Loading...
HomeMy WebLinkAboutResolution - 2013-R0441 - Contract - Lone Star Dirt And Paving LTD - Concrete Patching - 12/19/2013Resolution No.2013-R0441 December 19,2013 Item No.5.7 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.11670 for concrete patching at various locations, by and between the City of Lubbock and Lone Star Dirt and Paving, LTD, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on December 19,2013 . GXENC!R^ERTSON,MAYOR ATTEST: jeSU>JL^- Rebecca Garza,City Secreta APPROVED AS TO CONTENT: R.Keith Smith,P.E.,Director of Public WorksijA.J-,., APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-Lone Star Dirt December 4,2013 Contract is viewable in file. BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: I Q ' a- 13 ITB 14- 11670 -DG — Concrete Patching at Various Locations :.� (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Asphalt Patching at Various Locations, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. ITEM DESCRIPTION ESTIMATED UOM UNIT PRICE EXTENDED NO. QUANTITY AMOUNT 30" Curb and Gutter, Class B (3,000 psi@7 Days) 30" wide separate gutter or saw -tooth curb & gutter, including labor, O�J t equipment, removal and disposal of existing material, sub- complete in 600 LF grade preparation, place. Valley Gutters and Fillets, 8" reinforced Class B concrete (3,000 psi @ 7 days) (See section 2, item 10 of the 2 specifications for reinforcement information); including Labor, equipment, removal and disposal of existing material, 900 SY �` , J `� sub -grade preparation, complete and in place. 350 SY Placement of 2 sack flowable fill 6" depth, including labor, equipment, removal and disposal of 3 asphaltic surface, caliche base and sub -grade (if so/2 ft or unstable) to depth of '"and replacing with 6" of 2 sack 350 SY 00 7 30 flowable fill. 1 Patching 2" H.M.A.C.; with approved crushed gravel, 4 including labor, equipment, removal and disposal of existing including tack 3000 SY surface, (if applicable), prime and coat. Concrete Slab removal and disposal, including labor, Go 5 equipment, removal and disposal of concrete surface. 200 SF Reinforced concrete and truncated dome brick handicapped ramp, as detailed, including all necessary earthwork Qp 6 preparation and removal of all obstacles as needed, installed 350 SF C� QO� 0 and complete. Concrete flatwork 4" reinforced Class A concrete (3,000 7 psi@28days) (see section 2, item 10 of the specifications for information); including labor, 200 SF reinforcement equipment, sub- g / q11, grade preparation, complete in place. i 6" thick reinforced concrete retaining wall, various heights A concrete (3000 psi@28 days) (see section 2, item 10 of the 00 D� 8 ications for reinforcement information); including labor, 100 LF� •� �,U ment, sub -grade preparation, complete in place p((� 8" thick reinforced concrete paving Class "C" Concrete (3,600 psi @ 28 days) (see section 2, item 10 of the 9 specifications for reinforcement information); including 5535 SY s -ZA3i labor, equipment, removal and disposal of existing material, -sub-grade preparation complete in place 10 Mobilization l EA 31), 000 TOTAL BASE BID (ITEMS 1 -6) (�y� n� S � Alternate: " reinforced Class B concrete (3,000 psi @ 7 days)( Concrete median removal & replacement at 50`h St. & Frankford Ave.) 1 including labor, equipment, removal and disposal of existing 1900 SY S material, dowel every 3' in existing pavement, #6 rebar on 18" - centers E.W., including patching of asphalt, and barricades per 7�- traffic control plan, complete and in place./ d Bidder's Initials 3 A Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within ONE -HUNDRED FIFTY (150) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of ONE THOUSAND FORTY FOUR DOLLARS ($1,044) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SEVENTY (70) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him I- Bidder's Initials Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of S� Dollars ($ ), which -)it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(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. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Date: 17 G Autho '�-gj-,,nature fLA.e�- (Printed or Typed Name) I hr- Company 0 A ��d 1A U.1j i v Ay-e Address City, __— County / j-- 79yz State Zip Code Telephone: SO(- - -7 Ll 5- t< 0 i I Fax: 60 L - -7 Lt S `-I o -7 q Addenda No. Date FEDERAL TAX ID or SOCIAL SECURITY No. Addenda No. Date 9000 130 q / Addenda No. Date Addenda No. Date EMAIL: )one —online , o e 4 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: CITY OF LUBBOCK SPECIFICATIONS FOR Concrete Patching at Various Locations ITB 14-11670-DG CONTRACT # 11670 PROJECT NUMBER: 92248.9260.30000 Plans& Specifications can be viewed online and downloaded from ht!p://www.bidsyne.com at no cost. 20 t 3 - go u41 CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 1 PAGE INTENTIONALLY LEFT BLANK E Contractor Checklist t, y 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. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and b hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. 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 y number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. r ° 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT ` AFFIDAVIT. Contractor's signature must be original. 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 Management Office prior to the deadline. Late bids will not be accepted. 4 6. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses i3 must be explained in detail and submitted with Bid. 7. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING 9. b1l 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. (Type or Print Company Name) 74>,, 2 t t _ PAGE INTENTIONALLY LEFT BLANK I I L41 11 5R. 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. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS 12. SPECIFICATIONS 3 PAGE INTENTIONALLY LEFT BLANK r I NOTICE TO BIDDERS ITB 14-11670-DG Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, 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 2:30 P.M., CST on December 2, 2013 or as changed by the issuance of formal addenda to all planholders, to fuunish all labor and materials and perform all work for the construction of the following described project: Concrete Patching at Various Locations 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 2:30 P.M., CST on December 2, 2013, and the City of Lubbock City Council will consider the bids on December 19, 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 furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE 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 preparation of the bid submitted. There will be a non -mandatory pre -bid conference on November 21, 2013 at 10:30 A.M., CST., in the CR 204 Purchasing Office, 2nd Floor, City Hall, 162513th Street. Lubbock, Texas. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from hgp://www.bidsMc.com at no cost. In the event of a large file size, 4 please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 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 ACvareZ DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Concrete Patching at Various Locations per the attached specifications and contract documents. Sealed bids will be received no later than 2:30 P.M., CST, on December 2, 2013 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 #14-11670-DG, Concrrete Patching at Various Locations" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: 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 A The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non - mandatory pre -bid meeting will be held on November 21, 2013 at 10:30 A.M. CST., in the CR 204, Purchasing Office, 2nd Floor, City Hall, 1625 13'h Street. Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most p1iblic libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the 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 www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock 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. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the 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 prodded 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 five (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. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 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 responsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock 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. 12.2 11 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REOUESTS FOR `ADDITIONAL INFORMATION OR CLARIFICATION .CONCERNING .THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: 13 14 15 16 17 David Gamboa, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: dgamboa Mylubbock.us Bidsync: www.bidsync.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE-HUNDERED FIFTY (150) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 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. 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. GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually 9 0 1 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 five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 10 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 each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. z 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-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 11 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 less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is fiuther directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 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 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 ($60) 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. 12 ti 28 29 30 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. PREPARATION FOR BID 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 signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for 14-11670 -DG, Concrete Patching at Various Locations. 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. 29.4 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. 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. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 13 31 OUALIFICATIONS 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 1 ' 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. 32.1 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 1 through 10 nlus 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 lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, 14 e 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: http://www.wdol.gov/dba.aWx 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 sixty dollars ($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. 15 4 BID SUBMITTAL FORM PAGE INTENTIONALLY LEFT BLANK 16 [l BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: 13 ITB 14-11670 -DG — Concrete Patching at Various Locations �. S4A r- 1,) r r-I p � l -{ _ Bid of O nP_ all i I n (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Asphalt Patching at Various Locations, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. ITEM NO. DESCRIPTION ESTIMATED UOM I PRICE EXTENDED QUANTITY AMOUNT 30" Curb and Gutter, Class B (3,000 psi@7 Days) 30" wide separate gutter or saw -tooth curb & gutter, including labor, 1 equipment, removal and disposal of existing material, sub- 600 LF 00 grade preparation, complete in place. I / Valley Gutters and Fillets, 8" reinforced Class B concrete (3,000 psi @ 7 days) (See section 2, item 10 of the 2 specifications for reinforcement information); including 900 Labor, equipment, removal and disposal of existing material, sub -grade complete in SY �� �_ preparation, and place. , 350 SY Placement of 2 sack flowable fill 6" depth, including labor, equipment, removal and disposal of 3 asphaltic surface, caliche base and sub -grade (if soft or 00 unstable) to depth of '/z"and replacing with 6" of 2 sack 350 SY Q 1 A 7 flowable fill. U -30� Patching 2" H.M.A.C.; with approved crushed gravel, including labor, 4 equipment, removal and disposal of existing surface, (if applicable), including prime and tack coat. 3000 SY f �%i-5- i'l l (,1A a s© o t Concrete Slab removal and disposal, including labor, 5 equipment, removal and disposal of concrete surface. 200 SF CO Reinforced concrete and truncated dome brick handicapped ramp, as detailed, including all necessary earthwork 6 preparation and removal of all obstacles as needed, installed and complete. 350 SF i) 2 0 Concrete flatwork 4" reinforced Class A concrete (3,000 7 psi@28days) (see section 2, item 10 of the specifications for reinforcement information); including labor, equipment, 200 SF / 5 sub- complete in 9 / `g/I 170 grade preparation, place. 6" thick reinforced concrete retaining wall, various heights 8 A concrete (3000 psi@28 days) (see section 2, item 10 of the Q ications for reinforcement information);including labor, ment, sub -grade complete in t00 LF (j� (S , preparation, place pC() 8" thick reinforced concrete paving Class "C" Concrete (3,600 psi @ 28 days) (see section 2, item 10 of the 9 specifications for reinforcement information); including 5535 SY 2q� labor, equipment, removal and disposal of existing material, Q� J sub -grade preparation complete in place 10 Mobilization 1 EA 3�t�- TOTAL BASE BID ( ITEMS 1-6) $ 4 Alternate: " reinforced Class B concrete (3,000 psi @ 7 days)( Concrete median removal & replacement at 50' St. & Frankford Ave.) 1 including labor, equipment, removal and disposal of existing material, dowel every 3' in existing pavement, #6 rebar on 18" 1900 SY _ ., $ centers E.W., including patching of asphalt, and barricades per 71,04 traffic control plan, complete and in lace. i( / 3 d, Bidder's Initials Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to p - Proceed" of the Owner and to substantially complete the project within ONE -HUNDRED FIFTY (150) ;" CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of ONE THOUSAND FORTY FOUR DOLLARS ($1,044) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. bidding. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SEVENTY (70) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him Bidder's Initials Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ( ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(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. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date MIWBE Firm: I I Woman American Date:_& //,� - 9— / 3 Aut�o{ zed S��gnature �LAe (Printed or Typed Name) Company / �— �/ AC) Ll « i v Av-e Address itb ku� city, , County 7VZ2) State Zip Code Telephone: 5o L- `7 y s Go t Fax: gD (. - -7 LI 5 1-10 -7 L4 FEDERAL TAX ID or SOCIAL SECURITY No. EMAIL: lone 64r-s eve@Pn 'S ^On1�ne ne4 9 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. ve- // tom. /-/i e r ntrac (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: CONTRACTOR'S FIRM ADDRESS: f I U a C) U+� t V u� kg6 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. BID 14-11670 -DG, Concrete Patching at Various Locations i SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any 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. i 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 following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. , • Bidder's Initials J { QUESTION TWO r> Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: 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) years, of a criminal offense which resulted from serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: 13 Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. p ty 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 o omissions in cause my bid to be rejected. Signature v. P Title 2 PAGE INTENTIONALLY LEFT BLANK 0 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. BID # 14-11670-DG, Concrete Patching at Various Locations LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 0 ❑ 0 ❑ 0 0 ❑ 13 ❑ 0 0 0 0 0 0 0 �Olfle_ Drf'r Ld Compan Address, ktt�) City, County I- 17q State Zip Code Telephone: L 7q5 I 011 Fax: - So L .-- '711-5 Ll p '14-1 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO BID # 14-11670-DG, Concrete Patching at Various Locations FINAL LIST OF SUB CONTRACTORS Company Name Location Services Provided 1. �%- 2. 3. 4. 5. 6. 7. S. 9. 10. 11. 2. 13. 14. 15. 16. ko ne- Company Address L ub L u.h City, a Tk , County X3 State ` Telephone: 12_ Zip Code - S L Z) I % Fax: 2(Q (' - 71_l dj Lio l y — Minority Owned Yes No D D D ❑ ❑ D ❑ D ❑ ❑ ❑ D D ❑ ❑ ❑ ❑ ❑ D ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB --CONTRACTORS WILL BE USED PLEASE INDICATE SO. 3 PAYMENT BOND PAGE INTENTIONALLY LEFT BLANK CERTIFICATE OF LIABILITY INSURANCE D0ATE D/ `---� as/17/ 6/17/2013 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(ies) must be endorsed. I€ 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 1-432-570-3456 Arthur J. Gallagher Risk Management Services, Inc. NAMEacT Becky Chatfield PHONE FAX 432-570-3456 AIC No:432-570-3450 SuitsN. 30rienfeld 33a ADDRESS: bec chatfield@ajg.com � jg•com INSURERS AFFORDING COVE RAGE NANA IC/F Midland, TX 79701 Scott Riddle INSURER A: MOUNTAIN STATES MUT CAB CO 48 INSURED Lone Star Dirt &Paving, Ltd. I NSURERS: ZENITH INS CO 13269 INSURER C: 11820 University Avenue INSURERO: Lubbock, TX 79423-7412 INSURERE: INSURER F CnVFRA(1.FR I�C�TICr/+A TG all teens-�_ THIS INDICATED. CERTIFICATE EXCLUSIONS INSR A A IS TO CERTIFY THAT THE POLICIES NOTWITHSTANDING ANY REQUIREMENT, MAY BE ISSUED OR MAY AND CONDITIONS OF SUCH TYPE OF INSURANCEINSRIWVDI GENERALLIABILITYCPP012476105 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE DE 3 OCCUR X Al - t7ND618 (03/11) OF INSURANCE PERTAIN, POLICIES. ADOL UBR .. - ------ _ LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAY HAVE BEEN POLICY NUMBER ISSUED TO THE INSURED CONTRACT OR OTHER THE POLICIES DESCRIBED REDUCED BY PAID CLAIMS. MOMIDDY EFF MMIIDDU EXP YYYI 05/30/1 05/30/14 Kt:VIbIUN NUMBER: NAMED ABOVE FOR THE DOCUMENT WITH RESPECT HEREIN IS SUBJECT TO LIMITS EACH OCCURRENCE POLICY PERIOD TO WHICH THIS ALL THE TERMS, $ 1,000,000 PR MI S re $ 100,000 MEOEXP(Any one person) S 10,000 PERSONAL BADV INJURY $ 1, 000, 000 X - WOB IIND618 (03/11) GENERAL AGGREGATE $ 2,000,000 GEN'LAGGREGATE LIMIT APPLIES PER. POLICY JEC- X LOC AUTOMOBILE LIABILITY X ANY AUTO A AUTOS OWNED SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS Al - UND6 US W03 - A BAP012476104 3 PRODUCTS -COMPiOPAGG $ 2,000,000 c MBINED SINGLE LIMIT Agaaccident) $ 1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE Per accident S AI-UND615(09/10) EACH OCCURRENCE S WOS-UND615(09/ S 5,000,000 A X UMBRELLA LIAR X OCCUR EXCESS UAB CLAIMS -MADE UMB012476105 05/30/1 05/30/14 AGGREGATE $ 5,000,000 DED RETENTIONS B WORKERS COMPENSATION AND EMPLOYERS•LLASILITY YIN ANY CERIMEETOR/PXCLUDE/EXECUTIVE (Mandatory In NH)EXCLUOED7 y❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below I NIA Z072147002 05/30/1 05/30/14 X WCTORSTATULIM - OTH- PR $ E.L. EACH ACCIDENT $ 1,000,000 _ EL DISEASE- EA EMPLOYE $ 1,000,000 E.L. DISEASE- POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, It more apace Is required) CF_RTIFICATF i4nl nFla City of Lubbock Attn: Tic PO Box 2000 Lubbock, TX 79457 ACORD 25 (2010/05) bchatfield 34221434 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE }}//((�� USA /31; v raoc-AU IU AL UKU UVKFUKATIUN. All rights reserved. The ACORD name and logo are registered marks of ACORD E �CORDffi AGENCY CUSTOMER 10: LOC #: A r%f t"I^ ►I A I r2=RX A nve+ G%.-%1 a -r%s is v- %ft--' ..---..vv1 IL.vvL-C rage OT AGENCY NAMED INSURED Arthur J. Gallagher Risk Management Services, Inc. Lone Star Dirt & Paving, Ltd. Po11CY NUMBER 11820 University Avenue CARRIER NAIC CODE Lubbock, TX 79423-7412 EFFECTIVE DATE: AI1f1ITf1�tA1 A __ THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: The General Liability and Automobile policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The Workers Compensation, General Liability, Automobile, and Umbrella policies include a Waiver of Subrogation endorsement only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability, Auto, and Umbrella includes an endorsement providing that 30 days notice of cancellation or coverage change will be furnished to the certificate holder. The General Liability policy contains a special endorsement with primary and noncontributory wording and includes Products/Completed Operations. ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Named Inst-red: LONE STAR DIRT & PAVING LTD Policy Number: CPP 012-1761 05 CG 02 05 12 04 THIS ENDORSMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurances provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART i In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1.1 Name: - -- j Any person or organization as evidenced by a certificate of insurance issl_ed on the company's behalf by its licensed agent. Address: _ 3. Number Of Days Advance Notice: 30 — (Except 10-day notice of cancellation for non-payment of premium) .Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 02 05 12 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 1 Named Insured: LONE STAR DIRT & PAVING LTD CG 02 24 10 93 Policv Number. CPP 0124761 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Notice (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule abcve. CG 02 24 10 93 ' Copyright, Insurance Services Office, Inc., 1992 Page i of 1 Named Insured: LONE STAR DIRT & PAVING LTD CG 20 37 07 04 Policy Number: CPP 0124761 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name Of Additional Insured Person(s) Or Organization(s): AUTOMATIC STATUS WHEN REQUIRED BY WRITTEN CONTRACT SCHEDULE Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section 11 - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sche- dule of this endorsement performed for that addi- tional insured and included in the "products - completed operations hazard". CG 20 37 07 04 Copyright, ISO Properties, Inc., 2004 Page 1 of 1 t�_ rj UND 618 03 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. MS -EDGE GENERAL LIABILITY ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART a SUMMARY OF COVERAGE EXTENSIONS Extension Limit _ 1. Supplementary Payments - Increased Limits Bail Bonds $3,000 Loss of Earnings $1,500 2 Ntisceilaneous Additional Insureds — Mortgagee. Assignee or Receiver Managers Included or Lessors of Premises Included Controlling Interest Included Co -Owner of Insured Premises Included Owners or Other Interest From Whom Land Has Been Leased Included Lessor of Leased Equipment Included Owners or Contractors for Whom You are Performing Ongoing Operations Included State or Governmental Agency or Political Subdivision Included 3. Aggregate Limits of Insurance for Single Construction Projects General Aggregate Limit 4. Revisions to "Who Is An Insured" Volunteer Workers Expanded Included _ 5 Expanded "Expected or Intended Injury" Definition Included 6.�Knowledge of Occurrence, Offense, Claim or Suit_ M Included 7. Unintentional Omissions in Disclosure Included _1 _8. Waiver of Subrogation by Contract or Agreement Included 9. Newly Formed or Acquired Organizations Included - 10. Legal Liability for Damage to Premises Rented to You (Specified Perils) $300,000 _ yN11. Non -Owned Watercraft Up to 51 Feet in Length Included 12. Medical Payments Revised $15,000�_ _ 13 Property Damage for Tools Loaned to You $10,000 14. Revisions to Definitions _ "Insured Contract" Amended Included "Mobile Equipment" Amended Included "Specified Perils" Added Included `"Water Damage" Added Included_ —. The above is a summary of provisions in this endorsement. Please consult the specific provisions below for i complete wording contained in these endorsement provisions. The endorsement provisions shall prevail in the event of a conflict between the summary and the following endorsement provisions. # ENDORSEMENT PROVISIONS The provisions of the Commercial General Liability Coverage Part apply except as otherwise provided in this endorsement This endorsement applies only if such Coverage Part is included in this policy. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 1 of 8 ' P[ UND 618 03 11 1. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS SECTION I - COVERAGES, SUPPLEMENTARY PAYMENTS - COVERAGES A AND 8 is amended as follows: A. The limit shown in 1.b. for the costs of bail bonds is increased to $3.000. B. The limit shown in 1.d. for all reasonable expenses incurred at our request, including actual loss of earnings because of time off work, is increased to $1,500. 2. MISCELLANEOUS ADDITIONAL INSUREDS SECTION It - WHO IS AN INSURED is amended to include as an insured any person or organization (known as additional insured) described in paragraphs (1) through (8) below, whom you are required to add as an additional insured on this policy under a written contract or agreement. The written contract or agreement must be: A. Currently in effect or becoming effective during the term of this policy; and B. Fully executed by you and the additional insured prior to the "bodily injury", "property damage" or "personal and advertising injury", but only the following persons or organizations are additional insureds under this endorsement, and coverage provided to such additional insureds is limited as provided herein. (1) ADDITIONAL INSURED - MORTGAGEE, ASSIGNEE OR RECEIVER SECTION 11 - WHO IS AN INSURED is amended to include as an insured any person or organization with respect to their liability as a Mortgagee, Assignee or Receiver and arising out of the ownership, maintenance, or use of the premises by you and shown in the Schedule of All Locations You Own, Rent or Occupy, a. This insurance does not apply to structural alterations, new construction or demolition operations performed by or for that person or organization. 12) ADDITIONAL INSURED - MANAGERS OR LESSORS OF PREMISES SECTION 11 - WHO IS AN INSURED is amended to include as an insured any person or organization with respect to their liability as a Manager or Lessor of premises and arising out of the ownership, maintenance or use of that part of the premises leased to you and shown in the Schedule of All Locations You Own, Rent or Occupy. and subject to the following additional exclusions: a. This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises; (2) Structural alterations, new construction or demolition operations performed by or for that person or organization. (3) ADDITIONAL INSURED - CONTROLLING INTEREST SECTION If - WHO IS AN INSURED is amended to include as an insured any person or organization with respect to their liability arising out of: a. Their financial control of you; or b. Premises they own, maintain or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construction or demolition operations performed by or for that person or organization. (4I ADDITIONAL INSURED - CO-OWNER OF INSURED PREMISES SECTION 11 - WHO IS AN INSURED is amended to include as an insured a co-owner of the insured's premises with respect to their liability arising out of their liability as co-owner of such premises. (5) ADDITIONAL INSURED - OWNERS OR OTHER INTEREST FROM WHOM LAND HAS BEEN LEASED SECTION 11 - WHO IS AN INSURED is amended to include as an insured any person or organization with respect to their liability arising out of the ownership, maintenance or use of that part of the land leased to you and shown in the Schedule of All Locations You Own, Rent or Occupy, and subject to the following additional exclusions: a. This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to lease that land; (2) Structural alterations, new construction or demolition operations performed by or for that person or organization. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 2 of 8 UND 618 03 11 (6) ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT SECTION If - WHO IS AN INSURED is amended to include as an insured any person or organization with respect to their liability arising out of the maintenance, operation or use by you of equipment leased to you by such person(s) or organization(s), subject to the following additional exclusions: a. This insurance does not apply: (1) To any "occurrence" which takes place after the equipment lease expires; t2) To "bodily injury" or "property damage" arising out of the sole negligence of that person or organization. (7) OWNERS OR CONTRACTORS FOR WHOM YOU ARE PERFORMING ONGOING OPERATIONS SECTION 11 - WHO IS AN INSURED is amended to include as an insured: a. Any person or organization for whom you are performing operations but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this provision ends when your operations for that additional insured are completed. b. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: —his insurance does not apply to: (11 "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failing to approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. (2) "Bodily injury" or "property damage" occurring after: (a) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location 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. (8) ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR POLITICAL SUBDIVISION SECTION 11 - WHO 1S AN INSURED is amended to include as an insured any state or governmental agency or subdivision or political subdivision, subject to the following additional provision: This insurance applies only with respect to the following hazards for which the state, governmental agency or subdivision or political subdivision has issued a permit in connection with premises you own, rent or control and to which this insurance applies: a. The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations or similar exposures; or b. The construction, erection, or removal of elevators; or c. The ownership, maintenance, or use of any elevators covered by this insurance. With respect to coverage provided by this provision 2. MISCELLANEOUS ADDITIONAL INSUREDS, the following additional provisions also apply: Includes copyrighted material of Insurance Services Office, Inc., with its permission UNQ 818 03 i 1 Page 3 of 8 UND 618 03 11 A. Any insurance provided to an additional insured designated under paragraphs (11 through 18) above does not apply: (1) To "bodily injury" or "property damage" included within the "products -completed operations hazard"; or (2) To "bodily injury", "property damage" or "personal and advertising injury" arising out of the sole negligence of such additional insured. B. Paragraph 4.b. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced with the following: b. Excess Insurance (1) This insurance is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis that is available to the additional insured unless you and the additional insured have specifically agreed in writing that this insurance be primary. Then we will treat any other insurance maintained by the additional insured for injury or damage covered by provision 2. MISCELLANEOUS ADDITIONAL INSUREDS, except such other insurance as noted in paragraph (b) below, as excess to this insurance. (b) Any other primary liability insurance available to the additional insured for damages arising out of promises or ongoing operations for which such person or organization has been added as an additional insured by the attachment of an endorsement. (2) When this insurance is excess, we will have no duty under Coverages A or 8 to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. (3) When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a) The total amount that all such other insurance would pay for the loss in the absence of this insurance: and (b) The total of all deductible and self -insured amounts under all the other insurance. (4) We will share the remaining loss, if any, with any other insurance that is not described in the Excess insurance provision and was not brought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this policy or coverage part. 3. AGGRFGATE LIMITS OF INSURANCE FOR SINGLE CONSTRUCTION PROJECTS A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C, which can be attributed only to ongoing operations at single construction projects away from promises owned by or rented to the insured: (1) The most we will pay will be capped at $10,000,000, regardless of the number of: a. "Occurrences"; b. Insureds; c. Claims made or "suits" brought; d. Persons or organizations making claims or bringing "suits"; or a. Separate construction projects. 12) Subject to paragraph 3.A.(1) above: a. A separate Single Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 4 of 8 UND 618 03 11 b. The Single Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under COVERAGE C regardless of tho number of: L Insureds; ii. Claims made or "suits" brought; or i((. Persons or organizations making claims or bringing "suits". c. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Single Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Single Construction Project General Aggregate Limit for any other separate construction project away from premises owned or rented by the insured. d. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expenses continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under SECTION I - COVERAGE A. and for all medical expenses caused by accidents under SECTION 1 - COVERAGE C. which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: 11) Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Limit, whichever is applicable; and (2) Subject to paragraph 3.A.0) above payments shall not reduce any Single Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit or the Single Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorizing contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. If endorsement CG 25 03, Designated Construction Project(s) General Aggregate Limit (or a similar construction project(s) aggregate endorsement) is also part of this policy or coverage part, the most we will pay for all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences" under SECTION 1 - COVERAGE A and all medical expenses under SECTION I - COVERAGE C, which can be attributed only to ongoing operations at: (1) Any construction project(s) designated in such CG 25 03 or similar construction project(s) aggregate endorsement; or 12) Any construction project(s) to which the provisions of 3. AGGREGATE LIMITS OF INSURANCE FOR SINGLE CONSTRUCTION PROJECTS in this endorsement and the provisions of such CG 25 03 or similar construction project(s) aggregate endorsement both apply will be subject to the same $10,000,000 cap shown in paragraph 3.A.(1). F. The provisions of SECTION III - LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. Includes copyrighted material of Insurance Services Office, Inc., with its permission UNU Ei18 03 1 1 Rage 5 of 8 UND 618 03 11 4. REVISIONS TO "WHO IS AN INSURED" SECTION II - WHO IS AN INSURED, 2.a. is deleted and replaced with the following: 2. Each of the following is also an insured: (a) Your "volunteer workers" 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 employment by you or while performing duties related to the conduct of your business, including rendering first aid in an emergency. However, none of these employees or "volunteer workers" are insureds for: Paragraphs (1) through (2) continue to apply. S. EXPANDED "EXPECTED OR INTENDED INJURY" DEFINITION SECTION I - COVERAGES - COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2.a. Expected or Intended Injury Exclusion is deleted and replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force for the purpose of protecting persons or property. 6. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 2. Duties In The Event Of Occurrence. Offense, Claim Or Suit is revised by the addition of Items a. and f.: e. The requirement in Condition 2.a. applies only when the "occurrence" or offense is known to: (1) You, if you are an individual; (21 A partner, if you are a partnership; (3) An "executive officer", an "employee" designated by you to give such notice, or insurance manager (if you are an organization other than a partnership, joint venture or limited liability company); or (4) A manager (if you are a limited liability company). f. The requirement in Condition 2.b. will not be breached unless the breach occurs after such claim or "suit" is known to: (1) You, if you are an individual; (2) A partner, if you are in a partnership; (3) An "executive officer" or insurance manager (if you are an organization other than a partnership, joint venture or limited liability company); or (41 A manager (if you are a limited liability company). 7. UNINTENTIONAL OMISSIONS IN DISCLOSURE SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 6. Representations is revised by the addition of the following; However, the unintentional omission of any information given or provided by you shall not prejudice your rights under this insurance. This provision does not affect our right to collect additional premium or to exercise our right of cancellation or non -renewal. B. WAIVER OF SUBROGATION BY CONTRACT OR AGREEMENT SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 8. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 6 of 8 UND 618 03 11 A. Premises owned, occupied by, or rented or loaned to you; 13. "Your work" or "your products"; C. Ongoing operations performed by you or on your behalf, when you and such person or organization have agreed in writing in a contract or agreement to waive such right of recovery, provided: (1) Such written contract or agreement was: a. Made prior to the covered injury or damage; and b. In effect at the time of the covered injury or damage; and (2) The injury or damage arises out of the operations contemplated by such written contract or agreement; and (3) This waiver applies only to such person or organization designated in such written contract or agreement. 9. NEWLY FORMED OR ACQUIRED ORGANIZATIONS SECTION 11 - WHO iS AN INSURED, 3. is deleted and replaced with the following: 3. The Named Insured shown in the Declarations is amended to include any organization you newly form or acquire, other than: a. A partnership, joint venture, or limited liability company; or b. An organization excluded either by the provisions of this Coverage Part, or by endorsement, and over which you maintain ownership or majority interest of more than 50%, subject to the following additional provisions: L This insurance does not apply to any newly formed or acquired organization that is an insured under any other General Liability policy or would be an insured under such a policy but for its termination or the exhaustion of its Limit of Insurance. i). Coverage under this provision does not apply to injury, damage, expense, or loss that occurred before you formed or acquired the organization. ill. Coverage under this provision is afforded only until the next anniversary date of this policy's effective date after you acquire or form the organization, or the end of the policy period, whichever is earlier. This provision does not include any newly formed or acquired organization 180 days after its formation or acquisition, unless you have given us notice of the formation or acquisition. 10. LEGAL LIABILITY FOR DAMAGE TO PREMISES RENTED TO YOU ISpecifled Perils) SECTION Ill - LIMITS OF INSURANCE, 6, is deleted and replaced with the following: 6. Subject to Paragraph 5. above, the greater of: a. $300,000, or b. The damage to Premises Rented to You Limit shown in the Declarations is the most we will pay under Coverage A for any one premises while rented to you or temporarily occupied by ycu with permission of the owner, in the event of (1) damages because of "property damage"; or (2) damage by "specified perils". This limit will apply to all damages proximately caused by the same event, whether such damage results from "specified perils" or other covered causes of loss or any combination thereof. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 7 of 8 UND 618 03 11 11. NON -OWNED WATERCRAFT UP TO 51 FEET IN LENGTH SECTION 1 COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, g.(2)(a) is deleted and replaced with the following: (a) Less than 51 feet long; and 12. MEDICAL PAYMENTS REVISED SECTION I COVERAGES, COVERAGE C MEDICAL PAYMENTS is amended as follows: A. 1. Insuring Agreement a.(3)(b) is deleted and replaced with the following: (b) The expenses are incurred and reported to us within three years of the date of the accident; and B. Item 1.c. is added to 1. Insuring Agreement: c. If COVERAGE C MEDICAL PAYMENTS is not otherwise excluded from this policy, we will pay medical expenses up to the greater of: (1) $15,000; or (2) The limit shown in the Declarations of this policy or coverage part. 13. PROPERTY DAMAGE FOR TOOLS LOANED TO YOU SECTION I COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2.j. Damage to Property Exclusion is revised. Item j.(4) is deleted and replaced with the following: j.(4)Tools or equipment loaned to you if the tools or equipment are being used to perform operations at the time of the loss. The most we will pay for such tools or equipment loaned to you is $10,000 per "occurrence". 14. REVISIONS TO DEFINITIONS SECTION V - DEFINITIONS is revised as follows: 9.a. "Insured contract" is deleted and replaced with the following: 9. "Insured contract" means: a. A contract for lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by "specified perils" to promises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; 12. "Mobile equipment", subparagraph 1.0) is deleted and replaced with the following: (1) Equipment with a gross vehicle weight of 1,000 pounds or more and designed primarily for: a. Snow removal; b. Road maintenance, but not construction or resurfacing; or c. Street cleaning; The following definitions are added: 23. "Specified 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". 24. "Water damage" means accidental discharge of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 8 of 8 Named Insured: LONE STAR DIRT & PAVING LTD UND 611 05 10 Policy Number. BAP 012a761 Oa THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This; endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE: COVERAGE FORM SCHEDULE Vtjmber of Days' Notice •• r �rvVa, .1w1111GuuIr rcyuuuo to complete mis ocneoule will ue shown in the Declarations as appl cable to this endorsement.} For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in Paragraph 2. of either the Cancellation Common Policy Condition or as amended by an applicable state cancellation endorsement. is increased to the number of days shown in the Schedule above UNIT 611 05 10 Includes copyrighted material of ISO Properties, Inc., with its permission Page 1 of 1 UND 615 09 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SUMMARY OF COVERAGE EXTENSIONS Extension Limit 1. Supplementary Payments - Increased limits Bail bonds $3,000 __ _Loss of Earnings T _ $1,00 2. limited Fellow Employee Coverage Included 3. - Revisions to "Who Is An Insured' - -- — — Additional Insured by Contract Included Employees as Insureds Included Employee Hired Auto Included _ __ 4. Expanded "Expected or Intended Injury" Definition W _ Included 5. Physical Damage Deductible Revisions Glass Deductible Waiver Included Collision Deductible Waiver Included Single Deductible Provision Included 6. Physical Damage Coverage Extensions Electronic Equipment Coverage Extension $2,500 Limited Loan/Lease Gap Coverage $2,000 Locksmith Services $100 Business Personal Property $500 Replacement Cost on New Vehicles. Expense of Returning Stolen Auto Included _ 7. Nired Auto Physical Damage Coverage i Included $60,000 Loss of Use $350 per day, $2,800 maximum 8. Airbag Coverage Extension �^ Included _ _ 9. Knowledge of Accident, Claim, Sult or Loss * Included _ _ 10 Waiver of Subrogation by Contract or Agreement _ _ Included _ 11 Newly Formed or Acquired Organizations �_ Included_ _ _ 12. Towing and Labor Coverage Extension $100 13. Limited Rental Reimbursement Coverage $3,600 Max. Private Passenger and Light Trucks "Autos" $60/day All Other _ _ ---$100/day 14. Revisions to Definitions "Insured Contract" Amended "Auto" Amended "Executive Officer" Added Included Included Included Includes copyrighted material of Insurance Services Office. Inc., with its permission UNQ 615 Off 10 Page 1 of 7 UND 615 09 10 1. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS SECTION iI - LIABILITY COVERAGE, A.2.s. is amended as follows: 1) The limit shown in A.2.a.(2) for the costs of bail bonds is increased to $3,000. 2) The limit shown in A.2.a.(4) for all reasonable expenses incurred at our request, including actual loss of earning because of time off work, is increased to $1,500. 2. LIMITED FELLOW EMPLOYEE COVERAGE SECTION 11 - LIABILITY COVERAGE, B. 5. - Fellow Employees Exclusion does not apply if you have in -force Worker's Compensation insurance covering all of your "employees". Coverage is excess over any other collectible insurance. 3. REVISIONS TO "WHO IS AN INSURED" SECTION 11 - LIABILITY COVERAGE, A. 1. - Who Is An insured is amended as follows: ADDITIONAL INSURED BY CONTRACT: d. Any person or organization for covered "autos" (other than the owner or anyone else from whom you hire or borrow a covered "auto") is an additional insured when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. The insurance provided to such additional insured is subject to the following additional provisions: 1. Such person or organization is an additional insured only with respect to their vicarious legal liability for "bodily injury" or "property damage" specifically caused, in whole or in part, by the operation or use of a covered "auto" by a person for whom Liability Coverage is provided under this policy or coverage part, and then only to the extent of that liability. if. Such person or organization is not an additional insured for any covered "auto" owned by, hired from, or borrowed from such person or organization. iii. Such written contract or agreement must be executed prior to, and be in effect at the time of the covered "bodily injury" or "property damage". EMPLOYEES AS INSUREDS is added: e. Any "employee" of the Named Insured is an "insured" for Liability coverage while using his or her own "auto" in the business of the Named insured. EMPLOYEE HIRED AUTO is added: f. An "employee" of yours while operating an "auto" hired or rented under an "auto" contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct or your business. 4. EXPANDED "EXPECTED OR INTENDED INJURY" DEFINITION SECTION 11 - LIABILITY COVERAGE, 13.1. Expected or Intended Injury Exclusion is deleted and replaced with the following: 1. Expected or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force for the purpose of protecting persons or property. 5. PHYSICAL DAMAGE DEDUCTIBLE REVISIONS SECTION iII - PHYSICAL DAMAGE COVERAGE D. - Deductibles: the following is added: 1. Under Comprehensive coverage, no deductible applies for glass damage if the glass is repaired rather than replaced. 2. When a covered "auto" insured for Collision under this policy collides with another "auto" we insure, the Collision deductible applicable to the covered "auto" or "autos" under this policy shall not apply. 3. When a Named Insured has more than one "auto" involved in a Collision or Comprehensive loss with an "auto" not covered by us, the single highest deductible will apply to our insured's loss. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 615 09 10 Page 2 of 7 9 8 UND 615 09 10 6. PHYSICAL DAMAGE COVERAGE EXTENSIONS SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. - Coverage Extensions: the following extensions are added: ELECTRONIC EQUIPMENT COVERAGE c. Physical Damage Coverage on a covered "auto" also applies to loss to any electronic equipment that receives or transmits audio, visual or data signals and that is not designed solely for the reproduction of sound, subject to the following additional provisions: 11 This coverage applies only if the equipment is permanently installed in the covered "auto" at the time of the "loss" or the equipment is removable from a housing unit which is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of -he power from the "auto's" electrical system, in or upon the covered "auto. 2) Coverage also applies to antennas and other accessories necessary for the use of the electronic equipment described in paragraph 1) above. 3) 'rho most we will pay for all "loss" to such audio, visual or data electronic equipment and/or its accessories used with that equipment as a result of any one "accident" is the lesser of: a. The actual cash value of the damaged or stolen electronic equipment and/or its accessories as of the time of the "loss"; or b. $ 2, 500. 4► Coverage applies to tapes, records or discs that are damaged while in a scheduled "auto". Theft of such property located in or on a scheduled "auto" is covered if there are visible signs of forced entry. 'rho most we will pay for tapes, records or discs is $200. The insurance afforded by this provision does not apply to any equipmert for Audio, Visual or Data Electronic Coverage that has been provided by a separate endorsement issued by us and made part of this coverage part or policy. LIMITED LOAN/LEASE GAP d. In the event of a covered total "loss" to a covered "auto" which is either owned by you or leased by you for a period of 12 consecutive months or longer, we will pay any unpaid amount due on your loan or lease for such covered "auto", subject to the following additional provisions: 1. We will pay only the lesser of: a) The sum of such unpaid amount, less 1. The amount paid under the Physical Damage Coverage Section of the policy or coverage part; and I!. Any: (a) Overdue loan/lease payments at the time of the "loss"; (b) Financial penalties imposed under "auto" lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not returned by the lessor; (dI Costs for extended warranties, Credit Life insurance, Health, Accident or Disability insurance purchased with the loan or lease; and (a) Carry-over balances from previous loans or leases; or b) $2,000. 2. This extension does not apply to any "auto" that is a land vehicle that would qualify under the definition of "mobile equipment" under this coverage part or policy if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. The insurance afforded for Limited Loan/Lease Gap Coverage in this extension endorsement does not apply if separate Loan/Lease Gap Coverage is afforded for such covered "auto" in an endorsement issued by us and made part of this coverage part or policy. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 615 09 10 Page 3 of 7 UND 615 09 10 LOCKSMITH SERVICE e. We will pay up to $100 for necessary locksmith services incurred when keys to a covered "auto" have been lost. stolen or damaged. No deductible applies to this coverage. BUSINESS PERSONAL PROPERTY f. We will pay up to $500 for Business Personal Property that is damaged while in a scheduled "auto". Theft is covered if the property is located in or on the "auto" at the time and there are visible signs of forced entry. REPLACEMENT COST ON NEW VEHICLES g. We will pay full replacement cost of a new "auto" that was purchased new if a total "loss" occurs within 90 days of purchase. This extension does not apply to any "auto" that is a land vehicle that would qualify under the definition of "mobile equipment" under this coverage part or policy, EXPENSE OF RETURNING STOLEN AUTO h. Under Comprehensive coverage, we will pay for the expense of returning a stolen covered "auto" to you. 7. HIRED AUTO PHYSICAL DAMAGE COVERAGE If hired "autos" are covered "autos" for Liability Coverage in this policy or coverage part, then any Physical Damage coverage which is provided in this policy or coverage part for any "auto" you own will be extended to certain "autos" you lease, rent, hire, or borrow subject to the following provisions: A. This Hired Auto Physical Damage extension does not apply to: 1. any "auto" that is a land vehicle that would qualify under the definition of "mobile equipment" under this policy or coverage part if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; 2. any "auto" you lease, hire, rent, or borrow from any of your "employees", partners (if you are a Partnership) members (if you are a limited liability company) or members of their households; or 3. Any other "auto" leased, rented, hired, or borrowed: a. For a period of more than 30 days; or b. with a driver. B. The most we will pay for any one "loss" will be the lesser of: 1. The actual cash value of the damaged or stolen "auto" as of the time of the "loss"; 2. The cost to repair or replace the damaged or stolen "auto" as of the time of the "loss"; or 3. $60,000. C. Except that such amount will be reduced by a deductible as determined by sub -paragraph 7.E. below. D. Subject to 7.8. above, the coverage we will provide will be: 1. With respect to Other Than Collision coverage: 2. Collision coverage if any covered "auto" owned by you has this coverage under this coverage part or policy. E. Deductible Our obligation to pay for, repair, return or replace such "auto" will be reduced by a deductible for each coverage afforded under 7.D.1. and 7.0.2. above equal to the amount of the largest deductible applicable for that coverage to any covered "auto" owned by you. However, no deductible will apply to "loss" caused by fire or lightning. F. Loss of Use Expenses For any "auto" which is a covered "auto" under this extension Hired Auto Physical Damage Coverage, we will also pay expenses for loss of use of such "auto" subject to the following additional provisions: Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 615 09 10 Page 4 of 7 UND 615 09 10 1. Such "auto" is leased or rented under a written rental contract or agreement; 2. Such loss of use is a consequence of a covered "accident"; a. For which an "insured" is legally responsible; and b. As a result of which the leasing or rental entity suffers a monetary loss. 3. The most we will pay for any expenses for loss of use is $350 per day, to a maximum of $2,800. 4. With respect to the coverage afforded by this extension, Section III - Physical Damage Coverage Extension 4.b. - Loss Of Use does not apply. 8. AIRBAG COVERAGE EXTENSION SECTION III - PHYSICAL DAMAGE COVERAGE, B. Exclusions: the following is added to Item 3.a.: This exclusion does not apply to the unintended discharge of an airbag. However, airbag coverage is excess over any other collectible insurance or warranty specifically designed to provide coverage. 9. KNOWLEDGE OF ACCIDENT, CLAIM, SUIT OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS, A. 2. a, is deleted and replaced with the following: a. In the event of an "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident" or "loss" only when the "accident", claim, "suit" or "loss" is known to: I. You, if you are an individual; ii. A partner, if you are a partnership: III. A member, if you are a limited liability company; Iv. An "executive officer" or the employee designated by you to give such notice, if you are an organization other than a partnership or a limited liability company. Notice to include: a) How, when and where the "accident" or "loss" occurred; b) The "insured's" name and address; and c) To the extent possible, the names and addresses of any injured persons and witnesses. 10. WAIVER OF SUBROGATION BY CONTRACT OR AGREEMENT SECTION IV - BUSINESS AUTO CONDITIONS - A.S. Transfer of Rights of Recovery Against Others to Us is deletec and replaced with the following: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" or "loss" arising out of the operation, maintenance, use, loading or unloading of a covered "auto" when you and such person or organization have agreed in writing in a contract or agreement to waive such right of recovery, provided: a. Such written contract or agreement was: 1) glade prior to the covered injury or damage; and 2) In effect at the time of the covered injury or damage; and b. The injury or damage arises out of the operations contemplated by such written contract or agreement. This waiver applies only to such person or organization designated in such written contract or agreement. 11. NEWLY FORMED OR ACQUIRED ORGANIZATIONS The Narned Insured shown in the Declarations is amended to include any organization you newly form or acquire, other than: A. A partnership, joint venture, or limitea liability company; or B. An organization excluded either by the provisions of this Coverage Part, or by endorsement, and over which you maintain ownership or majority interest of more than 50%, subject to the following additional provisions: Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 615 0:1 i0 Page 5 of 7 UND 615 09 10 1. This insurance does not apply to any newly formed or acquired organization that is 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 Limit of Insurance. 2. Coverage under this provision does not apply to injury, damage, expense, or "loss" that occurred before you formed or acquired the organization. 3. Coverage under this provision is afforded only until the next anniversary date of this policy's effective date after you acquire or form the organization, or the end of the policy period, whichever is earlier. C. This provision does not include any newly formed or acquired organization 180 days after its formation or acquisition, unless you have given us notice of the formation or acquisition. 12. TOWING AND LABOR COVERAGE EXTENSION SECTION III - PHYSICAL DAMAGE COVERAGE, A. 2. - Towing is deleted and replaced with the following: With respect to any "private passenger auto" or "light truck" you own that is provided both Comprehensive Coverage and Collision Coverage in this policy or coverage part, we will pay up to $100 for towing and labor costs incurred each time such "private passenger auto" or "light truck" is disabled subject to the following additional provisions: a. The labor must be performed at the place of disablement. b. This coverage does not apply to stolen "autos". c. If, at the time of disablement such "private passenger auto" or "light truck" is also a covered "auto" for the Physical damage Towing And Labor coverage shown under Item Two of the Business Auto Declarations in this policy or coverage part, the most we will pay for each covered disablement is the greater of: 1. The limit shown under Item Two in the Declarations; or il. $100. 13. LIMITED RENTAL REIMBURSEMENT COVERAGE We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of a covered physical damage "loss" to a covered "auto" you own, subject to the following additional provisions: A. As used in this Rental Reimbursement Coverage provision, "auto" means a land motor vehicle, trailer or semitrailer designed for travel on public roads. However, "auto" does not include: 1. "Mobile equipment"; or 2. Any other land vehicle that would qualify under the definition of "mobile equipment" under this policy or coverage part if it were not subject to compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. B. Payment applies in addition to the otherwise applicable amount of each coverage you have on the covered "auto". C. No deductible applies to this coverage. D. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the expiration date of the policy, with the lesser of the following number of days: 1. The number of days reasonably required to repair or replace the covered "auto"; or 2. 60 days. E. Our payment is limited to the lesser of the following amounts: Necessary and actual expenses incurred up to: a. $60 per day for a "private passenger auto" or light truck"; b. $100 per day for other than a "private passenger auto" or "light truck"; Subject to a maximum of $3,600. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 615 09 10 Page 6 of 7 UND 615 09 10 F. We will also pay the following: 1. JP to $500 for reasonable and necessary expenses to remove your Business Personal Property and materials form the covered "auto". 2. Jp to $100 for expenses incurred by the named insured for transportation to their intended destination from the point of the "auto" disablement or theft. G. This coverage does not apply while there is a spare or reserve "auto" available to you for your operations. H. With respect to the coverage afforded by this extension, the Transportation Expenses Coverage Extension contained in SECTION III - PHYSICAL DAMAGE COVERAGES, A. 4.a. does not apply. 1. The insurance afforded for Limited Rental Reimbursement Coverage in this extension endorsement does not apply if separate Rental Reimbursement Coverage is issued by us as an endorsement and made a part of this policy or coverage part. 14. REVISIONS TO DEFINITIONS SECTION V - DEFINITIONS is revised as follows: "AUTO" AMENDED Paragraph B. "Auto" is deleted and replaced with: B. "Auto" means: 1. A land motor vehicle, "trailer" or semitrailer designed for travel on public roads; 2. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. 3. 'Private passenger auto" means a four -wheeled auto of the private passenger or station wagon type; and 4. 'Light truck" means a pick-up or panel truck, sport utility vehicle or similar "auto", with a "Gross Vehicle Weight (GVW) of 11,000 pounds or less. Gross Vehicle Weight (GVW) is the maximum loaded weight for which a single "auto" is designed, as specified by the Manufacturer. However, "auto" does not include "mobile equipment". "INSURED CONTRACT" AMENDED Paragraph H. "Insured Contract": item d. is added to the end of the definition: d. That pertains to the ownership, maintenance or use of an "auto" and which indemnifies a person or organization for other than the vicarious liability of such person or organization for "bodily injury" or "property damage" specifically caused, in whole or in part by your operation or use of a covered "auto". "EXECUTIVE OFFICER" ADDED The following definition is added: "Exect,tive Officer" means a person holding any officer position created by your charter, constitution, by-laws or any other similar governing document. UND 615 Oil 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 7 of 7 Named insured: LONE STAR OiRT & PAVING LTD CU 02 02 05 03 Policy Number: UMS 0124761 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endor•;Erment modifies insurance provided under the following: COMMERCIAL UMBRELLA LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part. we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name - Any parson or organization as evidenced by a certificate of insurance issued aI: .:hc! vornpany's behalf by its licensed agent. 2. Address: 3. Number Of Days Advance Notice: 30 (Except io-day notice of cancel_ation for non-payment of premium) (IT no entry appears above, info applicable tc this endorsement.) CU 02 02 05 03 to complete this endorsement will be sho�ron in the Declarations as Copyright, ISO Properties, Inc., 2002 Page 1 of 1 Named Insured: LONE STAR DIRT & PAVING LTD CU 02 04 09 00 Policy Number: uMB 0124761 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART SCHEDULE [Number of Days' Notice 30 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in Paragraph 2, of either the Cancellation Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above CU 02 04 09 00 Copyright, Insurance Services Office, Inc., 2000 Page 1 of 1 FORM NUMBER WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC-42-03-04A 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 (fie 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 (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: ALL OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 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: $1,647 This endorsement changes the policy to which it Is attached and is effective on the date issued unless otherwise stated. (Tile Information below is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective 05/30/13 Policy No. Z072I47002 ZENITH INSURANCE COMPANY -13145 Insured LONE STAR DIRT & PAVING, LTD Polley Period 05/30/13 to 05/30/14 Issued on 05/31/13 pc At Austin, TX (Ed.1-00) Countersigned by Endorsement No. 8 V ill 9 CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGO $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'SRISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSA TION AND 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. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By. Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. PAGE INTENTIONALLY LEFT BLANK 4 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; _P (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 11670 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 19t" day of December, 2013, 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 Lone Star Dirt & Paving,Ltd.,, of the City of Lubbock, County of Lubbock 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 14-11670-DG, Concrete Patching at Various Locations 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. ITB 14-11670 -DG, Concrete Patching at Various Locations, bid dated December 2, 2013 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: COMPLETE ADDRESS: Company Address ) $ot c7 Un iv City, State, Zip Y.Z ATTEST: Corporate Secretary EDPZAP CONTENT: evin air, Streets/Utilities Superintendent 7'�' AS FORM: City Attorney No Text 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 Lone Star Dirt & Paying, 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 Kevin Lair, Streets/Utilities Superintendent, 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. f 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an 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. r CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative 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. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative 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. z. 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. 2 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such su ervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any 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 f modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. r Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work, and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and 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. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work 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 1 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 contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the tj specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. - 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. r. 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 K CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, 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. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products-Comp/Op AGG Personal & Adv. Injury Contractual Liability WITH HEAVY EQUIPMENT ENDORSEMENT B. 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, $1,000,000 Combined Single Limit, to include Any Auto. C. 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 $1,000,000. D. The City of Lubbock shall be named as additional insured on Auto/General Liability on a primary and non-contributory basis, to include products of complete operations endorsement, and a waiver of subrogation in favor of the City of Lubbock on all coverages. -s Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the persons or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section _406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or a delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets.-, 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. (1 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. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (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; G. (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. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; 10 (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 worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person: working on this site or providing services related to this construction project must be covered by workers' compensation insurance This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their emtployer or status as an employee. " "Call the Texas Workers' Con:pensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.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; (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 11 asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION 59. 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. House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified. Governmental entities may want to include information on this new misclassification penalty in their contracts with entities that are providing services covered by this new requirement (Texas Government Code Section 2155.001). 20 DAVIS BACON WAGE DETERMINATIONS PAGE INTENTIONALLY LEFT BLANK 1 General Decision Number: TX130007 01/04/2013 TX7 Superseded General Decision Number: TX20120007 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 01/04/2013 * 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 Roller, Other ...............$ 10.36 Scraper .....................$ 10.61 01 Spreader Box ................$ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................$ 14.46 Single Axle .................$ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................$ 12.49 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is 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. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived 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 majority 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 3 E payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 4 SPECIAL CONDITIONS PAGE INTENTIONALLY LEFT BLANK E SPECIAL CONDITIONS TIME AND ORDER FOR COMPLETION The patching process covered by the contract documents shall be fully completed within 150 (ONE HUNDRED FIFTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. A. The concrete repairs, with locations and materials as designated by the City's representative, may begin as soon as the Contractor receives the Notice to Proceed, and proceed until all designated locations are completed. B. The repairs shall be completed in 150 (ONE HUNDRED -FIFTY) consecutive calendar days. The Contractor shall pay to the owner $1,044 per day for each calendar day after that as liquidated damages. No credit will be given for bad weather days or other delays. In the event it is determined by the City that the progress of the work is not satisfactory, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 2. CHANGES IN THE WORK The Street Department may make changes in the scope of the work required to be performed by the Contractor under the Contract or making additions thereto, or by omitting work there from, without involving the Contract, and without relieving or releasing the Contractor from any of his obligations under the contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise Except for the purpose of affording protection against any emergency endangering health, life, limb or property, the Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the improvements or supply additional labor, services or materials beyond that actually required for the execution of the contract, unless in pursuance of a written order from the local Public Agency authorizing the Contractor to proceed with the change. No claim for an adjustment of the contract price will be valid unless so ordered. If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a Supplement Schedule of Unit Prices) the Street Department may order the Contractor to proceed with desired changes in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit prices specified in the contract; provided that in case of a unit price contract the net value of all changes does not increase or decrease the original total amount shown in the Agreement by more than twenty-five (25%) percent. The Contractor's Superintendent and/or his assistants will not be allowed to serve two functions simultaneously, such operating machinery and acting as Superintendent at the same time. The Contractor's Superintendent must be free of individual responsibilities to enable him to give the entire project his constant attention to facilitate the progress thereof. The Contractor's Superintendent will be responsible for establishing grade control on concrete removal and replacement. 4. PROSECUTION OF WORK The Contractor will, before starting any work on any street, erect barricades and signs, or provide sufficient flagmen, as approved by the Street Superintendent, to give notice to vehicular traffic. During the construction the Contractor is to close to traffic streets, as approved by the Street Superintendent. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6 P.M. to 6 A.M., except during the construction of the curb and gutter for which the driveways and/or alleys shall remain closed not more than 4 days including 72 hours for curing. The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such barricades and warnings, as approved by the Street Superintendent, necessary to give notice to vehicular and pedestrian traffic of any and all obstructions and insofar as possible keep the streets and/or alleys on which work is being done in a passable condition. During the time the concrete is curing in the alleys and until it can be opened to traffic, the Contractor shall maintain warning signs on barricades with lights at each end of the block until the alley can be opened to traffic. The flagmen will be required to wear vests and use the type of flag as shown on flagging detail sheet in specifications. All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent red -orange flags at least 16" x 16" in size. These flags shall be mounted high enough on the equipment so that they will be visible to all traffic meeting or passing the equipment. Before work is started on any street it will be the responsibility of the Contractor to notify each property owner that has a car or cars parked in their driveways or garages so that each owner might have the opportunity to move their cars. The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in advance, in order that businesses may have time to adjust their plans. On all thoroughfares and collectors, the Contractor and the City's Representatives will work with each of the businesses, hospitals, schools, etc., so that only part of the driveways into their parking lots will be closed. At no time will any parking lot be completely closed, without prior approval from the Owner's Representative, unless the work is being accomplished at night and the businesses are closed. The Contractor shall be responsible for notifying affected businesses of the proposed work and the projected schedule for completion of this work. Immediately after each re -construction the Contractor shall clean, remove any paving materials from gutters, rubbish and temporary structures from the street, restore in an acceptable manner all property, both public and private which has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as part of the cost of the various items of the work involved, and no direct compensation will be made for this work. The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES for Streets and Highways. Part VI. BARRICADES AND DANGER WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices for handling traffic control as indicated in the plans or as directed by the Street Superintendent. All barricades, warning signs, barriers, cones,lights,signals and other such type devices shall conform to details shown on the plans and as indicated in the Texas Manual on Uniform Traffic Control Devices. The Contractor may provide special signs not covered by plans to protect the traveling public against special conditions or hazards, provided however, that such signs are first approved by the Street Superintendent. Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices and evident thereof shall be removed by the Contractor. 6. MAINTENANCE OF DETOURS The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public travel in accordance with the Traffic Control Plan and these specifications. There shall be maintained in passable condition, such temporary roads and structures as may be necessary to accommodate public travel. Temporary approaches and crossings of intersecting highways shall be provided and maintained in a safe and passable condition by the Contractor at his entire expense. PUBLIC SAFETY AND CONVENIENCE Ingress and egress to private property shall be provided as specified in the plans or as directed by the Street Superintendent. The Contractor shall plan and execute his operations in a manner that will cause the minimum interference with traffic. The Contractor shall secure the Street Superintendent's approval of his proposed plan of operation, sequence of work, and methods of providing for the safe passage of traffic before it is placed into operation. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the Contractor shall immediately make necessary changes therein to correct the unsatisfactory conditions. At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as not to interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such points an for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as directed by the Street Superintendent. Flaggers shall be English speaking, courteous, well informed, physically and mentally able to effectually perform their duties in safeguarding and directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on duty. When directing traffic, Faggers shall use standard attire, flags and signals and follow the flagging procedures set forth in the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. '1 8. REMOVING OBSTRUCTIONS ' - The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc., prior to building. It shall be the Contractor's responsibility to remove these obstructions at the direction of the Street Superintendent, except that the utility companies will move their equipment at no cost to the Contractor. The Contractor will receive no compensation for delay caused by the Utility Companies in relocating or removing their equipment. 9. TEST OF MATERIALS The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for approval of materials, mix designs, adequacy of procedures, etc. The results of such testing shall be evaluated and final approval given by the Street Superintendent. _- A. CONCRETE MATERIALS Before Concrete materials can be used on any street, a current mix design (not older than 30 days) with test reports will be submitted to the Street Superintendent for approval. During the construction period, concrete tests that fail will require the location to be cored at the contractor's expense. If the concrete cores fail, the concrete work will be removed and replaced at no additional cost to the City of Lubbock. B. HOT MIX The Contractor, or supplier of such materials, shall submit a mix design to the City Pavement Management office, at least thirty (30) days prior to the reconstruction, a mix design it shall include, but not limited to crushed face counts, Flakiness Index tests, and magnesium sulfate(soundness) tests. The gradation requirements shall be that as necessary to meet the gradation requirements of Item 6.3 (HMAC Mix Design Requirements). The crushed face count, Flakiness Index, and Magnesium Sulfate requirements shall meet those established in City of Lubbock Standard Paving Specifications, Item number 6.4. 10. SUBCONTRACTOR The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement shall contain such information as the Owner may require. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner and said subcontractor will look exclusively to contractor for any payments due subcontractor. 11. UNDERGROUND UTILITIES The Contractor's attention is directed to the fact that pipelines and other underground installations as may be shown on the plans have been taken from the best available information. There may be other pipelines or installations. The Contractor shall hold harmless the City from any and all suits or claims resulting from damage by his operations to any pipeline or underground installation. It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in the limits of street construction have been properly backfilled, compacted, and the top 6" inches backfilled with 2-sack flowable fill. It is not the intent to require the Contractor to provide for the utility cut repair but for the individual utility company making the cut to provide their own repairs. In the case of a City underground installation, the Contractor may be required, at the Street Superintendent's option, to repair the cut with 2-sack flowable fill at the unit price bid. 12. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment 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. 13. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy and defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from date of final acceptance of the project. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 14. LABOR The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of Labor, and must not pay less than the rate legally prescribed or as set forth herein, whichever is higher. Payment for time worked over forty -hours per week shall be made at one and one-half (1-1/2) times the above prevailing rates. Payment for time worked on legal holidays shall be paid at one and one-half (1-1/2) times the regular governing per diem wage rates. Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar day, under the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No. 201 of the 47th Legislature shall be paid on the basis of eight (8) hours constituting a day's work. 15. WORKING HOURS DEFINED During this contract the contractor shall make every effort to complete the work ahead of schedule. The working day shall consist of but, is not limited to the following hours 8 AM to 5 PM Monday thru Friday. Working on Saturday shall subject to the approval of the Street Superintendant or his representative. At any time during the contract the street superintendant or his representative may adjust the working hours if adequate progress is not being made. 16. WORK SCHEDULE The work schedule shall follow a predetermined route that will be laid out by the street superintendent or his representative at the preconstruction meeting. At any time the street superintendent or his representative shall have the ! capability to adjust the predetermined route. The contractor or his representative may summit in writing no less than 10 working days to the street superintendent or his representative a request to change the predetermined route. This request will be subject to approval by the street superintendent or his representative. Design Standards and Specifications SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK R city of bock TEXAS February 14, 2013 Subject: City of Lubbock Public Works Engineering Design Standards & Specifications To whom it may concern: This letter is to announce the release of the 2013 annual update to the City of Lubbock Public Works Engineering Design Standards and Specifications. Over the past year the City of Lubbock Engineering staff has been working with vendors, manufacturers, engineering firms and the development community to update and improve the 2012 edition. The Public Works Engineering Department will be reviewing plans and making comments according to these standards for any proposed infinstructure beginning February 15, 2013. Therefore any plans received by ties department dated on or after February 15, 2013- will be reviewed under these newly adopted design and construction standards. This manual is available in digital format on the City of Lubbock website. Please feel free to contact me if you have any questions L. WoqU F in, P.E. City EAWnegrl City of L bock 162513s' Street Lubbock, Texas 79401 (806)775-2343 ............................. Y WOOD FRANKI.IN MWASHt1O8 MSfATWMASMBMrAMOZS201AAUC M1.itT181= City of Lubbock Public Works Engineering Design Standards and Specifications ------------ fcity of LI b 0 Ck A Department of Public Works Engineering City of Lubbock, Texas January 1, 2013 Design Standards and Specifications Table of Contents SECTION 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION 1.1 General......................................................................................................................................1 1.2 Design Flow................................................................................................................................1 1.3 Design Pressure..........................................................................................................................2 1.4 Hydraulic Design.........................................................................................................................2 1.5 Typical Layout............................................................................................................................2 1.6 Bedding and Cover......................................................................................................................3 1.7 Relation to Sanitary Sewer Mains and Appurtenances....................................................................3 1.8 Pipe Size and Spacing.................................................................................................................6 1.9 Pipe Materials.............................................................................................................................6 1.10 Methods of Connection................................................................................................................7 1.11 Flanged Outlets..........................................................................................................................7 1.12 Valve Spacing.............................................................................................................................7 1.13 Fire Protection Requirements.......................................................................................................7 1.14 Easements..................................................................................................................................8 1.15 Soil Analysis................................................................................................................................9 1.16 Pipe Restraints and Reaction Blocking..........................................................................................9 1.17 Tunneling, Jacking and Boring.....................................................................................................9 1.18 Dead-end Mains..........................................................................................................................9 1.19 Abandonment of Water Mains....................................................................................................10 SECTION 2 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS 2.1 Plan Submittal Requirements.....................................................................................................11 2.2 Plan Details..............................................................................................................................13 SECTION 3 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS 3.1 General....................................................................................................................................15 3.2 Design Flow..............................................................................................................................15 3.3 Hydraulic Design.......................................................................................................................16 3.4 Design Details...........................................................................................................................16 3.5 Typical Layout..........................................................................................................................17 3.6 Bedding and Cover....................................................................................................................18 3.7 Relation to Water Mains............................................................................................................18 3.8 Abandonment of Sewer Mains and Manholes..............................................................................20 3.9 Easements................................................................................................................................20 3.10 Soil Analysis..............................................................................................................................20 3.11 Tunneling, Jacking and Boring...................................................................................................20 3.12 Lift Station................................................................................................................................21 SECTION 4 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS 4.1 Plan Submittal Requirements.....................................................................................................22 4.2 Plan Details..............................................................................................................................24 SECTION 5 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.1 General....................................................................................................................................26 5.2 Plan Requirements....................................................................................................................26 5.3 Plan Approval...........................................................................................................................26 5.4 Inspection................................................................................................................................26 5.5 Specifications............................................................................................................................26 5.6 Materials of Construction...........................................................................................................26 5.7 Methods of Construction............................................................................................................35 5.8 Pneumatic Testing for Tapping Sleeves......................................................................................42 5.9 Hydrostatic Pressure Testing......................................................................................................42 5.10 Sterilization and Bacteriological Testing......................................................................................43 L_ Design Standards and Specifications Table of Contents 5.11 Restoration and Clean Up..........................................................................................................44 5.12 Warranty and Acceptance..........................................................................................................44 SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.1 General....................................................................................................................................45 6.2 Plan Requirements....................................................................................................................45 _I 6.3 Plan Approval...........................................................................................................................45 6.4 Inspection................................................................................................................................45 6.5 Specifications............................................................................................................................45 _ 6.6 Materials of Construction...........................................................................................................45 6.7 6.8 Methods of Construction............................................................................................................50 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes .59 6.9 Lift Station................................................................................................................................65 6.10 Restoration and Clean Up..........................................................................................................66 6.11 Warranty and Acceptance..........................................................................................................67 SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7.1 7.2 Introduction.............................................................................................................................. 68 Product Submittal Procedures....................................................................................................68 7.3 Evaluation Process....................................................................................................................69 7.4 Approval Process......................................................................................................................69 7.5 Water System...........................................................................................................................71 7.6 Sanitary Sewer System..............................................................................................................78 Hill 7.7 Water and Sanitary Sewer Systems............................................................................................83 SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.1 General....................................................................................................................................84 8.2 Design Standards......................................................................................................................84 8.3 8.4 Testing and Inspection..............................................................................................................85 Notification of Property Owners.................................................................................................86 8.5 Protection of Utilities and Irrigation Systems...............................................................................86 8.6 Water for Construction..............................................................................................................86 8.7 Concrete . .87 ) 8.8 Subgrade and Base...................................................................................................................95 8.9 Hot Mix Asphalt Concrete Surface(HMAC)................................................................................101 8.10 8.11 Micro-Surfacing.......................................................................................................................108 Storm Sewer...........................................................................................................................111 ; 8.12 Fences...................................................................................................................................117 8.13 Salvage of Asphalt Paving........................................................................................................117 8.14 Traffic Control.........................................................................................................................117 8.15 Prosecution of the Work and Working Days..............................................................................118 Li 8.16 Measurement and Payment.....................................................................................................120 8.17 Restoration and Clean Up........................................................................................................123 r 8.18 Certificate of Completion and Warranty....................................................................................123 SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.1 Plan Submittal Requirements...................................................................................................124 9.2 Plan Details............................................................................................................................125 3 SECTION 10 TYPICAL DETAILS OF CONSTRUCTION 10.1 General Details.......................................................................................................................127 10.2 Water Details..........................................................................................................................130 Li 10.3 Sewer Details..........................................................................................................................143 10.4 Street and Drainage Details.....................................................................................................153 _I 10.5 Appendix................................................................................................................................185 Design Standards and Specifications Water Standards SECTION 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION 1.1 General 1.1.01 All water distribution system design shall be in accordance with the requirements of TCEQ Chapter 290, AWWA Standards, City of Lubbock Water System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Water Distribution. 1.2 Design Flow 1.2.01 The design of the water distribution system shall be based on the following: A. Design flow for residential use: Peak Hourly Demand 1000 qpcd Maximum Daily Demand 650 Qpcd Average Daily Demand 240 gpcd Capita per Household (Single Family) 3.2 persons Capita per Household Multi-famil 2.5 persons I. Domestic water service shall be provided from an alley or easement. II. Lines in alleys or easements shall be adequate to provide for a maximum size water meter of 1-1/2 inches per lot for each 75 feet of frontage. iH. Property owner may acquire a maximum domestic water tap and meter of 1-1/2 inches or the equivalent in two meters per lot for each 75 feet of frontage. iv. Minimum size water tap and meter shall be one inch. B. Design flow for fire protection: 0z - 1- and 2-Family~Residential 1000 Other Than 1- and 2-Family Residential 1500-8 000 i. Fire protection service shall be provided from a street right-of-way or comparable easement. II. Flow may be from more than one fire hydrant, provided the additional hydrants are accessible to any possible fire location. III. Fire protection must comply with Fire Marshall's Office regulations, and In no case be less than currently adopted International Fire Code requirements. Iv. Additional Infrastructure may be required to provide fire protection service when existing water distribution lines are inadequate. Section 1 1 Design Standards and Specifications Water Standards C. Design flow for development other than residential use shall be based on the following or as directed by the Chief Water Utilities Engineer: o te..eo _�ci f. Restaurant 18 Without cafeteria or showers 18 School With cafeteria; no showers 24 With cafeteria and showers 30 Without cafeteria restrooms or showers 6 Youth With restrooms; no cafeteria or showers 24 camp With restrooms and showers; no cafeteria 30 With restrooms showers and cafeteria 42 Office building 18 Hospital r bed 720 Institution other than hospital) 240 Factories exclusive of industrialprocesses) 24 Recreational Parks 6 Swimming pools 12 Country clubs 120 Airport r passenger) 6 Self-service laundry 60 Service station convenience store 12 i. Peak hourly demand for other than residential flows shall be 2.5 times the average L daily demand. L 1.3 Design Pressure r 1.3.01 Distribution system shall have a maximum operating pressure of 150 pounds per square 11 inch (psi) and a minimum operating pressure of 40 psi. 1.3.02 Distribution system shall maintain a 20 psi residual pressure during required fire flow and a 40 psi residual pressure during peak hourly demand. 1.4 Hydraulic Design 1.4.01 Distribution mains shall be designed to have a maximum velocity of 10 feet per second. 1.4.02 Distribution mains shall be designed using a Hazen -Williams friction coefficient "C" equal to 140. 1.5 Typical Layout 1.5.01 Unless approved otherwise by the Chief Water Utilities Engineer, water distribution mains shall be located: A. In north -south alleys or streets, 5 feet west of centerline. B. In east -west alleys or streets, 5 feet north of centerline. 1.5.02 Water mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the Chief Water Utilities Engineer. Section 1 2 [I Design Standards and Specifications Water Standards B. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. 1.5.03 Where a water distribution main crosses a street, the crossing shall be made at as near to perpendicular as possible. 1.5.04 Valves shall be installed at each junction such that no more than one connecting leg is unvalved. A. At street intersections, valves shall be located at right-of-way lines unless flanged fittings are required. B. At alley intersections with thoroughfare streets, valves shall be located at right-of-way lines of the alleys. C. Where possible, valves in streets should be designed to fall outside of wheel paths. 1.5.05 Water mains shall be designed as looped systems. 1.5.06 Minimum radius of curvature and maximum deflection angle of pipe joints shall be restricted to 80% of manufacturer's recommendation, after which the use of horizontal or vertical bends will be required. 1.5.07 In all instances water mains shall extend to the extremities of the platted property or the subdivision served, and further when required to tie into existing mains adjacent to the development. 1.6 Bedding and Cover 1.6.01 Water distribution mains shall ordinarily have a minimum of 4 feet of cover from top of pipe to finished ground surface. 1.6.02 All water lines shall be laid as horizontal as possible, avoiding excessive numbers of high or low points. 1.6.03 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Water Main Construction but in all cases shall be not less than manufacturer recommendations. 1.7 Relation to Sanitary Sewer Mains and Appurtenances 1.7.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 1.7.02 Water lines shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed sanitary sewer lines or appurtenances. A. Where the 9 foot separation distance cannot be achieved, the following criteria shall apply: i. New waterline installation —parallel lines: a. Where a new potable waterline parallels an existing, non -pressure or pressure rated sanitary sewer main and the Design Engineer is able to determine that the existing sanitary sewer main is not leaking: Section 1 3 Design Standards and Specifications Water Standards (1) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. (2) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. b. Where a new potable waterline parallels an existing, non -pressure or pressure rated sanitary sewer main and it cannot be determined by the Design Engineer if the existing line is leaking: (1) The existing sanitary sewer main shall be replaced with at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. c. Where a new potable waterline parallels a new sanitary sewer main: (1) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. ii. New waterline installation --crossing lines: a. Where a new potable waterline crosses over an existing, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. b. Where a new potable waterline crosses over an existing, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. Section 1 4 Design Standards and Specifications Water Standards c. Where a new potable waterline crosses over a new, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. d. Where a new potable waterline crosses over a new, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (3) One segment of the waterline pipe shall be centered over the sanitary sewer line such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the center line of the sanitary sewer main. (4) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (5) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. e. When a new potable waterline crosses under a sanitary sewer main: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) The waterline shall be encased in an 18-foot or longer section of pipe or be constructed of ductile iron or steel pipe with mechanical or welded joints as appropriate. (3) The encasing pipe shall be centered on the sewer line and shall be at least 2 nominal pipe diameters larger than the water line. (4) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (5) Each end of the casing shall be sealed with watertight non -shrink cement grout or a manufactured watertight seal. (6) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. Ill. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. B. Waterline and sanitary sewer manhole or cleanout separation: Section 1 5 Design Standards and Specifications Water Standards 1. The separation distance from a potable waterline to a sanitary sewer manhole or cleanout shall be a minimum of 9 feet. ii. Where the 9-foot separation distance cannot be achieved: a. The waterline shall be encased in an 18-foot or longer section of pipe or constructed of ductile Iron or steel pipe with mechanical or welded joints as appropriate. b. The encasing pipe shall be centered on the sewer line or manhole and shall be at least 2 nominal pipe diameters larger than the water line. rJ! c. The carrier pipe shall be supported at 5-foot or less intervals with spacers. d. Each end of the casing shall be sealed with watertight non -shrink cement grout or a manufactured watertight seal. C. Location of fire hydrants t I. Fire hydrants shall not be installed within 9 feet vertically or horizontally of any sanitary sewer main, manhole or service line regardless of construction. D. Location of potable or raw water supply or suction lines I. Suction mains to pumping equipment shall not cross sanitary sewer mains or sanitary sewer service lines. II. Raw water supply lines shall not be installed within 5 feet of any tie or concrete �J sanitary sewer main or sanitary sewer service line. E. Proximity of septic tank drain fields 1. Waterlines shall not be installed closer than 20 feet to septic tank drain fields. 1.7.03 Water and sewer lines shall be Installed in separate trenches. 1.7.04 For other Instances not covered in these design standards, consult current TCEQ regulations. 1.8 Pipe Size and Spacing 1.8.01 Distribution mains shall be located and sized in accordance with the current City of Lubbock Water System Master Plan and current TCEQ rules: t E Z 16-inch or larger Section Line mile 10- or 12-inch Half -Section Line 1 2 mile 6- or 8-inch Eighth -Section Line 660 feet 1.8.02 The standard pipe sizes that shall be used are 4-, 6-, 8-, 10-, 12-, 16-, 20- and 24-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock water distribution system, unless approved by the Chief Water Utilities Engineer. 1.9 Pipe Materials 1.9.01 All pipe used in the City of Lubbock water distribution system shall be Cement -lined Ductile Iron, C900 PVC, C905 PVC, C301 Prestressed -Concrete Steel Cylinder Pressure or Concrete Bar -wrapped Steel Cylinder Pressure Pipe. _l 1.9.02 See City of Lubbock Standard Specifications for Water Main Construction for details on J materials and methods of construction. Section 1 6 Design Standards and Specifications Water Standards 1.10 Methods of Connection 1.10.01 Tapping Sleeves A. Tapping sleeves with tapping valves shall be used whenever possible for connections to existing mains in order to avoid interruption of water service. B. Maximum tap size shall be no larger than one standard size smaller than the main to be tapped. C. Size -on -size taps shall not be allowed without prior approval by the Chief Water Utilities Engineer. D. Using a tapping sleeve of one standard size smaller than the main to be tapped and immediately increasing the pipe to a larger size shall not be allowed without prior approval by the Chief Water Utilities Engineer. 1.10.02 Cut -in Tees A. When it is necessary for a size -on -size connection and interruption of water service is not an issue, a cut -in tee with valve shall be used. B. Cut -in tees shall not be used without prior approval by the Chief Water Utilities Engineer. 1.11 Flanged Outlets 1.11.01 All side outlets for valve attachments on lines 16-inches and larger shall be flanged. 1.12 Valve Spacing 1.12.01 Valves shall be provided in the distribution system so that no single accident, break or repair will necessitate shutting down a length of pipe greater than 600 feet. A. On distribution mains 12-inch diameter and smaller, valves shall be located at each tee, cross or other junction. B. Valves shall be installed at each junction such that no more than one connecting leg is unvalved. 1.12.02 On 16-inch arterial mains, valves shall be spaced no greater than 800 feet as the arterial feeder main traverses undeveloped land or is not intersected by other distribution mains. 1.12.03 Transmission mains 20-inch diameter and larger shall be equipped with valves at one-half mile intervals unless intersected by arterial mains or other distribution mains, or it is determined that more valves are required. 1.13 Fire Protection Requirements 1.13.01 Fire protection must comply with Fire Marshall's Office regulations, and in no case be less than currently adopted International Fire Code requirements. A. Each building in the city limits shall be within 500 feet of a fire hydrant, as measured by lay- of -hose length. 1.13.02 In all cases, the following criteria shall be adhered to: Section 1 A. Fire hydrant leads shall be minimum 6-inch diameter, sole purpose and shall not exceed 150 feet in length. The entire length of the lead shall be mechanically restrained. 7 j Design Standards and Specifications Water Standards 1.10 Methods of Connection 1.10.01 Tapping Sleeves A. Tapping sleeves with tapping valves shall be used whenever possible for connections to existing mains in order to avoid interruption of water service. B. Maximum tap size shall be no larger than one standard size smaller than the main to be tapped. C. Size -on -size taps shall not be allowed without prior approval by the Chief Water Utilities Engineer. D. Using a tapping sleeve of one standard size smaller than the main to be tapped and immediately increasing the pipe to a larger size shall not be allowed without prior approval by the Chief Water Utilities Engineer. 1.10.02 Cut -in Tees A. When it is necessary for a size -on -size connection and interruption of water service is not an issue, a cut -in tee with valve shall be used. B. Cut -in tees shall not be used without prior approval by the Chief Water Utilities Engineer. 1.11 Flanged Outlets 1.11.01 All side outlets for valve attachments on lines 16-inches and larger shall be flanged. 1.12 Valve Spacing 1.12.01 Valves shall be provided in the distribution system so that no single accident, break or repair will necessitate shutting down a length of pipe greater than 600 feet. A. On distribution mains 12-inch diameter and smaller, valves shall be located at each tee, cross or other junction. B. Valves shall be installed at each junction such that no more than one connecting leg is unvalved. 1.12.02 On 16-inch arterial mains, valves shall be spaced no greater than 800 feet as the arterial feeder main traverses undeveloped land or is not intersected by other distribution mains. 1.12.03 Transmission mains 20-inch diameter and larger shall be equipped with valves at one-half mile intervals unless intersected by arterial mains or other distribution mains, or it is determined that more valves are required. 1.13 Fire Protection Requirements 1.13.01 Fire protection must comply with Fire Marshall's Office regulations, and in no case be less than currently adopted International Fire Code requirements. A. Each building in the city limits shall be within 500 feet of a fire hydrant, as measured by lay- of -hose length. 1.13.02 In all cases, the following criteria shall be adhered to: A. Fire hydrant leads shall be minimum 6-inch diameter, sole purpose and shall not exceed 150 feet in length. The entire length of the lead shall be mechanically restrained. Section 1 7 Design Standards and Specifications Water Standards B. Private fire protection lines and hydrant leads shall connect at the main with a gate valve or tapping valve of at least equal size to the fire protection line. C. A fire hydrant is required within 200 feet of a Fire Department Connection. D. Fire lines from public mains to buildings shall be installed by a state certified fire sprinkler firm and tested to Fire Marshall's Office requirements. E. Fire hydrants shall be located at intersections wherever possible. i. Consult Section C-104 of the International Fire Code for requirements on hydrants that may obstruct access during fire fighting operations. F. A hydrant shall be placed at the throat or beginning of each cul-de-sac at the intersecting street. 1. Additional fire hydrants may be required based on length of cul-de-sac. ii. Fire hydrants placed at the bulb end of cul-de-sacs should be avoided. G. On divided highways hydrants shall be placed on each side of the highway wherever possible. H. Fire hydrants shall be installed with the 4-inch nozzle facing the required access way or street. I. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet is 18 inches above the ground. J. Fire hydrants shall be placed so that they are readily visible from the street and shall be no closer than 2 feet nor further than 5 feet from back of curb. Fiji K. A reflective, blue, raised pavement marker shall be placed at the center of the required access L. way or street for any new fire hydrant installation, in line with the 4-inch nozzle. No bushes, ground cover over 6 inches in height, or other obstructions shall be placed within a 5 foot radius in all directions of a hydrant or fire department connection. M. Where fire hydrants are vulnerable to vehicular damage, appropriate crash posts shall be provided. i 1. No obstructions shall exist within a 3-foot working area of each fire hydrant. ii. Crash posts shall be 4-inch, cement -filled pipe with a minimum of 3 feet above finished grade and 2 feet of pipe anchored in concrete below grade. N. Fire hydrants shall be in operation before framing is started or combustibles are stored on any construction site. 0. Streets and fire access roadways shall be able to support fire apparatus in wet weather before framing is started or combustibles are stored on any construction site. 1.14 Easements 1.14.01 When it is determined not to be feasible to construct a public water distribution main in a street or alley, the installation may be made in a dedicated easement or right-of-way. 1.14.02 The minimum width of an easement or right-of-way for a public water distribution main is 10 feet exclusive, 20 feet if shared with a public sanitary sewer main or other utilities or if depth of water distribution main is greater than 10 feet. 1.14.03 When a fire hydrant is to be installed on private property, an easement shall be dedicated which provides a minimum of 5 feet clearance in all directions from the center of the fire hydrant. Section 1 8 f _, Design Standards and Specifications Water Standards 1.15 Soil Analysis 1.15.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed water distribution main, recommended methods of dewatering for water distribution main construction, and the recommended methods of backfilling and compacting to be used. 1.16 Pipe Restraints and Reaction Blocking 1.16.01 The size of required pipe restraints and reaction blocks shall be determined by the Design Engineer for the project based on the allowable soil pressure and the anticipated working pressure plus water hammer of the line. 1.16.02 For restrained joint lengths required, refer to Appendix A as derived from EBAA Iron, Inc. 1.17 Tunneling, Jacking and Boring 1.17.01 Tunneling, jacking and boring are methods used for water line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities Engineer. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe. D. Casing pipe thickness shall be: <16 inches 3 8 inch > 16 inches 1 2 inch E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. I. Only purpose-built centralizers may be used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. 1.17.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the Chief Water Utilities Engineer. 1.17.03 Annular space between casing or uncased pipe and bored hole shall be Injection grouted. 1.18 Dead-end Mains 1.18.01 A dead-end main is defined as a length of water line greater than 150 feet with no looped connection. 1.18.02 Dead-end mains shall not be allowed unless approved by the Chief Water Utilities Engineer. 1.18.03 Where dead-end mains are necessary as a stage in the growth of the system, they shall be ( designed so that: t._,, Section 1 9 Design Standards and Specifications Water Standards A. The system may be periodically flushed by use of a blow -off valve or fire hydrant, or B. A temporary looped connection is installed. 1.19 Abandonment of Water Mains Section 2 1.19.01 When a water line is to be abandoned, allowances shall be made so that existing and new water mains may be in service simultaneously, thereby providing a means for transferring customer's service from the old main to the new main with minimal interruption. 1.1.9.02 If the construction of a proposed main necessitates the abandoning of the existing main prior to the new main's placement into service, provisions for a temporary water main with services must be addressed. 1.19.03 On mains to be abandoned, the designer shall note locations of cut and plug as close as possible to the main that remains in service. 1.19.04 Fire hydrants, valves and other fittings located on mains to be abandoned shall be removed and delivered to the City of Lubbock Water Utilities Department. 10 N N Design Standards and Specifications Water Check List SECTION 2 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS 2.1 Plan Submittal Requirements 2.1.01 All water main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Water Distribution prior to submittal to the Water Utilities Engineering Department. 2.1.02 Plan Review A. The Design Engineer shall submit two sets of water main construction plans to the Chief Water Utilities Engineer for review and comment. B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set shall be returned to the Design Engineer with comments. 1. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 8 sets of plans shall be provided for final approval for construction. L If a fire hydrant or fire protection service is specified for installation, 2 additional sets of water plans shall be submitted with the construction sets (10 total). ii. If the proposed infrastructure is intended to serve a commercial structure, 1 additional set of water plans shall be submitted with the construction sets (9 or 11 total). ill. If additional approved plan sets are required by the Design Engineer, the appropriate amount of additional plans shall be provided at this time. iv. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be logged into the City's GIS data base and distributed as follows: L Two (2) sets will be returned to the Engineer. ii. Six (6) sets will be distributed to the City's inspectors and support staff. ill. Where applicable, 2 sets will be delivered to the Fire Marshall's Office. iv. Where applicable, 1 set will be delivered to the Building Inspection Department. E. The Design Engineer shall notify TCEQ in writing prior to the start of construction. 1. A copy of the TCEQ notification letter shall be submitted to the Water Utilities Engineering Department. [ ' F. Final construction plans should not be submitted for Water Utilities Engineering Department approval for work that will not be installed within 6 months of the approval date. 1. Delays between approval date and construction may require resubmittal of the plans t- for review under current standards. 2.1.03 Pro Rata Estimate and Fees A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. I Section 2 11 Design Standards and Specifications Water Check List C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 2.1.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Water Utilities Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Water Utilities Engineering Department. 1. Copies of the written approval shall be attached to the construction plans and maintained on the job site.. 2.1.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. 1. The City of Lubbock Water Utilities Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings" certified by the Design Engineer shall be presented to the Water Utilities Engineering Department within 30 days of completion of the construction. 1. Record Drawings shall include locations of all valves, valve vaults, fire hydrants, bends and tees or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, , then reproducible Mylar Record Drawings shall be presented to the Water Utilities Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. 2.1.06 Acceptance j A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the Chief Water Utilities Engineer for a Certificate of Acceptance of Utility Construction. i. Water distribution system improvements shall not be put online or brought into service without written approval by the Water Utilities Engineering Department. Lill H. A newly constructed system will not be accepted until the supplying, adjacent system has been accepted. ill. A Certificate of Acceptance of Utility Construction shall not be issued until Record _ Drawings are provided to the Water Utilities Engineering Department. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed water system will not be released by the Water Utilities Engineering Department until said system has been brought into service. Section 2 12 11 Design Standards and Specifications Water Check List 2.2 Plan Details 2.2.01 Plan Format A. Standard drawing size shall be 24-inch by 36-inch. 2.2.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Chief Water Utilities Engineer: (806) 775-2324 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Statement: "All work shall be performed in accordance with the City of Lubbock Design Standards and Specifications." B. Plan L Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Water Mains (Bold — Solid) a. Stationing b. Size c. Length d. Material and Type of Joints e. Location Dimensions f. Fittings g. Tees h. Crosses 1. Reducers j. Bends k. Plugs 1. Blow -offs m. Thrust Blocks n. Valves o. Fire Hydrants Section 2 13 Design Standards and Specifications r Water Check List vii. Existing Utility Lines (Gray — Dashed) with Location and Depth According to the Following Standard:-- -- W--W--W----- WATER LINE 5-5—s SANITARY SEWER LINE -------G--G--G GAS LINE EOC— FOC— FIBER OPTIC CABLE CATv—CATv-- CABLE TELEVISION sw---sr:-- STORM WATER LINE UOE---- UGE— UNDER GROUND ELECTRIC OHE— ONE— OVER HEAD ELECTRIC UGT---- UGT---- UNDER GROUND TELEPHONE OHT— OHT---- OVER HEAD TELEPHONE TS— TS TRAFFIC SIGNAL LINE T� C. Profile (required for water lines greater than 12-inch diameter), i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers ill. Existing and Proposed Utilities Where Crossed iv. Proposed Water Main Control Elevation and Grades D. Plan, Profile and Complete Details for Off -Site Transmission Mains, Pump Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required 1. Standard Bedding Detail I ii. Thrust Block and Joint Restraint Tables ill. Fire Hydrant Detail iv. Tapping Details v. Air Valve Detail vi. Blow -off Detail vii. Crossing Detail F. Overall Layout Sheet - If Required L Scale 1 "=101Y ii. Lot Lines ill. Streets and Street Names iv. Water Line Sizes and Material v. Valves vi. Fire Hydrants vii. Connections to Existing System Section 2 14 l `L L Design Standards and Specifications Sewer Standards SECTION 3 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS 3.1 General 3.1.01 All sanitary sewer system design shall be in accordance with the requirements of TCEQ Chapter 217, AWWA Standards, City of Lubbock Sewer System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Sanitary Sewers. 3.2 Design Flow 3.2.01 The design of the sanitary sewer system shall be based on the following: A. For sewers in new developments sewer main lines and lift stations shall be designed for the estimated future population to be served plus adequate allowance for future institutional and commercial flows. B. Minimum flow capacity for sizing of sewers for peak flow conditions shall not be less than the following: _ nE Average Daily Flow 100 gpcd Peak Factor, 2-hour flow <0.5 MGD 5 - Peak Factor, 2-hour flow >0.5 MGD 4 Capita per Household (Single Famil 3.2 persons Capita per Household Multi-famil 2.5 1 persons C. Minimum residential population density shall be figured on a basis of 6 houses per acre, and 70 percent of total land area developed as residential, unless detailed analysis of the area to be served indicates differently. D. Design flow for development other than residential use shall be based on the following or as directed by the Chief Water Utilities Engineer: Trailer Park — transient 2.5 persons/trailer 50 Mobile Home Park 3 persons/trailer 75 School with cafeteria With showers 20 Without showers 15 Recreational Parks Day Use 5 Overni ht Use 30 Commerdal Industrial Building 20 Motel 50 Restaurant Per meal served 5 Hospital Per bed 200 Nursing Home Per bed 100 Section 3 is Design Standards and Specifications Sewer Standards 3.3 Hydraulic Design 3.3.01 The minimum velocity at the design flow rate shall be 2.0 feet per second. 3.3.02 Maximum allowable velocity shall be 10 feet per second. 3.3.03 Manning's coefficient for design purposes shall be n=0.013 for PVC pipe. 3.3.04 Manhole inverts shall be designed in such a manner that the energy gradient is consistently falling in the direction of flow. 3.4 Design Details 3.4.01 Sewer Pipe A. The standard pipe sizes that shall be used are 6-, 8-, 10-, 12-, 15-, 18- and 21-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock sanitary sewer system, unless approved by the Chief Water Utilities Engineer. B. The following slopes shall apply to sanitary sewer mains: A. Sewer main lines shall be straight between manholes both in line and grade. B. All sewer main lines shall terminate in a manhole. i. Cleanouts on sewer main lines shall not be permitted without written approval of the Chief Water Utilities Engineer. 3.4.02 Manholes A. Manholes shall be a minimum of 48-inch diameter and shall be provided at every change in direction, grade, or connection with other sewer main lines. B. Manhole spacing and depth shall be as follows: - • - • - • - • •i . �� C. Manholes greater than 16 feet deep or serving pipes larger than 15 inches shall be 60-inch diameter and include a protective coating system per the Approved Materials List. D. Connections at manholes shall be designed such that the crowns of connecting pipes are equal elevation if possible. E. Force mains shall discharge directly into a manhole through a 900 downspout connection. Section 3 16 Design Standards and Specifications Sewer Standards F. Manholes receiving force main discharge shall include a protective coating system per the Approved Materials List. G. Minimum elevation difference across manhole inverts shall be as follows: Greater tha—n 66 H. Drop manholes shall be provided for sewer main lines entering a manhole at an elevation 24 inches or more above the manhole invert. I. Drop connections on new manholes shall be constructed with an exterior or `outside" drop system. ii. Drop connections on existing manholes shall be constructed with an interior or "Inside" drop system. I. Where the difference in elevation is less than 24 inches, the Invert shall be filleted to prevent solids deposition. 1. Manholes shall be stubbed out with suitable size pipe wherever future extension of the sewer Is anticipated. I. Stub -outs shall extend beyond the edge of existing or proposed paving. K. Inflow Prevention Devices (IPDs) shall be specified on all new manhole installations. 3.4.03 Service Connections A. Tees or wyes shall be provided in sewer main lines for service connections at each lot or building site. B. Service connections shall ordinarily be located 5.0 feet south or east of the centerline of the lot. C. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. D. Minimum size service connections shall be 4 inch diameter. E. Maximum size service connection shall be no larger than one standard size smaller than the main to be tapped. F. Size -on -size service connections are not allowed. G. Gravity sewer taps shall connect to sewer main lines at or above the spring line. H. No gravity service lines shall discharge directly into a manhole. I. Service connections shall not be installed within 5 feet of the outside wall of a manhole. 3.5 Typical Layout 3.5.01 Unless approved otherwise by the Chief Water Utilities Engineer, sanitary sewer mains shall be located: A. In north -south alleys or streets, 5 feet east of the centerline. B. In east -west alleys or streets, 5 feet south of the centerline. 3.5.02 Sanitary sewer mains to provide service connections shall be located within an alley or easement. Section 3 17 r� t Design Standards and Specifications j Sewer Standards A. Service connections shall not be allowed within street right-of-way without written approval of the Chief Water Utilities Engineer. 3.5.03 Where a sanitary sewer main crosses a street, the crossing shall be made at as near to perpendicular as possible. 3.5.04 Manholes shall be located as to provide access for maintenance crews and equipment. A. Where possible, manholes in streets should be designed to fall outside of wheel paths. B. Where possible, manholes in alleys should be designed to fall at the projected intersection of perpendicular lot lines. 3.5.05 In all instances sanitary sewer mains shall extend to the extremities of the platted property or the subdivision served. 3.6 Bedding and Cover _._. 3.6.01 Sewer mains shall ordinarily have a minimum of 4 feet of cover from top of pipe to finished ground surface. A. Where less than 5 feet of elevation difference between the finished lot grade at building line and the top of the sewer main is provided, the plans shall indicate that the lot is served by a "shallow sewer" and appropriate elevation information shall be given. B. Where a sewer main has less than 4 feet of cover, provisions shall be made to protect the pipe from impact loading when located in a street or alley. C. Maximum sanitary sewer depth in alleys shall be 12 feet unless approved by the Water Utilities Engineering Department. 3.6.02 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Sanitary Sewer Main Construction but in all cases shall be not less than manufacturer recommendations. 3.7 Relation to Water Mains 3.7.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 3.7.02 Sewers shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed water mains. A. Where the 9-foot separation distance cannot be achieved, the following guidelines shall apply: C 1 I. New sanitary sewer installation — parallel lines: a. Where a new sanitary sewer main parallels a water line: (1) The sewer shall be constructed of ductile iron or PVC meeting ASTM specifications with- a pressure rating for both the pipe and joints of 150 psi. (2) The- vertical separation shalt- be --a minimum of 2 feet and the horizontal separation shall be a minimum of 4 feet between outside diameters. (3) The sewer shall be located below the water line. ii. New sanitary sewer installation — crossing lines: a. Where a sanitary sewer crosses under a water line and the sewer is constructed of =. ductile iron or PVC with a minimum pressure rating of 150 psi: Section 3 18 i Design Standards and Specifications Sewer Standards (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. b. Where a sanitary sewer crosses under a water line and the sewer is constructed of ABS truss pipe, similar semi -rigid plastic composite pipe, clay pipe or concrete pipe with gasketed joints (Non -pressure rated pipe): (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. c. Where a sanitary sewer crosses over a water line: (1) An absolute minimum separation distance of 1 foot between outside diameters rti shall be maintained. (2) All portions of the sewer within 9 feet of the water line shall be encased in a joint of 150 psi pressure class pipe at least 18 feet long and 2 nominal sizes larger than the new conveyance. (3) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (4) The encasement pipe should be centered on the crossing and each end sealed with watertight non -shrink cement grout or a manufactured watertight seal. (5) Both the waterline and sanitary sewer main must pass a pressure and leakage - test as specified in AWWA C600. Ill. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. .vt iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. ' B. Sanitary sewer manhole and clean out separation from water I. Manholes and clean outs must be installed so as to provide a minimum of 9 feet of outside to outside clearance from an existing or proposed water line. ii. Where the 9-foot separation distance cannot be achieved, an encasement pipe as described in subparagraph (c.) above may be used for the water line. 3.7.03 Water and sewer lines shall be installed in separate trenches. Section 3 19 �F Design Standards and Specifications Sewer Standards 3.7.04 For other instances not covered in these design standards, consult current TCEQ regulations. 3.8 Abandonment of Sewer Mains and Manholes 3.8.01 When a sewer system is to be abandoned the Design Engineer shall ensure that all existing mains and service connections are properly plugged or transferred to the new system prior to decommissioning of the existing system. 3.8.02 Sewer Mains A. If a line to be abandoned terminates in a manhole that will remain in service, the existing main to be decommissioned shall be plugged from within the manhole and clearly marked on the plans. 1. Cutting and plugging of existing lines directly outside of manholes should be avoided. B. If a portion of a line is to be abandoned a manhole must be installed on the new terminus of the portion of line to remain in service. 3.8.03 Sewer Manholes A. Manholes may be decommissioned by either of the following methods or as approved by the Chief Water Utilities Engineer: i. Complete removal of the manhole structure including ring, lid, cone, riser sections, base and all appurtenances. The excavation shall be backfilled with compacted native material or flowable fill. ii. Remove cone, ring and lid sections and backfill to top of remaining structure with flowable fill. Remaining excavation shall be backfilled with compacted native material or flowable fill. 3.9 Easements 3.9.01 When it is determined not to be feasible to construct a public sanitary sewer line in a street or alley, the installation may be made in a dedicated easement or right-of-way. 3.9.02 The minimum width of easement or right-of-way for a public sanitary sewer is 10 feet exclusive, 20 feet if shared with a public water main or other utilities or if depth of sewer main is greater than 10 feet. 3.10 Soil Analysis 3.10.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed sewer, recommended methods of dewatering for sewer main construction, and the recommended methods of backfilling and compacting to be used. 3.11 Tunneling, Jacking and Boring 3.11.01 Tunneling, jacking and boring are methods used for sewer line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities S Engineer. -1 Section 3 20 Design Standards and Specifications Sewer Standards C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe. D. Casing pipe thickness shall be: <16 inches 3 8 inch >_16 inches 1 2 In E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. i. Only purpose-built centralizers maybe used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores In excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. 3.11.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the Chief Water Utilities Engineer. 3.11.03 Annular space between casing or uncased pipe and bored hole shall be Injection grouted. 3.12 Lift Station 3.12.01 A thorough engineering analysis must be performed on physical and economic factors to determine if a lift station is required. A. A preliminary engineering report will be required to list all factors including TCEQ regulations as outlined in the Standard Specifications for Sanitary Sewer Construction. B. The Chief Water Utilities Engineer will review the preliminary report and reserves the right to determine if there is merit to require a lift station. C. After approval of the preliminary report design shall follow the Standard Specifications for Sanitary Sewer Main Construction. D. Design of a lift station facility shall take into consideration the entire drainage basin. E. The review and approval process for lift station design could be subject to addition rules and requirements more comprehensive than those listed in these specifications. Section 3 21 1 Design Standards and Specifications Sewer Check List SECTION 4 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS 4.1 Plan Submittal Requirements 4.1.01 All sanitary sewer main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Sanitary Sewer prior to submittal to the Water Utilities Engineering Department for approval. 4.1.02 Plan Review A. The design Engineer shall submit two sets of sanitary sewer main construction plans to the Chief Water Utilities Engineer for review and comment. B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 8 sets of plans shall be provided for final approval for construction. i. If the proposed infrastructure is intended to serve a commercial structure, 1 additional set of sanitary sewer plans shall be submitted with the construction sets (9 total). ii. If additional approved plan sets are required by the Design Engineer, the appropriate amount of additional plans shall be provided at this time. ill. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be logged into the City's GIS data base and distributed as follows: i. Two (2) sets will be returned to the Engineer. ii. Six (6) sets will be distributed to the City's inspectors and support staff. iii. Where applicable, 1 set will be delivered to the Building Inspection Department. E. The Design Engineer shall notify TCEQ in writing prior to the start of construction. i. A copy of the TCEQ notification letter shall be submitted to the Water Utilities Engineering Department. F. Final construction plans should not be submitted for Water Utilities Engineering Department approval for work that will not be installed within 6 months of the approval date. 1. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 4.1.03 Pro Rata Estimate and Fees A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. Section 4 22 Design Standards and Specifications Sewer Check List D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 4.1.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Water Utilities Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Water Utilities Engineering Department. 1. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 4.1.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. I. The City of Lubbock Water Utilities Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings", certified by the Design Engineer, shall be presented to the Water Utilities Engineering Department within 30 days of completion of the construction. I. Record Drawings shall include locations of all lift stations, manholes or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the Water Utilities Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. 4.1.06 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the Chief Water Utilities Engineer for a Certificate of Acceptance of Utility Construction. I. Sanitary sewer system improvements shall not be put online or brought into service without written approval by the Water Utilities Engineering Department. ii. A newly constructed system will not be accepted until the receiving, downstream system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Water Utilities Department. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed system will not be released by the Water Utilities Engineering Department until said system has been brought into service. Section 4 23 ,, Design Standards and Specifications Sewer Check List 4.2 Plan Details 4.2.01 Plan Format A. Standard drawing size shall be 24-inch by 36-inch. 4.2.02 The following details shall be shown on the plans: A. General L Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Chief Water Utilities Engineer: (806) 775-2324 ' b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Statement: "All work shall be performed in accordance with the City of Lubbock Design Standards and Specifications." B. Plan i. Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Sanitary Sewer Mains (Bold — Solid) a. Stationing b. Size l c. Materials d. Gradients e. Length between Manholes jI f. Proposed Manholes g. Elevation of Inverts In And Out Of Manhole h. Elevation of Manhole Rim i. Location Control Dimensions j. Manhole Stub -Outs_: k. Proposed Future Extensions I. Proposed Service Connections or Stub -Ins m. Standard Bedding Cross -Section } n. Proposed Concrete Encasement o. Proposed Cut -Off Walls Section 4 24 Design Standards and Specifications Sewer Check list vii. Existing Utility Lines (Gray - Dashed) with Location and Depth According to the Following Standard: w- -w—w WATER LINE s--s----s SANITARY SEWER LINE G—G—G--- GAS LINE FOC— Foc— FIBER OPTIC CABLE CATV— CA7V-- CABLE TELEVISION sw—SW STORM WATER LINE uGE--- UGE---- UNDER GROUND ELECTRIC QHE—OHE-- OVER HEAD ELECTRIC UGT----- UGT---- UNDER GROUND TELEPHONE oHT— OHT-- OVER HEAD TELEPHONE Ts— TS TRAFFIC SIGNAL LINE C. Profile i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers ill. Existing and Proposed Utilities Where Crossed iv. Existing Manhole Invert and Rim Elevations D. Plan, Profile and Complete Details for Off -Site Force or Gravity Mains, Lift Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Standard Manhole Detail iii. Drop Manhole Details iv. Tapping Details F. Overall Layout Sheet - If Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Sewer Line Sizes and Material v. Manholes vi. Connections to Existing System Section 4 25 Design Standards and Specifications Water Specifications SECTION 5 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.1 General 5.1.01 All water main construction within the City of Lubbock water system or for future connections to the City of Lubbock water system shall be accomplished in accordance with the requirements of these specifications. 5.2 Plan Requirements 5.2.01 Water main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 5.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Water Distribution and shall show all information called for on the City of Lubbock Check List for Water Distribution Construction Plans. 5.3 Plan Approval 5.3.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 5.4 Inspection z ` 5.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours prior to the planned construction is to commence and also before starting up when construction is interrupted for any reason. I 5.4.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 5.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, by written notice, may order that portion of construction in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 5.5 Specifications 5.5.01 All standard specifications and quality standards; i.e., ASA, AMA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 5.6 Materials of Construction., g 5.6.01 Water Pipe A. All pipe used in the City of Lubbock water distribution system shall be C900 PVC, C905 PVC, C906 High Density Polyethylene (HDPE), Cement -lined Ductile Iron, C301 Prestressed - Section 5 26 � q s tStt Design Standards and Specifications Water Specifications Section 5 Concrete Steel Cylinder Pressure Pipe or C303 Concrete Bar -wrapped Steel Cylinder Pressure Pipe and shall conform to the Approved Materials List. B. The following are approved materials for water main construction: 1. PVC Pipe a. Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with AWWA C900 or C905 specifications and shall be minimum DR-18, Pressure Class 235 PSI. b. Pipe shall be furnished with bell and spigot joint with rubber gasket joint conforming to the above specification. c. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. d. Water pipe shall be blue. ii. High Density Polyethylene (HDPE) a. HDPE pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of the latest revision of AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 PSI. b. Use of HDPE pipe must be preapproved by the Chief Water Utilities Engineer in writing prior to use within the City of Lubbock service area. Ill. Cement -lined Ductile Iron Pipe a. Ductile iron pipe shall conform to AWWA C150 — ANSI A21.50 and AWWA C151 — ANSI A21.51. b. All ductile iron pipe shall be cement lined in accordance with AWWA C104 - ANSI A21.4 specifications. The external surface shall be coated with an asphalt base paint. c. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. d. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. e. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C111 - ANSI A21.11 or its latest revision. f. Flanged joints shall conform to AWWA C115 —ANSI A21.15 iv. Concrete Cylinder Pipe a. Pre -stressed Concrete Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C301. b. Concrete Bar -wrapped Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C303. c. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi longitudinally and helically. d. The joints of the pre -tensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303. e. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pre -tensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to ASTM C150 and C77. (2) Sand for the mortar shall conform to ASTM C33 for fine aggregate. f. The exterior joints on pre -tensioned concrete cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be 9 inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 27 Design Standards and Specifications Water Specifications 5.6.02 Service Saddles A. 1-inch and 2-inch Service Connection I. Service connections shall be made through an approved service saddle. a. Service saddles shall be manufactured to conform to ASTM A240 Type 304 stainless steel. b. Service saddles shall be 4-bolt, double band type. c. Service saddle shall be fusion bonded epoxy or nylon coated. d. 1-inch service saddles shall have AWWA Tapered (CS/CC) threaded connection. e. 2-inch service saddles shall have iron pipe sized (IPS) threaded connection. 5.6.03 Tapping Sleeves A. +inch through 12-inch Main Line Connection I. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. ii. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. Ili. Bolts and hex nuts shall be stainless steel. B. 16-inch through 24-inch Main Line Connection i. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. Tapping sleeves shall be capable of withstanding a working pressure of 200 psi. H. Flanges shall be fabricated from steel plate conforming to ASTM Standard Designation A36 or A285, Grade C. Ili. Dimensions shall conform to AWWA Standard C207, "Steel Pipe Flanges," Class D. a. Flanges shall be machined to a flat face with finish of 250 micro -inches or machined to a flat surface with a serrated finished in accordance with AWWA Standard C-207, "Steel Pipe Flanges." b. Machined face shall be recessed for tapping valves in accordance with the MSS Standard SP-60. iv. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. v. Bolts and hex nuts shall be stainless steel. C. Testing Outlet i. A 3/4-inch NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a 3/4-inch square head pipe plug. D. Painting I. All surfaces of the saddle shall be clean, dry, and free from grease and dirt before painting. ii. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall be given a shop coat of a two-part thermosetting epoxy. Face of flanges shall be shop coated with a rust preventive compound. Ili. Bolts and nuts shall be shipped bare, no paint or protective coating. Section 5 28 Design Standards and Specifications Water Specifications 5.6.04 Ductile Iron Fittings A. Fittings shall be mechanical joint or rubber gasket AWWA Class D bell with transition gasket for the type of pipe used. B. All fittings shall be lined with cement or coal tar and coated with an asphaltic paint. C. Fittings shall conform to AWWA C104, AWWA C110 and AWWA C111 latest revision. 5.6.05 Double Disc Gate Valves A. Double disc gate valves 12-inch and smaller shall be parallel seat, ductile iron body and bronze mounted throughout. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. 1. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C500 standards. 5.6.06 Resilient Seat Gate Valves A. Resilient seat gate valves 12-inch and smaller shall be ductile iron. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C509 or C515 standards. 5.6.07 Butterfly Valves A. Butterfly valves 16-inch and larger shall be ductile iron and may be either short body or long body lengths. L Butterfly valves shall be installed in a concrete valve vault and shall be equipped with a hand wheel, a 2-inch square operating nut, a locking device and a position indicator. ii. Valve shall open by turning to the left (counter -clockwise). iii. Valves shall be designed for positive stop in the closed position. iv. Valve shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. v. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. vi. Valves shall comply with the latest revision of AWWA C504 for Class 150B. B. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type to be approved by Water Utilities Engineering Department. 5.6.08 Pressure Regulating Valves A. The function of a pressure regulating valve is to reduce an existing high pressure to a pre - adjusted lower downstream pressure for varying rates of flow without causing shock or water hammer on the system. L The pressure reducing valve shall be hydraulically operated with a free floating guided piston having a seat diameter equal to the size of the valve. ii. A pilot valve for controlling operation of the main valve shall be a single seated, diaphragm operated and spring loaded type. Section 5 29 i'. Design Standards and Specifications Water Specifications iii. Pilot valve shall be attached to the main valve with piping and isolation valves so arranged for easy access in making adjustments and also for its removal from the main valve while the main valve is under pressure. iv. Needle valve shall be all bronze and included with the main valve to control the speed of piston travel. v. An indicator rod shall be furnished as an integral part of the valve to show the position of the piston within the valve body. vi. The valve shall be designed to provide an access opening in the valve body for removing the piston and other internal parts without removing the main valve body from the line. B. The valve shall be fully bronze -mounted and all packing shall have either leather or rubber seals to provide tight closure and prevent metal to metal friction. L Valves shall be ductile iron body. ii. Bronze casting or parts for internal trim shall conform to ASTM B62. C. All valves shall be furnished with flanged ends sized and drilled in accordance with ANSI B16.1, Class 125. 1. Flanges and covers shall conform to ASTM A126, Class B. H. Flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA C207. D. Pressure regulating valves shall be capable of withstanding an operating pressure of 150 psi. E. Body of the pressure reducing valve shall be given a hydrostatic test of 50% more than the operating pressure specified herein. A second test of check seating of the cylinder shall be made at the operating pressure. F. All surfaces of the valve shall be clean, dry, and free from grease and dirt before painting. 1. Ductile iron surfaces, except the machined face of the flange, shall be evenly coated with a suitable primer to inhibit rust, or a black asphalt varnish in accordance with Federal Specification T1 TV-51e. ii. The face of flanges shall be shop coated with a rust preventive compound. G. Pressure regulating valves shall be installed in an approved concrete valve vault. 5.6.09 2-inch Combination Air and Vacuum Release Valves A. The function of a combination air and vacuum release valve is to allow air to escape during I pipeline filling and to enter during draining of the pipeline. Valve shall close water tight when liquid enters the valve. The valve shall also be capable of releasing small pockets of trapped air after the pipeline is filled and under pressure. 1. Combination air and vacuum release valves shall be shop assembled and shipped as a complete unit ready for field installation. ii. The combination air valve shall be the single body type. ill. The valve body and cover shall be designed to operate under a maximum working pressure of 150 psi. iv. Material shall be one of the following: a. Valve body (1) Cast Iron - ASTM A48-CIass 35 (2) Cast Steel - ASTM A27 GR U60-30 i vi (3) Ductile Iron - ASTM A536 GR 65-45-12 (4) Bosses for tapping pipe threads shall be cast integrally with each valve body and cover. U Section 5 30 r-, Design Standards and Specifications Water Specifications b. Float shall be stainless steel. c. All other internal parts shall be fabricated from bronze. d. Valve seat shall be fabricated from oil resistant synthetic rubber. v. The diameter of the large orifice of the combination air valve shall be 2 inches and the small orifice diameter shall be 3/32 inch. vi. Inlet shall be 2 inches in diameter with tapered iron pipe thread conforming to AWWA C800. B. Guard Valve and Connecting Pipe I. Guard valve to be used with air valve shall be bronze bail valve with female iron pipe thread ends. ii. Connections between the air valve and the guard valve shall be made using brass nipples with tapered iron pipe threads conforming to AWWA Standard C800. C. All components shall be capable of withstanding an operating pressure of 150 psi. D. Each shop assembled valve shall be given a hydrostatic test of 2 times the rated operating pressure. During the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. E. All surfaces of the valve shall be clean, dry and free from grease before painting. Exterior and interior surfaces except the stainless steel trim and the seating surface of the flange face shall be evenly coated with a suitable primer, or a black asphalt varnish in accordance with Federal Specification TT V51 C or Military Specification C-450-C, Type II. 5.6.10 Swing Check Valves A. Swing check valves shall be manufactured in accordance with AWWA Standard C508, "Swing - Check Valves for Ordinary Waterworks Service", with the following additional requirements or exceptions. B. All valves shall be iron body, fully bronze -mounted, metal to metal seating with a swing -type disc. 1. Valves installed in vaults shall be in a horizontal position with exterior lever and adjustable spring or weight operation. H. Valves which are buried shall be installed in a horizontal position and shall be gravity operated with no external levers or weights. C. Swing check valves shall be capable of withstanding an operating pressure of 150 psi. D. Bolts and hex nuts used for attaching top cap to the body shall be the manufacturer's standard, either fabricated from a low -alloy steel for corrosion resistance or electroplated with zinc or cadmium. I. The hot -dip process in accordance with ASTM A135 is not acceptable for the threaded portions of the bolts and nuts. E. Fiat gasket, either ring type or full faced type, required at the body and cap connection, shall be fabricated from compressed asbestos sheet with a rubber compound binder. I. Use of a homogeneous rubber or vegetable fiber sheets is not acceptable. F. All check valves shall be furnished with flanged ends. The size and drilling shall be in accordance with ANSI B16.1 Class 125; flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA Standard C207. G. All surfaces of the valve shall be clean, dry and free from grease before painting. t_ Section 5 31 t Design Standards and Specifications Water Specifications 1. All ferrous surfaces, exterior and interior, except the seating surfaces of flange faces, shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification Tl TV-51e. ii. Flange faces shall be shop coated with a rust preventive compound. 5.6.11 Blowoffs A. Temporary or permanent blowoffs may be fabricated from 2-inch pipe with a 2-inch gate valve. B. Valve to be iron bodied bronze mounted with 2-inch square operating nut complete with valve box. C. Valve and valve box shall be as specified in the Approved Materials List. 5.6.12 Fire Hydrants A. Fire hydrants shall be standard AWWA C502 hydrants, iron body, bronze mounted throughout including drain seat ring, and shall be designed for a working pressure of 150 psi. B. Fire hydrants shall be traffic model type and shall have a 5-1/4 inch valve opening, two 2-1/2 inch hose nozzles, one 4-inch steamer nozzle with 4 threads per inch and a crest to crest dimension of 4.995 inches, and shall open by turning counter -clockwise. C. Hydrants shall be for 6-inch mechanical joint connection and shall be 4-1/2 foot bury unless otherwise shown on plans. D. When required, a single fire hydrant extension section shall be used to bring the fire hydrant to the appropriate elevation. No more than one extension will be allowed per installation. E. Operating nuts shall be 1-1/2 inch pentagons measured to a point. F. Hydrants shall be painted orange. G. Fire hydrants that are not yet in service or have been taken out of service shall be covered completely and securely with black plastic wrap or bags. H. Hydrants shall meet the requirements as detailed in the Approved Materials List. 5.6.13 Valve Boxes, Vaults, Frames and Covers A. Valve boxes for 12-inch or smaller valves shall be as specified in the Approved Materials List. i. The boxes shall be designed to fit over a section of 6-inch C900 PVC pipe which will be used as an extension from the top of the valve. ii. Top of valve box shall be set flush with surrounding finished grade. iii. Valve boxes set in HMAC or brick pavement shall have a 2-foot square by 6-inch thick reinforced concrete collar. iv. Valve box shall be heavy cast iron. v. Valve box shall have a heavy cast iron cover marked "Water Valve". vi. Valve box shall have a flange type base approximately 2 inches larger in diameter than the outside diameter of the barrel of the box. B. Valve vaults for butterfly valves and gate valves 16-inches and larger shall be poured concrete or pre -cast construction. 1. Valve vaults shall be constructed with the dimensions as called for on the plans or as approved by the Chief Water Utilities Engineer. IL Valve vault cover opening shall be centered over operating nut. Section 5 32 Ell Design Standards and Specifications Water Specifications C. Manhole frames and covers shall be of good quality gray Iron casting of a pattern similar to that shown on the plans and with a clear opening of not less than 30 inches. I. Frame and cover shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. H. Cover shall be furnished with lifting ring cast into the cover in such manner as to prevent leaking through. Ill. The cover shall be marked "City of Lubbock Water". iv. Frame and cover shall be as specified in the Approved Materials List. 5.6.14 Boring Encasement Pipe A. Encasement pipe shall be smooth steel pipe conforming to the following: <16 inches 3 8 inch 2:16 inches 1 2 inch B. Boring encasement steel pipe shall have welded joints. 5.6.15 Concrete A. Proportioning of the constituents of the concrete shall produce a dense and workable mixture and the designed mix shall be approved by the Engineer before any concrete is placed. 1. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: 1. Concrete for manhole bases, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. ii. Concrete for pipe cradling, thrust blocking or fittings and other non -reinforced concrete shall contain not more than 9 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. C. Concrete shall be made with Portland cement which conforms to "Standard Specifications and Test for Portland Cement", ASTM C150. D. Concrete aggregates shall consist of natural washed and screened sand, and washed and screened gravel or dean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. i. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of day, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use. E. Water used in mixing concrete shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. F. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. G. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50. I. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. II. All reinforcement shall be permanently marked with grade, identification marks or shall, j ^ on delivery, be accompanied by a manufacturer's guarantee. Section 5 33 l Design Standards and Specifications Water Specifications H. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. i. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. Ill. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable In length and of such type as to leave no metal closer than 1-Inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. a. Wire ties will not be permitted. A Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. I. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). I. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 5.6.16 Bedding, Embedment and Backfill A. Water Pipe 12-inch diameter and smaller i. Bedding and embedment shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 1-inch diameter. Il. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. B. Water Pipe 16-inch diameter and larger i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 3/8-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, callche or slag. II. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: Retained on Retained on Retained on Retained on • . 4 Sieve M.M-M_ / • • i _ _ • �' Section 5 34 [l 1 Design Standards and Specifications Water Specifications a. Embedment shall extend to 12 inches above top of pipe. Ill. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-Inch diameter. C. Compaction i. Bedding, embedment and backfill shall be compacted to 95% Modified Proctor Density by approved mechanical means. a. Compaction shall be in maximum 6-inch compacted lifts. ii. Water jetting will not be allowed. 5.6.17 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. 1. Utility ditches in existing paved streets shall be backfiiled with flowable fill from the top of the embedment material to the paving surface, as specified in City of Lubbock Ordinance. ii. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their own expense. 5.7 Methods of Construction 5.7.01 Scope A. The work covered by this section consists of constructing water distribution mains and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and joining pipe; Installation of pipe, valves, valve boxes, and fittings; cradling, blocking and anchorage; bedding, embedment and backfiiling; and other related work. 5.7.02 Quality Standards NNEEMMIM ASTM D698 AWWA C600 AWWA C900 AWWA C905 AWWA M23 ACPA ASTM C891 5.7.03 Materials Standard Test Methods for Laboratory Compaction Installation of Ductile Iron Mains and Their Appurtenances Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4-inch through 12-inch for Water Transmission and Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14-inch through 48-inch for Water Transmission and Polyvinyl Chloride (PVC) Pipe Design and Installation Concrete Pipe Installation Manual (Published by American Concrete Pine Association) A. The Contractor shall install water distribution pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the Chief Water Utilities Engineer. Section 5 35 Design Standards and Specifications Water Specifications B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 5.7.04 Storm Water Pollution Prevention Plan (SWPPP) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Storm Water Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan, B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 5.7.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas 1. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. H. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Withir Paved Areas I. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. iii. Asphalt Paving a. Asphalt surfaces shall be saw cut along each side of the trench ahead of the trenching machine and the paving and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by saw cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be saw cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of not less than 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. Section 5 36 Design Standards and Specifications Water Specifications 5.7.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: 1. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. L If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 5.7.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. 1. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. iii. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. iv. The contractor shall be responsible for reporting monthly water usage. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention device is installed. Section 5 37 i Water Specifications Design Standards and Specifications 5.7.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. A contractor shall not be allowed to disrupt water service without permission from the Water Utilities Engineering Department. i. When a service disruption is planned, the Contractor shall notify the Water Utilities Engineering Department a minimum of 48 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of any utilities when broken or otherwise damaged because of carelessness on their part. J. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. 5.7.09 Excavation and Trenching A. Minimum width of the trench shall be the outside diameter of the pipe plus 12 inches. B. Maximum width of the trench shall be the outside diameter of the pipe plus 18 inches. i. The Chief Water Utilities Engineer shall review instances where trench widths are required to be greater than the maximum allowable due to installation techniques or shoring. C. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. D. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. E. In order to obtain a true, even grade, the trench shall be fine -graded. L Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. Section 5 38 C1 tiDesign Standards and Specifications Water Specifications ii. Where the trench is excavated in excess of 3 inches below grade, the bedding material shall be compacted to 95% Modified Proctor Density. ill. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 5.7.10 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps I. All service taps on existing mains shall be installed by City personnel or a City - designated contractor. C. Main Line Taps 1. All taps on existing mains in service shall comply with current TCEQ requirements. ii. Persons installing main line taps shall hold a Class "C" or higher TCEQ Water Operator's License. ill. A person holding a Class "D" TCEQ Water Operator's License may install main line taps only if they are in direct communication with a person holding a Class "C" or higher TCEQ Water Operator's License. iv. City Inspector must be present for any tap being installed on an existing main. D. Valve Operating Procedures 1. Contractors shall not operate valves within the existing City of Lubbock water distribution system. ii. Operation of valves shall be done by authorized City of Lubbock personnel only. iii. Contractors shall arrange opening or closing of valves by notifying the Water Utilities Engineering Department at least 24-hours prior to needing a valve operated. 5.7.11 Pipe Installation A. Pipe, fittings, valves and other accessories shall be inspected, handled, laid and joined in the manner herein specified. B. Pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective may be rejected. 1. If rejected, the Contractor shall remove and replace such defective material at their own expense. C. Pipe, fittings, valves, and other accessories shall be handled in accordance with manufacturer's specifications. I. Before lowering into the trench the pipe, fittings, valves and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. b. Contractor shall remove and replace such defective material at their own expense. ii. All pipe, fittings, valves and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. I Section 5 39 Ir Design Standards and Specifications Water Specifications ill. Under no circumstance shall pipe, valves, fittings, accessories or tools be dropped directly into the trench. D. All foreign matter shall be removed from the inside of the pipe, bells, spigots or parts of the pipe used in forming the joint before the pipe is lowered into the trench; i. Pipe shall be kept clean by approved means during and after laying. ii. The open end of the pipe in the trench shall be plugged when pipe is not being laid. E. Pipe shall be laid to the alignment as established on the approved plans. i. Where grade is being maintained as shown on the plans, the use of batter boards or laser beam will be required to fine grade the trench. ii. Whenever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are required, the allowable angle of curvature shall be 80% of the manufacturer's maximum recommended curvature. ill. Deflection at each joint shall not exceed 80% of the manufacturer's maximum recommended deflection. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. 1. Pipe shall be laid with bells facing in the direction of laying. a. For lines on appreciable slopes, the Engineer may specify the pipe to be installed with the bell ends facing up grade. ii. Bell, spigot and gasket of pipe to be laid shall be wiped clean prior to jointing. ill. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iv. Jointing shall be completed for all pipe laid each day. a. At the times when pipe laying is not in progress, the open ends of pipe shall be properly plugged and sealed to prevent contamination. b. No trench water shall be permitted to enter the pipe. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. 5.7.12 Trace wire for nonmetallic pipe installation A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. 1. Trace wire shall be 14 gauge minimum solid copper with thermoplastic insulation recommended for direct bury. K Trace wire shall be secured to the pipe as required to insure that the wire remains directly on top of the pipe. ill. Trace wire shall be securely bonded together at all wire joints with wire connectors that are watertight and provide for electrical continuity. iv. Trace wire shall be made accessible at water valve boxes, water meter boxes and fire , hydrants. a. Trace wire shall not be placed inside valve box risers. b. Trace wire shall be installed such that no less than 6 inches but no more than 12 , inches of wire remain accessible. 5.7.13 Detectable Marking Tape Section 5 40 i Section 5 Design Standards and Specifications Water Specifications A. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. I. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "Caution: Buried Water Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. Ill. Depth of bury shall be 18 inches below top of trench. 5.7.14 Setting Valves, Valve Boxes and Fittings A. Valves and fittings shall be set at the locations shown on the approved plans. B. Valves and fittings shall be adequately blocked for thrust with concrete or mechanically restrained. I. Refer to thrust blocking details or Appendix A — Restrained Joint Lengths. 5.7.15 Cradling, Blocking and Anchorage A. Contractor will be required to install concrete pipe cradle at all valve vaults and properly block or mechanically restrain all fittings including tees, bends and valves. B. Where concrete cradling or blocking is used, concrete shall conform to the concrete specifications. C. Before placing the concrete, all loose earth shall be removed from the trench. D. Concrete shall be placed in the trench by the use of chutes extending to within 3 feet of the bottom of the trench and shall be deposited uniformly on each side of the pipe in such a manner as to not disturb the grade and alignment of the pipe. E. Blocking 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 that required by the Engineer. F. Blocking shall be placed so that the joints of all pipe and fittings are accessible for repair. G. Soil bearing value for thrust blocking shall be as recommended by the Engineer based on soil analysis of the site. In the absence of such recommendation, the allowable soil bearing value shall not exceed 2,500 pounds per square foot. 5.7.16 Backfilling A. Backfilling of all trenches and excavations shall comply with the current City of Lubbock Street Ordinance. B. After the trench has been backfilled, the disturbed area shall be cleared of all rocks larger than 1-1/2 inches in diameter and leveled so that the surface will have the same slope and appearance as it possessed before construction. C. All surplus material shall be loaded and legally disposed of at the Contractor's expense at an approved location. D. Contractor shall compact backfill and clean up as close behind the pipe laying and backfilling as possible. E. Following completion of backfiii and cleanup, the Contractor shall maintain the street and trench surfaces in a satisfactory manner until final acceptance of the work. I. Maintenance shall include blading, filling depressions caused by settlement, sprinkling to settle dust, brooming and other work required to keep the streets and disturbed areas in satisfactory condition as determined by the Chief Water Utilities Engineer. 41 Design Standards and Specifications Water Specifications ii. The Contractor shall maintain and be responsible for all paving cuts until such time as repairs can be completed. 5.8 Pneumatic Testing for Tapping Sleeves 5.8.01 Upon completion of tapping sleeve installation, the tapping sleeve shall be subjected to a pneumatic pressure test according to the most recent City of Lubbock requirements. 5.8.02 Pneumatic Pressure Test A. Contractor shall be responsible for performing a pneumatic pressure test witnessed by a City Inspector. i. Tapping sleeve shalt be pressurized through 3/4-inch NPT port at a minimum test pressure of 50 psi. ii. Duration of the pressure test shall be a minimum of 10 minutes or as directed by the City Inspector. 5.9 Hydrostatic Pressure Testing 5.9.01 Upon completion of pipe installation, the line shall be subjected to a hydrostatic pressure test and leakage test according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. 5.9.02 Hydrostatic Pressure Test A. Contractor shall be responsible for performing a hydrostatic pressure test witnessed by a City Inspector. 1. Minimum test pressure shall be 100 psi or 150% of static operating pressure, whichever is greater. ii. Duration of each pressure test shall be a minimum of 2 hours or as directed by the Chief Water Utilities Engineer. B. Hydrostatic Test Procedure i. Each valved section of pipe shall be slowly filled with water. ii. As the line is being filled, all air shall be expelled from the pipe. a. Taps shall be made, if necessary, at points of highest elevation. b. Taps shall be tightly plugged upon satisfactory completion of the test. iii. Pressure shall be applied and maintained by means of a pump connected to the pipe in a manner satisfactory to the City Inspector. iv. The pump, pipe connection, and all necessary apparatus except meters shall be furnished by the Contractor. v. Contractor shall furnish all necessary labor for connecting the pump, meter, and gages. vi. Water for filling and making tests may be obtained at a location designated by the Water Utilities Engineering Department. a. No charge will be made for the first 2 pipe volumes of water. b. Contractor will be charged for water used in subsequent tests at the current rate of bulk usage. vii. The line shall be carefully checked at regular intervals for breaks or leaks. viii. Any joints showing appreciable leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced at the Contractor's own expense. ix. The test shall be repeated until satisfactory results are obtained. Section 5 42 3 Design Standards and Specifications Water Specifications C. Leakage Test i. For pipe of 12-inch diameter or smaller, no leakage or pressure drop shall be allowed over a two hour period at the test pressure. ii. For pipe 16-inch diameter or larger, the allowable leakage (gallons per hour) shall not be greater than: L=NAP 7400 L = Gallons per Hour N = Number of Joints D = Nominal Pipe Diameter (in.) P = Test Pressure (PSI) iii. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test period, when the various sections of the lines are under pressure. iv. If individual sections show leakage greater than the limits specified above, the Contractor shall locate and repair the defective portions at their own expense. 5.10 Sterilization and Bacteriological Testing 5.10.01 Upon completion of pipe installation, the line shall be sterilized and tested according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. A. Contractor shall furnish all labor, equipment and material necessary for the chlorination and testing of the new pipe lines which shall be sterilized before being placed into service. B. Sterilization Procedure 1. Contractor shall verify that all valves adjacent to test section are closed. a. Valves shall be operated in accordance with the current City of Lubbock valve operating procedures. ii. Lines shall be sterilized by the application of an approved chlorinating agent. iii. Chlorinating agent may be liquid chlorine, liquid chlorine gas -water mixture, or a calcium hypochlorite solution, which shall be fed into the lines through a suitable solution -feed device or other methods approved by the Chief Water Utilities Engineer. iv. Chlorinating agent shall be applied at or near the point from which the line is being filled, and through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. v. Water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly. A. Rate of application of the chlorinating agent shall be at least 50 parts per million. vii. Chlorinated water shall be retained in the pipe lines for a period of not less than 24 hours. C. Testing/Sampling Procedure i. The sampling riser shall be located at the farthest point possible from the chlorination point. a. The riser shall be above ground and equipped with a faucet for control of flow during sampling. ii. Samples shall be taken by City of Lubbock Inspectors from the line and will be tested _ for bacteriologic growth at a City of Lubbock certified laboratory. a. Samples will be taken twice in a 48 hour period not less than 24 hours apart. Section 5 43 i Design Standards and Specifications Water Specifications b. Initial samples may only be taken on Monday, Tuesday or Wednesday prior to 2:00 p.m. D. Chlorinated water used for sterilization shall be legally disposed of per current TCEQ or other applicable regulations. i. A temporary blow off may be required to achieve adequate flushing flow rates. H. Under no circumstances shall chlorinated water used for sterilization be released directly into the storm drain system or a body of water. 5.11 Restoration and Clean Up 5.11.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Chief Water Utilities Engineer. 5.11.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 5.11.03 Topsoil material shall be replaced to pre -construction conditions or better. 5.11.04 All rubbish, unused materials and other non-native materials shall be removed from the jobsite. 5.11.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief Water Utilities Engineer. 5.12 Warranty and Acceptance 5.12.01 At the completion of all or designated portions of work under construction, an inspection shall be made to determine compliance with these specifications, approved plans and materials. A. Upon such determination, a Certificate of Acceptance of Utility Construction shall be issued to the Engineer. B. The Certificate of Acceptance of Utility Construction shall constitute the initiation of the warrantee period. C. The Developer shall warranty the accepted work to be free of defects in workmanship or material defects for a period of one year. 5.12.02 The determination of the necessity during the warranty period for the Contractor to repair or replace the work in whole or in part shall rest entirely with the Chief Water Utilities Engineer. Section 5 44 Design Standards and Specifications Sewer Specifications SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.1 General 6.1.01 All sanitary sewer main construction within the City of Lubbock sanitary sewerage system or for future connections to the City of Lubbock sanitary sewerage system shall be accomplished in accordance with the requirements of these specifications. 6.2 Plan Requirements 6.2.01 Sanitary sewer main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 6.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Sanitary Sewer and shall show all information called for on the City of Lubbock Check List for Sanitary Sewer Construction Plans. 6.3 Plan Approval 6.3.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 6.4 Inspection 6.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. 6.4.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 6.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, by written notice, may order that portion of construction which is in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 6.5 Specifications 6.5.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 6.6 Materials of Construction 6.6.01 Sewer Pipe - Section 6 45 i' I f Design Standards and Specifications Sewer Specifications A. All pipe used in the City of Lubbock sanitary sewer collection system shall be SDR 35 PVC, SDR 26 PVC, PVC Corrugated Sewer Pipe with Smooth Interior, High Density Polyethylene (HDPE), Ductile Iron, Steel Reinforced Polymer Concrete or Polypropylene Corrugated Single Wall or Dual Wall Pipe and shall conform to the Approved Materials List. B. PVC Pipe - Gravity Flow i. Gravity flow PVC pipe and fittings shall conform to the requirements of ASTM F679 and D3034 for SDR 35 sewer pipe. ii. The pipe shall be jointed with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. ill. Standard joint length shall be 14 or 20 feet t one inch. iv. Gravity flow PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. v. The minimum pipe stiffness factor shall be 46 psi. A. Gravity flow sewer pipe shall be green. C. PVC Pipe - Pressure Rated i. Pressure rated PVC sewer pipe and fittings shall conform to the requirements of ASTM D2241 for SDR 26 sewer pipe. ' ii. The pipe shall be joined with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. ill. Pressure rated PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. iv. Standard joint length shall be 14 or 20 feet t one inch. v. Pressure rated sewer pipe shall be green. D. PVC Pipe - Spiral Wound 1. Spiral wound PVC pipe and fittings shall conform to the requirements of the latest revision of ASTM F794 for large diameter ribbed gravity sewer pipe. NJ ii. Spiral wound PVC pipe shall be installed in accordance with the manufacture's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. ill. The minimum pipe stiffness factor shall be 46 psi. E. High Density Polyethylene Pipe 1. The pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of ASTM F894. ii. Rubber gaskets shall comply in all respects with the physical requirements specified in the non -pressure requirements of ASTM Specifications C443. ill. Polyethylene pipe shall be installed in accordance with the manufacturer's recommendations. F. Ductila Iron Pipe ' L Ductile iron pipe shall conform to ANSI/ASTM specifications A746 for Ductile Iron Sewer Pipe. Section 6 46 ii j Design Standards and Specifications Sewer Specifications a. Pipe and fittings shall have a 30-mil thickness epoxy lining on the interior. b. Pipe and fittings shall have an exterior coating of coal tar pitch conforming to requirements of Federal Specifications WW-P-421. ii. Joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when otherwise shown on the plans and where connecting to flanged fittings, and shall conform to the base specifications to which the pipe is manufactured. ill. Fittings shall be AWWA Standard Class "D" bell and spigot type or an approved gasket joint for the particular type of pipe used and designed for the pressures of the pipe except as shown on the plans. G. Steel Reinforced Polymer Concrete Pipe 1. Steel Reinforced Polymer Concrete Pipe and fittings shall conform to ASTM C76, D6783 and A615 and all other applicable standards. ii. Steel Reinforced Polymer Concrete Pipe shall be installed In accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. H. Polypropylene Corrugated Dual Wall and Triple Wall Pipe I. Polypropylene Corrugated Dual Wall Pipe and fittings shall conform to ASTM F2736. II. Polypropylene Corrugated Triple Wall Pipe and fittings shall conform to ASTM F2764. ill. Polypropylene Corrugated Dual Wall and Triple Wall Pipe shall be Installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. 6.6.02 Pre -cast Reinforced Concrete Manholes A. Manhole barrel, cone, and extension sections shall be constructed of pre -cast concrete. 1. Manhole products shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. ii. No grouting shall be applied to the edges or inside surfaces of manholes during the manufacturing process. ill. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. B. Manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Spedfications: & t4� as ASTM C-33 Aggregates ASTM C-150 Cement ASTM C-39 Sampling Spedmens ASTM C-185 Reinfordn ASTM C-144 Sand and Mortar C. Pre -cast Concrete Manhole Sections 1. Pre -cast concrete manhole sections shall conform to ASTM C478 specifications. II. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. iii. Coarse aggregate shall consist of 95% crushed limestone. �l iv. Manholes shall be designed to withstand H-20 AASHTO loading. v. Manholes shall have lifting holes that do not protrude through manhole wall; one full Inch of concrete thickness must remain between lift hole and outside wall of manhole. Section 6 47 Design Standards and Specifications Sewer Specifications D. Joints Other Than Grade Rings i. Joints other than grade rings shall be tongue and groove or an equivalent male and female type joint. ii. Joints shall be effectively joined with water -tight sealant to prevent leakage and infiltration. Sealant shall comply with the Approved Materials List. E. Cones and Grade Rings 1. Cones and grade rings shall maintain a clear 30-inch opening. ii. Grade rings shall be reinforced with the same percentage of steel as risers and tops and shall also meet ASTM C478 specifications. 6.6.03 Inflow Prevention Device (IPD) A. All new manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. D. IPDs shall be equipped with ventilation valves or holes. L Release of water through vent valves or holes shall not exceed 5 gallons per 24 hour period. ii. Vent valves or holes shall vent sewer gas atone p.s.l. or less. E. IPDs shall comply with the Approved Materials List. 6.6.04 Manhole Frames and Cover A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM Designation A48, having a clear opening of not less than 30 inches. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Cover shall be furnished with lifting ring or pick bar cast into the cover in such a manner as to prevent water leaking through. D. Frame and cover shall have a weight of not less than 275 pounds, shall include lettering "City of Lubbock, Texas Sanitary Sewer" and shall comply with the Approved Materials List. 6.6.05 Concrete A. Proportioning of the constituents of the concrete shall be such as to produce a dense and workable mixture, and the designed mix shall be approved by the Engineer before any concrete is placed. L The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: L Concrete for manholes, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. Section 6 48 I 'r t t3 Design Standards and Specifications Sewer Specifications IL Concrete for pipe cradling, blocking of fittings, manhole inverts and other non - reinforced concrete shall contain not more than 9.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. C. Concrete to be used in manhole bases, sections, cones, grade rings and inverts shall be made with Portland cement which conforms to "Standard Specifications and Test for Portland Cement", ASTM C150. D. Concrete coarse aggregates shall consist of natural washed and screened sand, and clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. I. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use. E. Sand to be used in cement mortar shall conform to ASTM C144 specifications. F. Water used in mixing concrete or mortar shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. G. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. H. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50. I. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. ii. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. I. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. I. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. III. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. a. Wire ties will not be permitted. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. All. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. J. Compounds used to form an air tight membrane over a fresh concrete surface shall be in ` accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). Section 6 49 Design Standards and Specifications Sewer Specifications I. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 6.6.06 Bedding, Embedment and Backfill A. Sewer Pipe, All Diameters 1. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 3/8-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. II. Embedment material shall be crushed stone with Irregular surfaces and comply with the following gradation requirements: a. Embedment shall extend to 12 inches above top of pipe. iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. 6.6.07 Flowabie Fill A. Fiowabie fill shall consist of a mixture of Portland cement, pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. i. Utility ditches In existing paved streets shall be backfilled with compacted native material or flowabie fill from the top of the embedment material to the paving surface as specified In the current City of Lubbock Streets Ordinance. li. Alternatively, flowable fill can be used for full depth backfill in all utility ditches within the right-of-way. iii. Use of concrete in place of flowabie fill Is not acceptable, and if used in place of flowabie fill shall be removed by the Contractor at their own expense. 6.7 Methods of Construction 6.7.01 Scope A. The work covered by this section consists of constructing gravity flow sanitary sewers, manholes and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and jointing pipe; Installation of appurtenances; construction of pre -cast, pre -assembled or field assembled manholes; manhole bases; placement and assembly of manhole risers, cones, or tops; installation of manhole rings, covers and grade rings; bedding, embedment and backfilling; and other related work. Section 6 s0 ff� 11 Design Standards and Specifications Sewer Specifications 6.7.02 Quality Standards ASTM D698 I Standard Test Methods for Laboratory Compaction Characteristics of Soil Usino Standard Effort Installation of Ductile Iron Mains and Their AWWA C600 (ANSI) I AWWA M23 Polyvinyl Chloride PVC Pie Design and Installation UNI B 5 Recommended Practice for Polyvinyl Chloride (PVC) Sewer Pipe ASTM C891 Installation of Underground Pre -cast Utility Structures 6.7.03 Materials A. The Contractor shall install sanitary sewer pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the Chief Water Utilities Engineer. B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 6.7.04 Storm Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Storm Water Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 6.7.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas I. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. II. Topsoil shall be removed to a depth of 8 Inches or the full depth of topsoil, whichever Is less. iii. Removed topsoil shall be stockpiled during construction In an approved location. B. Within Unpaved Roadway Areas I. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Withir Paved Areas I. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. fi. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. iii. Asphalt Paving Section 6 51 Design Standards and Specifications Sewer Specifications a. Asphalt surface shall be cut along each side of the trench ahead of the trenching machine and the surfacing and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. 6.7.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: i. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices ill. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. 1. If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 6.7.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. 1. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. ill. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. iv. The contractor shall be responsible for reporting monthly water usage. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. Section 6 52 i,--, Design Standards and Specifications Sewer Specifications C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. 1. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. I. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. } E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 6.7.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for short periods of time, provided the Contractor obtains permission from the Water Utilities Engineering Department and from the owner of the premises being served by the utility. I. When a customer outage is planned, Contractor shall notify effected customer a minimum of 24 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on their part. J. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. Section 6 53 Design Standards and Specifications Sewer Specifications 6.7.09 Excavation and Trenching A. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: -Pipe 4" thru 12" Pipe O.D. +12" O.D. +18" 15" thru 21" Pipe O.D. +18" Pipe O.D. +24" B. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. C. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. 1. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. D. In order to obtain a true, even grade, the trench shall be fine -graded. I. Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. ii. Where the trench is excavated in excess of 3 Inches below grade, the material shall be compacted to 95% Modified Proctor Density or shall be replaced with approved bedding material. ill. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. E. Excavation for manholes, structures and other appurtenances shall be sufficient to provide clearances adequate for proper backfili and compacting on all sides. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 6.7.10 Dewatering A. All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. B. The method of dewatering shall provide for a dry foundation at the final grades of the excavation. C. Water shall be disposed of in accordance with current City of Lubbock Storm Water Engineering Department requirements and in a manner that does not inconvenience the public or result in a menace to public health. D. Pipe trenches shall contain enough backfili to prevent pipe flotation before dewatering is discontinued. E. Dewatering shall continue until such time as it is safe to allow the water to rise In the excavation. 6.7.11 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps 1. Service taps on newly constructed mains shall be Installed by the utility contractor at the time of pipe installation. Section 6 54 I I Design Standards and Specifications Sewer Specifications ii. Service taps on existing, in-service mains shall be installed by City personnel or a City - designated contractor. C. Main Line Connections i. Connections on existing mains shall comply with current TCEQ requirements. ii. Connection to existing main shall be by a new manhole constructed on the existing main or connection to an existing manhole. iii. City Inspector must be present for any connection being installed on an existing main. 6.7.12 Pipe Installation A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Gravity sanitary sewer pipe and other accessories shall be inspected, handled, laid and joined in the manner herein specified. i. Force mains shall be installed according to water pipe installation specifications and current TCEQ requirements. C. Pipe and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their own expense. D. Pipe and accessories shall be handled in accordance with manufacturer's specifications. i. Before lowering into the trench, the pipe and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. ii. All pipe and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. iii. Under no circumstance shall pipe, accessories or tools be dropped directly into the trench. E. Pipe shall be laid to the alignment as established on the approved plans. 1. Pipe shall be laid from lowest point to highest point. ii. Pipe shall be laid with spigots facing in the direction of flow. iii. Batter boards or laser beam will be required to fine grade the trench. iv. All foreign matter shall be removed from the inside of the pipe, bells, spigots, or parts of the pipe used in forming the joint before the pipe is lowered into the trench; a. Pipe shall be kept clean by approved means during and after laying. b. At the times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means. v. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the bottom of the trench and to allow ample space for properly jointing the pipe. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. i. Bell, spigot and gasket of pipe shall be wiped clean prior to joining. ii. Cutting of pipe for inserting accessories or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iii. If the pipe is disturbed from line and grade after being laid and jointed, the pipe shall be removed from trench, the joints cleaned and the pipe re-laid. r, Section 6 55 Design Standards and Specifications Sewer Specifications Section 6 iv. Jointing shall be completed for all pipe laid each day. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. A. No trench water shall be permitted to enter the pipe. H. The Water Utilities Engineering Department shall be notified at least 24 hours in advance of when pipe is to be laid in any trench. 1. No pipes shall be covered or authorized for cover until they have been inspected by the City's Inspector. 6.7.13 Detectable Marking Tape A. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for sewer mains shall be 3-inch, green in color and clearly labeled "Caution: Buried Sewer Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. ill. Depth of bury shall be 18 inches below top of trench. 6.7.14 Backfill around Pipe A. Bedding 1. Bedding material shall be fine graded select sand or aggregate material conforming to the Materials of Construction section of these Specifications and shall be a minimum of 2 inches thick. B. Embedment L Embedment, including haunching under pipe and to a point 12 inches above the top of the pipe shall be carefully placed and shall be graded embedment material conforming to the Materials of Construction section of these Specifications. C. Compaction 1. Bedding and embedment shall be compacted to 95% Modified Proctor Density by approved mechanical means. ii. Compaction shall be in maximum 6-inch compacted lifts. D. Backrill i. The remainder of the backfill shall conform to the current City of Lubbock Street Ordinance. ii. In unpaved streets and alleys or in agricultural or cultivated areas, backfill shall be compacted to a minimum of 90% Modified Proctor Density. ill. In paved streets, alleys or proposed paving, backfill shall be compacted to a minimum of 95% Modified Proctor Density. iv. Flowable fill may be substituted for compacted backfill. v. Special situations such as state highway or railroad crossings may be subject to more stringent requirements and shall be addressed on a case -by -case basis. vi. Water jetting will not be allowed. E. Following the completion of the backfilling, the Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. 1. The maintenance may include biading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the 56 r, Design Standards and Specifications Sewer Specifications request of the Chief Water Utilities Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. H. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.7.15 Manhole Construction A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Manholes and other accessories shall be inspected, handled, and installed in the manner herein specified. C. Manhole components and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. I. If rejected, the Contractor shall remove and replace such defective material at their own expense. D. Manhole Base I. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. ii. Concrete shall be minimum 3,000 psi. ill. Concrete placement shall conform to ACI and good construction practices. iv. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. v. Field poured concrete bases shall be reinforced. A. Pre -cast reinforced concrete bases shall be of the size and shape detailed on the Plans. E. Manhole Inverts 1. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent sewer section. ii. Changes in direction of flow shall be made with a smooth curve of as large radius as the size of the manhole will permit. ill. Changes in size and grade of the channels shall be made gradually and evenly. iv. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. v. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot or more than two inches per foot. F. Manhole Barrels I. Manhole barrels shall be assembled of pre -cast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. H. Free drop inside the manhole shall not exceed 24 inches measured from the invert of the inlet pipe to the invert of the outlet pipe. a. Where the drop exceeds 24 inches, an approved drop manhole shall be required. ill. All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets shall be cast into the riser or base section. b. Approved preformed flexible plastic sealing compounds are also acceptable, provided water tightness is achieved. Section 6 57 Design Standards and Specifications Sewer Specifications G. Top or Cone Sections i. Cone shaped top sections shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. ii. On shallow lines where standard cone sections will not conform to specified elevations, flat top sections may be considered with prior approval of the Chief Water Utilities Engineer. H. Grade Rings 1. Grade rings shall be used for adjusting the top elevation. a. Grade rings shall be set to the elevations shown on the Plans or established by the City's Inspector. b. Each manhole shall have a minimum of 6 inches of grade adjustment. c. Total height of the grade rings shall not exceed 18-inches at any manhole. d. Non -shrink grout shall be placed around and under the rings to provide a seal and properly seat the rings at the required elevation. I. Manhole Frame and Cover 1. Manhole frame and cover shall be set to the elevation shown on the plans. ii. Non -shrink grout shall be placed around and under the frame to provide a seal and properly seat the frame at the required elevation. J. Inflow Prevention Device (IPD) 1. All newly installed manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. ii. IPDs shall be installed such that lifting strap is to the North. iii. IPDs shall comply with the Approved Materials List. K. Water Tightness 1. Finished manholes are expected to be as watertight as the pipe system they are incorporated into. Infiltration or exfiltration shall not exceed the limits established in these specifications. ii. All connections between riser sections, bases and tops shall be sealed with an approved preformed flexible plastic joint sealing compound. iii. Application of primer and sealing compound shall be accomplished in conformance with the manufacturer's recommendations. iv. Grade of materials, quantity of materials and application temperatures shall conform to the manufacturer's recommendations. L. Protective Lining System L When required for rehabilitation of an existing manhole, construction of a new 60-inch diameter manhole or construction of a manhole serving an 18-inch diameter or larger pipe, an approved protective lining or coating system shall be installed per manufacturer's instructions. Protective lining and coating systems shall conform to the Approved Materials List. M. Backfilling Around Manholes 1. Backfiliing around manholes shall conform to the requirements as specified for backfilling around pipe. ii. Embedment material shall be placed up to a point equal to that required for the adjacent pipe. N. Following the completion of the backfliling, the Contractor shall maintain the excavated surfaces in a satisfactory manner until final completion and acceptance of the work. F" Section 6 58 1._i Design Standards and Specifications Sewer Specifications a. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the Chief Water Utilities Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. b. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.7.16 Service Connections A. Service connections on newly constructed mains shall be installed by the utility contractor at the time of pipe Installation. B. Service connections on existing sewer mains shall be made by City of Lubbock Water Utility forces. C. Contractor shall place wyes and tees for service connections where required by the approved construction plans on new sewer mains. I. Wyes and tees shall be of like material as the sewer pipe. II. Service lateral lines shall be installed to 2 feet inside adjacent property line at a typical depth of between 4 feet and 6 feet, or deeper when required. ill. Watertight plugs shall be installed in each branch pipe or stub. iv. Service locations shall be marked with a piece of two-inch by four -inch lumber extended from the end of the pipe to above ground level with the above -ground portion painted green. 6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes 6.8.01 Scope A. The work covered by this section consists of the inspection, testing, approval and acceptance of gravity flow sanitary sewers and manholes and other appurtenances normally installed as part of this system. The work may include inspection, cleaning, leakage testing, deflection testing and television inspection of the interior of the finished sewer system. 6.8.02 Quality Standards A. The latest published revision of: ASTM C969 Infiltration and Exfiltration Acceptance Testing of Installed Sewer Lines ASTM C828 I Low Pressure Air Test of Sewer Lines UNI B 6 Recommended Practice for Low Pressure Air Testing of Installed Sewer Pipe ASTM C1214 Standard Test Method for Concrete Pipe Sewer Lines by Negative Air Pressure (Vacuum) Test Method ASTM C1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill 6.8.03 Materials A. Water used for exfiltration tests shall be potable or as otherwise approved by the City Inspector. f, Section 6 59 i-1 Design Standards and Specifications_ / Sewer Specifications B. Equipment for tests shall be of the type, quality and capacity to perform the operations required and shall be furnished by the Contractor. C. All labor and materials, including water, shall be furnished at the Contractor's expense. 6.8.04 Inspection A. City Inspector shall inspect and approve all work accomplished. L Testing shall be performed at the discretion of the City Inspector. B. It shall be the responsibility of the Contractor to coordinate inspection and testing with the Water Utilities Engineering Department. 6.8.05 Cleaning A. Contractor shall remove all foreign matter from the interior of the system prior to testing any section of sewer pipe. L Chunks of concrete, mortar or other debris including dirt, small gravel, and grit shall be removed from the interior of the newly installed system. ii. Flushing debris into the downstream system shall not be allowed. B. Watertight plugs or other methods approved by the City Inspector shall be used to prevent dirt or debris from entering the system. C. After cleaning manholes, manhole cover shall be positioned to prevent dirt or debris from entering the system. Other means of preventing intrusion of dirt or debris may be employed if approved by the City Inspector. 6.8.06 Pipe Testing A. Contractor shall have the option of conducting a hydrostatic exfiitration test or a low-pressure air test. An infiltration test may also be required if the pipeline is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Exfiltration Test 1. The sewer line being tested may be filled with water for a period long enough to allow water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours and not more than 72 hours. il. Each section of the pipeline shall be tested between successive manholes or other structures. The lower end of the section shall be closed with a watertight device. The inlet end of the section to be tested shall be filled with water to a point 4 feet above the pipe invert at the centerline of the upper manhole or structure. a. If the ground water level is above the pipe invert, the water level in the upper manhole shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. iii. Allowable exfiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. Section 6 60 Design Standards and Specifications Sewer Specifications Iv. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. v. Leakage shall be measured by checking the drop in the water level in the upper manhole or structure over a period of 4 hours. A. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce exfiltration leakage to an acceptable rate. Al. Contractor shall repeat the 4 hour exfiitration test after repairs are made until an acceptable leakage rate is attained. viii. Repairs required shall be at the Contractor's own expense. G. Low -Pressure Air Test I. Low-pressure air test shall be conducted in accordance to the provisions of UNI-13-6, "Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe," published by Uni-Bell Plastic Pipe Association. il. Low pressure air shall be slowly introduced into the sealed line until the Internal air pressure reaches 4.0 psig greater than the average backpressure of the groundwater above the pipe. III. The air supply shall be throttled to maintain that internal pressure for at least 2 minutes to permit the temperature of the entering air to equalize with the temperature of the pipe wall. Iv. When temperatures have been equalized and the pressure stabilized at 4.0 psig, the air supply shall be shut off or disconnected. v. Time shall be recorded for the pressure Inside the pipe to drop 4.0 psig to 3.0 psig. A. Time shall not be less than that outlined in the following table: • M vii. City Inspector shall witness and verify results of the test. viii. The City Inspector may stop a test if no pressure drop loss has occurred during the thirst 25% of the calculated testing time. iix. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce leakage to an acceptable rate. x. Contractor shall repeat the low-pressure air test after repairs are made until an acceptable pressure drop for the test is attained. A. Repairs required shall be at the Contractor's expense. H. Infiltration Test ` Section 6 61 t1' Design Standards and Specifications Sewer Specifications Section 6 I. Infiltration tests are acceptable only if the pipeline is continuously subjected to an external hydrostatic head (ground water level) of at least 2 feet above the top of the pipe at the upstream manhole or structure. ii. Infiltration test shall be made by sealing the inlet and outlet ends of this pipeline and measuring the volume of water that infiltrates into the section being tested. a. Flow measurement may be measured by collecting the discharge into a volumetric measuring container, weir or other approved method. III. The test shall be continued over a period of at least 4 hours. Time shall be allowed to soak lines and manholes in advance of performing test. iv. Allowable infiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. v. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce the infiltration to an acceptable rate. vii. Contractor shall repeat the 4 hour infiltration test after repairs are made until an acceptable infiltration rate is attained. viii. All repairs required shall be at the Contractor's own expense. ix. Whenever the rate of infiltration is found to repeatedly exceed the prescribed amount, the Contractor shall be notified in writing. The Contractor may then be required to provide, at their own expense, video inspection of the interior of the conduit. The Contractor shall make appropriate repairs by methods approved by the Chief Water Utilities Engineer and shall continue to test the conduit until it is proven satisfactory. 6.8.07 Video Inspection A. Where determined to be necessary, the new sewer pipe shall be inspected by video camera prior to final acceptance. I. Initial video inspection shall be at the Contractor's own expense. B. Video equipment expressly designed for pipeline inspection purposes and operated by experienced and qualified personnel shall be pulled through the entire pipeline. 1. Video equipment operator shall maintain a log of all inspections and note location, type and extent of any deficiencies. ii. Video equipment operator shall also photograph all deficiencies and not less than one "typical" location per each 500 feet of pipeline inspected. C. Contractor shall bear all costs incurred in correcting deficiencies found during the video inspection, including cost of additional video inspection required to verify correction of noted deficiencies. D. Video inspection conducted solely for the Contractor's benefit shall be at the Contractor's own expense. 6.8.08 Deflection Test A. Deflection tests shall be conducted in the presence of the City Inspector not less than 30 days after the pipe has been installed and backfilled. 1. The deflection test shall be conducted by pulling a mandrel (go no-go device) through i the pipe. ii. The mandrel shall be designed and sized for each size and type of pipe and shall be at least 1.5 pipe diameters in length. 62 Design Standards and Specifications Sewer Specifications ill. The mandrel shall be constructed with an odd number of runners placed parallel to the pipe centerline and equally spaced around the perimeter of the mandrel. iv. Test mandrel shall be furnished by the Contractor and approved by the City Inspector. v. Test equipment, calibration data and procedures shall be subject to the approval of the City Inspector. B. Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal diameter of the pipe. Pipe sections that restrict free passage of the mandrel shall be removed and replaced or excavated, re -bedded, backfilled and retested. C. All repairs, replacement, remedial work and retesting shall be performed by the Contractor at their own expense. D. Deflection test may be conducted concurrently with the video inspection of the pipe interior, subject to approval by the City Inspector. 6.8.09 Manhole Testing A. Manholes shall be tested for leakage separately and independently of the sanitary sewer lines by vacuum testing, hydrostatic exflltration testing or other methods approved by the City Inspector. An infiltration test may also be required if the manhole is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. ` E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. Section 6 F. Vacuum Test i. All inlet and outlet pipes in the manhole shall be plugged with an airtight device. ii. All lift holes and exterior joints shall be plugged with a non -shrink grout. a. No grout shall be placed in horizontal joints prior to testing. ill. The manhole opening shall be sealed by a method approved by the City Inspector. iv. A vacuum of 10 inches of mercury (4.91 psig) shall be applied to the manhole and the time measured for the vacuum to drop to 9 inches of mercury (4.42 psig). v. The manhole is acceptable if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated below: 63 Design Standards and Specifications Sewer Specifications o it Depth (feet) Diameter inches 48 60 72 Time Seconds <4 10 13 16 6 15 20 25 8 20 26 33 10 25 33 41 12 30 39 49 14 35 46 57 16 40 52 67 18 45 59 73 20 50 65 81 22 55 72 1 89 24 59 78 1 97 A. The Contractor shall have the option to repeat the vacuum test one time after repairs. Al. If a vacuum test is failed twice, the manhole shall be repaired and an exfiltration test shall be performed. vili. All repairs required shall be at the Contractor's own expense. G. Enfltration Test I. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. II. The manhole being tested may be filled with water for a period long enough to allow water absorption into the manhole. The saturation period shall be a minimum of 4 hours and not more than 72 hours. iii. Test shall be conducted with the manhole filled with water to the top of the cone section. Iv. Allowable leakage shall not exceed 0.025 gallon/foot diameter/foot of manhole depth/hour over a 4 hour period. v. The Contractor shall repeat the exfiitration test after repairs until an acceptable leakage rate is attained. A. All repairs required shall be at the Contractor's own expense. H. Infiltration Test i. Infiltration tests are acceptable only if the connecting conduit is continuously subjected to an external hydrostatic head (ground water level) at least 2 feet above the top of the conduit. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. ii. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The volume of water that infiltrates into the manhole during a 4 hour period shall be measured in a manner determined by the City Inspector. iii. The test shall be conducted after the manhole has been subjected to the maximum ground water level for at least 4 hours to thoroughly saturate the manhole wall. iv. The allowable infiltration shall not exceed 0.025 gallon/foot of diameter/foot of manhole depth/hour during a 4 hour test. v. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. A. All repairs required shall be at the Contractor's own expense. 6.8.10 Approval Section 6 64 Design Standards and Specifications Sewer Specifications A. Final approval of sewer lines and manholes shall be based on an inspection covering all items in this specification and other approved plans and material. The inspection shall be done in an appropriate manner by representatives of the Chief Water Utilities Engineer. B. Contractor shall remedy any defects in workmanship or materials revealed by inspection at their own expense. C. Final approval will be based on re -inspection of the sewer after the appropriate repairs and corrections are completed. 6.8.11 Acceptance A. Flow of any kind into the existing sanitary sewer collection system shall not be allowed until the new sewer lines and manholes has been satisfactorily completed and accepted for use by the Chief Water Utilities Engineer. B. Portions of the work completed may be placed in operation after all cleaning, testing and inspection requirements have been fulfilled. Such partial use or partial acceptance shall be subject to approval of the Chief Water Utilities Engineer. 6.9 Lift Station 6.9.01 Lift station design must conform to the most recent TCEQ design criteria. 6.9.02 Site Layout A. Lift station site location shall be approved by the Chief Water Utilities Engineer. B. Site shall be chosen to provide the least negative impact to surrounding existing and future development. C. The station site shall be located so it may serve as much of the entire sewer drainage basin as possible. This may require that the station be located off -site of the development. D. The station site shall be protected from the 100-year flood plain and shall be accessible during the 25-year storm event. E. Lift station site and associated access road shall be located in a dedicated right-of-way or permanent easement. i. Access road shall be a minimum 12-foot wide all-weather surface. H. Additional staging and parking area shall be provided. iii. Station grounds shall be minimum 5-inch thick, aggregate road base material. F. Lift station site shall be fully enclosed by intruder -resistant fence and include a 14-foot vehicle gate and 3-foot man gate. Vehicle gate shall be situated such that pumps and equipment are accessible by service vehicles. G. Lift station shall have bypass capability. H. Lift station shall have lightning protection for all electronic components. I. Lift station site shall be illuminated by a security light system. I Lift station shall be fitted with SCADA antennae. 6.9.03 Dry Well A. Dry well shall have separate, dedicated entrance with ladder. B. The dry well or valve vault shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum hatch. Section 6 65 Design Standards and Specifications Sewer Specifications C. Provisions shall be made for water removal from the dry well. D. Dry well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. 6.9.04 Wet Well A. Wet wells must be enclosed by water -tight and gas -tight walls. B. Interior walls of wet wells shall be lined with a lining system per the Approved Materials List. C. Wet well shall have a maintenance hatch for servicing pumps and a separate, dedicated entrance. i. Dedicated entrance shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum safety hatch. ii. Maintenance hatch shall be an approved, double -door, lockable, 48-inch x 72-inch pedestrian -rated aluminum hatch or as required to adequately maintain the wet well pumps and components. D. A gravity sewer pipe discharging to a wet well must be located so that the invert elevation is above the level of the system's "on" setting. E. All piping within wet well shall be PVC with flanged fittings. F. All interior components shall be stainless steel including nuts, bolts, other fasteners and all base plates. G. Each pump shall be fitted with minimum 25 feet of stainless steel lifting chain. H. Each pump shall be fitted with dual -rail stainless steel guide bar and upper guide bar brackets. I. Wet well shall have a sloped bottom toward the pump intake to avoid solids deposition. J. Wet well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. K. Piping associated with lift stations shall be approved gravity or pressure rated sewer pipe. 6.10 Restoration and Clean U 6.10.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Chief Water Utilities Engineer. 6.10.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 6.10.03 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system and in compliance with current applicable codes. 6.10.04 All rubbish, excess excavated materials, unused materials and other non-native materials shall be removed from the jobsite and legally disposed. 6.10.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief Water Utilities Engineer. Section 6 66 Design Standards and Specifications Sewer Specifications 6.11 Warranty and Acceptance 6.11.01 At the completion of all or designated portions of work under construction, an inspection shall be made to determine compliance with these specifications, and other approved plans and materials. A. Upon such determination, a Certificate of Acceptance of Utility Construction shall be issued. B. The Certificate of Acceptance of Utility Construction shall constitute the initiation of the warrantee period. C. The Developer shall warrant the accepted work to be free of defects in workmanship or material defects for a period of one year. 6.11.02 The determination of the necessity during the warranty period for the Contractor to repair or replace the work in whole or in part shall rest entirely with the Chief Water Utilities Engineer. Section 6 67 Eli Design Standards and Specifications Approved Materials List SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7.1 Introduction 7.1.01 This section lists specific products and manufacturers that have been approved for use within the City of Lubbock water and sanitary sewer system. 7.1.02 This listing is intended to be used as a reference source for Water Utilities employees, design engineers, developers, contractors and vendors. 7.1.03 Materials produced by manufacturers not listed herein are not acceptable for use within the City's system. 7.1.04 Manufacturers interested in submitting products for evaluation and possible approval should submit a written request in accordance with the procedures listed below. 7.2 Product Submittal Procedures 7.2.01 Written requests should be sent to the attention of "Chief Water Utilities Engineer, City of Lubbock, PO Box 2000, Lubbock, Texas 79457". 7.2.02 Written requests shall include the following: A. A complete Application for New Product(s) (See Appendix A-1) tJ B. Four (4) copies of the following documents: L A list of all applicable standards regarding the product and certification (AWWA, ANSI, ASTM, etc.) ii. Adequate shop drawings and design information (brochures and other product information) iii. Location of the manufacturer's plant iv. Location of the nearest local distribution point and retail outlet v. A list of any special tools, fittings or methods of construction required for installation and/or maintenance vi. Spare parts and service availability information vii. A 5-year history of the product documenting its performance viii. Warranties ix. Product sample (where appropriate) x. User references, with contact person and telephone numbers (Specifically in the State U of Texas) A. Life cycle costs (where appropriate) xii. A statement of why the approval of the product would be beneficial to City of Lubbock Li C. Applicant shall send a formal review meeting request to the Chief Water Utilities Engineer. D. All submissions shall be made at least 30 days prior to the meeting at which review is requested. Section 7 68 4LJ Design Standards and Specifications Approved Materials List 7.3 Evaluation Process 7.3.01 Product evaluation will be conducted by the Chief Water Utilities Engineer or thier designee. A. Review shall include: i. Conformance with the City of Lubbock Design Standards and Specifications. ii. Comments made by contractors, engineers, developers, suppliers, etc. ill. Any other matters regarding the design, construction and implementation of the proposed product into the City of Lubbock water and sanitary sewer system. B. Applicant may be requested to make a brief presentation regarding the product. Representatives shall be knowledgeable on product use, locations, design and reference checks. The representative shall also have the authority to approve a trial run in City of Lubbock. 7.4 Approval Process 7.4.01 The decision of the Chief Water Utilities Engineer is final. 7.4.02 For each product that has been submitted, one of the following recommendations will be made: A. Approval for Use 1. This approves a product for use throughout the City's service area. ii. The Chief Water Utilities Engineer may withdraw the Approval for Use status for violation of the City of Lubbock Design Standards and Specifications. ill. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. B. Conditional Approval for Use 1. This approves a product for use throughout the City's service area; however, the product will be reviewed periodically to ensure that no unforeseen installation or maintenance problems have risen and that quality assurance/quality control meet City Standards. ii. After a suitable period of field observation, this approval may be upgraded to Approval for Use status. The frequency of review and the length of field observation period will be determined by the Chief Water Utilities Engineer. ill. If, during the field observation period, problems with installation, operation or maintenance of the product are observed, the Chief Water Utilities Engineer may downgrade the status of the product to Disapproved for Use. iv. The Chief Water Utilities Engineer may withdraw the Conditional Approval for Use status for violation of the City of Lubbock Design Standards and Specifications. v. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. I C. Limited Approval for Use 1. This approves a product for use only in certain sites or projects within the City's service area. The Chief Water Utilities Engineer will determine where the product can be used. ii. The product will be reviewed periodically to ensure that no unforeseen installation, operation or maintenance problems have arisen. ill. After a suitable period of field observation, this approval may be upgraded to Conditional Approval for Use or Approval for Use status. The frequency of review and Section 7 69 �4 Design Standards and Specifications Approved Materials List the length of the field observation period will be determined by the Chief Water Utilities Engineer. iv. If, during the field observation period, problems with the installation, operation or maintenance of the product are observed, the Chief Water Utilities Engineer may downgrade the status of the product to Disapproved for Use. v. The Chief Water Utilities Engineer may withdraw the Limited Approval for Use status for violation of the City of Lubbock Design Standards and Specifications. vi. All use of the product will be in conformance with manufacturer's specifications and good engineering practices. D. Disapproved for Use 1. The product may not be used anywhere within the City's service area. ii. If a product has been given a Disapproved for Use status by the Chief Water Utilities Engineer, the product may not be resubmitted for review unless significant changes have been made to the product. iii. The Chief Water Utilities Engineer will not reconsider a product Disapproved for Use until at least twelve (12) months have passed from the date of disapproval. E. Insufficient Information 1. Not enough information was provided to evaluate the product. ii. Upon receipt of requested additional information, the Chief Water Utilities Engineer will reevaluate the product. iii. If, upon reevaluation, it is determined that not enough information was provided a Disapproved for Use status will be given. 7.4.03 Design Changes of Approved Products A. After the approval of a product, the manufacturer or their representative shall inform the Chief Water Utilities Engineer, in writing, of any modifications in design or material. Such changes may require further evaluation and approval. 7.4.04 Withdrawal of Approval A. The Chief Water Utilities Engineer may withdraw any approval as a result of a design change, field observation, testing, product failure, or other factors that, in the opinion Chief Water Utilities Engineer, warrant such withdrawal. 1 Li Section 7 70 Design Standards and Specifications Approved Materials List 7.5 Water System 7.5.01 Water Pipe A. Polyvinyl Chloride (PVC) 4-inch to 24-inch i. AWWA C900 or C905; Minimum DR-18 ii. Manufacturers: a. CertainTeed (1) Certa-Lok b. Diamond Plastics c. JM Eagle (1) Blue Brute (2) Big Blue (3) Eagle Loc 900 d. North American Pipe e. Northern Pipe Products f. Pipelife Jetstream g. VinylPiex, Inc. B. High Density Polyethylene (HDPE) i. AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 ii. Manufacturers a. Chevron b. JM Eagle c. Piexco C. Cement -lined Ductile Iron (DIP) - Push -On or Mechanical Joint i. AWWA C151 Minimum Thickness Class 50 ii. Manufacturers a. American Cast Iron Pipe b. Griffin Pipe Products c. McWane Pipe d. U.S. Pipe and Foundry D. Concrete Cylinder Pipe L AWWA C301, Pre -stressed Concrete Steel Cylinder Pressure Pipe ii. AWWA C303, Concrete Bar -wrapped Steel Cylinder Pressure Pipe ill. Manufacturers: a. Hanson 7.5.02 Fittings: (Bends, Crosses, Tees and Offset Glands) A. Ductile Iron; Compact B. AWWA C110 and C-153 C. Manufacturers: i. American Cast Iron Pipe ii. Griffin Pipe Products iii. McWane Pipe Section 7 71 Design Standards and Specifications Approved Materials List iv. Sigma Corporation v. Star Pipe Products, Inc. vi. Tyler Pipe and Foundry Utilities vii. U.S. Pipe and Foundry 7.5.03 Couplings (Transition or Straight), Non -Restrained A. Low -alloy or stainless steel bolts and nuts; outside finish: heat fused nylon coating or fusion bonded epoxy coating; standard length body. B. Manufacturers i. Dresser ii. Ford iii. JCM Industries iv. Romac v. Smith -Blair 7.5.04 Resilient Seat Gate Valves, 4-inch through 12-inch A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C509 and C515 C. Manufacturers i. American AVK ii. Clow iii. Darling iv. EJIW v. Mueller vi. M & H Model 3067 vii. United 7.5.05 Butterfly Valves — 16-inch and Greater, with gearing if required by manufacturer A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C504 C. Manufacturers L DeZurik ii. Mueller iii. M & H 7.5.06 Fire Hydrants A. AWWA C502 B. 5-1/4-inch valve opening; 2-1/2-inch hose nozzles; 4-inch steamer nozzle C. Factory painted orange D. Manufacturers i. American Darling Model B-84-B ii. American AVK M. Clow Medallion Section 7 72 Design Standards and Specifications Approved Materials list iv. Mueller Centurion v. M & H Style 129-09 7.5.07 Fire Hydrant Raised Pavement Marker A. Manufacturer i. Stimsonite Model 80 7.5.08 Service Saddles A. Epoxy coated ductile iron body; Double band with SS bands and bolts B. AWWA C800 C. 1-inch i. Female AWWA Taper threads (CC or CS) ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair D. 2-inch i. Female iron pipe threads ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair 7.5.09 Corporation Stops A. Full Port Bail Valve B. AWWA C800 C. 1-inch i. Male AWWA Taper threads (CC or CS) by flared copper or compression ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller D. 2-inch i. Male iron pipe threads by flared copper or compression ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller Section 7 73 Design Standards and Specifications Approved Materials List 7.5.10 Service Tubing A. Copper Tubing 9 i. ASTM B88 ii. Flared copper fittings ill. 1-inch a. Type K - Soft iv. 2-inch a. Type K - Hard) B. Polyethylene Tubing (PET); 1-inch and 2-inch i. ASTM D2737 -Copper Tube Size (CTS), 200 PSI Minimum, Black or Blue ii. Quick joint type compression fittings used with stainless steel insert stiffeners ill. Manufacturers a. Endot — Endopure PE 4710 - b. NuMex PE 4710 c. Silveriine — Sil-O-Flex PE 3408 or 4710 d. Uitraline — Driscopiex 5100 Series PE 4710 7.5.11 Curb Stops A. Full Port Ball Valve B. C. AWWA C800 Curb stops shall include meter swivel nut (meter spud) connection on outlet side such that { meter nut can be replaced without removing valve from operation. - D. Reductions for smaller meter sizes shall be accomplished by use of appropriately sized iron pipe threaded brass bushing on outlet side of curb stop. E. 1-inch and 2-inch i. Flared copper or compression by female iron pipe threads with meter swivel nut. ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller Section 7 7.5.12 Compression Fittings A. Compression fittings shall be quick joint type. B. Compression fittings shall be used with stainless steel insert stiffeners. C. Manufacturers L AY McDonald ii. Ford 7.5.13 Mueller Meter Setters, 2-inch A. Ball valve inlet and outlet, 15 inch height, Female iron pipe threads - B. Manufacturers i. A. Y. McDonald ii. Ford 74 Design Standards and Specifications Approved Materials List ill. Mueller i 7.5.14 Tapping Sleeves A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange B. Epoxy coated with stainless steel bolts and nuts C. Manufacturers L Ford FAST ii. JCM Industries #469 ill. Smith Blair #662 iv. ROMAC #SST 7.5.15 Resilient Seat Wedge Tapping Valves A. AW WA C509 B. Manufacturers: i. American ii. Clow ill. EJIW iv. Mueller v. M&H vi. U. S. Pipe 7.5.16 Water Meter Boxes and Vaults A. Manufacturers i. Hi -Density Polyethylene Plastic Box - a. Carson Industries Model 2200 ii. Heavy Duty HS-20 Rated a. EJIW ._ b. Old Castle 7.5.17 Double Check, Double Detector Check and Reduced Pressure Principle Devices A. American Society of Sanitary Engineering Seal Approval B. Call City of Lubbock backflow coordinator at (806) 775-2589 for specific applications. C. Manufacturers L Ames ii. Febco ill. Watts iv. Wilkins 7.5.18 Backflow Preventer Box A. Polyester or Aluminum Enclosure, Heated and Insulated ASSE 1060 B. Manufacturers L EZ Box Model HEz ii. Hot Box ill. Safe-T Cover Section 7 75 Design Standards and Specifications Approved Materials List 7.5.19 Air Release Valves A. Manufacturers L APCO ii. ARI iii. Crespin 7.5.20 Flushing Hydrants A. Manufacturers 1. Kupferle 7.5.21 Sampling Stations A. Manufacturers i. Kupferle 7.5.22 Valve boxes A. Cast -Iron slip type B. Manufacturers i. EJIW ii. Sigma iii. Star Pipe 7.5.23 Pipe Restraints A. ASTM F1674 B. Manufacturers L EBAA Iron, Inc. ii. Ford iii. Romac iv. Sigma v. Smith -Blair A. Star Pipe Products, Inc. vii. Tyler Union 7.5.24 Casing Spacers A. Manufacturers 1. Advance Products ii. BMW iii. Cascade iv. CCI Pipeline V. Culpico vi. PSI 7.5.25 Precast Concrete Vaults, HS-20 Rated A. Manufacturers L Hanson Pipe and Products ii. Vaughn Concrete Products Section 7 76 r, Design Standards and Specifications Approved Materials List 7.5.26 Waterline Marker i. Manufacturers a. Blackburn b. Carsonite International Section 7 77 Design Standards and Specifications Approved Materials List 7.6 Sanitary Sewer System 7.6.01 Gravity Sewer Pipe A. Polyvinyl Chloride (PVC) Pipe 1. 6-inch thru 15-inch: ASTM D3034, Minimum Class SDR 35 ii. 18-inch thru 48-inch: ASTM F679, wall thickness T 1 ill. Fittings ASTM D1784 iv. Gaskets ASTM F477 v. Manufacturers a. Certainteed Corporation b. Diamond Plastics c. GPK (Fittings Only) d. Harco (Fittings Only) e. JM Eagle f. Multi Fittings (Fittings Only) g. National Pipe and Plastics Ever -Green Sewer Pipe h. North American Pipe ASTM D3034 1. Plastic Trend (Fittings Only) j. VINYL Plex (Fittings Only) B. PVC Corrugated Sewer Pipe with Smooth Interior i. ASTM F949, ASTM F794 ii. Manufacturer a. Diamond Plastics C. High Density Polyethylene (HDPE) i. ASTM F714 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco D. Ductile Iron (DIP) i. AWWA C151 Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation c. McWane d. U.S. Pipe and Foundry Company E. Steel Reinforced Polymer Concrete 1. ASTM D6783 li. Manufacturers a. U. S. Composite Pipe F. Polypropylene Corrugated Dual Wall and Triple Wall i. 12-inch thru 30-inch: ASTM F2736 ii. 30-inch thru 60-inch: ASTM F2764 Section 7 78 Design Standards and Specifications Approved Materials List iii. Manufacturer a. ADS Sanitite HP 7.6.02 Pressure Sewer Pipe A. Polyvinyl Chloride (PVC) i. AWWA C900 Minimum Class DR25 a. Manufacturers (1) Diamond Plastics (2) JM Eagle (3) North American Pipe ii. SDR26 Class 160 a. Manufacturers (1) Diamond Plastics (2) ]M Eagle (3) North American Pipe B. Ductile Iron (DIP) 1. Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation c. U. S. Pipe and Foundry Company C. High Density Polyethylene (HDPE) i. AWWA: C906, Minimum Pressure Class 160 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco 7.6.03 Manholes A. Precast Concrete 1. ASTM C478 ii. Manufacturers a. Hanson Building Products b. South Plains Concrete Products c. The Turner Company d. Vaughn Concrete Products B. Glass -Fiber -Reinforced Polyester Manholes, Wetwells and Manhole Liners i. ASTM D3753 ii. Manufacturer a. LF Manufacturing b. Containment Solutions 7.6.04 Manhole Frames and Covers A. ASTM A48, Class 35B, AASHTO M-306 Section 7 79 Design Standards and Specifications Approved Materials List B. Standard Solid Cover i. Manufacturers a. East Jordan Iron Works C. Watertight Frame and Cover i. Manufacturers a. East Jordan Iron Works b. Rexus 7.6.05 Manhole Coatings/Protective Lining System A. Manufacturers i. A-Lok - Dura Plate 100 PVC Liner ii. Raven 405 iii. Tnemec — Series 431 PermaShield 7.6.06 Gaskets and Flexible Manhole Connections A. Flexible cast -in -place seal or flexible boots installed with hydraulic pressure after manhole manufacture. Manhole openings shall be made by hole -formers inserted during manufacture. B. Manufacturers i. Press -Seal Gasket Corp. H. A-Lok iii. International Precast Supply iv. NPC 7.6.07 Internal Chimney Seals A. ASTM C923 B. Manufacturers i. Cretex ii. NPC 7.6.08 Manhole Joint Seals A. Sealant per ASTM C990 B. O-ring gaskets meeting ASTM C443 and ASTM C1628. 7.6.09 Manhole Joint Wrap (in addition to O-ring specified above) A. Manufacturers L Ram Nek ii. ConSeal CS 102 7.6.10 Manhole Joint Sealers A. Butyl Mastic B. Manufacturers i. Ram Nek H. ConSeal CS 102 7.6.11 Inflow Prevention Device Section 7 80 Design Standards and Specifications Approved Materials List A. Non -Corrodible with self cleaning gas relief and vacuum relief valves t_ B. Manufacturers i. L.F. Manufacturing Inc. - Rain Guard ii. No Flow -In Flow iii. The Man Pan iv. Southwestern Packing and Seals, Inc. - Rainstopper 7.6.12 Polyethylene Slope Adjusting Ring A. ASTM D1248 B. Manufacturers i. Ladtech 7.6.13 Saddles A. Manufacturer i. NDS - 7.6.14 Cleanout Cover A. Manufacturer i. East Jordan Iron Works 7.6.15 Valves — Must Be Approved for Use in Wastewater Application A. Plug, Full Port i. Manufacturers a. DeZurik B. Resilient Seat Gate i. AWWA C509 ii. Manufacturers a. American Flow Control b. Clow c. M&H d. Mueller e. U.S. Pipe C. Swing Check i. Manufacturer a. Golden Anderson b. M & H c. Val-Matic 7.6.16 Backwater Valve for Manhole Vent A. Manufacturer i. Josam 7.6.17 Lateral Backwater Valve A. Diaphram Operated Stainless Steel Knife Valve ASME AI 12.14.1 Section 7 81 Design Standards and Specifications Approved Materials List B. Manufacturer i. John Stephens ii. Plastic Trends ill. Smith Floodgate 7.6.18 Sewage Combination Air/Vacuum Valve A. Manufacturers i. APCO/Willamette -' ii. ARI iii. Golden Anderson Industries 7.6.19 Sanitary Sewer Marker A. Manufacturers i. Blackburn ii. Carsonite International 7.6.20 Wastewater Pumps A. Manufacturer i. Flygt N-Pump ■ 9 9 Section 7 82 Design Standards and Specifications Approved Materials Ust 7.7 Water and Sanitary Sewer Systems 7.7.01 Modular Wall Seal A. EPDM with stainless steel nuts and bolts B. Manufacturer i. Thunderiine ii. Pipe Seal iii. Link Seal 7.7.02 Vault Doors A. Type K heavy duty aluminum double leaf door, H-20 rated B. Manufacturers L Bilco ii. Halliday ill. USF Fabrication, Inc. 7.7.03 Tracer Wire A. 14-gauge B. Manufacturers i. Copperhead ii. Southwire 7.7.04 Marking Tape A. 3-inch width, Sewer — green, Water - blue B. Manufacturers L Presco Prodcuts ii. Terra Tape Section 7 88 Design Standards and Specifications Streets and Drainage Specifications SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.1 General 8.1.01 The construction and materials for any City of Lubbock Public Works Engineering paving or drainage improvements project shall conform to the following specifications and associated plan sheets. A. Any construction or materials failing to meet the requirements of these specifications or the plan sheets shall be removed and replaced at the Contractor's own expense. B. No consideration will be given to requests for reduced payments for construction or materials I not in conformance with these specifications and the plan sheets. 8.1.02 The term Engineer used in these specifications shall refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these specifications and associated plans. 8.1.03 The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. A. Material Safety Data Sheets (MSDS) shall be required on all materials. B. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. C. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer. 8.1.04 Streets to be constructed in a location where the traffic is expected to consist of an unusual number of trucks or other heavy vehicles shall have an approved pavement structure design specific to that loading condition. 8.1.05 All construction covered by these specifications shall be in compliance with the City of Lubbock Code of Ordinances, Chapter 30 Lakes and Water Ways, Chapter 36 Streets, Sidewalks, and Other Public Ways, Chapter 38 Subdivisions, and other chapters as applicable. 8.1.06 Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, U procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. �� A. When information indicated on plan sheets is in conflict with these specifications, the information on the plans shall govern. 8.2 Design Standards 8.2.01 The following design standards shall apply to all paving and drainage improvements associated with construction of new subdivisions. A. If unusual site conditions necessitate design criteria different from these requirements, changes will be permitted only if specifically approved by the City Engineer. Section 8 84 i r Design Standards and Specifications Streets and Drainage Specifications 8.2.02 Street Crown Elevations A. All street paving shall incorporate a centerline crown at the following listed elevation unless otherwise indicated on plans, or as directed by the Engineer: e - -a, 32 feet 0.52 feet 36 feet 0.58 feet 42 feet 0.67 feet 46 feet 0.73 feet 66 feet 1.03 feet 88 feet 1.18 feet 1. The widths listed above refer to the total proposed future full width of street. if. Where there is a difference in elevation between top of opposite street curbs, the crown elevation shall be adjusted such that the cross slopes are 2.0% minimum and 4.0% maximum. 8.2.03 Minimum Grades A. All street paving shall incorporate the following slopes unless otherwise indicated on plans, or as directed by the Engineer: NOUN Linear Curb and Gutter 0.20 Curb and Gutter in Cul-De-Sacs 0.30 Concrete Dips, Valley Gutters and Fillets 0.35 Concrete Alley Paving 0.20 Concrete Drainage Channel 0.20 Fall Around Curb Radii 0.80 B. Asphalt dips shall not be used in the place of concrete dips or valley gutters. 8.3 Testing and Inspection 8.3.01 All work shall be inspected and tested by a representative designated by the City Engineer, who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or associated plans. A. Whenever any portion of these specifications or associated plans is violated, the Engineer may order the portion of construction that is in violation to cease until such violation is corrected. 8.3.02 Contractor shall cooperate with the Engineer in providing for sampling and testing procedures. A. In the event City tests indicate out of specification materials, additional tests may be provided by the contractor at their own expense. B. Conflicting tests provided by the contractor will not automatically be considered as compliance with City specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. 8.3.03 The testing and inspection provided by the City is intended only to verify that materials and construction comply with plans and specifications. The City's testing and inspection efforts are not intended to replace the contractor's responsibility to comply with the specifications. Section 8 85 Design Standards and Specifications Streets and Drainage Specifications A. With respect to new material sources, or where the City lab has determined materials or construction do not comply with these specifications, the City will not re -test until the contractor has provided their own testing to demonstrate the materials and construction are in compliance with the plans and specifications. 8.3.04 Upon completion of construction, the Contractor will apply sufficient water to all paving improvements within the project to ensure all surfaces meet drainage requirements and are in compliance with these specifications. 8.4 Notification of Property Owners 8.4.01 The contractor shall be responsible for maintaining positive communication with adjacent property owners. 8.4.02 The contractor shall provide two days notice to all affected property owners with respect to pending construction, and restriction of access or driveway locations. 8.5 Protection of Utilities and Irrigation Systems 8.5.01 The plans show only approximate locations of utilities as obtained from various utility companies. A. It is not implied that all utilities or their accurate locations are shown on the plans. ! 8.5.02 It is the contractor's responsibility to become familiar with all utilities and locations. A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification i Centers. B. The contractor shall call DIG TESS (1-800-344-8377) and provide sufficient time for all utilities to be identified prior to construction. 8.5.03 On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will be responsible during the construction period for damages to any utilities. 8.5.04 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system, and in compliance with current applicable codes. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 8.6 Water for Construction 8.6.01 The City will furnish water from fire hydrants for construction purposes. A. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant and will be charged the applicable rate for the quantity of water used. B. The contractor shall contact Lubbock Power and Light Customer Service Department to establish a utility account. The contractor must pay a deposit for each fire hydrant meter and will be responsible for all charges associated with that account. 11 9 C. Once an account is established and the deposit is paid, the contractor may pick up a meter' from the City Water Department at 600 Municipal Drive. Section 8 86 aeao Tin BLUEFIELD BY SM � � zM VFMUIANE ST ST 4T ST 40 IMIaT ,No TAN aT um $MOT gam am ST aeon IM ST Ow 96TH ST 9M J; � City of Lubbock a TEXAS 2014 Concrete Patching rw, Legend i� Concrete Replacement E '9ILI;�g PAGE INTENTIONALLY LEFT BLANK