days after shotcreting or until the specified compressive strength of the in -place shotcrete as determined by specimens obtained and tested in accordance with ASTM C 421C 42M is achieved. E. Temperature Considerations The air temperature in contact with the shotcrete shall be continuously maintained at a temperature above 40 degrees F for at least 3 days after placement. No shotcrete shall be applied when the concrete surface or air in contact with the concrete surface is below 40 degrees F. 3.7 TESTS A. Strength Testing Test specimens shall be initially cured onsite, then shall be transported in an approved manner to an approved testing laboratory meeting the requirements of ASTM C 1077 within 48 hours of scheduled testing time. Test Panel One test panel shall be made for every 50 cubic yards of shotcrete placed but not less than one per each shift during which any shotcrete is placed. Panels shall have minimum dimensions of 18 by 18 by 4 inches and shall be gunned in the same positions as the work represented during the course of the work by the Contractor's regular nozzleman. Panels shall be field cured in the same manner as in the job. Three cores shall be drilled from each panel at least 40 hours prior to testing and tested in accordance with ASTM C 1140. If the quality of shotcrete is questionable, the Engineer may saw or core the panel specimens to determine the shotcrete quality and if remedial action is necessary. Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 03371-9 Shotcrete i April 26, 2013 x--, 2. Test Cores Test cores shall be drilled from the test panel at least 40 hours prior to testing and tested in accordance with ASTM C 1140. A set of three cores shall be taken not less than once each shift that shotcrete is placed nor less than once for each 50 cubic yards of shotcrete placed through the nozzle. The diameter of core specimens shall be determined in accordance with ASTM C 421C 42M. 3. Compressive Strength The compressive strength of the shotcrete shall be determined from the average of three cores obtained from a test panel representing a specific volume of shotcrete and tested on the 28 days after placement in the structure. B. Aggregate Moisture Prior to hatching the shotcrete and at least once during a shift in which shotcrete is being batched, the coarse and fine aggregate moisture content shall be determined in accordance with ASTM C 566. The batch weights of both the aggregates and mixing water shall be appropriately adjusted to account for the available free moisture in the aggregates. The amount of free moisture in the aggregates, expressed as pounds of water per cubic yard, shall be recorded on the batching ticket and delivered to the Owner prior to placement during the shift. The Owner will have the option to request additional aggregate moisture content tests for each of the required tests. C. Grading The grading of the coarse and fine aggregate shall be determined in accordance with ASTM C 136. The fine and coarse aggregate grading shall be determined prior to batching the shotcrete and at least once during a shift in which shotcrete is being batched. The Owner will have the option to require one additional sieve analysis test for aggregate type. Q. Thickness The minimum shotcrete thickness shall be as shown in the drawings. The unhardened shotcrete shall be checked for thickness by the nozzleman or laborer at the time of placement via pre -installed piano wire. These thickness checks shall be at 15-minute intervals and all low or thin areas shall be corrected by applying additional shotcrete. Mixture Proportions Record and check mixture proportions at least once per shift for weigh batching. Record and check mixture proportions as recommended by ASTM C685 at least once per shift for volumetric batching and continuous mixing plants. Lubbock Canyon Lake Reuse Outfall Pipeline Contract ##8462 03371-10 Shotcrete April 26, 2013 F. Preparations Prior to each placement of shotcrete, the Contractor's inspector shall certify in writing or by an approved checkout form that cleanup and preparations are in accordance with the plans and specifications. G. Air Content Air content tests shall be conducted on wet -mix shotcrete according to with a frequency of not less than once each shift nor less than once for each 50 cubic yards of shotcrete placed through the nozzle. Tests shall be conducted on samples taken as the wet shotcrete mixture is placed in the delivery equipment. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Shotcrete Contract #8462 03371-11 April 26, 2013 SECTION 03881 FLOWABLE FILL PART 1 SCOPE 1.1 SECTION INCLUDES: A. This specification covers Controlled Low Strength Materials, CLSM, manufactured and delivered to a purchaser in a freshly mixed and unhardened state. Based on the application, the Engineer shall specify one or more of the performance properties and material parameters from tests listed in Table 1.1 Table 1.1: Performance & Material Test Properties Performance Test Property Property Corrosive Resistance pH, Resistivity, Permeability Flowability Flow Excavatability Unconfined Compressive Strength Permeability Water Permeability Air Content In -Place Density Plastic Unit Weight Unconfined Compressive Strength Strength California Bearing Ratio Penetration Resistance Ball Penetration Thermal Plastic Unit Weight Moisture Conductivity Conductivity Thermal Transmittance (U) Thermal Plastic unit Weight Insulating Moisture Content Value Thermal Resistance Value (R-Value) Acidity/ pH Alkalinity Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 03881- I Flowable Fill April 26, 2013 B. This specification is to specify controlled low strength materials (CLSM), commonly called flowable fill. It covers the selection of the raw materials and their proportions to produce the required performance properties, quality control and acceptance procedures, and procedures for measuring, hatching, mixing and delivery, and placement. 1. The material supplier should be permitted to design the CLSM mixture using readily available materials to meet the job performance requirements. 2. The guide specification is not intended to address all applications of CLSM. Principal applications covered by this document include but are not limited to: a. General construction backfill and void filling b. Utility trench backfill and conduit bedding materials c. Road and highway subbase and base d. Structural fill 1.2 Basis of Purchase A. The basis of Purchase shall be the cubic yard or cubic meter of freshly mixed and unhardened material as discharged from the delivery mixer. The volume of freshly mixed and unhardened material in a given batch shall be determined from the total weight of the batch divided by the unit weight of the material. B. The volume of hardened in -place CLSM may be, or appear to be, less than its volume as discharged from a delivery unit due to waste or spillage, over -excavation, underestimation, loss of entrained air, settlement, or subsidence. CLSM is often used in applications of uncertain or unknown volumes. The batched weights are available through batch recordation supplied by the ready mixed CLSM supplier. For CLSM mixtures without entrained air, verification of volume can be determined by comparing weights from the batch recordation to the theoretical mix design submitted and approved by the engineer. Unit weight of unhardened CLSM is not needed for verification of non air- entrained C LSM mixtures. Lubbock Canyon Lake Reuse ©utfall Pipeline Flowable Fill Contract #8462 03881- 2 April 26, 2013 i PART 2 APPLICABLE DOCUMENTS 2.1 ASTM Standards A. C 403 Time of Setting of Concrete Mixtures by Penetration Resistance B. C 869 Foaming Agents Used in Making Performed Foam For Cellular Concrete C. D 1883 California Bearing Ratio D. D 4832 Preparation and Testing of Controlled Low Strength Material Test Cylinders E. D 508 Measurement of Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter F. D 5971 Sampling Freshly Mixed Controlled Low Strength Material G. D 6103 Flow Consistency of Controlled Low Strength Material H. D 6023 Unit Weight, Yield, Cement Content and Air Content (Gravimetric) of Controlled Low Strength Material (CLSM) I. D 6024 Ball Drop on Controlled Low Strength Material to Determine Suitability for Load Application 2.2 AASHTO Standards A. M 6 Fine Aggregate for Portland Cement Concrete B. M 80 Coarse Aggregate for Portland Cement Concrete C. M 85 Portland Cement D. M 195 Lightweight Aggregate for Structural Concrete E. M 154 Air Entraining Admixture Concrete F. M 157 Ready -Mixed Concrete G. M 194 Chemical Admixtures for Concrete H. M 240 Blended Hydraulic Concrete 1. M 295 Fly Ash and Raw or Calcimined Natural Pozzolan for Use as Mineral Admixtures in Portland Cement Concrete. J. M 302 Ground Granulated Blast Furnace Slag for Use in Concrete and Mortars PART 3 DEFINITIONS Controlled low strength materials have inherited many names that are commonly used in the industry. Some of the most common names include: flowable fill, CDF or controlled density fill, flowerete, liquid dirt, and other various trademark names. CLSM should not be considered, and in -turn tested, as a type of low strength concrete. Instead, CLSM should be considered as a self compacting and self leveling backfill material that is used in lieu of compacted fill. 3.1 Controlled Low Strength Material, (CLSM) A. A self -leveling and self- compacting, cementitious material with an unconfined compressive strength of 1,200 psi or less. B, While the upper limit on compressive strength is indicated as 1200psi, most CLSM applications require strengths less than 300psi. Lubbock Canyon Lake Reuse Outfall Pipeline Flowable Fill �...... Contract #8462 03881- 3 April 26, 2013 L 3.2 Flowability Material property which relates to the rheology of the material. 3.3 Excavatability A. Material property which relates to the ease at which the material may be removed. B. The excavatability Of hardened CLSM can generally be divided into two categories: 1. Unconfined compressive strength < 150 psi is considered to be EXCAVATABLE by hand tools and conventional machinery such as backhoes. 2. Unconfined compressive strength > 150 psi is considered to be NOW EXCAVATABLE. C. Relating the ability to excavate CLSM to a measured compressive strength is an arbitrary guide to the engineer. Factors that influence excavatability will include: 1. the composition of the mixture - CLSM with coarse aggregate may be difficult to excavate even at low strengths 2. the type and quantity of cementitious materials and their strength gaining characteristics, 3. the nature of the soil in contact with the CLSM mixture and its ability to drain water 4. the method of excavation appropriate to the application, for example it may not be possible to use a backhoe near an embedded pipe. 3.4 Permeability Material property which relates to the ease with which gases and liquids pass through the material. 3.5 Density Material property which relates to the unit weight or mass of the materials. 3.6 Strength Material property that relates to the ability of hardened material to support gravity loads or stresses at a given age. 3.7 Thermal Conductivity Material property which relates to the ease at which the material transmits heat. 3.8 Thermal Insulating Value Material property which relates to the resistance of the material to transmit heat. 3.9 CLSM Air Generating Admixture A. A chemical admixture specially formulated to entrain air into CLSM. Lubbock Canyon Lake Reuse Outfall Pipeline Flowable Fill Contract #8462 03881- 4 April 26, 2013._ is a B. Dispensed and mixed into the CLSM, the admixture produces stable air f content between 15 and 30%. Some of the benefits of entraining air in CLSM is it controls strength development and reduces the water content, bleeding, shrinkage, and settlement. 3.10 Hardening Time A. Period of time for CLSM mixtures to reach a state in which it will support a specified load. B. The hardened state is when the in -place CLSM has attained sufficient strength to support the weight of a person. 3.11 Subsidence & Settlement A. The reduction n initial in -place volume caused by the displacement of water and release of entrapped air as a result of consolidation. B. Will not experience settlement after hardening occurs. Subsidence and settlement are typically experienced during the initial 2-4 hours after placement. Hardened CLSM may exhibit shrinkage cracks, however, they do not effect the structural integrity of the material for most applications. 3.12 Corrosive Resistance Material property that relates to the ability to inhibit the corrosion of embedded materials. 3.13 pH- CLSM property which is a measure of its acidity or alkalinity. PART 4 SUBMITTALS 4.1 Sources and proportions of CLSM ingredients: Prior to the start of CLSM placement, the CONTRACTOR shall submit a description of the proposed CLSM mixture design. Based on the application, the ENGINEER may require the CONTRACTOR to submit appropriate laboratory or field test data documenting compliance to specified material and or performance properties. PART 5 MATERIALS g CLSM shall be manufactured with materials conforming to the standards listed below. The ENGINEER shall approve the use of all non- conforming materials. Approval shall be based on documentation that controlled low strength material mixtures manufactured with the non- conforming materials meet the specified plastic and hardened properties and are suited for the intended application. Lubbock Canyon Lake Reuse Outfall Pipeline Flowable Fill �.. Contract #8462 03881- 5 April 26, 2013 Table 5: Flowable Fill Mix design parameters Materials Mixture per cubic Yard Cementitious Materials 200 Ibs. (Portland Cement Type I or Il) Sand 2,000 W 3,000 Ibs. (depends on air, water & cementitious materials) Water Water to cementitious ratio = 1.0 to 1.5 Air 10 — 15% Unit Weight 118 pcf +/- 8 5.1 Hydraulic Cement * AASHTO M 85 or M 240 5.2 Fly Ash • AASHTO M 295 5.3 Granulated Blast Furnace Slag • AASHTO M 302 5.4 Fine Aggregate • AASHTO M 6 5.5 Coarse Aggregate • AASHTO M 80 5.6 lightweight Aggregate • AASHTO M 195 5.7 Water • AASHTO M 157 5.8 Chemical Admixtures • AASHTO M 194 5.9 Air Entrainment Admixtures • Approved by the ENGINEER. 5.10 Foaming Admixture • ASTM C 869 Lubbock Canyon lake Reuse Outfall Pipeline Flowable Fill Contract #8462 03881- 6 April 26, 2013 PART 6 PROPERTIES OF CONTROLLED LOW STRENGTH MATERIAL 6.1 Flowability A. Normal flowable material shall have a flow of 6 to 8 inches tested in accordance with ASTM D6103. Low flowable material shall have a maximum flow of 6 inches. High flowable material shall have a minimum flow of 8 inches. B. CLSM is a self -leveling and self- compacting material and therefore does not require conventional placing and compacting equipment. The high flowability and self - leveling characteristics of CLSM mixtures allow the material to fill voids and spaces that prove to be difficult or impossible with granular compacted fill. Graph 6.1: An example of compressive strength development for CLSM mixtures. 160 140 120 100 80 60 40 20 0 150 too 7o I Aeso ..., 28 day 90 day 1 year Day —0—Wthout Pozzolans --Ar -Wth Pozzolans PART 7 SELECTION OF INGREDIENTS Unless otherwise specified, the manufacturer shall select the proportions of the constituent materials to meet the specification requirements for performance and placement. CLSM is frequently proportioned with cementitious materials such as hydraulic cement, fly ash and slag, fine aggregates, water and chemical admixtures. CLSM may be manufactured with any of the designated types of AASHTO M 85 portland cements or AASHTO M 240 blended hydraulic cements. The portland cement content for excavatable CLSM is typically in the range of 30 to 50 Ibs/yd 3. Class C fly ash or ground granulated blast furnace slag contents typically range from 20 to 300 Ibs/yd 3 . Class F fly ash i contents are typically in the range of 100 to 2000 lbs/yd 3. CLSM is often proportioned with fly ash or slag to improve workability and pumpability, and reduce segregation, bleeding, shrinkage, or settlement. Fly ash may be used in place of the fine aggregate. Mixtures containing high quantities of fly ash will typically have a higher water demand, displace more water during consolidation, and Lubbock Canyon Lake Reuse Outfall Pipeline Plowable Fill Contract #8462 03881- 7 April 26, 2013 I? have a greater initial subsidence than the typical one eighth of an inch per vertical foot. CLSM mixtures with a flow of 6 inches or greater shall be used for all mixes containing fly ash. Coarse aggregates have been used successfully; however, excavatability may be impaired. Chemical admixtures are used to improve performance properties and lower material costs. ASTM C260 air entrainment admixtures produce a stable air void system in CLSM. Air contents as high as 30% may be developed. Air contents up to approximately 40% can be developed by the addition of CLSM air generating admixtures. High air content lowers water demand which in -turn reduces bleeding, segregation, subsidence and drying shrinkage. Higher air contents will limit the ultimate strength and facilitate excavation. Admixtures to accelerate the rate of hardening and early age strength development may be used for fast track construction. The ENGINEER should be cautioned that the use of these chemicals in conjunction with a improperly proportioned CLSM mixture may increase the ultimate compressive strength and impair excavatability. Foaming agents or lightweight aggregates may be used to produce low density CLSM. Foaming agents produce a preformed foam that expands the CLSM forming a micro- bubbled, stable foam. The foam is formed using specialized equipment usually furnished by the manufacturer. 7.1 Proportioning CLSM shall be proportioned by the ready mixed concrete supplier on the basis of field experience and/or laboratory trial mixtures to produce a cohesive and non -segregating mixture meeting the specified properties. 7.2 Pumpable CLSM A. Shall be proportioned to allow transport by pumping methods without segregating or excessive bleeding. B. CLSM mixtures may be transported by conventional concrete pumping equipment. To reduce segregation and improve pumpability, the mixtures must be proportioned with sufficient fine materials, such as fly ash, to provide adequate void filling. High pump pressure may cause a loss in air content which increases the unity weight and reduces pumpability. Table 7.2: Flowable Fill Mix design parameters Materials Mixture r cubic Yard Cementitious Materials (Portland Cement Type I or 11) 200 lbs. Sand 2,000 — 2,400 lbs. (depends on air, water & cementitious materials) Water Water to cementitious ratio = 1.0 to 1.5 Air 10 -- 15% Unit Weight 118 pcf +/- 8 Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 03881- 8 Flowable Fill April 26, 2013 PART 8 QUALITY CONTROL The scope of the quality control program will vary with the application and the required level of quality desired. Section 8, Quality Control, provides test methods appropriate for CLSM. 8.1 Sampling - ASTM D 5971 8.2 Compressive Strength - ASTM D 4832 8.3 Unit Weight - ASTM D 6023 8.4 Flowability - ASTM D 6103 8.5 Air Content - ASTM D 6023 8.6 Permeability - ASTM D 5084 8.7 Penetration Resistance - ASTM C 403 PART 9 ACCEPTANCE Acceptance is based on tierification that the CLSM material was batched within tolerance of the submitted and approved mix design. When the application requires special engineering properties, the Engineer may elect to specify additional acceptance tests related to the specified required properties. 9.1 Batch Records Batch plant recordation or certified batch report should be used. Acceptance shall be based on verification that the constituent materials were batched in accordance with the design. Verification shall be by inspection, automated batch plant recordation, or certified batch report. The method of verification shall be approved by the ENGINEER. PART 10 MEASURING MATERIALS, BATCHING PLANT, MIXERS AND AGITATORS, MIXING AND DELIVERY The specified procedures and methods are appropriate for the production and delivery of structural hydraulic cement concrete. Quality CLSM may be fabricated and delivered with nonconforming procedures and methods. Use of non- conforming procedures requires the approval of the ENGINEER. Approval shall be based on the documentation that the non -conforming procedure will provide CLSM meeting the specified performance requirements similar to M157-87, Section 11.0. 10.1 Batching And Delivery Material shall be batched and delivered in accordance with AASI-ITO M 157-86 (1996), Sections 8, 9, 10 and 11 except the temperature requirements of 11.8 and 11.9 which shall be waived. 10.2 Water and Admixture Addition The addition of water and admixtures on the jobsite is permitted. The amount of water and admixture added shall be recorded. The CLSM mixture shall be mixed for a minimum of 30 revolutions after the addition of the water or admixture. Lubbock Canyon Lake Reuse Outfall Pipeline Flowable fill Contract #8462 03881- 9 April 26, 2013 PART 11 PLACEMENT Placement considerations are discussed in ACI 22913-94, Section 6.5. 11.1 Temperature A. Material shall not be placed on frozen ground. The ambient temperature shall be 35 deg F and rising at the time of placement. B. Requirements may Be waived by the ENGINEER if it is determined that freezing conditions will not be detrimental to the CLSM mixture. 11.2 Standing Water CLSM may be placed in confined spaces containing standing water. Lubbock Canyon lake Reuse Outfall Pipeline Flowable Fill Contract #8462 03881-10 April 26, 2013 r.. SECTION 05120 STRUCTURAL STEEL PART 1 GENERAL 1.1 SECTION INCLUDES: A. Structural steel framing members, monorail, and bearing plates. 1.2 REFERENCES: ' A. ASTM A36 - Structural Steel, B. ASTM A1087 - Steel Bars, Carbon, Cold -Finished, Standard Quality. C. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products. D. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. E. ASTM A325 - High Strength Bolts for Structural Steel Joints. F. AWS A2.0 - Standard Welding Symbols. G. AWS 131.1 - Structural Welding Code. H. AISC - Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings. 1. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual, ,. 1.3 SUBMITTALS: 11 A. Submit under provisions of Section 01300. B. Submit shop drawings that indicate profiles, sizes, spacing, locations of structural members, and connections. Indicate welded connections with AWS A2.0 welding symbols. Indicate net weld lengths. C. Welder Certificates: 1. Certify welders employed on the work, verifying AWS qualifications within previous 12 months. 1.4 QUALITY ASSURANCE: A. Fabricate structural steel members in accordance with AISC - Specification for the Design, Fabrications, and Erection of Structural Steel for Buildings. 1.5 QUALIFICATIONS: A. Fabricator. Company specializing in performing the work of this section with minimum five (5) years experience. Lubbock Canyon Lake Reuse Outfall Pipeline Structural Steel Contract #8462 05120 - 1 April 26, 2013 B. Erector: Company specializing in performing the work of this section with minimum five (5) years experience. C. Design connections not detailed on the drawings under direct supervision of a professional structural Engineer experienced in design of this work and licensed in the State of Texas. 1.6 FIELD MEASUREMENTS: A. Verify that field measurements are as shown on the shop drawings. PART 2 PRODUCTS 2.1 MATERIALS: A. Structural Steel Members: ASTM A36. B. Bolts, Nuts and Washers: ASTM A307 or A325. C. Anchor Bolts: ASTM A307A, Non -Pressure; A30713, Pressure, Type 304 Stainless Steel Expansion. D. Welding Materials: AWS D 1 . 1 ; type required for materials being welded. E. Grout: Non -shrink type, pre -mixed compound consisting of non-metallic aggregate, cement, water reducing, and plasticizing additives, capable of developing a minimum compressive strength of 7,000 psi at 28 days. Refer to Section 03600. 2.2 FABRICATION: A. Continuously seal joined members by continuous welds. Grind exposed welds smooth. 2.3 FINISH: A. Prepare structural component surfaces in accordance with Section 09800. 2.4 SOURCE QUALITY CONTROL AND TESTS: A. Testing of components will be performed under provisions of Section 01400 PART 3 EXECUTION 3.1 EXAMINATION: A. Verify that field conditions are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. 3.2 ERECTION: Lubbock Canyon Lake Reuse Outfall Pipeline Structural Steel Contract #8462 05120 - 2 April 26, 2013 A. Allow for erection loads, and for sufficient temporary bracing to maintain structure safe, plumb, and in true alignment until completion of erection and installation of permanent bracing. B. Field weld components as indicated on shop drawings. C. Do not field -cut or alter structural members without approval of Engineer. D. After erection, prime welds, abrasions, and surfaces not shop primes except surfaces to be in contact with concrete. E. Grout under base plates in accordance with manufacturer's instructions. 3.3 ERECTION TOLERANCES: A. Maximum variation from Plumb: 1 /4 inch in 10 feet. B. Maximum offset from True Alignment: 1 /4 inch. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipellne Structural Steel -. Contract #8462 05120 - 3 April 26, 2013 SECTION 05210 STEEL JOISTS PART 1 GENERAL 1.1 SECTION INCLUDES: A. Open web steel joists, with bridging, attached seats and anchors. B. Loose bearing plates and anchor bolts for site placement. 1.2 REFERENCES: A. ASTM A36/A36M - Structural Steel. B. ASTM A108 - Steel Bars, Carbon, Cold -Finished, Standard Quality. C. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products. D. ASTM A153 - Zinc Coating (Hot Dip) On Iron and Steel Hardware. E. ASTM A307 - Carbon Steel Threaded Standard Fasteners. F. ASTM A325 - High Strength Bolts for Structural Steel Joints. m G. AWS D1.1 - Structural Welding Code. H. SJI (Steel Joist Institute) - Specifications, Load tables, and Weight Tables for Steel Joists and Joist Girders. 1. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. 1.3 QUALITY ASSURANCE: .. A. Perform work in accordance with SJI, Load Tables, and Weight Tables. B. Fabricator: Company specializing in performing the work of this section with minimum two (2) years experience. C. Erector: Company specializing in performing the work of this section with. minimum two (2) years experience. 1.4 DELIVERY, STORAGE, AND HANDLING: ` A. Section 01600—Material and Equipment: Transport, handle, store, and protect products to SJI requirements. J PART 2 PRODUCTS 2.1 MATERIALS: A. Open web Joists Members: SJI Type K. Lubbock Canyon Lake Reuse Outfall Pipeline Steel Joists Contract #8462 05210 - 1 April 26, 2013 B. Anchor Bolts, Nuts and Washers: ASTM A325. C. Structural Steel for Supplementary Framing and Joist leg extensions: ASTM A36/A36M. D. Welding Materials: AWS D1.1; type required for materials being welded. E. Shop and Touch -Up Primer: SSPC 15, Type 1, red oxide. 2.2 FABRICATION: A. Provide bottom and top chord extensions as indicated. B. Fabricate to achieve end bearing of: 1. Two and one-half 12-1 /2) inches on steel. 2. Four (4) inches on masonry. 2.3 FINISH: A. Prepare joist component surfaces in accordance with SSPC SP 2. B. Shop primie joists. Do not prime surfaces that will be field welded. PART 3 EXECUTION ' 3.1 EXAMINATION: A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. 3.2 ERECTION: A. Erect and bear joists on supports. g.� B. Allow for erection loads. Provide sufficient temporary bracing to maintain framing safe, plumb, and in true alignment. f C. Coordinate placement of anchors in masonry construction for securing .... bearing plates and angles. D. After joist alignment and installation of framing, field weld joist seat to bearing plates or angles. E. Position and field weld joist chord extensions and wall attachments as detailed. F. Do not permit erection of decking until joists are braced and secured or until f completion of erection and installation of permanent bridging and bracing. 0. Do not field out or alter structural members without approval of joist manufacturer. Lubbock Canyon lake Reuse Outfall Pipeline Steel Joists Contract #8462 05210 - 2 April 26, 2013 H. After erection, prime welds, abrasions, and surfaces not shop primed. 3.3 ERECTION TOLERANCES: A. Maximum variation from Plumb: 1 /4 inch. B. Maximum offset from True Alignment: 1 /4 inch. 3.4 FIELD QUALITY CONTROL: A. Section 01400 - Quality Assurance: Field inspection and testing of welds. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Steel Joists Contract #8462 05210 - 3 April 26, 2013 SECTION 05500 METAL FABRICATIONS PANT 1 GENERAL 1.1 SECTION INCLUDES: A. Shop Fabrication of Ferrous Metal Items, Prime Painted. B. Aluminum Floor Grating and Frames. C. Stair Nosings. 1.2 REFERENCES: A. ASTM A36 - Structural Steel. B. ASTM A283 - Carbon Steel Plats, Shapes, and Bars. C. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. D. AWS A2.0 - Standard Welding Symbols. E. AWS D1.1 -Structural Welding Code. F. WWT 700/6 - Federal Specification. 1.3 SUBMITTALS: A. Submit under provisions of Section 01300. B. Shop drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size, and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. C. Indicate welded connections using standard AWS A2.0 welding symbols. 1.4 FIELD MEASUREMENTS: A. Verify that field measurements are as indicated on shop drawings. 1.5 SEQUENCING: A. Inserts and Anchorage: Furnish inserts and anchoring devices which must be set in concrete for installation of miscellaneous metal work. Provide setting drawings, templates, instructions and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 05500 - 1 Metal Fabrications April 26, 2013 PART 2 PRODUCTS 2.1 MATERIALS: A. Steel Sections: ASTM A36. B. Plates: ASTM A283, C. Bolts, Nuts, and Washers: ASTM A325. D. Welding Materials: AWS D1.1; Type required for materials being welded. E. Shop and Touch-up Primer: SSPC 15, Type 1, red oxide. 2.2 FABRICATION: A. Fit and shop -assemble in largest practical sections, for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Seal joined members by intermittent welds. D. Grind exposed joints in flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. F. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.3 FINISHES: A. Prepare surfaces to be primed in accordance with SSPC SPC2. B. Do not prime surfaces in direct contact with concrete or where field welding is required. C. Prime paint items with one coat. All exposed steel shall be painted according to specifications after being properly primed. D. Coordinate prime coatings with specified finishes in Section 09800. E. All carbon steel metal fabrications shall be hot -dipped galvanized after fabrication unless shown otherwise. The only exception being building roof trusses which shall be prime coated as specified. 2.4 FLOOR GRATINGS AND FRAMES: Lubbock Canyon Lake Reuse Outfall Pipeline Metal Fabrications Contract #8462 05500 - 2 April 26, 2013 A. Floor gratings shall be designed to support a live load of 250 pounds per square foot for the spans indicated with minimum depth of 1 inch for loadings and/or as shown on the plans and unless otherwise indicated shall conform to Federal Specification RR-G-661. Edges of gratings shall be banded with bars of the same size as bearing bars. Frames shall be provided with welded -on anchors. Floor gratings and frames shall be aluminum and located where indicated. No opening in the floor shall remain open. An aluminum plate and frame or aluminum grating and frame shall be supplied for all openings. 2.5 SAFTEY TREAD STAIR NOSING: A. IKG Industries, Mebac Cast -in -Place -type or equal. Nosings shall be aluminum with bonded aluminum oxide grit surface. Surface shall exceed OSHA 0.50, coefficient of function standard when wet or coated with oil. 2.6 STEEL BOLLARDS: A. Steel bollards shall be constructed as indicated of ASTM A53 Grade B or A501 galvanized steel pipe. Pipes shall be set into concrete footings as indicated. 2.7 LADDERS: A. Fabricate ladders for the locations shown, with dimensions, spacings, details, and anchorages as indicated. Comply with the requirements of ANSI A 14.3, except as otherwise indicated. 1. Unless otherwise shown, provide 1 /2" x 2-1 /2" continuous structural steel flat bar side rails with eased edges, spaced 18-inches apart. 2. Provide 3/4-inch diameter solid structural steel bar rungs, spaced 12- inches o.c. B. Fit rungs in centerline of side rails, plug weld and grind smooth on outer rail faces. C. Support each ladder at top and bottom and at intermediate points spaced not more than 5'-0" o.c. Use welded or bolted steel brackets, designed for adequate support and anchorage, and to hold the ladder clear of the wail surface with a minimum of 7 inches clearance for wall to centerline of rungs. D. Provide non -slip surface on the top of each rung, either by coating the rung with aluminum oxide granules set in epoxy resign adhesive, or by using a type of manufactured rung which is filled with aluminum oxide grout. PART 3 EXECUTION 3.1 EXAMINATION: A. Verify that field connections are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. Lubbock Canyon Lake Reuse Outfall Pipeline Metal Fabrications Contract #8462 05500 - 3 April 26, 2013 3.2 PREPARATION: A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply items required to be cast into concrete or embedded in masonry with setting templates. 3.3 INSTALLATION: A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Obtain Engineer's approval prior to site cutting or making adjustments not scheduled. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Metal Fabrications Contract #8462 05500 - 4 April 26, 2013 SECTION 05530 GRATINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Metal bar gratings. 2. Expanded -metal gratings. 3. Extruded -aluminum plank gratings. 4. Metal frames and supports for gratings. 1.3 PERFORMANCE REQUIREMENTS A. Structural Performance of Gratings: Provide gratings capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: 1. Floors: Uniform load of 125 lbf/sq. ft. or concentrated load of 3000 lbf, whichever produces the greater stress. 2. Walkways and Elevated Platforms Other Than Exits. Uniform load of 75 lbf/sq. ft.. 3. Walkways and Elevated Platforms Used as Exits: Uniform load of 100 Ibf/sq. ft.. 4. Sidewalks and Vehicular Driveways, Subject to Trucking: Uniform load of 250 lbf/sq. ft. or concentrated load of 8000 Ibf, whichever produces the greater stress. 5_ Limit deflection to 1/360 or 1/4 inch, whichever is less. 1.4 SUBMITTALS A. Product Data: For the following: 1. Extruded -aluminum plank gratings. 2. Clips and anchorage devices for gratings. 3. Paint products. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. Provide templates for anchors and bolts specified for installation under other Sections. 2. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. C. Welding Certificates. 1.5 QUALITY ASSURANCE A. Metal Bar Grating Standards: Comply with NAAMM MBG 531, "Metal Bar Grating Manual" and NAAMM MBG 532, "Heavy -Duty Metal Bar Grating Manual." B. Welding: Qualify procedures and personnel according to the following applicable standards: 1. AWS 01.1, "Structural Welding Code --Steel." 2. AWS 01.2. "Structural Welding Code --Aluminum." S. AWS D1.3, "Structural Welding Code --Sheet Steel." 4. AWS D1.6, "Structural Welding Code --Stainless Steel." Lubbock Canyon Lake Reuse Outfall Pipeline Gratings Contract #8462 05530-1 April 26, 2013 �I 1.6 COORDINATION A. Coordinate installation of anchorages for gratings, grating frames, and supports. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete Inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such Items to Project site in time for installation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the manufacturers listed in the paragraphs below. B. Manufacturers: 1. Metal Bar Gratings: a. Alabama Metal Industries Corporation. b. All American Grating, Inc. c. IKG Industries; a Harsco Company, 2.2 METALS A. Ferrous Metals: 1. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. 2. Wire Rod for Grating Crossbars: ASTM A 510, 3. Uncoated Steel Sheet: ASTM A 1011/A 1011 M, structural steel, Grade 30. 4. Galvanized Steel Sheet: ASTM A 653/A 653M, structural quality, Grade 33, with G90 coating. B. Aluminum: S- 4 1. Extruded Bars and Shapes: ASTM B 221, Alloy 6061-T6 or 6063-T6, for bearing bars of gratings and shapes; Alloy 6061-T1, for grating crossbars. C. Stainless Steel: 1. Sheet, Strip, Plate, and Flat Bars: ASTM A 666, Type. 304. 2. Bars and Shapes: ASTM A 276, Type 304. j. 2.3 FASTENERS A. General: Unless otherwise indicated, provide Type 304 stainless -steel fasteners for exterior use and zinc -plated fasteners with coating complying with ASTM B 633, Class Fe/Zn 5, at exterior walls. Provide stainless -steel fasteners for fastening aluminum. Select fasteners for type, grade, and class required. B. Anchors: Provide anchors with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. 2.4 MISCELLANEOUS MATERIALS A. Universal Shop Primer: Fast -curing, lead- and chromate free, universal modified -alkyd primer complying with MPI#79. B. Galvanizing Repair Paint: High -zinc -dust -content paint for regalvanizing welds in steel, complying with SSPC-Paint 20. i` Lubbock Canyon Lake Reuse Outfall Pipeline Gratings,.. Contract #8462 05530-2 April 26, 2013 i 2.5 FABRICATION A. Cut, drill, and punch material cleanly and accurately. Remove burrs and ease edges. Remove sharp or rough areas on exposed surfaces. B. Form from materials of size, thickness, and shapes indicated, but not less than that needed to support indicated loads. C. Fit exposed connections accurately together to form hairline joints. D. Fabricate toeplates for attaching in the field. 2.6 METAL BAR GRATINGS A. Welded Steel Grating: 1. Bearing Bar Spacing: 11/16 inch o.c. 2. Bearing Bar Depth: As required to comply with structural performance requirements. 3. Bearing Bar Thickness: 3/16 inch. 4. Crossbar Spacing: 4 inches o.c. 5. Traffic Surface: Plain. 6. Steel Finish: Hot -dip galvanized with a coating weight of not less than 1.8 oz./sq. ft. of coated surface. B. Pressure -Locked, kBar Aluminum Grating: 1. Bearing Bar Spacing: 11/16 inch o.c. 2. Bearing Bar Depth: As required to comply with structural performance requirements. 3. Bearing Bar Flange Width: 1/4 inch. 4. Crossbar Spacing: 2 inches o.c. 5. Traffic Surface: Plain. C. Removable Grating Sections: When indicated on Drawings, fabricate with banding bars attached by welding to entire perimeter of each section. Include anchors and fasteners of type indicated or, if not indicated, as recommended by manufacturer for attaching to supports. D. Fabricate cutouts in grating sections for penetrations indicated. Edge -band openings In grating that interrupt four or more bearing bars with bars of same size and material as bearing bars. E. Do not notch bearing bars at supports to maintain elevation. 2.7 GRATING FRAMES AND SUPPORTS A. Frames and Supports for Metal Gratings: Fabricate from metal shapes, plates, and bars of welded construction to sizes, shapes, and profiles indicated and as necessary to receive gratings. Miter and weld connections for perimeter angle frames. Cut, drill, and tap units to receive hardware and similar items. 1. Unless otherwise indicated, fabricate from same basic metal as gratings. 2. Equip units indicated to be cast into concrete or built into masonry with integrally welded anchors. Unless otherwise indicated, space anchors 24 inches o.c. and provide minimum anchor units in the form of steel straps 1-114 inches wide by 1/4 inch thick by 8 inches long. B. Galvanize steel frames and supports in the following locations: 1. Exterior. 2. Interior, where indicated. 2.8 STEEL FINISHES A. Finish gratings, frames, and supports after assembly. B_ Galvanizing: For those Items indicated for galvanizing, apply zinc coating by the hot -dip process complying with ASTM A 123/A 123M. - Lubbock Canyon Lake Reuse Outfall Pipeline Gratings Contract #8462 05530-3 April 26, 2013 `s 0426-008-11 C. Preparation for Shop Priming: Prepare uncoated ferrous -metal surfaces to comply with SSPCSP 6/NACE No. 3, "Commercial Blast Cleaning. D. Apply shop primer to uncoated surfaces except those with galvanized finishes and those to be embedded in concrete or masonry. Comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL_ A. Perform cutting, drilling, and fitting required for installing gratings. Set units accurately in location, alignment, and elevation; measured from established lines and levels and free of rack. B. Fit exposed connections accurately together to form hairline joints. 1. Weld connections that are not to be left as exposed joints but cannot be shop welded. Do not weld, cut, or abrade the surfaces of units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. C. Attach toepiates to gratings by welding at locations indicated. D. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. E. Metal Bar Gratings: Comply with recommendations of referenced metal bar grating standards, including installation clearances and standard anchoring details. 1. Attach removable units to supporting members with type and size of clips and fasteners indicated or, if not indicated, as recommended by grating manufacturer for type of installation conditions shown. 2. Attach nonremovable units to supporting members by welding where both materials are same; otherwise, fasten by bolting as indicated above. 3. Comply with manufacturer`s written instructions for size and spacing of welds. F. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting to comply with SSPC-PA 1 requirements for touching up shop -painted surfaces. G. Galvanized Surfaces. Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION Lubbock Canyon Lake Reuse Outf all Pipeline Gratings Contract #8462 05530-4 April 26, 2013 SECTION 05720 ALUMINUM HAND RAILING PART1 GENERAL 1.1 SECTION INCLUDES: A. Hand Rail, Connectors, and other required materials for complete hand rail system. B. Installation of Hand Rail System. 1.2 REFERENCES: A. QO-A-601 F - Federal Specification for Aluminum Alloy Sand Casting. B. ASTM B221-88 - Aluminum and Aluminum Alloy Extruded Bars, Rods, Shapes, and Tubes. C. QQ-A-371 - Federal Specification for Aluminum Alloy Ingots. 1.3 SYSTEM DESCRIPTION: A. Conform to standards of the Occupation Safety and Health Administration and the Southern Building Code. B. Hand Rail assembly, wall rails, and attachments to resist lateral force of 250 pounds at any point without damage or permanent set. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS: A. Fittings—Hollaender Manufacturing Company, Cincinnati, Ohio, or approved equivalent. 2.2 MATERIALS: Material: Components: Hand Rail Tube Aluminum Tube, Mill Finish per ASTM B221- 88 Hand Rail Fittings Aluminum/Magnesium Alloy per GO-A-371 for 00-A-601 F, Alloy B535.2 Bolts, Nuts, and Washers ASTM A320, Type 304 Set Screws Knurled cup -point per ASTM A320, Type 304 Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 05720 - 1 Aluminum Hand Railing April 26, 2013 2.3 FABRICATION: A. Aluminum railings shall be shop -fabricated of 1-1/2 inch tubing, conforming to Federal Specification WW-T-700l6 and meeting OSHA Standards, and shall be installed at the locations indicated. Exposed fittings and fastenings shall be extruded aluminum except where corrosion -resisting steel is employed as a standard fabricator's item for use. Rail joints shall be finished flush and shall occur only at supports. Fittings and brackets shall be designed for concealed pin fastenings or welding. Railings shall be anodized satin finish. Necessary anchors shall be provided as required for a rigid installation. B. At Contractor's option, the aluminum hand rails may be fabricated using Julius Blum & Co., Inc., "Connectional System" or equal, for a complete railing system using clear anodized aluminum rails, posts, hand rails, brackets, toe boards, fittings, connector sleeves, mounting flanges, and aluminum and stainless steel fasteners. C. Form all changes in rail direction by long radius elbows. Q. Cut material square and remove burrs from all exposed edges, with no chamfer, E. Make exposed joints butt -tight, flush, and hairline. F. Close exposed ends of hand rail by use of appropriate end cap. G. For posts set in concrete, furnish matching sleeves or inserts not less than 5 inches long. H. Locate intermediate rails equally spaced between the top rail and the top of the stair stringer or floor. 1. Verify dimensions on site prior to ship fabrication. J. Where aluminum components are to come in contact with dissimilar metals, coat the dissimilar metal with an asphaltic paint. K. Where aluminum components are to come in contact with cement or lime mortar, the exposed aluminum surfaces shall be painted with a heavy bodied bituminous paint. L. Pipe cuts shall be clean, straight, square, and accurate. Work shall be done in accordance with the fitting manufacturer's instructions. 1 PART 3 EXECUTION 3.1 EXAMINATION: A. Verify that field connections are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. Lubbock Canyon Lake Reuse Outfall Pipeline Aluminum Hand Railing 4 Contract #8462 05720 - 2 April 26, 2013 3.2 PREPARATION: A. Supply items required to be cast into concrete or embedded in masonry with setting templates. 3.3 INSTALLATION: A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Obtain Engineer's approval prior to site cutting or making adjustments not scheduled. D. Hand Dail system shall be erected, true, plumb, and square. Hand Rail damaged during construction shall be repaired prior to final acceptance. 3.4 ERECTION TOLERANCES: A. Maximum Offset from True Alignment: 1/4 Inch per 10 feet. 3.5 ALUMINUM HAND RAIL INSTALLATION: A. Install in accordance with shop drawings and manufacturer's instructions. B. Erect work square and level, horizontal or parallel to rake of steps and free from distortion or defects. C. Expansion joints shall be provided as needed to allow for thermal expansion of contraction. 3.6 ALUMINUM HAND RAIL CLEANING: A. As installation is completed, wash thoroughly using clean water and soap; rinse with clean water. B. Do not use acid solution, steel wool, or other harsh abrasive. C. If stain remains after washing, or the work is defective, remove that section and replace with material that meets specification requirements. END OF SECTION Lubbock Canyon Lake Reuse Outfail Pipeline Contract #8462 05720 - 3 Aluminum Hand Railing April 26, 2013 SECTION 05730 STAIR TREADS PART1 GENERAL 1.1 SECTION INCLUDES: A. Anti -slip Safety Stair Treads and Nosing's for new construction and renovation, inside and outside stair applications including extruded aluminum and cast systems. B. Related Sections. 03300 1.2 REFERENCES: A. Publications: 1. American Disability Act (ADA) barrier -free code design. 2. Occupational Safety and Health Association (OSHA) 3. International Building Code (IBC) B. Materials 1. ASTM B 221 Standard Specification for Aluminum and Aluminum - Alloy extruded bars, rods, wire, shapes and tubes. 1.3 SUBMITTALS: A. Shop Drawings: Show profiles, and complete fabrication details for all stair treads and nosing's, including required anchorage to surrounding construction. B. Product Data: Submit manufacturer's product specifications, technical data, installation, operation and maintenance instructions, catalog cuts where required. C. Samples for selection and verification purposes. Manufacturer to provide upon request actual sections of stair tread and nosing in a convenient size approximately 6" in length to represent material adequately. 1.4 DELIVERY, STORAGE, AND HANDLING: A. Deliver materials to Project site ready use. B. Exercise proper care in handling of Work so as not to injure finished surfaces. Protect Work from damage after it is in place. C. Store materials under cover in a dry and clean location off the ground. Lubbock Canyon Lake Reuse Outfall Pipeline Stair Treads Contract #8462 05730 - 1 April 26, 2013 1.5 JOB CONDITIONS AND SEQUENCING: A. Coordinate with other trades such as concrete and masonry. 1.6 WARRANTY: A. Provide manufacturer's standard warranty. All stair treads and nosing's shall be free from manufacturing defects in materials and workmanship for a period of one (1 ) year from the date of shipment. Should a product fail to function in normal use within this period, manufacturer shall furnish a new part at no charge. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS: Nystrom Inc. 9300 73rd Ave North Minneapolis, MN 55428 PH: 800.647.2635 FX: 800.317.8770 2.2 MATERIALS: Aluminum 2.3 SINGLE PART BAR ABRASIVE, FULL ABRASIVE STAIR TREADS AND NOSINGS A. Base and Nosing: Extruded aluminum type 6063-T5, mill finish B. Nosing Types for concrete pour, steel pan, wood and sloped stairs and risers. C. Tread abrasive filler: [Bar type ribbed, Full abrasive] 1. Includes virgin grain Aluminum Oxide and/or Silicon Carbide. Binder is a UV protected 2 part epoxy continuous throughout entire tread. Color shall extend uniformly throughout filler. Black is standard color unless other specified. 2. Black is the standard abrasive fill color unless other specified a. Options [Photo luminescent, Brown, Burgundy, Gray, Safety Yellow, Green, Red, Buff, Blue Gray] D. Bar Abrasive width 3", Full Abrasive width 4" E. Installation fastening type: [Extruded anchors] F. Acceptable Product Series: STSB, STSF Lubbock Canyon Lake Reuse Outfall Pipeline Stair Treads Contract #8462 05730 - 2 April 26, 2013 PART 3 EXECUTION 3.1 EXAMINATION A. Verify that preparation and affected dimensions are acceptable. Installer shall not proceed until conditions are acceptable. B. Verify tolerances and correct improper conditions. 3.2 PREPARATION A. Advise installers of details relating to stair treads and nosing's. 3.3 INSTALLATION A. Install stair treads and nosing's in accordance with the governing regulations, the industry standards applicable to the work and the manufacturer's written instructions B. Work shall be aligned plumb, level and where required, flush with adjacent surfaced and rigidly anchored to the substrate. 3.4 CLEANING A. Clean exposed surfaces as recommended by the manufacture. 3.5 PROTECTION A. Upon completion of installation, advise the contractor of procedures required to protect the finished work from damage by work of other sections during the remainder of the construction period. B. Cover during wet -type operation including painting and decorating. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Stair Treads Contract #8462 05730- 3 April 26, 2013 SECTION 07611 PREFINISHED SHEET METAL PANEL ROOFING PART1 GENERAL 1.1 SECTION INCLUDES: A. Formed sheet panels, intended for lapped -seam installation. 1.2 REFERENCES: A. ASTM A525 - Steel Sheet, Zinc Coated, (Galvanized) by the Hot -Dip Process. B. NAAMM - Metal Finishes Handbook. C. SMACNA - Architectural Sheet Metal Manual. 1.3 SUBMITTALS: A. Submit under provisions of Section 01300. B. Product Data: Submit manufacturer's product specifications, standard details, certified product test results, installation instructions and general recommendations, as applicable to materials and finishes for each component and for total system of preformed panels. C. Samples: Submit one sample, 2-inches long illustrating component finish and color. D. Shop Drawings: Submit small scale layouts of panels on roofs, and large scale details of edge conditions, joints, corners, custom profiles, supports, anchorage, trim, flashings, closures, and special details. Distinguish between factory and field assembly work. 1.4 QUALITY ASSURANCE: A. Performance Test Standards: Provide preformed panel systems which have been pretested and certified by manufacturer to provide specified resistance to air and water infiltration and structural deflection and failure when installed as indicated and when tested in accordance with AAMA 601, "Methods of Test for Metal Curtain Walls". B. Field Measurements: Where possible, prior to fabrication of prefabricated panels, take field measurements of structure or substrates to receive panel system. Allow for trimming panel units where final dimensions cannot be established prior to fabrication. 1.5 STORAGE, AND HANDLING: A. Store products under provision of Section 01600, Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 07611 - 1 Prefinished Sheet Metal Panel Roofing April 26, 2013 1 B. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation. C. Prevent contact with materials during storage which may cause discoloration, staining, or damage. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS: A. MBCI. B. Mueller Metal Buildings. C. Or approved equivalent. 2.2 SHEET MATERIALS: A. Steel for Painting/Coating: Base metal shall be hot -dip zinc -coated for steel sheet, ASTM A792-A255, Grade 50 except where higher strength is required for performance; or HDG produced to ASTM A522-G90, ASTM A446, Grade D structural quality. 2.3 METAL FINISHES: A. General: Apply coatings either before or after forming and fabricating panels, as required by coating process and as required for maximum coating performance capability. Protect coating promptly after application and cure, by application of strippable film or removable adhesive cover, and retain until installation has been completed. Provide colors or color matches as indicated or, if not otherwise indicated, as selected by Engineer from manufacturer's standard colors. B. Finish: Finish coating shall be Dexstar, or equal, 850 premium thermoset silicone polyester, or a premium fluorocarbon coating with Hynar 500, or approved equivalent, resin. C. Fasteners: Manufacturer's standard noncorrosive types, with exterior heads gasketed. D. Accessories: Except as indicated as work of another specification section, provide components required for a complete roofing system, including trim, fascias, clips, flashings, sealants, gaskets, fillers, closure strips, and similar items. Match materials/finishes to preformed panels. 2.4 PANEL FABRICATION: A. General: Fabricate and finish panels and accessories at the factory to greatest extent possible, by manufacturer's standard procedures and processes, and as required to fulfill indicated performance requirements, which have been demonstrated by factory testing. Comply with indicated profiles and dimensional requirements, and with structural requirements. Lubbock Canyon Lake Reuse Ou#fall Pipeline Prefinished Sheet Metal Panel Roofing Contract #8462 07611 - 2 April 26, 2013 L_.a : i t: B. Metal Gauges: Thickness required for structural performances, but not less than manufacturer's recommended minimum for profiles and applications indicated, and not less than 26 gauge. C. Panels and Flashings: Panel profile to be equal to Mueller "AP" panel. Panels shall be roll -formed in continuous lengths. Horizontal lap joints are not acceptable. D. Apply bituminous coating or other permanent separation materials on concealed panel surfaces where panel would otherwise be in direct contact with substrate materials which are non -compatible or could result in corrosion or deterioration of either material or finishes. E. Fabricate panel joints with captive gaskets or separator strips, which provide a tight seal and prevent metal -to -metal contact in a manner which will minimize noise from movements within panel system. F. Condensation: Fabricate panels for control of condensation, including proper inclusion of seals and provisions for breathing, venting, weeping, and draining. PART 3 EXECUTION 3.1 INSTALLATION: A. General: Comply with panel fabricator's and material manufacturer's instructions and recommendations for installation, as applicable to protect conditions and supporting substrates. Anchor panels and other components of the work securely in place with provisions for thermal/structural movement. B. Install panels with exposed exterior and interior fasteners, prefinished to match panel finishes. C. Installation tolerances: Shim and align panel units within installed tolerance of 1 /4" in 20-0" on level/plumb/slope and location/line as indicated, and within 1 /8 inch offset of adjoining faces and of alignment of matching profiles. D. Joint Sealers: Install gaskets, joint fillers, and sealants where indicated and where required for weather-proof performance of panel systems. Provide types of gaskets and sealants/fillers indicated or, if not otherwise indicated, types recommended by panel manufacturer. 3.2 ADJUSTING AND CLEANING: A. Adjust all surfaces for complete and proper fit. B. Remove temporary protective coverings and strippable films, if any, as each panel is installed. Upon completion of panel installation, clean finished surfaces as recommended by panel manufacturer and maintain in a clean condition during construction. Lubbock Canyon Lake Reuse Outfall Pipeline Prefinished Sheet Metal Panel Roofing Contract #8462 07611 - 3 April 26, 2013 3.3 PROTECTION: A. After installation, protect the exposed surfaces from damage by subsequent trades or from contaminants. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Prefinished Sheet Metal Panel Roofing Contract #8462 07611 - 4 April 26, 2013 { SECTION 07620 SHEET METAL FLASHING AND TRIM :- PART1 GENERAL 1.1 SECTION INCLUDES: A. Coping parapet and cap flashings. B. Facias. " C. Roof Flashings. D. Counter -Flashing over bituminous base flashings and metal roof flashings. E. Roof joint cover flashings. F. Counter-Flashings at roof -mounted mechanical equipment and vent stacks. G. Sill flashings at aluminum storefront walls. 1.2 REFERENCES: A. ANSI/ASTM B32 - Solder Metal. B. ASTM A625 - Steel Sheet, Zinc Coated, (Galvanized) by the Hot -Dip Process. C. ASTM D226 - Asphalt -Saturated Organic Felt Used in Roofing and Waterproofing. _. D. FS O-F-506 - Flux, Soldering, Paste, and Liquid. - E. FS QQ-S-571 - Solder, Tin Alloy. " F. FS SS-C-153 - Cement, Bituminous, Plastic. G. NAAMM - Metal Finishes Handbook. H. SMACNA - Architectural Sheet Metal Manual. 1.3 SYSTEM DESCRIPTION: A. Work of this section is to physically protect membrane roofing, base ' flashings, and parapet wall construction from damage that would permit water leakage to building interior. ..; 1.4 SUBMITTALS: A. Submit shop drawings and product data under provisions of Section 01300. ' B. Describe material profile, jointing pattern, jointing details, fastening methods, " and installation details. Lubbock Canyon Lake Reuse Outfall Pipeline Sheet Metal Flashing and Trim °" "° Contract #8462 07620 - 1 April 26, 2013 C. Submit manufacturer's installation instructions under provisions of Section 01300. D. Submit manufacturer's standard color samples for selection under provisions of Section 01300. 1.5 QUALITY ASSURANCE: A. Applicator: Company specializing in sheet metal flashing work with 3 years minimum experience. 1.6 STORAGE AND HANDLING: A. Store products under provisions of Section 01600. B. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation. C. Prevent contact with materials during storage which may cause discoloration, staining, or damage. 1.7 WARRANTY: A. Furnish written warranty for materials and workmanship for two-year period from date of substantial completion. B. Warranty shall be signed by the installer and Contractor. C. Furnish written 10-year manufacturer's warranty from the date of substantial completion. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS: A. MBCI. B. Mueller Metal Building. C. Or approved equivalent. 2.2 SHEET MATERIALS: A. Pre -coated Galvanized Steel: ASTM A525, G90; 24 gauge core steel, shop pre -coated with coating of selected color by Engineer finish equal to MBCI Dexstar 850 finish. B. Galvanized Steel: ASTM A525-G90, 24 gauge core steel. C. Flashing at window sills will be 0.040 inch aluminum break metal with finish to match frame. Lubbock Canyon Lake Reuse Outfall Pipeline Sheet Metal Flashing and Trim Contract #8462 07620 - 2 April 26, 2013 2.3 ACCESSORIES: A. Fasteners: As recommended by the manufacturer with soft neoprene -- washers at exposed fasteners. Finish at exposed fasteners same as flashing metal. B. Underlayment: ASTM D266; No. 15 asphalt saturated roofing felt, as .. recommended by manufacturer. C. Metal Primer. As recommended by the manufacturer. D. Protective Backing Paint: Bituminous, 15 mil coating, sulfur -free; FS TT-C- 404 or SSPC paint 12. E. Sealant: Type as specified in Section 07900. F. Bedding Compound: Polysiobutylene mastic as recommended. G. Plastic Cement: FS SS-C-153, Type 1 asphaltic base cement. H. Solder: FS QQ-S-571; ANSUASTM B32; 50150 Type. I. Flux: FS O-F-506. 2.4 FABRICATION: A. Form sections true to shape, accurate in size, square, and free from distortion or defects. B. Fabricate cleats and starter strips of 16 gauge sheet metals, size as required, interlockable with sheet. --- C. Form pieces in longest practical lengths. D. Hem exposed edges 1 /2 inch; miter and seam corners. E. Form material with standing seam. F. Solder and sea[ metal joints. After soldering, remove flux. Wipe and wash solder joints clean. G. Fabricate corners from one piece with minimum 18 inch long legs; seam for rigidity, seal with sealant. H. Fabricate vertical faces with bottom edge formed outward 1/4 inch and hemmed to form drip. 1. Fabricate fleshings to allow toe to extend 2 inches over roofing gravel. Return and brake edges. J. Provide for thermal expansion of running sheet metal work, by overlaps of expansion joints in fabricated work. Where required for water tight Lubbock Canyon Lake Reuse Outfall Pipeline Sheet Metal Flashing and Trim Contract #8462 07620 - 3 April 26, 2013 t construction, provide hooked flanges filled with polyisobutylene mastic for 1 inch embedment of flanges. Space joints at intervals of not more than 50 feet. Conceal expansion provisions where possible. 2.5 FINISH: A. Shop -prepare and prime exposed ferrous metal surfaces. B. Back paint concealed metal surfaces with protective backing paint to a minimum dry film thickness of 15. PART 3 EXECUTION 3.1 INSPECTION: A. Verify roof openings, curbs, pipes, sleeves, ducts or vents through roof are solidly set, cant strips and reglets in place, and nailing strips located. B. Beginning of installation means acceptance of existing conditions. 3.2 PREPARATION: A. Field -measure site conditions prior to fabricating work. B. Install starter and edge strips and cleats before starting installation. C. Secure flashings in place using concealed fasteners. Use exposed fasteners only in locations approved by Engineer. D. Seam and seal all joints. E. Apply plastic cement compound between metal flashings and felt flashings. F. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. G. Solder metal joints watertight for full metal surface contact. After soldering, wash metal clean with neutralizing solution and rinse with water. H. Seal metal joints watertight. 3.3 INSTALLATION: r 1_s A. Conform to drawing details included in AA, AISI, CDA, NAAMM, SMACNA, and NRCA manuals....e B. All sheet metal shall be fabricated and installed to provide water and watertight construction, set plumb, square and true in every respect. Sheet metal shall be set with lines and align sharp and true; plain surfaces shall be t free of waves and buckles. Joints and seams in plain surfaces shall be avoided where possible. g ' 3.4 ADJUSTING AND CLEANING: A. Adjust all surfaces for complete and proper fit. Lubbock Canyon Lake Reuse Outfall Pipeline Sheet Metal Flashing and Trim Contract #8462 07620 - 4 April 26, 2013 B. Remove excess plastic cement, sealant materials, and smears from adjacent surfaces and working surfaces as work progresses. C. On completion of work, recheck for spillage or dropping of plastic cement or asphalt products. Remove with a cleaning agent. D. Remove all debris resulting from these operations from the site. 3.5 PROTECTION: A. After installation, protect the exposed surfaces of the #lashings and edge guards from damage by subsequent trades of from contaminants. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #t8462 07620 - 5 Sheet Metal Flashing and Trim April 26, 2013 SECTION 07631 GUTTERS AND DOWNSPOUTS PART1 GENERAL 1.1 SECTION INCLUDES: A. Pre -coated Galvanized Steel Collector Boxes, Gutters, and Downspouts. 1.2 REFERENCES: A. ASTM A167 - Stainless and Heat -Resisting, Chromium -Nickel Steel Plate. B. ASTM A446 - Steel Sheet Zinc Coated, (Galvanized) by the Hot -Dip Process, Structural (Physical) Quality. C. ASTM B32 - Solder Metal. D. ASTM B209 - Aluminum and Aluminum Alloy Sheet and Plate. E. ASTM B486 - Paste Solder. F. FS O-F-506 - Flux, Soldering, Paste, and Liquid. G. FS TT-C-494 - Coating Compound, Bituminous, Solvent Type, Acid Resistant. H. SMACNA - Architectural Sheet Metal Manual. 1.3 SUBMITTALS: A. Samples: Submit one sample, 2-inches long illustrating component finish and color. 1.4 QUALITY ASSURANCE: A. Size components for rainfall intensity determined by a storm occurrence of 1 to 10 years. 1.5 DELIVERY, STORAGE, AND HANDLING: A. Deliver, store, protect, and handle products to site under provisions of Section 01600. B. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation. Slope to drain. C. Prevent contact with materials during storage which may cause discoloration, staining, or damage. Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 07631 - 1 Gutters and Downspouts April 26, 2013 PART 2 PRODUCTS -= 2.1 MATERIALS: A. Pre -Coated Galvanized Steel: ASTM A446, Grade A, G90 zinc coating; 24 gauge core steel, shop pre -coated with Dextar 850 color coating, color as selected. 2.2 COMPONENTS: " A. Gutters: SMACNA Rectangular style profile. B. Downspouts: SMACNA Rectangular profile. C. Accessories: Profile to suite gutters and downspouts. 2.3 ACCESSORIES: A. Anchorage Devices: Type recommended by fabricator. B. Gutter Supports: Straps. C. Downspout Supports: Brackets. D. Fasteners: Galvanized steel, with soft neoprene washers. Finish exposed " fasteners same as flashing metal. E. Primer: Galvanized iron -type. F. Protective Back Coating: FS TT-C-494, bituminous. G. Solder: ASTM C32; 50150 type. H. Flux: FS O-F-506. 2.4 FABRICATION: A. Form gutters and downspouts to meet performance standards. .; B. Fabricate with required connection pieces. C. Form sections square, true, and accurate in size, in maximum possible lengths, free of distortion or defects detrimental to appearance or performance. Allow for expansion at joints. D. Hem exposed edges of metal on underside 1 i2 inch. Miter and seam corners. E. Solder shop -formed metal joints which are not scheduled to be pre -finished. After soldering, remove flux. Wipe and wash solder joints clean. Weather - seal joints. F. Fabricate gutter and downspout accessories: Seal water -tight. Lubbock Canyon Lake Reuse Outfail Pipeline Gutters and Downspouts Contract #8462 07631 - 2 April 26, 2013 PART 3 EXECUTION 3.1 EXAMINATION: A. Verify that surfaces are ready to receive work. 3.2 INSTALLATION: A. Install gutters, downspouts, and accessories in accordance with manufacturer's instructions. B. Join lengths with seams sealed water -tight. Flush and seal gutters to downspouts and accessories. C. Seal metal joints water -tight. D. Set splash blocks under downspouts. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Gutters and Downspouts Contract #8462 07631 - 3 April 26, 2013 SECTION 11285 SLUICE GATES PART1 GENERAL 1.1 SECTION INCLUDES: A. This Section specifies cast iron sluice gates for open/close service. 1.2 REFERENCES: A. ASTM A126--Grey Iron Casting for Valves, Flanges and Pipe Fittings. B. ASTM A276--Stainless and Heat -Resisting Steel Bars and Shapes. C. ASTM B98--Copper-Silicon Alloy Rod, Bar and Shapes. 0. ASTM B103--Phosphor Bronze Plate, Sheet, Strip and Roller Bar. E. ASTM 8139--Phosphor Bronze Rod, Bar and Shapes. F. ASTM B584--Copper Alloy Sand Castings for General Applications. G. AWWA C501--AWWA Standard for Sluice Gates. 1.3 TYPE: Sluice gates shall be of cast iron construction with metal wedges and seat facings, flat frames, wall thimbles, and rising stems. The sluice gate shall be scheduled as follows. The gate shall be: SG1 Size: 36 inches x 36 inches square Bottom: Standard Thimble Type: Square flanged or round flanged with thimble connection to pipe 1.4 COMPONENT SIZING: Operating forces used for determining the strength of gate components comprising of yokes, frames, discs, stems, disc nut pockets, and other load bearing members shall be based on the sum of the guide friction force (computed using an opening breakaway friction factor of 0.70) and the weight of disc and stem. When the gate is in motion, the operating forces shall be based on the sum of the frictional force (using a guide friction factor of 0.35) and the weight of disc and stem. 8 1.5 SUBMITTALS: Lubbock Canyon Lake Reuse Outfall Pipeline Sluice Gates Contract #8462 11285-1 April 26, 2013 i; A. Provide the following information in accordance with the Section 01300. 1. Product information, calculations, charts or graphs to verify that the product provided meets the requirements set forth in this Specification. 2. Recommended installation procedures. 3. Results of the shop seat clearance check and the leakage tests. 4. Operating and maintenance information. 1.6 QUALITY ASSURANCE: A. Shop Tests: Each gate shall be shop -tested for both seat clearance and leakage in accordance with the procedures described in Section 4.2 of AWWA C501. If the leakage test cannot be performed in the shop, it shall be field-tested. Testing results shall be provided to the Engineer. PART 2 PRODUCTS 2.1 MANUFACTURERS: Cast iron sluice gates shall be Rodney Hunt, Waterman, Hydrogate, or approved equivalent. 1 2.2 MATERIALS: Component Material Gate, guide and frame ASTM A126, Class B, cast iron Wall thimbles ASTM A126, Class B, cast iron Stems ASTM A276, stainless steel, type 304` Wedges, thrust nut, stem ASTM B584, bronze, CA872 couplings s.i Component Material l .. Fasteners and adjusting ASTM A276, stainless steel, type 304 hardware IJ Yoke ASTM A126, Class B, cast iron Flush bottom seal Neoprene. Flush bottom retainer bar ASTM A276, stainless steel, type 304 2.3 EQUIPMENT: Lubbock Canyon Lake Reuse Outfali Pipeline Sluice Gates Contract #8462 11285-2 April 26, 2013 A. Sluice Gate: Sluice gates shall meet the requirements of AWWA C501 except as otherwise specified. Sluice gates shall be of the heavy-duty type and shall open upwards. Frames shall be flat back. Stems and stem guides shall be provided in accordance with AWWA C501, Sections 3.11 and 3.12. Unless otherwise specified, gates shall have single rising stems. Stems shall have 29-degree acme threads and be turned straight and true and honed to a smooth 63 micro -inch or better finish. Stem couplings, where required, shall be of the stem material. Stem guides shall be of the split, bronze bushed, adjustable type. Frames and slides shall be machined with dovetail grooves to receive the bronze set facings. Wedges shall be adjustable and shall be provided at the sides and top and bottom when required by AWWA C501. B. Operators: 1. General. Operators shall meet AWWA C501 Specifications, except as otherwise specified, and shall be designed to meet the operating requirements specified in Paragraph 1.1. Provide plastic stem covers as specified in AWWA C501, Section 3.14.5. 2. Operator for SG1 shall be the manual, geared, crank or handwheel-type. The operator shall be pedestal -mounted and shall be the offset type or the standard type with wall mounting bracket. A maximum effort of 50 pounds pull on the crank or handwheel shall operate the gate under the specified operating conditions. PART 3 EXECUTION 3.1 GENERAL. A. Install gate in accordance with manufacturer's instructions and as shown. B. Verify proper gate operation through the full range of motion. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Sluice Gates I Contract #8462 11285-3 April 26, 2013 SECTION 15060 PIPES AND PIPE FITTINGS PART1 GENERAL 1.1 SECTION INCLUDES: A. Ductile Iron Pipe and Fittings. B. Reinforced Concrete Pipe and Fittings. C. Bar -Wrapped Concrete Cylinder Pipe. 1.2 APPROVED PIPE: A. Bar -Wrapped Concrete Cylinder Pipe. (B-303) 1.3 REFERENCES: A. AWWA C 151 --Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. B. AWWA C150--Thickens Design of Ductile Iron Pipe. C. AWWA C104--Cement-Motor Lining for Ductile Iron Pipe and Fittings for Water. D. AWWA C303--Standard for Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type. E. ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings. F. AWWA Manual M9—Concrete Pressure Pipe. G. ASTM 03033--Type PSP Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. H. ASTM D3034--Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 1. ASTM D1784--Rigid Poly(Vinyl Chloride). J. ASTM D2241--Poly(Vinyl Chloride) (PVC) Pressure Rated Pipe (SDR Series). K. ASTM D2564--Solvent Cement for Poly(Vinyl Chloride) (PVC) Plastic Pipe and Fittings. L. ASTM C76--Specifications for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. M. ASTM A53--Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless. N. AWW C110--Ductile-iron and Gray Iron Fittings, 3-inch Through 48 inch, for Water and Other Liquids. 1.4 SUBMITTALS: A. Submit under provisions of Section 01300. 1z Lubbock Canyon Lake Reuse Outfall Pipeline Pipes and Pipe Fittings I Contract #8462 15060 - 1 ApH123, 2013 i_- �i 1.5 REGULATORY REQUIREMENTS: A. Conform to applicable code for piping and component requirements. PART 2 PRODUCTS 2.1 PIPE: A. Ductile Iron Pipe: Ductile Iron Pipe shall be designed and manufactured in accordance with current AWWA Standard C-151 and shall be designed for an internal pressure of 160 psi and for the required depth of bury plus truck load in accordance with current AWWA Standard C-150. The pipe shall be interior cement lined in accordance with current AWWA Standard C-104. Ductile iron piping shall be exterior bituminous coated in accordance with current AWWA Standard C-151. 2. Flanged joints (ANSI B16.1, Class 125) shall be used in all exposed and inside piping except where otherwise indicated. Where mechanical groove type joints are used, the type and fittings shall be radius cut grooved in accordance with the current edition of AWWA C606. B. Reinforced Concrete Pipe: 1. Pipe and fittings shall be Class III tongue and groove reinforced concrete conforming to ASTM C76. Joints shall be sealed using "Ram Neck" joint material or approved equal. i. C. Bar -Wrapped Concrete Cylinder Pipe: 1. Bar -Wrapped Cylinder Concrete Pipe (B-303) shall be designed and manufactured in accordance with the applicable provisions of AWWA C303, latest revision. The manufacturing facilities shall be certified under the American Concrete Pressure Pipe Association audit and certification .. program. Pipe, fittings and specials shall be designed, manufactured and tested in accordance with the applicable requirements of AWWA C303 and AWWA Manual M9 and the special requirements of this specification. 2. Working pressure shall be 100 psi (689 kPa). For the purposes of pipe design, working pressure plus transient pressure shall be equal to 1.5 times the pressure class specified. Fittings, specials and connections shall be same class as the associated pipe. Pipe and fittings shall be clearly marked with the pressure class and piece number to permit easy identification in the field. Pipe design shall be based on trench conditions and design pressure class specified. Pipe shall be designed according to the methods indicated in AWWA C303 and AWWA Manual M9 for trench construction, using the following parameters: a. Unit Weight of Fill (w) =120 pcf (1920 kg/m') b. Live Load (where applicable) = AASHTO HS 20 C. Trench Depth = As indicated d. Coefficient Kp' = 0.160 e. Trench Width (Bd) as indicated. f. Bedding Conditions = As indicated g. Soil Reaction Modulus (E') =1,500 psi (103 MPa) h. Coefficient k = 0.090 Lubbock Canyon Lake Reuse Ouffall Pipeline Pipes and Pipe Fittings Contract #8462 15060 - 2 April 23, 2013 i Both internal pressure and external loads are considered for design. 3. B-303 is a composite pipe and is considered semi -rigid. Under external load, B-303 develops its ability to resist deflection by employing both the backf[ll lateral soil support and its inherent strength. a. Internal Pressure Design The total steel area required, including bar and cylinder, is determined by the classical hoop tension formula, limiting the average steel stress to 18,000 psi (124 MPa) or 50% of the specified minimum yield strength. The design also provides an additional capacity for transient surge pressure of at least 50% of the working pressure. For example, a class 200 (1,379 kPa) pipe has a total capacity (working pressure + surge pressure) of 300 psi (2,068 kPa). b. Hydrostatic Testing Hanson Pressure Pipe recommends a field test pressure of 120% of the operating pressure. An excessive test pressure increases the cost of the project. C. External Load Design The maximum allowable external load, W, for a semi -rigid pipe design, is the load producing the limiting pipe deflection to D214000, where D is the inside diameter of the pipe in inches. Spangler's Iowa deflection equation may be applied to semi -rigid design. The AWWA Manual M9 describes the design procedure 2.2 PIPE FITTINGS: A. General: Pipe fittings shall be of the type and design especially suitable for use with the type of piping with which they are installed. Fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. All flanged fittings shall be faced and drilled in accordance with ANSI B 16.1 for Class 125 flanges. B, Ductile Iron: 1. Ductile iron fittings for use with ductile iron pipe shall comply with the requirements of current AWWA Standard C-110. All ductile iron fittings shall be cement -mortar lined in accordance with current AWWA Standard C-104. 2. Ductile iron fittings shall be push -on, mechanical joint or flanged as required by the pipe joints or as shown. All ductile iron fittings shall have an external coating and shall be cement lined in accordance with the specifications for coating and lining the pipe. 3. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe, and shall be subject to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. C. Reinforced Concrete: Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 15060 - 3 Pipes and Pipe Fittings } April 23, 2013 VJ a- . 1. Reinforced concrete fitting shall be Class III tongue and groove reinforced concrete conforming to ASTM C76. Joints shall be sealed using "Ram Neck" joint material or approved equal. 2.3 PIPE PROVISIONS FOR THRUST: A. Thrusts at bends, tees, plugs or other fittings shall be resisted by thrust blocking as indicated on the drawings. Thrust blocking or anchors shall be used to restrain thrust at bends, fittings, etc. adjacent to casing pipe and where indicated. 8. Restrained joints, where identified on the drawings, shall be used for a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which will be developed at the design pressure of the pipe. Restrained joints shall consist of welded joints or harnessed joints. Harnessed joints shall be Clamp or Snap Ring E".... type In accordance with AWWA Manual Mg. C. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with AW WA Manual Mg and the following: _- - The Weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe 2.4 FLEXIBLE COUPLINGS: A. Provide flexible pipe couplings of the gasketed, sleeve type where shown on the drawings. Provide Dresser style 38 suitable for joining ductile iron pipe, or approved equal. Supply couplings with working pressures which meet or exceed the joining pipe rating. Provide connecting bolts constructed of ASTM A-276, type 316 stainless t steel. PART 3 EXECUTION 3.1 PIPE INSTALLATION: A. General. All pipe and accessories required for the work specified herein shall be unloaded, handled, laid, jointed, tested for defects and for leakage and chlorinated in the manner herein specified. B. Inspection. The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer and the Contractor shall remove such defective material from the site of the work. C. Responsibility for Materials. The Contractor shall be responsible for all material furnished by him and he shall replace, at his own expense, all material that is found to be defective in manufacturer or has become damaged in handling after delivery. D. Handling Pipe and Accessories: 1. All pipe, fittings, valves, and other accessories, shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. 2. The pipe, fittings, and accessories shall be placed along the site in such a Lubbock Canyon Lake Reuse Outfall Pipeline Pipes and Pipe Fittings Contract #8462 16060 - 4 April 23, 2013 manner as to be kept as free from dirt, sand, mud and other foreign matter. E. Excavation and Trenching: The trench shall be excavated to the lines and grades as established by the Engineer. The minimum depth of cover for all pipe lines shall be thirty-six (36) inches, unless otherwise specifically shown on the drawings. 2. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and maximum width shall be the outside diameter of the pipe plus eighteen (18) inches. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. The maximum horizontal offset of the trench wall from bottom of trench to the top of the trench (undercutting) shall be four (4) inches. 3. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench throughout the entire length of the pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. 4. Any part of the trench excavated below grade shall be corrected by filling with approved material and thoroughly compacting. 5. If ledge rock, rock fragments or other unyielding material Is encountered in the bottom of the trench, it shall be removed to a depth of three inches below grade, refilled with selected material and thoroughly compacted. 6. Bell holes of ample dimensions shall be dug at each joint to permit the joining of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. i. Wherever necessary to prevent caving, the trench shall be adequately braced and sheeted In accordance with the current requirements of the Occupational Safety and Health Administration. 8. Trench digging machinery may be used to make trench excavations except in places where operation of same would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. The Contractor shall locate all existing underground lines, of which he has been advised, whether or not they are shown on the drawings, sufficiently In advance of trenching operations to prevent any damage thereto. Extreme care shall be used to prevent such damage and the Contractor shall be fully responsible for damage to any such lines. 9. There will be no classification of or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by construction equipment. All excavated material shall be plied in a manner which will not endanger the work or existing structures and which will cause the least obstruction to roadways. 10. Excess trench excavation, not used for backfilling, shall be disposed of by the Contractor, and at the Contractor's expense. 11. Blasting for excavation of solid rock will be permitted only after securing the approval of the Engineer and only when proper precautions are taken for % protection of persons or property. The hours of blasting will be fixed by the Engineer. Any damage caused by blasting shall be paid by the Contractor. The method of procedure relative to blasting shall conform to all state laws Lubbock Canyon Lake Reuse Outfall Pipeline Pipes and Pipe Fittings Contract #8462 15060 - 5 April 23, 2013 - and local ordinances. F. Pipe Laying: General. All pipe shall be laid and maintained to the specified lines and grades shown on the drawings or established by the Engineer. 2. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions or to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular kind of pipe being laid and the degree of deflection shall be approved by the Engineer. 3. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. 4. Before lowering into the trench, the pipe shall be inspected again for defects and cast ion pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and material shall be rejected. 5. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe Is lowered into the trench, and it shall be kept clean by approved means during and after laying. 6. All pipe areas to be encased or cradled in flowable fill shall be laid carefully to grade and supported above the trench bottom to ensure that the proper thickness of flowable fill is placed under the pipe. Precautions shall be taken to prevent floating the pipe. Pipe areas which must be cradled in concrete shall use concrete that has a 2500 psi compressive strength after 28 days, and be placed to properly cradle or encase the pipe as shown on the drawings. 7. The ring groove shall be clean before installation of the rubber ring. The ring shall be carefully installed and lubricated in the groove as recommended by the manufacturer. The spigot and of the pipe shall be wiped clean and lubricated using the recommended lubricant. The spigot end shall be carefully inserted into the bell end until the reference mark on the spigot end Is flush with the end of the bell. G. Laying and Jointing Ductile Iron Pipe: 1. General. Unless otherwise directed, pipe shall be laid with bells facing in direction of laying: and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. 2. Cutting of pipe for inserting valves, fittings or closure pieces shall be done In a neat and workmanlike manner without damage to the pipe or the cement lining. 3. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in Lubbock Canyon Lake Reuse Outfall Pipeline Pipes and Pipe Fittings Contract #8462 15060 - 6 April 23, 2013 " progress, the open ends of the pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. 4. Mechanical Joint Piping. The last 8 inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with a soap solution prepared specifically for this purpose. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket, or bell end. The rubber gasket shall be painted with the soap solution and placed on the spigot end with the thick edge toward the gland. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The cast- iron gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. 5. Flanged Joints. Flanged joints where used shall be bolted with flange bolts of best quality milk steel and of the size and length required by AW WA C- 115; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eight (1/8) inch thick, of a brand and quality approved by the Engineer. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. 6, Push -On -Joints. The inside of the bell and the outside of the spigot end shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket shall be flexed inward and inserted in the gasket recess of the bell socket. A thin film of gasket lubricant shall be applied to either the inside surface of the gasket or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe manufacturer. f... The spigot end of the pipe shall be entered into the socket with care. The joint shall then be completed by forcing the plain end to the bottom of the socket with a forked tool or jack -type tool or other device. Pipe that is not furnished with a depth mark shall be marked before assembly to assure that the spigot end is inserted to the full depth of the joint. Field -cut pipe lengths shaft be filed or ground to resemble the spigot end of the such pipe as manufactured. Complete assembly instructions are available from the pipe manufacturer. At times when laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be properly plugged. No pipe shall J be laid in water, or when trench conditions or weather is unsuitable for such J Lubbock Canyon Lake Reuse Outfall Pipeline Pipes and Pipe Fittings Contract #8462 15060 - 7 April 23, 2013 IJ 1 k"'M If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. Premolded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and the spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar level and a block of wood to prevent damage to the pipe. H. Laying and Jointing Reinforced Concrete Pipe: Reinforced concrete pipe shall be installed in accordance with ASTM C76 and the recommendations of the pipe manufacturer. Joints shall be sealed using Ram-Nek or other approved material. Laying and Jointing Bar -Wrapped Concrete Cylinder Pipe: 1. Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and force into position. The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the pipe manufacturer. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. 2. Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. A steel feeler gauge approximately Y2" wide x 0.010" thick (12 mm wide x .25 mm) is inserted into the joint recess inside the pipe to determine, by feel, if the gasket is properly seated in the groove. 3. Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete Lubbock Canyon Lake Reuse Outfall Pipeline Pipes and Pipe Fittings i Contract #8462 15060 - 8 April 23, 2013 surfaces of the joint space by spraying or brushing with a wet brush. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. Interior joints of pipe smaller than 20" (500 mm) shall have the bottom of the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed Into position It will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or -an inflated ball through the pipe with a rope. Joints supplied by Hanson Pressure Pipe in parts of the U.S. and Canada that are protected by the zinc metallizing process do not typically require the application of inside joint mortar. For 42" (1050 mm) and larger diameter pipe provide three (3) complete full circumferential passes in accordance with manufacturer's recommendations and with AW WA Manual M9. 4. Protect exposed ferrous metal by a minimum of 1" (25 mm) coating of cement mortar as previously specified for inside joints. Such exposed large fiat surfaces as flanges, bolts, caulked joints, threaded outlets, closures, etc., shall have coating reinforced with galvanized wire mesh. Thoroughly clean and wet the surface receiving a cement mortar coating with water just prior to placing the cement mortar coating. After placing, take care to prevent cement mortar from drying out too rapidly by covering with damp earth or burlap. Cement mortar coating shall not be applied during freezing weather. 5. Excessive field patching of lining or coating shall not be permitted. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 sq. inches (2,540 sq. mm) and has no dimensions greater than 12" (304 mm). In general, there shall not be more than one patch on either the lining or the coating of any one joint of pipe. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the engineer. Promptly remove rejected pipe from the site. J. Laying and Jointing PVC Pipe 1. PVC pipe shall be handled and installed in strict accordance with the recommendations of the manufacturer. Special care shall be exercised in handling PVC pipe, in preparation of the trench for pipe laying, and in compacting the bedding under and around each side of the pipe. 2. Solvent weld pipe shall be thoroughly cleaned before installation. Solvent application and joining shall be done in accordance with the manufacturer's written recommendations. 3. The ring groove shall be clean before installation of the rubber ring. The ring shall be carefully installed in the groove as recommended by the manufacturer. The spigot end of the pipe shall be wiped clean and lubricated using the recommended lubricant. The spigot end shall be carefully inserted into the bell end until the reference mark on the spigot end is flush with the end of the bell. K. Backfilling: Lubbock Canyon Lake Reuse Outfall Pipeline Pipes and Pipe Fittings Contract #8462 15060 - 9 April 23, 2013 - 1. Backfiil Material. All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. From 1 foot above the tope of the pipe to the existing ground, however, material containing stones up to 4-inches in their greatest dimension may be used. Selected materials from trench excavation shall be used for backfilling except where special material Is required. 2. Backfilling Under Pipe. Pipes shall be installed in a layer of special bedding material placed on the trench bottom. The special bedding material shall be crushed rock, screened gravel, or a combination thereof with a maximum size of 1/2-inch. The material shall have a minimum thickness beneath the 1 pipe of 3-Inches, and shall extend up the sides of the pipe one-fourth of the outside diameter of the pipe. i - The material shall be placed in 3-Inch layers, moistened if necessary, and ._ thoroughly compacted under and on each side of the pipe. Backfill material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenance simultaneously. 3. Backfilling Over Pipe. From the centerline of the pipe, or from the top of the bedding, to a depth of 1 foot above the top of the pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials free from rocks or boulders. The Contractor shall use special care in placing this portion of backfill so as to avoid injuring or moving the pipe. 4. Backfilling to Grade. From 1 foot above the top of the pipe to finish grade shall be backfilled by tamping. When tamping, the material shall be placed in 6-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers to a density of at least 95% of maximum density at optimum moisture as determined by ASTM Designation D-1557, Method B. i All trenches shall be backfilled to grade as soon as possible after laying of the pipe. The Contractor shall backfill over all pipe laid each day to 9 minimize the amount of open trench left overnight. 5. Setting Valves, Valve Boxes and Fittings. Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves as required for design flows, pressures, thrusts, etc. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed. Valves supplied with operating nuts shall be provided with a suitable operating wrench. 6. Plugging Dead Ends. Standard plugs shall be inserted into the bells of all dead ends and pipes; tees, or crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. 7. Anchorage of Bends, Tees and Plugs, Etc. Reaction or thrush backing shall be applied to all pipe lines at all tees, plugs, caps, and at bends deflecting 11-1/4 degrees or more. Use concrete with a 2500 psi compressive Lubbock Canyon Lake Reuse Outfall Pipeline Pipes and Pipe Fittings Contract #8462 16060 -10 April 23, 2013 strength for backing the pipe and fittings. The backing shall be placed �......., between solid ground and the fitting to be anchored; the area of bearing on pipe and on the ground in each instance shall be as approved by the Engineer. The backing shall be so placed that the pipe and fitting joints will be accessible for repair. The anchoring system design shall be submitted to the Engineer for approval. 3.2 EXPOSED PIPING: A. All exposed piping shall be installed in a neat and workmanlike manner. All piping runs shall be truly horizontal or vertical and parallel to adjacent building construction except where specifically shown otherwise on the drawings. Piping shall be adequately supported by temporary supports during installation. Permanent supports, as specified and as shown on the drawings, shall then placed so that the pipe loads are supported thereon. Small piping installed along walls or beneath roof slabs shall be adequately supported with approved devices. Spacing of such supports shall be required to prevent deflection of the pipe between supports. B. Copper pipe shall be insulated from supports. Copper pipe shall be wrapped with two layers of plastic adhesive tape (30 mill thickness) at each pipe support to prevent contact with other metals. 3.3 LINE TESTING: A. After the pipe is laid and the joints completed, each section or run of piping, except gravity flow lines, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment materials, labor and other incidentals required to test pipe lines as specified herein. Water of sufficient pressure to test the pipe lines will not be available and the Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Each section of pipe line shall be subject to a hydrostatic test of two hour duration at a pressure of 100 psi in excess of the static pressure to which the pipe line will be subjected when the line is put in operation. Any joint showing visible leakage shall be replaced and the hydrostatic test repeated. Gravity lines will normally not be required to be tested but under no condition will the pressure test requirement be waived on any line beneath a building or other structure. No line shall be backfilled until after It has been tested and accepted by the Engineer. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 15060 - 11 l' Pipes and pipe Fittings Apd123, 2013 It SECTION 15113 COMBINATION AIR RELEASE VALVES PART1 GENERAL 1.1 SECTION INCLUDES: A. Standard combination air release valves for water service. 1.2 REFERENCES: A. ASTM A48--Standard Specification for Composition Bronze or Ounce Metal Castings Class 30. B. ASTM A240--Standard Specification for Heat Resisting Chromium and Chromium -Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels. C. ASTM A270--Standard Specification for Seamless and Welded Austenitic Stainless Steel Sanitary Tubing. D. ASTM A276--Standard Specification for Stainless Steel Bars and Shapes. E. ASTM 8124--Standard Specification for Copper and Copper Alloy Forging Rod, Bar, and Shapes. 1.3 DEFINITIONS: A. Standard Combination Air Valve --A device with a single body that contains two valves to vent or admit air to the interior of a pipeline. B. CAV--Combination air valve. 1.4 SUBMITTALS: A. Provide the following information in accordance with Section 01300: 1. Manufacturer's catalog information. 2. Manufacturer's installation, operation, and maintenance instructions. 3. Recommended list of spare parts with illustration drawing. 1.5 SYSTEM DESCRIPTION: A. CAVs shall be suitable at operation up to 150 pounds per square inch pressure. B. The CAV shall allow large volumes of air to escape out the large orifice (valve) when filling a pipeline and closes when liquid enters the valve. C. When the large orifice is closed, the small air release orifice shall open to allow Lubbock Canyon Lake Reuse Outfall Pipeline Combination Air Release Valves Contract #8462 15113-1 April 26, 2013 small amounts of air to escape automatically. D. The large orifice shall also allow large volumes of air to enter when the pipeline drained. 1.6 DELIVERY, STORAGE, AND HANDLING: A. Storage: Store all valves and appurtenances in accordance with the manufacturer's written instructions. Protect all valves and appurtenances from damage. PART 2 PRODUCTS 2.1 MANUFACTURERS: A. Combination Air Release Valves: 1. Valve and Primer Corp. 2. Val-Matic Corp. 3. Approved equivalent. B. CAV MATERIALS: 1. Valve Body and Cover: ASTM A48 Class 30 2. Needle and Seat: Buna-N 3. Float: Stainless Steel ASTM A240 4. Plug: Bronze ASTM 13124 5. Retaining Screw: Stainless Steel ASTM A276 6. Leverage Frame: Cast Iron ASTM A48 Class 30 2.2 MANUFACTURED UNITS: A. CAVs shall have a bottom connection for the connection to the pipeline and a top connection for venting or admitting air. B. Both connections shall be topped with female iron pipe threads. PART 3 EXECUTION 3.1 INSTALLATION: A. Install CAVs in accordance with manufacturer's instructions and as shown. 3.2 FINAL TESTING: Lubbock Canyon Lake Reuse Outfall Pipeline Combination Air Release Valves Contract #8462 15113-2 April 26, 2013 A. Demonstrate that materials or equipment furnished under this Specification are operating properly at the time of project final acceptance. B. Rework or replace materials as required for proper operation. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Combination Air Release Valves Contract #8462 15113-3 April 26, 2013 A. Demonstrate that materials or equipment furnished under this Specification are operating properly at the time of project final acceptance. B. Rework or replace materials as required for proper operation. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Combination Air Release Valves Contract #8462 15113-3 April 26, 2013 SECTION 16000 GENERAL REQUIREMENTS FOR ELECTRICAL WORK PART1 GENERAL 1.1 SECTION INCLUDES: The general requirements for electrical work. Detailed requirements for specific electrical items may be specified in other sections, but are subject to the general requirements of this section. 1.2 REFERENCES: A. NEC -latest version --National Electrical Code (NFPA 70). 1.3 SUBMITTALS: A. Provide submittals describing materials to be incorporated in the work. Provide submittals in accordance with Section 01300. Identify the submittals by the specified equipment number and specification section. B. Submit results of the testing specified in Article 3.8. 1.4 STORAGE OF MATERIALS AND EQUIPMENT: Materials and equipment shall be stored so as to protect the materials and equipment ._; during storage. Equipment and materials to be located outdoors may be stored outdoors if protected against moisture condensation. Equipment shall be stored at least 6 inches above ground. Equipment and materials to be located indoors shall be stored indoors. 1.5 ELECTRICAL SERVICES: Contractor shall arrange and coordinate the installation of electrical service. Owner will directly pay electrical utility for the cost of electrical services. Contractor shall pay monthly electrical cost from time of service installation to date of Substantial Completion. i 1.6 QUALITY ASSURANCE: A. All work shall meet the requirements of the NEC. B. Installation shall be supervised by an electrician licensed as a "Master Electrician." C. Field work shall be under the continuous supervision of a licensed "Journeyman of Master Electrician." D. Licensing as a "Master" or "Journeyman" electrician shall mean to hold a current certification or license to that effect issued by an NEC -enforcing political subdivision (such as city or county) of Texas. Submit copies of current licenses Lubbock Canyon Lake Reuse Outfall Pipeline General Requirements for Electrical Work Contract #8462 16000-1 April 26, 2013 or certificates for persons employed on the work. Notify Engineer and remove from the work (within 10 days) any persons for whom a license or certificate is suspended, revoked, or is otherwise rendered void by the issuing agency. For persons holding licenses or certificates in multiple jurisdictions, the voiding or suspension, or similar action in any of the jurisdictions in which licensing is held shall trigger the described notification and removal from the work. PART 2 PRODUCTS 2.1 COATING SYSTEM: A. GENERAL: Electrical equipment shall be factory painted by the manufacturer as specified. B. FINISH: Equipment shall be treated with zinc phosphate, bonderized, or otherwise given a rust -preventative treatment. Equipment shall be factory -primed, painted with enamel, and baked. Minimum dry film thickness shall be 3 mils. C. COLOR: Exterior color shall be ASA #61, gray. Interior shall be painted white. Nonmetallic electrical enclosures and equipment shall be the manufacturer's standard gray or beige color. D. FIELD PAINTING: Electrical equipment except NEMA 4X enclosures shall be field painted in accordance with Specification Division 9. All PVC outdoors or exposed to sunlight shall be painted as specified. I��I [r�il�;7l►lr�� Where specified, nameplates shall be made by engraving laminated phenolic plastic. The nominal size of the nameplates shall be 3/4 inch high by 2 inches long. Nameplates shall be black backgrounds with 3/16-inch white letters from core color. If abbreviations are required because of space limitations, abbreviations shall be submitted. F. TERMINAL BLOCKS: Unless otherwise specified, terminal blocks shall be screw terminal, heavy duty, rated at 600V AC. Minimum capacity for control service is 5 amps. Terminals shall be provided with integral marking strips which shall be permanently identified as shown on the shop drawings or if necessary for troubleshooting or installation. 2.2 CONDUITS, FITTINGS, AND SUPPORTS: Lubbock Canyon Lake Reuse Outfall Pipeline General Requirements for Electrical Work Contract #8462 16000-2 April 26, 2013 I , 1 A. RIGID STEEL CONDUIT: Rigid steel conduit shall comply with ANSI C80.1 with smooth finished surfaces. Conduit shall be hot -dipped galvanized. B. ELECTRICAL METALLIC TUBING (EMT): Electrical metallic tubing shall be electrogalvanized and shall be ANSI C80.3. EMT fittings shall be compression type. C. RIGID PVC CONDUIT: Rigid nonmetallic conduit shall be NEMA TC2, type EPA-40-PVC high impact, polyvinylchloride (PVC). Fittings used with PVC conduit shall be PVC solvent - weld type. Nonmetallic conduits shall be UL listed for their respective applications. D. LIQUIDTIGHT FLEXIBLE STEEL CONDUIT (FLEX): Liquidtight flexible steel conduit shall be formed from spirally wound galvanized steel strip with successive convolutions securely interlocked and jacketed with Liquidtight plastic cover. Minimum size shall be 3/8-inch. Fittings for liquidtight conduit shall have cadmium -plated malleable iron body and gland nut with cast - in lug, brass grounding ferrule threaded to engage conduit spiral, and insulated throat. E. CONDUIT SUPPORTS: Hot-dlp galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one -hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. F. CEILING HANGERS: Ceiling hangers shall be adjustable, galvanized carbon steel rod hangers as specified. Straps or hangers of plumber's perforated tape are not acceptable. Unless otherwise specified, hanger rods shall be 3/8-inch ail -thread rod. 2.3 MISCELLANEOUS METAL: Miscellaneous metal installed in conjunction with electrical or instrumentation work shall be hot -dipped galvanized steel or aluminum. Painted steel is not acceptable. Materials included in this specification group includes, but is not limited to bars, rods, sheet, plate, channel, or other metal shapes used to, or incorporated in support frames, brackets, mounting plates, etc. Steel parts shall be hot -dipped galvanized after fabrication. Pre -galvanized material used for fabrication shall have all nicks, dings, or other imperfections in the coating repaired. No welding is allowed on pregalvanized materials. If fabrications require welding after galvanizing, regalvanize the parts after welding. Bolts, nuts, screws, washers, or similar ancillary materials used shall be 316 stainless steel or carbon steel with galvanized or cadmium -plated finish. Lubbock Canyon Lake Reuse Outfall Pipeline General Requirements for Electrical Work Contract #8462 16000-3 April 26, 2013 2.4 CONDUCTORS: Conductors for control and power shall be type THW with copper conductors unless noted otherwise. Power conductors shall have the following colors for the indicated voltage: 480V 208V 120V Phase A Brown Black Black Phase B Orange Red Phase C Yellow Blue Ground Green Green Green Neutral White White White Power conductors shall be minimum 12 AWG and control conductors shall be minimum 16 AWG, both unless otherwise shown. 2.5 GROUNDING COMPONENTS: Unless otherwise shown, provide a grounding system consisting of a copper -plated ground rod and metallic conductor connecting the ground rod and all non -energized metal parts of the electrical components, or other metal objects that may become energized. Ground rod shall be minimum 5/8-inch diameter copper plated steel, 8 feet long. Grounding conductors shall be bare (solid) or insulated (stranded). Insulation shall be green in color. Minimum grounding conductor size shall be as follows unless shown otherwise or required by NEC. Ground rod to entrance equipment Same size as feeder conductors Feeder circuits and 480 volt power circuits Same size as power conductors Lighting, receptacle runs, etc. 12 AWG 2.6 QUALITY CONTROL: All work shall be furnished, installed, and connected in accordance with the NEC. PART 3 EXECUTION 3.1 GENERAL: A. Unless otherwise detailed or dimensioned, electrical layout drawings are diagrammatic. The Contractor shall coordinate the location of electrical material or equipment with the work. Minor changes in location of electrical material or equipment shall be made at no cost to the Owner. The work under Division 16 shall be performed in accordance with NEC and with these specifications. Lubbock Canyon Lake Reuse Outfall Pipeline General Requirements for Electrical Work Contract #8462 16000-4 April 26, 2013 B. Electrical equipment shall be protected from dust and damage. Before final acceptance, the Contractor shall neatly touch up any scratches on equipment with identical color paint. 3.2 RACEWAY INSTALLATION: Use the following raceway materials for raceways in the identified applications. A. Rigid PVC: Buried Raceways. B. Rigid Steel: Outdoors, Indoors within 7`-0" from floor. C. EMT: Indoors over 7'-0" from floor and indoors concealed. D. Flex: Provide a length of liquidtight flex conduit between fixed rigid conduit and connected equipment such as motors, instruments, or switching devices. Liquidtight section shall be longer than 12 inches and shorter than 42 inches. Flex not required for indoor lighting fixtures or devices. 3.3 PHASE CONNECTIONS: Phase connections for equipment shall be A, B, C, counting from front to back, top to bottom, and left to right as viewed from the operating mechanism side. Three-phase, 480-volt circuit and conductors shall be color -coded per Paragraph 2.6. 3.4 GROUNDING: A. Provide service neutral and equipment grounding in accordance with NEC and as specified or shown. B. Connect the service ground and equipment ground to a common point within the metallic enclosure containing the main service disconnecting means. From the common point of connection of the service ground and equipment ground, run in conduit, a combined service, and equipment grounding conductor without joints or splices to the grounding grid as shown. Connect ground to all metal objects within facility. C. Assure the electrical continuity of all metallic raceway systems pulling up all conduits and/or locknuts wrench -tight. When expansion joints or telescoping joints occur, provide bonding jumper. Where flexible metallic conduit is employed, provide a green -insulated grounding jumper installed in the flexible conduit. Install a separate green -insulated conductor in each conduit. D. Provide a separate, green -insulated copper ground conductor, with insulation of the same rating as phase conductors, for each feeder and for each branch circuit indicated. Install the grounding conductor in the raceway with the related phases and neutral conductors, and connect the grounding conductor to pull boxes or outlet boxes at intervals of 100 feet or less. Where paralleled conductors in separate raceways occur, provide a grounding conductor in each raceway. Connect all grounding conductors to bare grounding bars in Lubbock Canyon Lake Reuse Outfall Pipeline General Requirements for Electrical Work Contract #8462 16000-5 April 26, 2013 panelboards, and to ground buses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of ground fault back to the point of connection of the equipment ground and system neutral. Size all of these grounding conductors per NEC. 3.5 UNDERGROUND PLASTIC CONDUIT INSTALLATION: A. Install at least 30 fiches below finished grade unless noted to the contrary. Assemble and install raceways in accordance with manufacturer's instructions. Make joints with couplings and solvent cement. Fabricate bends of 30 degrees or more with factory -made elbows, or make field bends with proper heating equipment. Bends showing signs of overheating or flattening are unacceptable. Ream ends of all conduits before joining. B. Carefully backfill trenches with earth, sandy clay, sand and gravel, soft shale, or other approved material free from large clods of each or stone, deposited in thoroughly and carefully compacted 6-inch layers. Settling the backfill with water will be permissible and will be required when so directed. Re -open any trenches improperly filled or where settlement occurs to the depth required for proper compacting the refill, mount over, and smooth off. Backfill open trenches across roadways or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6-inch layers, each layer moistened and compacted to density of not less than 95 % Standard Proctor in such a manner as to permit the rolling and compaction of the filled trench together with the adjoining earth to provide the required bearing valve and permit paving of the area immediately after backfilling is completed. 3.6 ELECTRICAL SERVICES: NA A. Owner will pay electrical utilities for installation of electrical services. B. Contractor shall coordinate with electrical utility for service installation. C. Electrical utility is LP&L. 3.7 TELEPHONE SERVICE: NA Contractor shall arrange and coordinate installation of telephone service to site(s) as indicated. Owner will pay telephone utility directly for telephone installation. 3.8 TESTING: A. GENERAL: 1. Prior to energizing the electrical circuits, the following tests shall be performed. Verify electrical conductors not grounded, energize and check voltages at circuit breaker panel and verify voltage at each circuit and to each light/outlet. B. INSULATION RESISTANCE MEASUREMENTS: NA Lubbock Canyon Lake Reuse Outfall Pipeline General Requirements for Electrical Work Contract #8462 16000-6 April 26, 2013 a 1. Test all energized electrical components including conductors for circuits 120V volts and higher. Conductors and devices with less than 5 megohms resistance to ground or between conductors or phases shall be removed and replaced. All conductors in a raceway shall be removed if a conductor in that raceway fails the insulation resistance test. The conductors shall not be reused. C. MOTOR TESTS: NA 1. All motors shall have their insulation resistance measured before they are connected. Insulation resistance values less than 10 megohms are not acceptable. Verify that motors are connected to rotate in the a- correct direction. Verification may be accomplished by momentarily energizing the motor, provided the Contractor confirms that neither the motor nor the driven equipment will be damaged by reverse operation. Measure the full load current on each phase with the motor running at maximum operating load. D. FUNCTIONAL CHECKOUT: 1. Protective devices shall be adjusted and operative during the testing period. Prior to start-up of each piece of equipment or system, the Contractor shall perform a functional checkout on control circuits. The checkout shall consist of energizing each control circuit and operating each control, alarm, or malfunction device, and each interlock in turn to verify that the specified action occurs. This may be performed with the motor connected or disconnected. Providing that no harm will be done to the equipment. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline General Requirements for Electrical Work Contract #8462 16000-7 April 26, 2013 SECTION 16115 UNDERGROUND ELECTRICAL DUCT AND CONDUIT PART1 GENERAL 1.1 SECTION INCLUDES: A. Underground electrical duct and direct burial conduit, together with all other accessories required. 1.2 SUBMITTALS: A. Submit manufacturer's data on all materials, under provisions of Section 01300. PART 2 PRODUCTS 2.1 UNDERGROUND DUCTS: A. Plastic electrical conduits and fittings shall be in accordance with the requirements of Western Underground Model Specification No. 3.1., PLASTIC CONDUIT AND FITTINGS. Conduits shall be type EB for encased burial. Material shall be virgin polyvinyl chloride (PVC). Conduits shall be Carton or equivalent. 2.2 CONDUITS: A. Underground Plastic Conduit: Type 40, heavy wall, high impact rigid virgin polyvinyl chloride (PVC) conduit and fittings, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial use, Carton or equivalent. B. Rigid Steel Conduit: As specified under Raceways and Fittings, Section 16000. 2.3 PULL BOXES: A. Precast Concrete Pull Boxes: Use precast concrete pull boxes for in -ground pull boxes. Pull boxes minimum size 17 inches x 30 inches, or as shown. Provide extension rings as necessary. Provide bolted steel traffic cover in traffic areas. Provide bolted concrete cover in other areas. Cover shall have the word "Electrical" emblazoned thereon in minimum 2-inch high letters. Pull boxes shall be Brooks No. 66 or equivalent. PART 3 EXECUTION 3.1 GENERAL: A. After the affected electrical work has been installed, tested, and approved, backfitl all excavations with suitable material. Include the cutting of all sidewalks, streets, and other pavement and repairing the openings in them to return the surface to approximately its original condition. Lubbock Canyon Lake Reuse Outfall Pipeline Underground Electrical Duct and Conduit Contract #8462 16115-1 April 26, 2013 3.2 EXCAVATIONS: A. Perform all excavations of every description of whatever substances encountered and to the depths required for installation of the work under this Division. B. During excavation, stockpile material suitable for backfilling in an orderly manner a sufficient distance from the banks of the trenches to prevent slides or cave- ins. Remove all excavated material not required or suitable for backfill, or waste as directed. Control grading to prevent surface water from flowing into excavations and remove any accumulated water by pumping. C. Use open cut grading and make trenches of the necessary width for proper installation of the lines with banks as nearly vertical as possible. D. Grade the bottom of trenches accurately to provide uniform bearing and support for conduit or duct on undisturbed soil at every point along its entire length. E. Except at locations where excavation of rock from the bottoms of trenches is required, take care not to excavate below the depths required. Where rock excavation is required, remove the rock to a minimum overdepth of 4 inches below the trench depths specified. Backfill the overdepth rock excavation and excess trench excavation to the proper level with 3/4-inch crushed rock or the equivalent in coarse gravel prior to the installation of conduit or ducts. Whenever wet or otherwise unstable soil that is incapable of properly supporting conduits or ducts is encountered in the trench bottom, remove such soil to a depth required and backfill the trench to trench bottom grade with 314 inch crushed rock or coarse gravel or other suitable material. Buried conduits or raceways shall have a minimum cover of 24 inches unless otherwise specified or shown. 3.3 BACKFILLING: A. Carefully backfill trenches with earth, sandy clay, sand and gravel, soft shale or other approved material free from large clods of earth or stone, deposited in thoroughly and carefully compacted 6-inch layers. Do not use blasted rock, broken concrete or pavement, or large boulders as backfill material. Settling the backfill with water will be permissible and will be required when so directed. Re -open any trenches improperly filled or where settlement occurs to the depth required for proper compaction the refill, mound over and smooth off. B. Backfill open trenches across roadways or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6-inch layers, each layer moistened and compacted to a density of not less than 95 percent Standard Proctor in such manner as to permit the rolling and compaction of the filled trench together with the adjoining earth to provide the required bearing valve and permit paving of the area immediately after backfilling is completed. Along all other portions of the trenches, grade the ground to a reasonable uniformity and leave the mounding over the trenches in a uniform and neat Lubbock Canyon lake Reuse Outfall Pipeline Underground Electrical Duct and Conduit Contract #8462 16115-2 April 26, 2013 condition. 3.4 OPENING AND CLOSING PAVEMENT: NA A. Where excavation requires the opening of existing walks, streets, drives or other existing pavement, including "black topping", cut the pavement as required. Hold the size of the out to a minimum consistent with the work to be accomplished. After the installation of the new work is completed and the excavation has been backfilled, patch the paving using materials to match those cut out. Take care that the patches are level with the original surfaces and thoroughly blend with them. 3.5 UNDERGROUND DUCT INSTALLATION: NA A. Use plastic electrical ducts, installed with concrete encasement, with a minimum of 3" of concrete between ducts and earth, and with 2 inches of concrete between adjacent ducts. Concrete shall contain a red dye additive to give distinctive red color when concrete is cured. Provide at least 30 inches of cover from top of concrete encasement to finished grade. Install with uniform slope for drainage, with no low pockets to collect water. B. Build up duct banks completely in the trench before placing concrete, using factory -fabricated plastic conduit spaces in staggered spacings, and securing the entire assembly with heavy twine or cord to ensure rigidity during pouring. C. Do not use metal for this purpose. Assemble conduits with staggered adjacent couplings so that no two couplings will lie in the same transverse plane, in a vertical direction. Use solvent cement as directed by the duct manufacturer in making up all joints. D. Fabricate duct runs with standard factory -made fittings, elbows and accessories. Make all changes of direction, horizontal or vertical with long sweep bands having a minimum radius of 25 feet, except that manufactured bends at or near the ends of the runs may be used on short runs of 100 feet or less. Make long sweep bends with one or more curved or straight sections of duct. Manufactured bends, where permitted, shall have a minimum radius of 10 times the nominal duct diameter. Where manufactured ducts of greater than a 30 degree angle are required, use rigid hot dipped galvanized steel conduit bends. During construction, protect partially completed duct lines from entrance of dirt and debris by means of suitable factory -made duct plugs. After completion of installation, seal all ends of spare ducts with factory -made duct plugs. E. Where ducts enter in or under buildings, or turn up through equipment pads, change from plastic duct to rigid galvanized steel conduit below grade outside the structure, using suitable factory adapters. At the point of change of materials, extend the concrete envelope to enclose at least 2 feet of steel conduit. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. F. Install the concrete envelope for a given duct run in one pour where possible. Lubbock Canyon Lake Reuse Outfall Pipeline Underground Electrical Duct and Conduit Contract #8462 16115-3 April 26, 2013 Use concrete of 3000 psi compressive strength. In pouring concrete, do not allow heavy masses of concrete to fall on ducts. Direct flow of concrete down s_ sides of assembly to bottom, forcing it to flow to center of bank and then to rise up in middle, filling all spaces uniformly. Spade concrete liberally and carefully with a long, flat slicing bar between vertical rows to eliminate voids. Weight or brace the duct bank assembly if necessary, to prevent the assembly from floating. Because of the fact that plastic conduits may expand considerably during construction, each run and its concrete envelope shall be installed starting at one end and processing toward the other with any necessary adjustments to length being made at the end toward which the work is progressing. G. After ducts are installed, complete with envelope, and before pulling any cable, pull a mandrel through every duct to check for alignment and clear passage. Use an iron -shod mandrel with a diameter of 1/4 inch less than the nominal size of the duct and a length equal to the duct diameter. Mandrel shall have a leather or rubber gasket slightly larger than the duct hole. After testing the ducts with the mandrel, pull a stiff -bristled brush through each duct until it is clear of all particles of earth, sand or gravel; then install duct plugs immediately. 3.6 UNDERGROUND PLASTIC CONDUIT INSTALLATION: A. Install at least 24 inches below finished grade unless noted to the contrary. Assemble and install raceways in accordance with manufacturer's instructions. Make joints with couplings and solvent cement. Fabricate bends of 30 degrees or more with factory -made elbows, or make field bends with proper heating equipment. Bends showing signs of overheating or flattening are unacceptable. Ream ends of all conduits before joining. B. "Snake" plastic conduit in trench, from side to side, with a complete cycle every 40 feet to allow for expansion and contraction. Maintain this configuration during backfilling. C. Where conduit turns up out of earth, or floor slabs, change from plastic to rigid galvanized steel conduit below grade and outside of such structures. Do not extend any plastic conduit above grade. Make similar change from plastic to rigid galvanized steel conduit at connections to underground pull or junction boxes. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. 3.7 UNDERGROUND STEEL CONDUIT INSTALLATION: NA A. All steel conduit in earth shall be rigid galvanized steel conduit. Wrap such conduit with 3M Company 0.020 inch thick No. 51 "scotchrap" vinyl plastic tape, half lapped to give double thickness wrap. Remove all oil, grease and dirt from conduit with a suitable solvent, and clean and dry conduit before wrapping. If conduit is pre -wrapped in the shop and then cut and joined on the job, wrap all joints on the job, overlapping pipe wrapping 3" on both sides of joints. 3.8 PULL BOX INSTALLATION: NA Lubbock Canyon Lake Reuse Outfall Pipeline Underground Electrical Duct and Conduit Contract #8462 16115-4 April 26, 2013 A. Install pull boxes in concrete pad with 4" minimum concrete on all sides of pull box. Set top of pull box flush with grade. Do not install pull box in low area where water may stand. B. Provide risers or extensions to pull boxes to maintain minimum cover over conduits or raceways entering box. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Underground Electrical Duct and Conduit Contract #8462 16115-5 April 26, 2013 SECTION 16120 CONDUCTORS PART1 GENERAL 1.1 SECTION INCLUDES: A. Conductors, together with all splices, connections, and identification, including pulling devices. 1.2 SUBMITTALS: A. Submit manufacturer's data on all materials, under provisions of Section 01300. PART PRODUCTS 2.1 CONDUCTORS (600 VOLTS AND UNDER): A. Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections; Okonite, Triangle, Anaconda or Simplex. No. 8 and larger shall be stranded; No. 10 and smaller shall be solid. B. Insulation. Branch circuits shall have type TW, THW, THHN or THWN insulation unless the type is specifically designated or specified. Service feeders shall be type THW or THWN. Feeder circuits shall be Type THW or THWN. C. Circuits Subjected to High Temperatures: Type THHN or THWN conductors for wiring in proximity to boilers, and for motors and devices subject to high temperature because of high ambient temperature or convection or radiant heat. D. Lighting Fixture Conductors: Type and size approved by the NEC for the purpose. 2.2 JOINTS AND SPLICES: A. Standard Copper Conductors: UL approved solderiess bolted pressure connectors or Thomas and Betts Series 64000 compression connectors. All connectors shall be of proper sizes to match conductor sizes. All compression connectors shall be applied with properly sized dies and tools. Split -bolt connectors are not acceptable. B. Solid Copper Conductors: UL approved solderiess bolted pressure connectors; or UL approved electrical spring connectors of "Scotchlock", Ideal, T & B "Piggy," or approved equivalent. All connectors shall be of proper sizes to match conductor sizes. Split bolt connectors are not acceptable. 2.3 COLOR CODING: A. Use standardized color -coding of conductors throughout. All color coding shall _. be continuous for the entire length of the conductors, and shall be permanent and readily distinguished after installation. In cases where they specified colors Lubbock Canyon Lake Reuse Outf all Pipeline Conductors ...... Contract #8462 16120-1 April 26, 2013 of insulated wire and cable are unavailable, such conductors shall be color - coded, as specified above, by means of Brady, or plastic tape at all pull boxes, support boxes, outlet boxes, panelboards, and other terminal and splicing points. Heat shrink sleeves for tight fit. B. Neutral conductors shall be white or natural gray. Grounding conductors shall be green or green with one or more yellow stripes. C. Phase conductors shall be black, red and blue for phases A, B, and C respectively in the 208 volt system. D. Phase conductors shall be yellow, brown and orange for phases A, B, and C respectively in the 480 volt system. PART 3 EXECUTION 3.1 CONTINUITY: A. All conductors shall be continuous between points of termination. B. Splices between points of termination are not acceptable unless specifically approved. C. Splices in boxes permissible in 120-volt lighting and receptacle circuits only. 3.2 WIRE PULLING: A. Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. Grips and pulling eyes shall be Kellems or equivalent. All conductors to be installed in a single conduit shall be pulled in together. Pull no conductors into conduits until all work of a nature which may cause injury to conductors is completed. Use an Underwriters' listed cable pulling compound where necessary. B. Cable Lubricants: All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. C. Pulling Devices in Empty Raceways: Provide in every empty raceway, not containing conductors to be installed by this Contractor, a suitable pull line to facilitate future installation of wiring. Lines shall be free from splices and shall have ample exposed length at each end. Identify each end of each line with a linen tag bearing complete information as to the purpose of the raceway and the location of its other end. All fines shall be nylon or polyethylene cord with a tensile strength not less than 200 pounds. 3.3 WIRE INSTALLATION (600 VOLTS AND UNDER): A. Feeders: Run all feeders their entire length in continuous pieces without joints or splices, insofar as practicable. Make joints in branch circuits only where circuits divide as shown on drawings. Such joints shall consist of one through circuit to which shall be spliced the tap circuit. rE Lubbock Canyon Lake Reuse Outfall Pipeline Conductors Contract #8462 16120-2 April 26, 2013 B. Branch Circuits: Not more than one power or lighting circuit shall be installed in a single conduit, except that one 3-wire circuit or one 4-wire circuit consisting of 2 different phase wires and a common neutral or 3 different phase wires and a common neutral may be installed in a single conduit. This provision shall not prohibit the installation in a single conduit of all conductors of a circuit with three and four-way switching. C. Sizes: No wire shall be smaller than No. 12 except for single or control circuits, and except for individual lighting fixture taps as permitted by the National Electrical Code. D. Receptacle and Motor Branch Circuits: No. 12 conductors unless noted or scheduled otherwise. E. Home runs on 120 volt, 20 ampere Lighting Branch lighting outlet exceeding 75 feet, use No. 10 conductors; otherwise use No. 12 conductors. Power and Lighting circuits of different system voltages (eg. 20BY/120 and 480Yf 277 volts) shall not occupy the same conduit. F. Joints and Splices: Make joints and splices only where necessary and only at outlet boxes and pull boxes. All joints shall be mechanically and electrically secure. After a joint or splice is complete, insulate it with Okonite rubber tape, and Mason friction tape to make the insulation of the joint or splice equal to that of the conductor. In lieu of this, 3M Company's "Scotch" No. 33 vinyl plastic tape may be used if applied in at least four layers (half lapped in two directions), with all larger splices, terminals, sharp corners and voids being first protected by application of "Scotchfil" insulating putty. G. Conductor splices in wet locations or in -ground pull boxes shall be made in accordance with the conductor manufacturer's recommendations with an epoxy encapsulating splicing system. H. Identity Tags: Non-ferrous; stamped to clearly identify each. circuit. Securely fasten tags to all cables, feeders and power circuits in pull boxes, lighting, power and distribution panelboards, etc. Bundling Conductors: Bundle all conductors in panelboards, cabinets and the like using marlin twine lacing or nylon straps made for the purpose. Bundle conductors larger than No. 10 in individual circuits. Bundle smaller conductors in larger groups. Straps shall be Pandult, Thomas and Betts, or equivalent. END OF SECTION 4 Lubbock Canyon Lake Reuse Outfall Pipeline Conductors Contract #8462 16120-3 April 26, 2013 f E PART 1 PART 2 PART 3 1,1 2.1 3.1 3.2 SECTION 16195 ELECTRICAL IDENTIFICATION GENERAL SECTION INCLUDES: A. This Section specifies furnishing and installing identification signs on all electrical devices. PRODUCTS NAMEPLATES: A. Identify electrical equipment by attaching engraved nameplates constructed from laminated phenolic plastic, at least 1116" thick, 3-ply, with black surfaces and white core. Engraving shall be condensed gothic, at least 1/4" high, appropriately spaced. Nomenclature on the label shall include the name of the item or equipment served utilizing the equipment names shown on the drawings. EXECUTION EQUIPMENT: A. Install nameplates on electrical equipment. Equipment to be labeled shall include but not be limited to the following: 1. Switchboards. 2. Panelboards. 3. Motor control centers. 4. Dry -type transformers. 5. Main switches. CONTROL DEVICES: A. Label all electrical control devices to indicate the device served. Label electrical control devices regardless of proximity to the equipment served. Electrical control devices to be labeled shall include but not be limited to the following. 1. Contactors. 2. Motor starters. 3. Relays. Lubbock Canyon Lake Reuse Outfall Pipeline Contract #8462 16195-1 Electrical Identification April 26, 2013 4. Disconnect switches. 5. Timeclocks. 3.3 ATTACHMENT: A. Nameplates shall be attached to devices with screws or adhesive. Adhesive shall be waterproof, ultraviolet light and heat resisting up to 250 degrees Fahrenheit. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Electrical Identification Contract #8462 16195-2 April 26, 2013 SECTION 16450 GROUNDING PART1 GENERAL 1.1 SECTION INCLUDES: A. Grounding systems as specified and in accordance with the National Electrical Code. 1.2 SUBMITTALS: A. Submit manufacturer's data on all products, under provisions of Section 01300. PART 2 PRODUCTS 2.1 MATERIALS: A. Products for grounding systems are specified elsewhere. PART 3 EXECUTION 3.1 SERVICE AND EQUIPMENT GROUNDING: A. Provide adequate and permanent service neutral and equipment grounding in accordance with the National Electrical Code, and subject to the following additional requirements. B. Connect the service ground and equipment ground to a common point within the metallic enclosure containing the main service disconnecting means. From the common point of connection of the service ground and equipment ground, run in conduit a combined service and equipment grounding conductor without joints or splices to the grounding grid as shown. Grounding grid should be constructed of 10 feet long by 3/4 inch diameter copperclad steel ground rods as shown. Connect ground to building/facility water piping. C. Size grounding conductors in accordance with National Electrical Code Tables 250-94 and 250-95, or as shown. D. The building structural steel frame shall be grounded to the building service grounding electrode, using the conductor size specified in National Electrical Code Section 250-94(a). 3.2 GROUNDING RACEWAYS: A. Assure the electrical continuity of all metallic raceways systems, pulling up all conduits and/or locknuts wrench tight. Where expansion joints or telescoping joints occur, provide bonding jumpers. Where flexible metallic conduit is employed, provide a green -insulated grounding jumper installed in the flexible conduit. Install a separate green -insulated conductor in each conduit. Lubbock Canyon Lake Reuse Outfall Pipeline Grounding Contract !#8462 16450-1 April 26, 2013 B. Provide grounding bushings on all service and feeder raceways terminating within switchboards, motor control centers, panel boards, cabinets, and all other enclosures. Provide grounding conductors from such bushings to the frame of the enclosure and to the ground bus or equipment grounding strap. Size grounding conductors in accordance with NEC Table 250-95. 3.3 EQUIPMENT GROUNDING CONDUCTORS: A. Provide a separate, green -insulated copper grounding conductor, with insulation of the same rating as phase conductors, for each feeder and for each branch circuit indicated. Install the grounding conductor in the same raceway with the related phase and neutral conductors, and connect the grounding conductor to pull boxes or outlet boxes at intervals of 100 feet or less. Where paralleled conductors in separate raceways occur, provide a grounding conductor in each raceway. Connect all grounding conductors to bare grounding bars in panel boards, and to ground buses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of a ground fault back to the point of connection of the equipment ground and system neutral. Size all of these grounding conductors per NEC Table 250-95. 3.4 GROUNDING DRY -TYPE TRANSFORMERS: A. Ground the secondary neutral point and the housing of each dry -type transformer. Connect these items together within the transformer housing and run a common grounding conductor from their point of connection to a point of grounding. The grounding electrode shall be in order of preference: 1, The nearest available effectively grounded structural metal member of the building; or 2. Other electrodes as specified in National Electrical Code Section 250-82 and 250-83 where the above described electrodes are not available. END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Grounding Contract #8462 16450-2 April 26, 2013 SECTION 16475 OVERCURRENT PROTECTIVE DEVICES PART1 GENERAL 1.1 SECTION INCLUDES: A. Over current protective devices including fuses and circuit breakers. 1.2 SUBMITTALS: A. Provide complete catalog data and drawings on all items of equipment, under provisions of Section 01300. Include all submittal data in the Operation and Maintenance Manuals. PART 2 PRODUCTS 2.1 FUSES: A. Furnish and install all fuses necessary for leaving the installation complete and in working order, including a complete set of fuses in each spare switch. B. Upon completion of the work, provide a standard carton (but not less than 3 fuses where a carton does not contain as many as 3) of each size of each type of fuse used. These spare fuses are in addition to fuses in spare switches and replacement fuses blown during construction and testing. C. Place a fuse identification label, showing type and size of the required fuses, inside the door of each enclosure requiring fuses. D. Fuses shall conform to the latest NEMA Standards, and shall be UL listed and labeled (except as noted otherwise). They shall conform to the UL classes listed hereinafter. Voltage ratings shall be suitable for the systems to which the fuses are applied. E. Fuses shall be shipped to the job in boxes, and shall not be installed in any equipment until the installation is complete and final tests have been made prior to energizing the equipment. F. Where the spacing of fuse clips in equipment is greater than required by the proper size of fuse, use suitable fuse reducers to fit the fuses. G. Fuses shall be of the classes and types listed below, the type designation referring to those indicated on the plans. H. Type LP: Class RK-1; Bussmann Type LPN or LPS "Low Peak." Fuses shall be available in ratings 0-600 amperes, shall be current limiting dual element with time delay, and shall have interrupting rating of 200,000 RMS symmetrical amperes. Fuses shall be equipped with slotted blades, and switch fuse clips shall be provided with matching NEC fuse rejection. Lubbock Canyon Lake Reuse Outfall Pipeline Overcurrent Protective Devices Contract #8462 16475-1 April 26, 2013 3 f , 2.2 CIRCUIT BREAKERS: A. 120 Volt Molded Case Circuit Breakers: One, two and three pole, thermal magnetic, bolt -on UL listed. Two and three pole circuit breakers with common trip and single operating handle. UL listed for switching duty, 15 and 20 ampere single pole. UL listed as HCAR type, 15-60 ampere, one, two and three pole. Operating mechanism shall be over center, trip free, toggle mechanism with quick -make, quick -break action with positive handle indication. Thermal -magnetic trip element calibrated for 40 deg. C ambient temperature. Termination for 10-30 ampere breakers shall be UL listed for use with 60 deg. C or 75 deg. C conductors. Terminations for 35-100 ampere breakers shall be UL listed for use with 75 deg. C conductors. Circuit breakers serving HID lighting circuits shall be specifically designed for HID circuits. Accessories shall be provided as shown. Interrupting rating shall be 10,000 amps symmetrical or as shown. B. Molded Case Circuit Breakers for Voltage > 120 Volts: Molded case circuit breakers for voltage greater than 120 volts shall be similar to those specified in paragraph A, except for the following interrupting ratings: Interrupting rating Voltage amps symmetrical 120, <,240 10,000 * 240 22,000 PART 3 EXECUTION Not used END OF SECTION Lubbock Canyon Lake Reuse Outfall Pipeline Overcurrent Protective Devices Contract #8462 16475-2 April 26, 2013 SECTION 16500 LIGHTING PART GENERAL 1.1 SECTION INCLUDES: A. Lighting fixtures and systems for a complete and operable system. 1.2 SUBMITTALS: A. Submit for review manufacturer's catalog data and drawings on all interior and exterior lighting fixtures with separate sheet for each fixture, assembled by Luminaire "Type" in alphabetical order, with the proposed fixture and accessories clearly labeled. Ballast and lamp data shall accompany fixture submittals. Submit dimensioned drawings and performance data including coefficients of utilization, candela distribution, spacing to mounting height ratio, efficiency and visual comfort probability. Submit under provisions of Section 01300. 1.3 SUBSTITUTIONS: A. Where a lighting fixture has been scheduled by manufacturer's name and catalog number, it has been done in order to establish a standard. Any substitution to the scheduled lighting fixture shall be of equal or better quality. No substitution shall be made without the review of the Engineer, who will be the sole judge of equality. It is the Contractor's responsibility to submit sufficient data for review by the Engineer. Should a substitution be unacceptable to the Engineer, the Contractor shall provide the originally specified lighting fixture. Approval for lighting fixture substitution will not be given prior to the bid opening. PART 2 PRODUCTS 2.1 LIGHTING FIXTURES: A. Provide and install a lighting fixture on each lighting outlet shown. Furnish fixtures in accordance with the designation on the drawings and as specified. Should any designations be omitted on the drawings, furnish fixtures of the same type as used in rooms of similar usage. All features specified or scheduled for fixtures shall be provided, even if the catalog number given in the specifications or schedule lacks the required numerals, prefixes, or suffixes corresponding to the features identified. 2.2 FIXTURES: A. All lighting fixtures shall bear the label of Underwriters' Laboratories, Inc. Furnish scale drawings, catalog data, samples of finish, distribution curves, and any other data requested by the Engineer for each type fixture. Lubbock Canyon Lake Reuse Outfall Pipeline Lighting Contract #8462 16500-1 April 26, 2013 2.3 ENERGY SAVING BALLASTS: A. All 2 lamp, 40 watt, rapid start ballasts installed in an interior space where the ambient temperature is 60 degrees F or higher shall be General Electric "Watt - Miser," or Advance Mark III, or equivalent energy saving ballast. The ballast shall be high power factor, UL labeled, Class P with automatic reset features and "A" sound rating. 2.4 LENSES: A. Wherever acrylic lenses are specified or noted, the material used shall be virgin acrylic with a minimum nominal thickness of 0.125 inches. 2.5 LAMPS: A. Fully equip each fixture with a full set of new lamps at the completion and acceptance of the work; lamps shall be of the best grade, and of the sizes and types specified; General Electric, Phillips or Sylvania. 2.6 INCANDESCENT LAMPS: A. Inside frosted unless specified or recommended otherwise by the fixture manufacturer. 2.7 FLUORESCENT LAMPS: A. Reduced wattage type General Electric Watt -Miser Cool White, or Oshram Sylvania. PART 3 EXECUTION 3.1 INTERIOR FIXTURES INSTALLATION: A. Outlet box locations shown for fluorescent fixtures are diagrammatic. Locate boxes to coincide with stem hangers where such occur. Fixtures shall be level, square with the general construction and securely attached. 3.2 LAY -IN TYPE FIXTURES: A. Refer to the ceiling installer's layout for exact location. Center the fixture in ceiling grids. Wire the fixtures using concealed outlet boxes accessible through telling panels. Install conductors inflexible metallic conduit from box to fixture. Fixtures shall be securely fastened to the ceiling framing member by the use of four UL listed clips. 3.3 FIXTURES IN PLASTER CEILINGS: A. Provide a suitable plastic ring or frame for each fixture recessed in a plaster ceiling. Lubbock Canyon Lake Reuse Outfall Pipeline Lighting Contract #8462 16500-2 April 26, 2013 3.4 SURFACE MOUNTED FIXTURES: A. Fixtures shall be installed flush with the ceilings. Where fixtures are mounted to an exposed grid ceiling, the fixtures may be clipped to the ceiling grid provided the attachment holds the fixture flush, level, and secure. Where they cannot be centered on a grid, install a structural member to span two tees and attach the fixture to the structural member. B. Where fixtures are installed in a continuous row, the row shall be straight and plumb. Lens shall be aligned in all planes and no part of the lamp shall be visible. END OF SECTION Lubbock Canyon Lake Reuse Outfail Pipeline Contract #8462 16500-3 Lighting April 26, 2013` 'i application • The LED WLP with its low profile. compact design is excellent for security, accent and perimeter lighting in areas such as building facades, entrance ways, garage doors, indoor parking garages, tunnels, overpasses, and alleys. construction/finish • Heavy duty two piece. die cast aluminum housing • Silicone gasketing provides protection against moisture. • Mounts directly to 3-1/r octagon or 4" square outlet box. • 112" DIPS tapped holes provided in three locations for surface conduit entry or optional photo control. • Polyester powder finish for impact, corrosion and UV resistance. • Integral cast -in aluminum hinges permit complete removal of lens frame assembly without tools. • Clear prismatic borosilitate glass refractor is thermal and shock resistant. • Components are RoHS compliant. • LEI) light engine and driver are field replaceable. Green Choice: WLP40WLU electrical • Certified to meet UL 1598 standards for wet location, 25"C ambient, and feed -through wiring. WalTanty • 5 Year Limited Warrantyy, WLP L U 40W -- 44W Neutral u -Universal 120-277voits Whin: (4104K) 5014s or 60HI 64W-64W Newel White (4104K) Family Lamp Source Paint Colors WLP L-LED Blank -Dark Brmaa WT-Whita SK- Black AL-SlhrAluminum Accessories (Order Separately) GY- ltuivstrial Gray WGWLP —Wire Guard YCWLP — CutoAVkw VS W LP —vandal shield PEC.MT - Photo Control mind volt PEC48 - Photo Control 480 volt (For additional descriptions ofWaIl Light accessories refer to sheet number oA-50030.1) General Motes: All options are factory installed. All accessories are field butalled. Datasubjeet to change Wltheet notice. Predicted L,�p Lifetime: 25-CAmblenc a0 (i;S hours (based upon LED manufacturer's supplied LM-80 data and to -situ laboracorytescing). (Consutt Factory for other colors) WL-43441 &'2s+2o1'l Wall Light WLP LED Medium Glass Low Profile Wall Pack .Q Specifiers Reference Project Type Model No.� —� Comments ®ay -Brice L-43049 6-mmi1 dimensions 2-31W (60 mm) 3-11116" (94 mm) photometry Light Level Multiplying Factors Mounting Multiplier Height 23' 036 20 0.56 75 1.00 IT 1.56 1@ 2.25 a' 332 2-314" (70 mm) 3-112 (89 X) 9116" DIA. K.O.(2) SH6" DIA. K.O. (3) Catalog No. WLP40WLU Test No. 29494 1 Lamp Type LED Wattage 42 2 Lumens 2265 Tilt Angle 0° 1 3 Mounting Height 1S Peet 9-112" (241.3 mm) 2 1 0 1 2 Units shown in terms of mounting height Initial Foocandles Shown 02011 Philips Day -Briar P H I LI PS All rights reserved. 776 South Green Street • Tupelo. MS 30804 p. 800.234,1890 • L 662.841.5501 • www.daybrite.com Canadian Division 189 Bullock Drive • Markham, Ontario L3P 1W4 p. 905.294.9570 • L 905.294.9811 WLP LED [`tedium Glass Love Profile Wall Pack Weight 18 lbs. (max.) Contact Factory forAdditional Configurations. Specifications are subject to change without notice. Consult website for latest version of this spec sheet. Some luminaires use fluorescent or high Intensity discharge (HID) tamps that conwtn small amounts of mercury. Such lamps are labeled, Hg "Contain Mercury" andfor the symbol "HG". Lamps that contain mercury must be disposed of in accordance with local requirements. Information regarding Tamp recycling and disposal an be found at www.impracycle.org AB Lighting - ALH2OOPSQ/PC httpl/www.rabweb.colrJproductphp?product-AL14200PSQ/PC PLAG-ludour Outdoor Support V4�'lxme to lkfy Learn Log In Search I Produas Area 13" AL Area Ughis AL Pots WOUM AL12ooPSCJPc Spec Sheet Last mtlora I ES File ALH20OPSOJPC FkA a hag outside dins WtIl t coffowWaA f�r*d mw type 1 Molociat for upwim 0* cWM Caput or orodle ds*etm neat and odands leap and balmi go Stairiesssleet ftufflal ttardwwa fixed 2Mfor pc►a g «altar motet Color: Bronze Lamp Info Ballast Info Dimensions EZ Layout Type: ED28 Type: CWA FPF OT Weigh 31.9 be Walls: 120V 1.412.0 5hapelSlm: WA WA 208V: WA NM qM Base: WA 2AOV: WA +"' ` t,• ANSI: WA 277V: WA Haas: 16,000 Inptt Watts: 222W n: Desi * Lamp Lune6: 19 10 Ffiicfeng: 90% Micas.. 88 LPW Technk�W Specifications u L Listing: Suitable for wet IoratkxB. Sultable for motrttg within 1.2m (oft) of the ground. Photocell: 120V Photocell Irclixied. Photocell Is only ompatlble with 120V. Lens Gasket: Hgh ternparahre exdntded albona sat in the cast retaining groove. Remains In place during nalamping. Houelr� One-piece precision die cam akmirrm hamkq and door held captive when opened. Removable hinge pins for door removal. Retlsdor: FWrofornied Type I reflector. Fnisfr Our an4rormanhft friendly polyester powder coatings are formuWad for high-dwablRy and long-tssft color, and corteins no VOC or to)dc treavy metal-. Dark Sky Approved: The International Dark Sky Amdsibn has approved this product as a full ctioff, fray shielded lrminake. Patents: Sensor and fob" designs are pnoiecled under U.S. and International Intellachml Properly Law-. EPA: 1. Cgtrdry of Origh Dw* d by RAS in Now Jersey and assembled In the USA by RAB�s IBEW local 3 workers Btanr Amerkan Act CwOku t Thle prodtxt Is a COTS Yam martiactu'ed in the U ked States, and to compliant with the Buy American Act Recovery Act (ARRA) Compliart This product compbn with the 52-225-21 TWILk-ed Use of American Iron, Steel, and fu4wxftctLFW Gooda-- Buy Arnsrlow Act— CwWnrllon IVtatwWs (October 2010). ["of 2 9/16/2013 4:23 PM Created: 04 IM013 PS4-11-2O D2 Square steel poles drilled for 2 Area Eights at 180°. Designed for ground mounting. Poles are stocked nationwide for quick shipment. Protective packaging ensures poles arrive at the job site good as new. Lamp Info Ballast Info Type: WA Type: NIA Watts: ow 120V: NIA Shape/Size: NIA 208V: N/A Base: NIA 240V: NIA ANSI: NIA 27M N/A Hours: 0 Input Watts: 0W Lamp Lumens: 0 Efficiency: N/A Efficacy: N/A Technical Specifications CSA Listed: Suitable for wet locations. Shaft: 46,000 p.s.i. minimum yield. Hanel Holes,• Reinforced with grounding lug and removable cover. Base Plates: Slotted base plates 36,000 p.s.l. Shipping Protection: All poles are shipped in individual corrugated cartons to prevent finish damage. Color: Bronze powder coating. Terms of Sale: Pole Terms of Sale is available . Height: 20 FT. Weight: 137 lbs. Gauge: 11 Wall Thickness: 1 /S". Shaft Size: 4% Hand Hole Dimensions: 3" x 5". Aft L t G H T I M G Tech Help Line: 888 RAB-1000 Copyright =13 RAS t.tphting, Inc. All flights Reserved Color: Bronze Weight: 137.0 Ibs riau4s-1i a° 20' 18° 3(4't,,4 _-o Bolt Circle: 8-9". Base Dimension: 8". Anchor Bolt: Galvanized anchor bolts and galvanized hardware and anchor bolt template. All bolts have a 3" hook. Anchor Holt Templates: WARNING Template must be printed on 11" x 17" sheet for actual size. CHECK SCALE BEFORE USING. Templates shipped with anchor bolts and available . Pre -Shipped Anchor Bolts: Bolts can be pre -shipped upon request for additional freight charge. MaxEPA`s/Max Weights: 70MPH 8.3 ft-/240 lb 80M PH 5.6 ft-/165 lb 90MPH 3.6 ft_J110 lb 100MPH 2.2 ft-75 lb 110MPH 1.0 ft-J45 lb 12OMPH 0.2 ft_ j20 lb. Email: sales4 rabweb.com On the web at: www.rabweb.00m Noce: Specikadons are sut> d to change without nonce Page 1 at 1 s` ANCHOR BOLT TEMPLATE 4" SQUARE POLES • Wdfy ban drew dntnwtaraad anchor bolt projection. • Use anchor bolt tomplmo to assurn accuracy. . Drill Was In plywood aW use as a locator for 2 3W anchor bolts. aott Pm*tlon SJs•_1D i'M" Lack vmhers tat Flat washers ,13M fits diameter 4 a (4 places) Pack whh +r •. . �.. . ro tiger '• .. '#' e• d 3" diameter 4, ' wiring access hole: 4j Anchor howBolts Far Length a x 'd : ,Y '• L f ancra C IottBase alftc Foundation OMhq 81/2" diameter bolt circle ABK4-1 i with 17" Anchor Bolls ABK407 with 30" Anchor Bolts Fits RAB )Mes hated below Fi#s RAB Dies fisted below j PS4-11-10WT PS4-07-20WF PS4-11-10D2 PS4-07-25WT r PS4-11-15WT PS4 07-25E12 P84-11-15D2 ! P84-11-20WT PS4-11 2002 1 PS4-1125WT Anchor Bali Kit - for Mason (4)3wx1711anchor bolts each assembled with (2) Hex nuts, (2) Flat wagers (1) Lock washer (1) Paper anchor ttoltterrolate Base Cover Kit - for Eleebician (1) 2pc Steel [lase cow, bronze (4)1W- 20 Stack those oowsaewa (1) a Pole cap CAT# PCAP4 (Far use wla, DdwdPows) Anchor Bolt Kit - for Mason (4) 3W x 30" anchor bolts each assembled YA (2) Hex nuts, (2) Fiatwashers (1) Lac kwrasher (1) Paperanchorbdttemplate Base Cover Kit -. for Electrician 0) 2pc Steel thaw oover, bronze (4)1/4"- 20 Stack base cover sc€eft (1)4 Pdecap CAT#PCAP4warumwmorwoa P*o notes fgh Notes: • Nand Hole Cowers are attached to pole` Inwaw • RAa DrRW Vm Tones) Pales come 7A4- Flap pre. MWf r2NoI. hteatlwa? �•Sla-GemarHdoPWa L I G H T I N G MEN Addntohal milling can be done In the laud. 01985-2009 RAS LIGHTING Ina. Northvale, New Jersey 07647 USA Geotechnical Report 0 STR.2039 SOIL. INVESTIGATION REPORT New Post Aeration Cascade for- the City of Lubbock VV'WTP in Lubbock, Texas PUPAR EDFOR Mr. Fred Cmmutt; PE Enprotepfflibbs & Todd 6110 Qenoa Meme, Suite E. Lubbock, Texas 79424 August 9,-tU Aklq TERRA TESTING, INC. AADFrOlUB ENVIRONMENTAL I GEOTECHNICAI I CONSTRUCTION MATERIAL TESTING. I i TER 4!%('�rrin� r� nJrr�elle.Ir.�i:./a6 August 9 2012 Mr, Fred CuTnutt, PE Enprotec/Hibbs & Todd 63.10 Genoa Avenue, Suite E Lubbock, Texas 79424 Re: Geotcchnical. Soil investigation for the New Post Aeration Cascade for. the City, of Lubbock W'iiilTP in I:,ubbock, Texas. STR — 2039 Gentlemen: Terra Testing, Inc. (Terra) has conducted a, subsurface exploration and. geotechnical investigation for the New Post Aeration Cascade for the City of Lubbock Wi1 TP in Lubbock, Texas: We are pleased to transwit three (3) copies of the report, which presents the results of the investigation, evaluations and recommendations- concerning geotechnical related designand construction of the above referenced project. This report included the results. of the field and laboratory testing. We appreciate the opportunity to have performed this, subsurface exploration and geotechnical evaluation and we look forward to discussing the. information presented in this report with you. Please contact our office with any questions you may have. Respectfully'submitted, TE tRA TESTING, INC. 3 on, PE Vice -President File _. __ F. 0 BOX 16605 1 5208 3411-1 STREET I I.URAOCKi I T\ T9490.66 5 1 806.7)3.4767 1 FAX 806.7t7:3.4768 TABLE. OF CONTENTS 1 IN'TRODUCTION..................................................... ....................... .:.................... :..`1 1.1 AUTHDRI2ATION OF PROJEC'I'............................................................................... 1 1. PROJECT ,DESC. itipnON....... ................,.,........................... ............ ....................... 1 1.3 PURPOSE;AND SCOp . t.t................. 1 2 SIT CdNDITIONS.... ,,.;... .....:....... ....... .............. ............. :................... 2.1 SIT>~ LoeAno:N AND DESePIPtON ... ... ,... _ . . 3 3 EXPLORATION, SAMPLING AND TESTING .:. ....:.:...:....... .,.. ,...............».4 3A FmLD ExPLOItATTON............................................................................. . 4 3.2 DRiLLING AND SAWLING...................................................................................... 4 3.3 SOIL QLASSIRCATION .. ...... .......... ........................ 5 4 SUBSURFACE CONDITIONS ........................................................................ 6 4.1 SOIL CONDITION ,.... . 4.2 GROUNDWATER CONDITION ............................... . � 5 EVALUATIONS ANDRECOMMENDATIONS........................................... ...... 8 5.1 FOUNDATIONS..................................................................................................-.... $ 5.2 SITE PREPA1tATION . .. - .:...;................................................................ $ 5:3 QUALITY CONTROL:. . ..... ... . _ ......... 9 6 RE, P.ORT LIMITATIONS.. ..HOM............... ...u:.........M.........:... ................ 10 7 RE, PORT DISTRIBUTION..............................................................4.................... LZ STR 20$9 — New Post Aeration Cascade for the City of Lubbock WWTP in'. Lubbock,, Texas 1. 8-9.2012, SOIL EWESTIGATION REPORT New Post Aeration Cascade for the. City of Lubbock WWTP in Lubbock, Texas 1 INTRODUCTION This report presents the results of the subsurface investigation and geoteclmical evaluation performed by Terra. Testing, Inc.- (herein after referred. Was "Terra"} for the New Post Aeration Cascade for the City of Lubbock WWTP in Lubbock; Texas 1.1 Authorization of Project Mr. Fred. Curnutt, PE; (Herein after referred to as "Client"), of "Enprotec/Hibbs & Todd, Lubbock, Texas authorized Terra"s services .as per theagreement dated July 09, 2011. This proposal contained the scope of work to be performed, cost of services, and Terra's terms and conditions for the project. 1.2 Project Description The proposed project is reported to be a post aeration cascade for the City of Lubbock Wastewater Treatment Plant. The aeration cascade was reported to be 30 feet wide by 60 feet long with a cascade height of 20 feet, 1.3 Purpose -and Scope The purpose of this .investigation was to conduct subsurface exploration and Co determine the subsurface conditions at the project site. to develop .recommendations for the proposed structures, including foundation alternatives, required depths, and allowable: bearing values of the. sails. TAPE F'IRM.i n.i F-4444 02012 TERitATESTING. INC. w6$om mLk-wFoRT,*0h.TH STR 2039. - New Post Rerafion .Cascade. for the City' of Lubbock WWTP in Lubbock, Texas 2. 8-4-2012. The- scope of services provided for this project 'included: an initial site reconnaissance performed by Terra personnel, soil exploration. by drilling test holes; ex situ (laboratory) and in -situ (field) testing, a d. an evaluation of the projected subsurface conditions, A report, of Terra's findings and engineering evaluation and recommendations was prepared. TSPE FIRM NO.. F-4444 02012 TERRA:TESTING, INC. K LUBBOCMLLASIVORTVMRTM STR 2039 - New Frost Aeration Cascade for the City of Lubbock WWTP in Lubbock, Texas: 3 8-9-2012 I, SITE CONDITIONS 2.3 Site Loca#iion and Description. The proposed project is located at the southeast,corner of East 36t' Street and Guava :venue in Lubbock, Tekas. The project will involve- developing: a 30 feet by 60 feet caseade aeration. The aeration. will be located approximately 100 feet south of an existing aeration, tank as shown in theattached toting location plan (see. Figure 1). Topography appears: to. be on a down stope.f' orn. wrest to east. Vegetation present is grass and weeds. TBPB FIRM NO... F-4444 0 2012 TERRA TESTIMM INC. LUWC K• ©ALLAWFORT MIRTH STR 2039.— New Post Aeration :Cascade for the C9tY, 0(, .ubb0ck WVVTP`in �.ubtiack,.7exa_s. 4 . 8-9-2012 3 ExpLopATION, SAMPLING AND. TESTING- 3.1 'Fleld Explorattan Field, exploration for this investigatioin consisted of. 'drilling test holes and y recovering disturbed and undisturbed sail samples. At the request of the client, the sub- surface conditions, were by a total of three (3) test Boles: d died to' a depth of 30.0. feet below ground surface (bgs). The. -test holes were drilled. at locations.shown on theboring locationplan (Figure'l). 3.2 Dri n►g and SampUng The drilling was perfonned using a° CME 75 Drilling Rig. Standard .penetration: tests (SPT) in accordance. with ASTM D 1586 were conducted 'at depths of 2.5, 5.0 feet and 'at 5.0 feet intervals thereafter to total depth„using a. split spoon sampler. The number of blows per foot of the split spoon increments) (in 6-inch is shown in the boring lags. The sampling was performed in accordance with ASTM D 1586 and the actual. penetration obtained for the respective increments is reported on the boring logs, Th`echanges: in sail strata, 'as as. .during drilling operations;. were carefully determined and are shown. on the boring logs. However, all soil strata depths are considered approximate.. All: soil, samples were: kept in, rnoistute proof plastic bags to preserve the in -situ moisture content; identified by the test, hole number and the= total depth of.the test hole, and transported to the laboratory for additional tests and evaluation. Test hole was aisd rii6hitored during and immediately following. drilling activities for the presence of groundwater. TBPrz FIRM No.; F4444. ® 2012 TERRA TESTING, INC. - LUesOCK• OALLASIFORT WORTH STR'2639 — New Post Aeration' Cascade forthe City of Lubbock WWTP in : Lubbock; Texas 5' .3.3 SoU Classifleation All soil samples were classified .according to the procedures :outlined in ASTM D 2487, based on the Unified -Soil Classification System. Turthermore, the soils are. ,describe: in the boring: logs using the methods prescribed rn ASTM, D. 2 F88, utilizing y Munsell Soil Color Charts, published by GretagMacbeth, New Windsor, NY, 2000 revised. edition. Soil samples, which appeared to ;indicate maximum plasticity characteristics, were selected and Attdrberg Limit tests were performed on these samples according to procedures outlined in ASTM, D 431& The, percentage, by weight, of-maierial passing,the No. 200 sieve was, also determined by ASTM D 11.40 for the same samples. Additionally, the moisture content, for all collected. soil samples, was determiiined by the. procedures outlined in ASTM D 2216. The results of these laboratory tests can'be seen on the -respective boring logs. TAP'- FIRM Ma! F.ddd4 t�17f}i�'FFRRa 7'��C'i"ENIls_ fA1�!'_ LUBBOGK•DALLAWORT WORTH Y STIR 2039 — New Post Aeration Cascade for the City of. Wbbock VVWTP iii. Lubbock 'Texas 6' 8-9-2012. 4 SU.BSUfWfACE :CONDITIONS 4.l Soil. Condition. Test holes. TH-1 through TH=3 were drilled withizi the footprint of the proposed cascade aeration area to a depth: of.3.4.0 feet below ground. surface (bgs): In test hole TH- 1, the top soil is clayey, sand (SC) which exists clown to 12.0 feet bgs; followed by a layer of `silty sand (SM) from 12.0 to 313, feet bgs, In test hole TH-2, the top soil is silty sand (SM) which exists down to 6.0 feet.bgs, followed by a layer of clayey sand (SCE from 6.0. to 12.0 feet bgs, followed by a layer of silty`sand (SN.>:j`from 12.0 to 27.0 feet bgs. Further below from 27.4 to 31.5 feet, bgs is a layer of clayey sandy ($C). In test hole,TH-3 the top soil is silty sand (SM which exists down to 6.0 feet bgs, followed by a layer of sandy lean. clay (CL) from f 0 to, 12.0: feet bgs, followed by a layer of silty sand (SIN4) from 12.0 to 20.0feet bgs, followed by a layer of clayey sand (SC} from 20.0 to 27.0 feet bgs. Further below from 27.0 to 31.5 feet bgs. is & layer, of lean clay with sand (CL).; ;See respective bong logs for details. 4.2 Groundwater Condition Groundwater was observed in the test holes, during and immediately after drilling, In test hole TH-1, groundwater was observed at a depth of approximately 1 8.5 feet bgs. In test hole TH-2, groundwaterwas observed at a depth of about 16.0 feet bgs. And in test hole TH-3, groundwater was observed at. a depth of about 19.0 feet bgs.. In soils with a high level of permeability, such as sandy soils, recorded depths to the groundwater table are generally considered to; be relatively reliable. But in soils with a low level: of TBPE FIRM NO.: F-4444 0 201 Z TCRRA TESTING, INC LUB9QCK• O1 UASIFORT WORTH' STIR 2039r— New Post Aeration Gascaee for the. City of Lubbdck ilVWTP in Lubbock, Texas 7 8-9-2Q3 2 permeability, such as clayey soils, the water level recorded in the -test boring may not be a reliable indication of the depth to .the water table. TRPE FIRM ign_t F-4.4,u WSBOCK•DAtLA.W6t TYios&i S.TR. 2039.-- New. Post Aeration Qascade for the City of Lubbock 'WWTP J_n Lubbocki Texas 8 8-9-201 5 EVALUATIONS AND RECOMMENDATIONS 5.1. Fvu:nidations Standard_ penetration tests results indicates that the soil strata in test hole TH-3 has soft soil layers down to 25.0- feet bgs. This maybe due to a reported soil 'backfill. performed on a demolished aeration tank that was. previously. on the :area,. Also the ground. water table has influenced the soil strength as indicated by the SPT data. Overall the sail strength is varying froift test'hole to test hole and from top to bottom. From the proposed drawings, it is our understanding that. the structure is lilce a staircase with. supporting walls on both sides with :steps near gro nd: level and with increasing depths towards the bottom at about 16.0 feet below the ground. surface.. Soil compactionshall be performed on the surface of the sloping ground in accordance. with the Site Preparation. recommendations. On the compacted sail, it is recommended to use an allowable soil bearing of 1500 psf at the top 2.5 feet bgs increasing; to 2500 psf at '16 0 feet'bgs. The sloping steps shall be properly reinforced in both directions ,just like abuilding staircase .in order to accommodate the variability of the soil strength at.different elevations. 5.2 Site preparation All debris, vegetation, loose topsoil, large rocks and other deleterious material shall be removed 'from existing topsoil. Existing utility lines. within the construction area should be relocated. All underground pipe utilities riot intended for. re -rise 'should be removed or completely plugged. Isolated areas of soft; unsuitablematerials should be undercut or over -excavated. 1t is recommended that 9.0-inch of the new surface has to be, scarified and compacted in order to obtain a uniform surface. The compaction shall be THPE F1FW'I40:_ F4444 02012 TERRA4ESTING, INC. LUBBOCK! PALLAS+FM WORTH STR 2039, — New Past Aeration Cascade for the City of Lubboclz WwTP in Lubbock, Texas 5. 8-9-2012 performed such that the compacted soil dry density shall be least 95% of the maxinuzn dry density and 4:2 ¢/o of optimummoisture. as determined by .ASTM D 698. The ground elevation can be increased, by replacing_the. excavated. soil fill such that each compacted, layer shall not exceed 6.0 inches'in thickness and the compaction shall be performed as per the above speciticaticiUS. If transported or imported Soils are used, w ich of c different from the existing sails, then these soils shall be tested for x Atterberg limits (A3TM D 43.1$) and for the maximum dry density and Optimum moisture (ASTM D 698). The liquid limit of the transported. or imported soils. shall not exceed 35 and the, plasticity index shall be between 7 and '15, Each successive layer of new soil shall be. placed only after the bottom layer has been compacted and tested 'for the required densities. 5.3 Quality Control Construction. inspection and quality control tests= shall Ue planned and sdbeduled to verify materials and placement are in accordance with the specifications: Subgrade preparation,. field density tests, and concrete strength ate very 'importaint and therefore shall be monitored: and. recorded. It is further recommended. that Terra Testing, Inc. perform quality controlservices in order to ensure quality construction inspection and material testing for the project,, Terra. Testing, Inc. would be pleased io provide these services and can also assist with construction. inspection, planning and scheduling. We also recommend that' Terra Testing, Inc. ba retained, to review the°frnal design document to verify that the recommendations made in, this.report have. been interpreted as intended; and to inspect the installation of all foundations. r6PE FIRM Wi. F-4444 ® 2P12 TERRA TESTING] -I 11C.. LU460CK• AALUI .. Dfq WORTH � . r STR 2039, — New Post Mratioh Cascade for the City of Lubbock WWTP in Wbbo&, Texas 10 8-9-2012 d REPORT LIMITATIONS Every effort has been made to accurately evaluate .the subsurface -.conditions at. the above referenced site. in accordance with the standard engineering. principles and practices. No other warranty or guarantee, expressed or implied, is made other than that the work was performed in. a proper and worldnanlike mariner. However, it must be recognized than the SPT sampling: tube cannot retrieve boulders. or gravel of sizes larger than `1.5 inches. The foundation recommendations stated. in this report are based on a total of three (3) test holes, which were drilled to a depth of 30.0 feet below ground surface (bgs) at locations specified by the Client: as shown, in the boring location plan (Figurel). The conclusions reached in this report are exclusively for engineering design and are based on a limited.number. of soil, borings and results of .laboratory tests conducted on samples. recovered from a total of three (3) test holes drilled to depths specified by the client.. Furthermore, the recommendations presented herein are based on analyses, which presume the soil properties between the borings to have a reasonably uniform. variation as revealed by the exploratory ,borings. Consequently, careful observations must be made during construction activities to detect any ;significant deviations of actual conditions throughout the construction area from those inferred from the exploratory borings. Should any unusual conditions be encountered during construction, this office should be notified immediately so that further investigations and supplemental recommendations may be made to modify the -foundation design to suit the new conditions encountered. TBPE FIRM NO.: F-4444- 0 201.2 TERRA TESTING, INC. W90aCK•-DAUAWFORr WDfi* STIR 2089 IVeW Post Aeration' Cascade for the City of Lubbock WVV in Ltit�6ocfc, Texts t l 84.2012 Terra Testing,. Inc. shall not accept the., responsibility for all the adequacies of the recommendations providers in this. report if another parry is Tetained for QALQC during construction. material',testing during the construction. phase., Due to changes in current: technology, changes to the project site conditions, changes in project specifiaatipns etc:, this repcirt;and the recornrrieri ati©ns made in herein shall notbe'valid one (1) year, from :the date of the report.: It is strongly recommended that the client contact .Terra Testing, Inc. tt determine whether `thi's'report-Is valid after the expiration of the above mentioned time period, or should project site conditions vary. TOPE:FIRM NO",F4444 02012 TERRA TESTING, INC. LUaM)(X DALLASIFL WWORTH STR 2039 -- NeW most Aeration Cascade for the City of Lubbock WWTP in Lubbock, Texas 12 8-9-201 2 7 REPORT DISTRIBUTION Terra Testing, Inc. has prepared this report for the sole and exclusive use of its client, based on specific and limited objectives. All reports, boring logs, field data, laboratory test results and other documents prepared by Terra Testing, Inc., as a: instruments ofservice, shall remain the property of Terra Testing, Inc.; and reuse of these documents is not permitted; without,prior written approval from Terra Testing, Inc. The client may release. the information to third parties; which may use and rely upon. the information at their discretion. However, any -use of or reliance upon the .information by a party or parties other than those specifically named -above; shall be solely at the risk of such: third party and without legal recourse against. Terra Testing; Inc., its parent company, or its subsidiaries and affiliates; or their, respective employees,, officers or directors, regardless of whether, the action in which recovery of damages is' sought' is based upon contract, tort (including the sole, concurrent or other negligence and strict liability :of Terra Testing,. Inc.), statute; or otherwise. This- information- shall not be used. or relied upon by a party that does not agree to, bebound by the above statement. Terra Testing; Inc. assumes no responsibility or obligation for the unauthorized use of ` this report by a third party. We appreciate the opportunity to be of assistance on this any questions, please feel free to call us. e � Very truly yours, TERRA TMTING, INC. (AAA/a4� C. V. G. Vallabhan, Ph.D., P. E. Geotechnical Engineer r Dject. If you should have ftMV1k%%1OF WA �sl►lsrr..aa�as�.irfv! 30'199 �=,�►�► TSPE FIRM NO.: F-4444 ®2012 TERRA iE9TiWG, INC. LU88OCIC• i7Ai lASiFQFfT WORTH A o 1--A-. V- Figure 1, Boring. Location Plan STR 2039 New Posh Aerafio.h Cascade, for the: City of Lubbock WWTP in .L- u4bock Texas . , I T E .RRA BORINGLOG PROJECT NC? STR 2039 INVOICE NO 212714 PROJECT: Newt most Aeration Cascade for the City of Lubbock)NSfVTI? LOCATION: Lubbbipki Texas CLIENT: Enproiech/Hibbs & Todd CONTACT: Mr Fred W. Curnuttf PE' TI ST HOB E TN-1 SHEET'NUMBER 1 of' i DR E:STARTED. 711U120T4 DZtE FINISHED , 711012012 ©KILLER:: Ei Edwards WOOER: L. Kayes. RVIEWEa BY:: Jerry 5ayson CA- 07,7 © LLRIG' CME-75 TE8THOLE .pIA?�Ir='I'ER0 B CiRILtIf;1G'ME7H0[} Hollrisnr Sfe�rt Augar TOTAL DEPI N (fE); 31.5 GFtQUPiI}�11fp:TERWATE DATE TIME WATER' DEPTH` fit REMARKS. TYPE/ CASING spuTSPQ0N $HELBYTUBE TCP GRAB, I %HCKCME 71'IUI2612 12:30:U4AAM 18.5 SYMBOL HSA g;S I U I T ® I GZ I e ®, W W C1 FIELD RESULTS a § 0 DESDRIpTION. LABORATORY RESULTS. I W $PT) # Of Blows z C v� t1 ... �� EY. ,, a e as Z o _ 02 n� � a. r -- z �._ to da II �*7 Q �. t7 fb Sii N.. r 5 10 t5 20 25 30. 3 4 12 5 7 9 3 5 13 7 9 15 6 5 7 1 20 17 Clayey sand (SC), dark.reddlsh brown to. 6.4 10.8 14.5 77:8 18.9 13.8 22 -25 Nc 14 17 n Pla 8 8. tic 213 39.6 33A - 5Rty sand (SM), pink to yellavvlsh red 86116rri of Borehole at 31.5 feet 0MjgMjqMM jmmmmoMa BORINGLOG PROJECT NO..,STR2039 iN OCE NO,; 232714 .. TEST HOLE. TH-Z SHEET NUMBER: 1 of d nammmmm .. PROJECT. New Post Aeration Cascade for the City DATE STARTED: 7110/2012 MMMONOM of Lubbock WWTP DATE FINISHED" 7110/2012 E LOCATION; Lubbock, Texas CLIENT: EnprotechlHlbbs &.Todd 1]RILLER: E. Edwards: LOGGER. L. Mayes 0-11,r CONTACT. Mr. Fred W. Gumutt, PE REVIEWED BY: . lerrjr Sayson DRILL RfG. .CMk - 75- TEST HOLE DIAMETER (In) B DRILLING METKOD: HolWATER low Stem Auger TotxL DEPTH (ft): 31:s' GROUNDWATER DATA: WE;. TIMg. DEPTH it REMARKS: TYPE/ CAstrlo SPLlTSPOOtd Sf[4dBVTI18E TCP' GRAF3: ROC K.CORE ' 711=012 10,10.00AM: 16 SYMBOL HSA. S \ I !1 ITH j(;NC FIELD RESULTS LABORATORY RESULTS En aT6,6 ,a. SPT, #. of Blows Z a n�. l= v at w" i3 . a ZI a _1 ., y a. ? w m rn ¢CS tL o .- G f2 w DESCRIPTION U. :r Silty sand (SM), dark reddish brown 5 2 4 24 6.8 Clayey.send..(SC), brown 10 3 4 5 12.1 27' 16 11` 49.9 15 9 10 11 22.0 20 7 11 14 Silty sand (SM). red 17.6 'Nc n,Pta Uo 28.1 25 3 g g 22.0 Clayey sand (SC).. yellowlsh.red 30 7 49 18 21.44 26: 16 10 49.6 Bottom of Borehole at 31.5 feet r MImlgMjg0M TERRA BORING LOG PROJECT NO.: STR 2039 INVOICE NQ,* 232714 PROjECT: New Post Adrati . on C . ;tisc#dp for the City of Lubhock.WWTP: LOCATION: Lubbock, Texas QLIENT:.tppr6te6h/HIbbs- &Todd 1. CONTACT Mr, Fred ail. Cumuft, PE. TEST"HOLE-S, TH-3 SHEET NUMBER. 1 of I DATE sTA'RTED: 711012012 DATE, FINISHED-,. 711012012 DRILLER:• E. Edwards LO GGER: L. Kay "es,' REVIEWED RY: Jerry Sayson DRILL. RIG, CME - 75 TEST HOLE DIAMETER [in): 8 DRILLINGIVIErHo-D., HollowrStem Auger TOTAL DEPTH (fty, 31.5 ROUND WATER DATA: PATE TIME WATER. . DEPTH (ft) REMARKS TYPEI I CASING] SpuTSp00NjsmtL6YTLjBr=1 Tcp I GRAB I RCCKCORE 7110/2012 1.30.00 PM 19 SYMBO HSA 4 u T 00 c11 W FIELD RESULTS DESCRIPTION LA80AMOV RESULTS SPT, f Blom z Lu o' 0 0 0 -10 a 1 zim ptq�s 312 (L Zi 2 .5 an K Z� a 0 ES In- sC 0 10-S 15 207 25-, 30 x 4 4 2 2. 5 3, 7 2 1 11. 6 7 4- 1 15 SlIty sand (SM), dark reddlih brawn i6A 30.3 25.2 '29.9 30 Nt 27 16 n Mai 15 14 Rc 12 S5.4 4U 75J Sandy. lean day (CLy,. reddish brown Silty sand (SM), reddish brown 2. Clayey sand (SC), brown Lean day with sand (CL), yellowish red I J I Bottom of Borehole aV91.5 feet BORIWG LQG "Y 1ri SA - Hollow:S tern. Auger- TCP - Texas. Cone Peaetrom6ier. USC.-- Unified Soil. Classification System SIFT - Standard Penetration -Test N Value -The number of blows required to advance'standard.2- inch O.D: split spoon.sample"r. (SS)tlie last 12.incliesofthe total 18- inches penetradon.with a 140- pound hammer falling 36 inches.. Clatssificati©n Syntbol for Fine -Granted Sell. (50 % or more. aassesNo..200 Sieve}, CL Lean Clay CL-ML Silty Clay ML Silt OL Organic. Clay or Silt. CH Fat Clay. MH Elastic Silt QH Or aatio Cla Plastieltv Deserl tlon Term 'Plas#iri ' � Nair .lastic 0. Low 1-10 Medium 11-30 HiEh 30+ Classifieatiop Symbol for Conrse-Grained S9jI (more than 50 % retained on N6. 200 Steve). Gov well railed Gravel GP Poorl > radedGravel GW-Gnu Well-gradedGravel with silt G'vV-GC Well -graded Gravel with Clay GP -GM Poorly graded Gravel with Silt GP -GC- Poorl ded Crayel with,Cltiy GM Silty, Gravel GC Clayey Gravel' GC -GM Silty Clucy, Gravel SW Well -graded Sarid. SP Pooilk graded Sand SW-SM Weil= railed Sand:tiviih Silt SW -SC Well- railed Sand with Clay SP-SC Poorly`graded`Sand.with Clay SNi Silly . Saud SC I Clayey Sand SC-SM I Silty Cla a Sand - ItUO istene of lrine-Brained bow Uncon ineCl CUiTiprC4S1Ya' Strength < nsf Standard Wnetration'nr N-value (SS); Blows/Ft. CailiSi5tEtECV' <500 <2 Very.Soft' Son-1,000 3 Sflf 1,001-2,000 4-6 Medium Stiff 2,OD1-4,000 7-12 Stiff 4,00.1-8,OQl) 13-26 very stiff 000+ 26+ Hard Relative Relative Deksill of Coarse- Grained Sails Standard Penetratioli°or N-vhl Su` Blows/Ft RelatiyeDensit�- 0-3 Veiry Loose 4-9 Loose I0-29: Medium Dense 30-49. Dense 50+ Very: Dense Gram Size:Terminolo . MalorComponent .of$am !e Partiele Size Boulders Over 12iti 300mm Cobbles 12 in'to 3. ir;(300mm too,75mm) Gravel 3 �in to ##4 sieve;(75mm.to 4.75smu) Sand #i4 to ##200 Sieve (4.75mm to 0.075rnm) Sil �. or clay Passin I200 Sieve ([}.075mm