Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2021-R0219 - Contract 15872 with Horseshoe Construction 6.22.2021
Resolution No. 2021-R0219 Item No. 6.12 June 22, 2021 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 15872 for low pressure supply line lining as per RFP 21-15872-TF, by and between the City of Lubbock and Horseshoe Construction, Inc., of La Porte, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on June 22, 2021 [-A DANIEL M. POPE, MAYOR ATTEST: Rebec a Garza, City Secreta APPROVED AS TO CONTENT: Jesica achern, Assistant City Manager APPROVED AS TO FORM: Kelli sure, Ass ant 0Attorney ccdocs/RES.Contract 15872 — Low pressure supply line lining June 7, 2021 REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: M Ay a nt a Da PROJECT NUMBER: RFP 21-15872-TF Low Pressure Supply Line Lining Proposal of called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Offeror, in compliance with your Request for Proposals for the Low Pressure Supply Line Lining having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED ST LOW PRESSURE SUPPLY LINE LINING 1 MOBILIZATION, BONDS, AND INSURANCE 1 LS $ $ a'15000. 0 Al 2 20-INCH FUSIBLE PVC C905 DR 18 WATER 134 LF $ ..OD $ LINE BY OPEN CUT 4g5.0 I�Ia�3D.OD 20-INCH FUSIBLE PVC C905 DR 18 WATER 3 LINE WITH CASING SPACERS AND 30- 100 LF $ $ INCH STEEL CASING PIPE BY BORE ' 1 DO O0 "� G� DDD.DD 4 20-INCH FUSIBLE PVC C905 DR 18 WATER 17,647 LF $ $ LINE BYSLIPLINING a46,Op a35�5.0 5 ACCESS PITS FOR SLIPLINING 16 EA $ $ 00 REVISED ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED +/ COST 6 ABANDON AND GROUT EXISTING 24-INCH 207 LF $ $ LOW PRESSURE WATER LINE bo 1.�54R6.6D 7 CONNECT TO EXISTING 24-INCH WATER 4 EA $ $ LINE 8 OFFSET 2-INCH AIR RELEASE AND 2 EA $ $ VACUUM VALVE DDO.OD 9 D00. Ott 9 OFFSET 2-INCH BLOWOFF VALVE 2 EA $ $ �i .o dAoODD.a 10 20-INCH DIRECT BURY BUTTERFLY 2 EA $ $ VALVE &hoo.00 5 000.00 11 POINT REPAIR WITHOUT PAVEMENT 2 EA $ $ REMOVAL AND REPLACEMENT 0. Do % 0.00 12 POINT REPAIR WITH PAVEMENT 2 EA $ S REMOVAL AND REPLACEMENT to DD . DD 13000. DD 13 HYDROSEED 1,510 SY $ $ 1.a5 .§D 14 STORM WATER POLLUTION PREVENTION I LS $ PLAN (SWPPP) AND EROSION CONTROL aODD.00 0?5000.DD 15 TRENCH SAFETY 134 LF $ $ /0.0 /340• 16 HYDROSTATIC TESTING AND I LS $ $ DISINFECTION 3 000.0D 36000.00 REVISED ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED COST 17 REMOVE AND REPLACE ASPHALT 75 SY $ $ PAVEMENT O. 00 00 18 REMOVE AND REPLACE CONCRETE 76 SY $ $ PAVEMENT 1 OD !! 1U .QD 19 REMOVE AND REPLACE STORM 1 LS $ $ DRAINAGE STRUCTURE 4g 000.00 49,oob oo CONTROLLED LOW STRENGTH 20 MATERIAL (CLSM) FOR EXISTING 100 CY $ $ UTILITIES 130.00 1 DOD.DD 21 TRAFFIC CONTROL I LS $ $ D 100 Total ( Items 1-21) '600. $ --55 9 ) 4'1.5 PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: of to (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: W46 (to Final Completion) (not to exceed 330 consecutive calendar days to Substantial Completion / 360 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 330 Consecutive Calendar Days with final completion within 360 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $200 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. REVISED Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for N/A Dollars ($ N/A ) or a Proposal Bond in the sum of Five Percent (5%) of Total Amount Bid Dollars ($ 27s,257.38 ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary ey S. King Date: May 26, 2021 Author06Signature James R. Holt, President (Printed or Typed Name) Horseshoe Construction, Inc. Company 2309 S. Battleground Rd. Address La Porte Offeror acknowledges receipt of the following addenda: City' Texas Addenda No. 1 Date 05/20/21 Addenda No. 2 Date 05/25/21 Addenda No. Date Addenda No. Date State Telephone: 281 Fax: 281 Harris County 77571 Zip Code _ 478-5477 - 478-6436 Email: cynthia@horseshoe-inc.com FEDERAL TAX ID or SOCIAL SECURITY No. 76-0389648 M/WBE Firm: 1 woman I Black American I Native American Hispanic American I Asian Pacific American I Other (Specify) CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos. 3 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 2021-757862 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Horseshoe Construction, Inc. La Porte, TX United States Date Filed: 05/26/2021 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the Identification number used by the governmental entity or state agency to track or identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP 21-15872-TF Low Pressure Supply Line Lining 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Holt, James R. La Porte, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is James R. Holt and my date of birth is My address is 10279 N Ave H TX 77571 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Harris County, State of Texas ,on the 26thday of May 2021 (month) (year) /J 4,%`' °oe CYNTHIA LIZET VILLA K o � Notary ID #130278910 y My Commission Expires Signature thodzed agent of contracting business entity o 'Forte` March 5, 2024 (Declarant) o e mm' ion www.ethics.state.tx.us Version V1.1.ceffd98a CERTIFICATE OF INTERESTED PARTIES FORM I.Z9J 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2021-757862 Horseshoe Construction, Inc. LaPorte, TX United States Date Filed: 05/26/2021 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 06/09/2021 g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP 21-15872-TF Low Pressure Supply Line Lining 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Holt, James R. LaPorte, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is , , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) I-orms provlaea ny I exas Ethics commission www.ethics.state.tx.us Version V1.1.ceffd98a BOND CHECK BEST RATING _________ LICENSED IN TEXAS DATE______ BY: _______ CONTRACT AWARD DATE: June 22, 2021 CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK SPECIFICATIONS FOR Low Pressure Supply Line Lining RFP 21-15872-TF CONTRACT: 15872 PROJECT NUMBER: 92659.9241.30000 Plans & Specifications may be obtained from https://ci-lubbock-tx.bonfirehub.com/ Page Intentionally Left Blank $GGHQGa Page Intentionally Left Blank ADDENDUM 1 Revised Proposal Submittal Form & Engineer’s Addendum 1 RFP 21-15872-TF Low Pressure Supply Line Lining DATE ISSUED: May 20, 2021 CLOSE DATE: May 27, 2021 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Revised Proposal Submittal Form. Revised Proposal Submittal Form 1. Please utilize the Revised Proposal Submittal form attached. Engineer’s Addendum No. 1 1. Please review, utilize and incorporate Engineer’s Addendum No. 1, attached. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores@mylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, Teofilo Flores CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror’s responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: _______________________________________ PROJECT NUMBER: RFP 21-15872-TF Low Pressure Supply Line Lining Proposal of _________________________________________________________________ (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Low Pressure Supply Line Lining having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST LOW PRESSURE SUPPLY LINE LINING 1 MOBILIZATION, BONDS, AND INSURANCE 1 LS $ $ 2 20-INCH FUSIBLE PVC C905 DR 18 WATER LINE BY OPEN CUT 134 LF $ $ 3 20-INCH FUSIBLE PVC C905 DR 18 WATER LINE WITH CASING SPACERS AND 30- INCH STEEL CASING PIPE BY BORE 100 LF $ $ 4 20-INCH FUSIBLE PVC C905 DR 18 WATER LINE BY SLIPLINING 17,647 LF $ $ 5 ACCESS PITS FOR SLIPLINING 16 EA $ $ REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST 6 ABANDON AND GROUT EXISTING 24-INCH LOW PRESSURE WATER LINE 207 LF $ $ 7 CONNECT TO EXISTING 24-INCH WATER LINE 4 EA $ $ 8 OFFSET 2-INCH AIR RELEASE AND VACUUM VALVE 2 EA $ $ 9 OFFSET 2-INCH BLOWOFF VALVE 2 EA $ $ 10 20-INCH DIRECT BURY BUTTERFLY VALVE 2 EA $ $ 11 POINT REPAIR WITHOUT PAVEMENT REMOVAL AND REPLACEMENT 2 EA $ $ 12 POINT REPAIR WITH PAVEMENT REMOVAL AND REPLACEMENT 2 EA $ $ 13 HYDROSEED 1,510 SY $ $ 14 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) AND EROSION CONTROL 1 LS $ $ 15 TRENCH SAFETY 134 LF $ $ 16 HYDROSTATIC TESTING AND DISINFECTION 1 LS $ $ REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST 17 REMOVE AND REPLACE ASPHALT PAVEMENT 75 SY $ $ 18 REMOVE AND REPLACE CONCRETE PAVEMENT 76 SY $ $ 19 REMOVE AND REPLACE STORM DRAINAGE STRUCTURE 1 LS $ $ 20 CONTROLLED LOW STRENGTH MATERIAL (CLSM) FOR EXISTING UTILITIES 100 CY $ $ 21 TRAFFIC CONTROL 1 LS $ $ Total ( Items 1-21) $ PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: (to Final Completion) (not to exceed 330 consecutive calendar days to Substantial Completion / 360 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 330 Consecutive Calendar Days with final completion within 360 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $200 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. REVISED Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a pro posal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. __________ Offeror’s Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for ______________________________ Dollars ($___________) or a Proposal Bond in the sum of ______________________________ Dollars ($___________), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. (Seal if Offeror is a Corporation) ATTEST: _________________________________________ Secretary Offeror acknowledges receipt of the following addenda: Addenda No. _______ Date_________ Addenda No. _______ Date_________ Addenda No. _______ Date_________ Addenda No. _______ Date_________ M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. Date: Authorized Signature ______________________________________ (Printed or Typed Name) ______________________________________ Company ______________________________________ Address _____________________, ________________ City, County _____________________, ________________ State Zip Code Telephone: ______ - _____________________ Fax: - Email: _____________________________ FEDERAL TAX ID or SOCIAL SECURITY No. ____________________________________________ ADDENDUM NO. 1 CITY OF LUBBOCK LOW PRESSURE SUPPLY LINE LINING RFP 21-15872-TF The following revisions are hereby made to the bid documents for this project: GENERAL CLARIFICATIONS AND RESPONSE TO QUESTIONS The presentation from the pre-proposal meeting is included with this addendum. Prospective bidders that were not able to attend the pre-proposal meeting should familiarize themselves with the information provided in the presentation. Pre-Proposal Meeting Q&A Q1: What is the estimated cost for this project? A1: The estimated cost is $5,750,000. This is included under Item 4.2 of the General Instructions in Bonfire. Q2: What are the liquidated damages? A2: The liquidated damages are $500 for each consecutive calendar day after substantial completion and $200 for each consecutive calendar day after final completion. This is included under the proposed construction time section of the Proposal Submittal Form in Bonfire. Q3: Is there a bid item that provides potential allowance for unanticipated pits due to unexpected point repairs? A3: The contract documents (Bid Item 4 – 20-inch Fusible PVC C905 DR 18 Water Line By Sliplining) requires a pre-construction CCTV and cleaning of the water line before starting sliplining activities. The Contractor shall identify all potential areas in need of repair and incorporate into their access pits plan submittal. MODIFICATIONS TO BID FORM DELETE the Proposal Submittal Form in its entirety and REPLACE with the attached Proposal Submittal Form. All other provisions of the contract documents, plans and specifications shall remain the same. KIMLEY-HORN AND ASSOCIATES, INC. May 20, 2021 K:\DAL_Municipal\063126034 - Lubbock Low Pressure Rehab\Bidding\Addendum\Addendum No. 1\Addendum No. 1.doc Low Pressure Supply Line Lining Pre-Proposal Meeting May 12, 2021 Agenda • Project Location • Project Scope • TxDOT Permitting • Bid Proposal • Questions 2 Project Location 3 Project Scope • Water transmission line rehabilitation by sliplining 17,647 linear feet of 24-inch concrete pipe with 20-inch Fusible PVC pipe • 16 access pits anticipated • Installation of 134 linear feet of 20-inch Fusible PVC water transmission line • Installation of 100 linear feet of 30-inch steel casing pipe by bore • Installation of two air release/vacuum valves and two blow-off valves • Installation of two butterfly valves 4 TX-289 Loop • TxDOT pavement and storm structureremoval and replacement • Traffic control within TxDOT right-of-way • Multiple utility crossings 5 TxDOT Permitting • Application No. LBB20210323095000 • Approval letter was issued on 4/8/2021 and will be uploaded to Bonfire • 48-hour (2 business days) notice to TxDOT through UIR website to coordinate start date and inspection prior to beginning construction • Approval letter to be kept on site at all times 6 7 Item No. Description Quantity Unit 1 MOBILIZATION, BONDS, AND INSURANCE 1 LS 2 20-INCH FUSIBLE PVC C905 DR 18 WATER LINE BY OPEN CUT 134 LF 3 20-INCH FUSIBLE PVC C905 DR 18 WATER LINE WITH CASING SPACERS AND 30-INCH STEEL CASING PIPE BY BORE 100 LF 4 20-INCH FUSIBLE PVC C905 DR 18 WATER LINE BY SLIPLINING 17,647 LF 5 ACCESS PITS FOR SLIPLINING 16 EA 6 ABANDONAND GROUT EXISTING 24-INCH LOW PRESSURE WATER LINE 207 LF 7 CONNECT TO EXISTING 24-INCH WATER LINE 4 EA 8 OFFSET 2-INCH AIR RELEASE AND VACUUM VALVE 2 EA 9 OFFSET 2-INCH BLOWOFF VALVE 2 EA 10 20-INCH DIRECT BURY BUTTERFLY VALVE 2 EA 11 POINT REPAIR WITHOUT PAVEMENT REMOVAL AND REPLACEMENT 2 EA Bid Proposal Bid Proposal 8 Item No. Description Quantity Unit 12 POINT REPAIR WITH PAVEMENT REMOVAL AND REPLACEMENT 2 EA 13 HYDROSEED 1,510 SY 14 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) AND EROSION CONTROL 1 LS 15 TRENCH SAFETY 134 LF 16 HYDROSTATIC TESTING AND DISINFECTION 1 LS 17 REMOVE AND REPLACE ASPHALT PAVEMENT 75 SY 18 REMOVE AND REPLACE CONCRETE PAVEMENT 76 SY 19 REMOVE AND REPLACE STORM DRAINAGE STRUCTURE 1 LS 20 CONTROLLED LOW STRENGTH MATERIAL (CLSM) FOR EXISTING UTILITIES 20 LF 21 TRAFFIC CONTROL 1 LS Questions? 9 • Responses to be submitted to Bonfire ADDENDUM 2 Engineer’s Addendum No. 2 RFP 21-15872-TF Low Pressure Supply Line Lining DATE ISSUED: May 25, 2021 CLOSE DATE: May 27, 2021 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Revised Proposal Submittal Form. Engineer’s Addendum No. 2 1. Please review, utilize and incorporate Engineer’s Addendum No. 2, attached. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores@mylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, Teofilo Flores CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror’s responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source . Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. ADDENDUM NO. 2 CITY OF LUBBOCK LOW PRESSURE SUPPLY LINE LINING RFP 21-15872-TF The following revisions are hereby made to the bid documents for this project: MODIFICATIONS TO SPECIFICATIONS Section 01020 Measurement and Payment Pay Item No. 5 – Access Pits for Sliplining DELETE the last sentence in its entirety and REPLACE with: “Payment for all access pit work shall be at the total cost bid, regardless on actual number of pits required for the work. Contractor shall be responsible for determining number of pits required. No additional payment will be made if the number of pits exceeds the quantity shown in the bid form.” All other provisions of the contract documents, plans and specifications shall remain the same. KIMLEY-HORN AND ASSOCIATES, INC. May 25, 2021 K:\DAL_Municipal\063126034 - Lubbock Low Pressure Rehab\Bidding\Addendum\Addendum No. 2\Addendum No. 2.doc ,1'(; 127,&(722))(5256 *(1(5$/,16758&7,216722))(5256 7(;$6*29(510(17&2'( 352326$/68%0,77$/)250±PXVWEHVXEPLWWHGE\SXEOLVKHGGXHGDWH WLPH 352326$/68%0,77$/)250 68%0,77$/2)'2&80(176 &2175$&725¶667$7(0(172)48$/,),&$7,216 3267&/26,1*'2&80(175(48,5(0(176±WREHVXEPLWWHGQRODWHUWKDQVHYHQEXVLQHVVGD\V DIWHUWKHFORVHGDWHZKHQSURSRVDOVDUHGXH ),1$//,672)68%&2175$&7256 3$<0(17%21' 3(5)250$1&(%21' &(57,),&$7(2),1685$1&( &2175$&7 *(1(5$/&21',7,2162)7+($*5((0(17 &,7<2)/8%%2&.:$*('(7(50,1$7,216 63(&,$/&21',7,216,)$33/,&$%/( 63(&,),&$7,216 3DJH,QWHQWLRQDOO\/HIW%ODQN RFP 21-15872-TF Low Pressure Supply Line Lining 1. NOTICE TO OFFERORS 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock’s partner’s website, Bonfire. Refer to Exhibit A for Bonfire Submission Instructions. This Request for Proposals is for your convenience in submitting an offer for the specified services. 1.2. Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, until 2:00 PM on May 27, 2021, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the above referenced. 1.3. After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: https://zoom.us/j/9759171012?pwd=bkFtRTNlcXV1SkhWdkZiMDk4MXh2dz09 Meeting ID: 975 917 1012 Passcode: 1314 1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. 1.5. Proposals are due at 2:00 PM on May 27, 2021 and should be addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider the proposals on June 22, 2021, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of “A” or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 1.6. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON-RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.7. Copies of plans and specifications may be obtained at bidder’s expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from https://ci-lubbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.8. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY’S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the offeror’s expense. 1.9. It shall be each offeror’s sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. 2. PRE-PROPOSAL MEETING 2.1. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non-mandatory pre-proposal conference will be held at 2:00PM, May 12, 2021, via teleconference. The Zoom meeting information is as follows: Website: https://zoom.us/j/9759171012?pwd=bkFtRTNlcXV1SkhWdkZiMDk4MXh2dz09 Meeting ID: 975 917 1012 Passcode: 1314 2.2. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.3. It is the offeror’s responsibility to attend the pre-proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre- proposal meeting to offerors who do not attend the pre-proposal meeting. Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. 4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre- proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be mad 1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Assistant Director City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Website: https://ci-lubbock-tx.bonfirehub.com/portal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 330 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contr actor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 3. GUARANTEES 3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within one year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 3.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault-free performance and fault-free result in the processing date and date-related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 3.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor’s liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 4. BASIS OF PROPOSALS AND SELECTION CRITERIA 4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 25 points for Contractor Qualifications, 5 points for Safety Record Questionnaire, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 4.1.2 25 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor’s qualifications, the City uses the “Contractor’s Statement of Qualifications” attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points = Score). Each evaluator assigns points based upon the responses the contractor provides in the “Contractor’s Statement of Qualifications” And any past experience with the contractor. The “Contractor’s Statement of Qualifications” is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 4.1.3 5 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score). Each evaluator assigns points based upon the responses you provide in your “Safety Record Questionnaire” and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor’s control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 4.1.4 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 4.1.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $5,750,000.00. 4.3 Proposals shall be made using the forms provided. GENERAL INSTRUCTIONS TO OFFERORS (Continued) 5 ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the offeror, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at https://ci-lubbock- tx.bonfirehub.com/portal/ and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that an offeror may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 6 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the offeror fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If offeror does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 7 PROPOSAL PREPARATION COSTS 7.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 8 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. https://lubbocktx.govqa.us/WEBAPP/_rs/(S(quiyirflbtihahjnycegwpcs))/SupportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https://ci.lubbock.tx.us/pages/public-information-act 9 LICENSES, PERMITS, TAXES 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10 UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 11 CONFLICT OF INTEREST 11.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 12 CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 13 PLANS FOR USE BY OFFERORS 13.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 14 PAYMENT 14.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID 15.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP 16.1 The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 PLANS FOR THE CONTRACTOR 17.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 18 PROTECTION OF THE WORK 18.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of an offeror the following information: (a) The experience record of the offeror showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the offeror. (c) Equipment schedule. 19 TEXAS STATE SALES TAX 19.1 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. 19.2 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. 20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES 20.1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 21 BARRICADES AND SAFETY MEASURES 21.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 22 EXPLOSIVES 22.1 The use of explosives will not be permitted 22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23 CONTRACTOR'S REPRESENTATIVE 23.1 The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 24 INSURANCE 24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25 LABOR AND WORKING HOURS 25.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The offeror's attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 25.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 25.1.2 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. 25.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 25.3 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. 26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 26.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 27 PROVISIONS CONCERNING ESCALATION CLAUSES 27.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the offeror without being considered. 28 PREPARATION FOR PROPOSAL 28.1 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. 28.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 28.3 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 28.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29 BOUND COPY OF CONTRACT DOCUMENTS 29.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub-Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. 29.2 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. 30 QUALIFICATIONS OF OFFERORS 30.1 The offeror may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror’s qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror’s proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror’s qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub-Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 30.2 Complete and submit the PROPOSED List of Sub-Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub-contractors. (a) If no sub-contractors will be used please indicate so. 30.3 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non-municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 31 SELECTION 31.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 31.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 31.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 31.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 31.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 32 ANTI-LOBBYING PROVISION 32.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY-SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 32.2 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. 33 PROTEST 33.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 34 PREVAILING WAGE RATES 34.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 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 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE § 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 3DJH,QWHQWLRQDOO\/HIW%ODQN 352326$/68%0,77$/)250 3DJH,QWHQWLRQDOO\/HIW%ODQN RE- VISE PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATEMAy an,aaal PROJECT NUMBER: RFP 21-15872-TF Low Pressure Supply Line Lining Proposal of I'f � QS �S N'n� � �� j ��( �� j� , � N �J. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Low Pressure Supply Line Lining having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION QTY (+/-)COST U/M UNIT COST EXTENDED LOW PRESSURE SUPPLY LINE LINING 1 MOBILIZATION, BONDS, AND INSURANCE 1 LS $ $ 2 20-INCH FUSIBLE PVC C905 DR 18 WATER 134 LF $ $ LINE BY OPEN CUT A406.DD 1/& 3�0-60- 20-INCH FUSIBLE PVC C905 DR 18 WATER 3 LINE WITH CASING SPACERS AND 30- 100 LF $ $ INCH STEEL CASING PIPE BY BORE I 00-bb Q a boo bo 4 20-INCH FUSIBLE PVC C905 DR 18 WATER 17,647 LF $ $ LINE BY SLIPLINING aj4 oo 43A361D.DD 5 ACCESS PITS FOR SLIPLINING 16 EA $ $ 44-DDO-bt) REVISED ITEM DESCRIPTION QTY (+/-)COST U/M UNIT COST EXTENDED 6 ABANDON AND GROUT EXISTING 24-INCH 207 LF $ $ LOW PRESSURE WATER LINE q6. DD 7 CONNECT TO EXISTING 24-INCH WATER 4 EA $ $ LINE 49, �b 0, 66 8 OFFSET 2-INCH AIR RELEASE AND 2 EA $ $ VACUUM VALVE � DDD.OD 4z, bDo- 0D 9 OFFSET 2-INCH BLOWOFF VALVE 2 EA $ $ Ono. 6LO 10 20-INCH DIRECT BURY BUTTERFLY 2 EA $ $ VALVE a� a o. oo �a000.a� 11 POINT REPAIR WITHOUT PAVEMENT 2 EA $ $ REMOVAL AND REPLACEMENT DD. �O�-Od OD 12 POINT REPAIR WITH PAVEMENT 2 EA $ $ REMOVAL AND REPLACEMENT l0 00. DD Ono. oto 13 HYDROSEED 11510 SY $ $ 14 STORM WATER POLLUTION PREVENTION 1 LS $ $ PLAN (SWPPP) AND EROSION CONTROL a o�o.DD �5000.ofl 15 TRENCH SAFETY 134 LF $ $ l D. 00 Mo. Gb 16 HYDROSTATIC TESTING AND 1 LS $ $ DISINFECTION 35000.DD 360000-60 REVISED ITEM DESCRIPTION QTY (+/-)COST U/M UNIT COST EXTENDED 17 REMOVE AND REPLACE ASPHALT 75 SY $ $ PAVEMENT 16qo. 00 0 . o0 18 REMOVE AND REPLACE CONCRETE 76 SY $ $ PAVEMENT 171V oo 19 REMOVE AND REPLACE STORM 1 LS $ $ DRAINAGE STRUCTURE 4$ DDD.DO �-� Ong00 CONTROLLED LOW STRENGTH 20 MATERIAL (CLSM) FOR EXISTING 100 CY $ $ UTILITIES 13b. oa l *3,60D. 0 D 21 TRAFFIC CONTROL 1 LS $ $ )DaDA0. 0D 100fi&90. 60 Total (Items 1-21) S �*5 96.) 417.50 PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: aAQ (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 2NO (to Final Completion) (not to exceed 330 consecutive calendar days to Substantial Completion / 360 consecutive calendar days to Final Completion). Offeror hereby, agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 330 Consecutive Calendar Days with final completion within 360 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $200 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. REVISED Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for NIA Dollars ($ NIA ) or a Proposal Bond in the sum of Five Percent (5%) of Total Amount Bid Dollars ($ 279,257.38 ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with, the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary ley S. King Date: May 26, 2021 AuthorodSignature James R. Holt, President (Printed or Typed Name) Horseshoe Construction, Inc. Company 2309 S. Battleground Rd. Address La Porte Harris Offeror acknowledges receipt of the following addenda: City' g p g Texas Addenda No. 1 Date 05/20/21 Addenda No. 2 Date 05/25/21 Addenda No. Date Addenda No. Date State Telephone: 281 County 77571 Zip Code _ 478-5477 Fax: 281 _ 478-6436 Email: cynthia@horseshoe-inc.com FEDERAL TAX ID or SOCIAL SECURITY No. 76-0389648 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) AIA Document A310TM -2010 a Bid Bond CONTRACTOR: (rYanlct, legal status all(/ a(likess) Horseshoe Construction, Inc. 2309 S. Battleground Road La Porte, Texas 77571 OWNER: (Nance, leg(il status and address) City of Lubbock Citizen Tower 1314 Avenue K, Lubbock, TX 79401 SURETY: (Alante, 1<?gal slalus and hrirtcil)al place 0 'business) The Gray Casualty & Surety Company P.O. Box 6202 Metairie, LA 70009-6202 BOND AMOUNT: FIVE PERCENT (5%) of Total Amount Bid This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable, PROJECT: (Mane, loealion or crdclress, and Prujeel number, t f any) Low Pressure Supply Line Lining - Sewer Rehabilitation Project Number, if any: 21-15872 RFP # 21-15872, Capital Project # 92659.9241.30000 Lubbock, Texas The Contractor and Surely are bound to the Owner in the alllount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the tine specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in Accordance with the lenns of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project, and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the ainount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perfonu the work covered by said bid, then this obligation shall be null and void.. otlrenwisc to remain in full force and effect. The Surety hereby waives ally notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surely shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, (lie term Contractor in thus Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond leas been furnished to comply wilt a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be decmcd deleted herefroni and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond s!)�t4e construed as a statutory bond and not as a conunon law bond. Signed and sealed of May, 2021 Horseshoe C Inc. (7711e) Jlk1 K. MA I WeDD6krr The Gray C sualty & Surety Company _ v� n au ey,Jr. Attorney in Fact AIA Document A31011•' - 2010. Copyright iU 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. Hackett Bonds & Insurance Services 05/18/202113:19 765354026671 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY Bond Number: GENERAL POWER OF ATTORNEY Principal: Horseshoe Construction, Inc. Project: Low Pressure Supply Line Lining - Sewer Rehabilitation RFP # 21-15872 KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint Sean McCauley Jr. and Claudia Nunez of Dallas, Texas jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $10,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 261h day of June, 2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these presents to be signed by their authorized officers this 121h day of September, 2011. \�S U ft'A'N yJ;:�j Y. Michael T. Gray ! S E A L By: y Attest: Mark S. Manguno �i SEAL President, The Gray Insurance Company Secretary, i• and The Gray Insurance Company, �y�'•..` Vice President, The Gray Casualty & Surety Company * '� The Gray Casualty & Surety Company State of Louisiana ss: Parish of Jefferson On this 1211 day of September, 2011, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company and Vice President of The Gray Casualty & Surety Company, and Mark S. Mangano, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. * Lisa S. Millar, Notary Public, Parish of Orleans PUBUc ?P State of Louisiana OF L00�9°P`` My Commission is for Life I, Mark S. Mangano, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies, this 18th day of May 2021 . URA P t Y d � ... NCyy,� J•L, ... 3 S E T >~, / SEAL p� 3 Mark S. Manguno, Secretary The Gray Insurance Company 4„ �* " "'* " The Gray Casualty & Surety Company Certificate No. 13623 THIS IS TO CERTIFY THAT Texas Department of Insurance Company No.08-095765 Certificate of Authority THE GRAY CASUALTY & SURETY COMPANY METAIRIE, LOUISIANA has complied with the laws of the State of Texas applicable thereto and is hereby authorized to transact the business of Fire; Allied Coverages; Inland Marine; Ocean Marine; Aircraft -- Liability & Physical Damage; Workers' Compensation & Employers' Liability; Employers' Liability; Automobile --Liability & Physical Damage; Liability other than Automobile; Fidelity & Surety; Glass; Burglary & Theft; Forgery; Boiler & Machinery and Reinsurance on all lines authorized to be written on a direct basis insurance within the state of Texas. This Certificate of Authority shall be in full force and effect until it is revoked, canceled or suspended according to law. IN TESTIMONY WHEREOF, witness my hand and seal of office at Austin, Texas, this 9 t h _ day of June A.U. 2004 JOSE MONTEMAYOR CO MISSIONER OF "NSURANC, 41 s ItBY - IrI i Godwin Waechesi, Director Company Licensing & Registration 1 Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER consid ering the bid non-responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for do ing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non - responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstan ces and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 2 Contractor’s General Information Organization Doing Business As Business Address of Principle Office Telephone Numbers Main Number Fax Number Web Site Address Form of Business (Check One) A Corporation A Partnership An Individual If a Corporation Date of Incorporation State of Incorporation Chief Executive Officer’s Name President’s Name Vice President’s Name(s) Secretary’s Name Treasurer’s Name If a Partnership Date of Organization State whether partnership is general or limited If an Individual Name Business Address Identify all individuals not previously named which exert a significant amount of business control over the organization Indicators of Organization Size Average Number of Current Full Time Employees Average Estimate of Revenue for the Current Year Horseshoe Construction, Inc. 2309 S. Battleground Rd. La Porte, Texas 77571 (281) 478-4480 (281) 478-5477 (281) 478-6436 horseshoe-inc.com 12/14/1992 Texas James R. Holt James R. Holt N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 90-110 20MM N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 3 Contractor’s Organizational Experience Organization Doing Business As Business Address of Regional Office Name of Regional Office Manager Telephone Numbers Main Number Fax Number Web Site Address Organization History List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction Experience Years experience in projects similar to the proposed project: As a General Contractor As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten years? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five years? If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 28 Yrs.N/A No N/A No N/A No N/A No N/A No N/A Horseshoe Construction, Inc. 2309 S. Battleground Rd. La Porte, Texas 77571 James R. Holt 281-478-5477 281-478-5477 281-478-6436 horseshoe-inc.com 4 Contractor’s Proposed Key Personnel Organization Doing Business As Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. Experience of Key Personnel Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experi ence, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Project Superintendent Project Safety Officer Quality Control Manager If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Taylor Jones William Johnson Horseshoe Construction, Inc. 1 James R. Holt, Bradley King and William Johnson are the main personnel that will oversee this job. James Holt hasaround 39 years of experience. While Bradley and William Johnson have 26 plus years in the underground utility field.They have worked together to make Horseshoe Construction, Inc. into a multimillion-dollar company, that provides a safe environment with quality work.We currenlty have six crews, each with a superintendent and forman. All our superintendents and foremen have aminimum of 23 years' experience in the underground utility field. 2 N/A N/A N/A N/A Keith Sobnosky Chad Wall James R. Holt, PresidentWilliam Johnson, SuperintendentKeith Sobnosky, Foreman/Quality Control ManagerTaylor Jones, Project ManagerChad Wall, Estimator/Safety CoordinatorCynthia Villa, Contracts AdministratorKatherine Holt, ComptrollerAshley McNair, Purchasing ManagerStacey Huang, Payroll Manager 5 Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidates role on Project Alternate Candidate Name of Individual Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Horseshoe Construction, Inc. N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Todd Thompson Construction Manager Manchac Consulting Group tthompson@manchacgroup.com Michael Clayton North Little Rock Waste Water Authority 501-945-7186318-584-7372 Executive Director mclayton@nlrwu.com East Texas, Industrial, Ariline Rehab Lakewood Pipe Bursting 2019 Rehabilitation Project Project Manager Project Manager Taylor Jones FY21 Pipebursting Contract - Contract A 2019 Wastewater Pipe Bursting 8+ 8+ 4 4 Rose Creek, Rebsamen, Grassy Flats, And Rock Creek I&I Reduction Project 30 30 30 07/31/2021 03/05/2022 06/30/2021 6 Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Alternate Candidate Name of Individual Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Horseshoe Construction, Inc. N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Todd Thompson Chris Clark cclark@clarkpipeline.com 361-528-2600 Construction Manager Manchac Consulting Group 318-584-7372 Clark Pipeline Services tthompson@manchacgroup.com Sewer Sub-Basin BC-15 IDIQ Procurement Proj Programmed Water Line City Wide Owner Superintendent Superintendent 24+ 15+ 4 4 Town of Fort Supply - Sanitary Sewer System Improvements City of Duncan - Sanitary Sewer Rehabilitation 30 30 07/23/2021 08/20/2021 William Johnson 7 Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Alternate Candidate Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Horseshoe Construction, Inc. N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Todd Thompson Construction Manager Manchac Consulting Group 318-584-7372 tthompson@manchacgroup.com Sewer Sub-Basin BC-15 Charlie Winters Owner 210-224-7920 Corpus Christi North Beach Estimator/Safety CoordinatorEstimator/Safety Coordinator Chad Wall 2 cwinters@winterscon.net Winters Construction, Inc. 10+ 3+ 8 Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Alternate Candidate Name of Individual Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Horseshoe Construction, Inc. N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Todd Thompson Chris Clark Construction Manager Owner Manchac Consulting Group Clark Pipeline Services 318-584-7372 361-528-2600 tthompson@manchacgroup.com cclark@clarkpipeline.com IDIQ Procurement Proj Programmed Water Line City WideSewer Sub-Basin BC-15 Foreman Foreman Sanitary Sewer System Improvements 07/23/2021 Keith Sobnosky 15 years + 7 4 10+ City of Duncan - Sanitary Sewer Rehabilitation 30 30 08/20/2021 9 Contractor’s Project Experience and Resources Organization Doing Business As Projects Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Equipment Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Buy Lease Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? What work does the organization propose to subcontract on this project? Horseshoe Construction, Inc. Fortlift x x x Clean CCTV, Annular Grout, Fuse Pipe, Welding Connection 22T Winch ATW Grundowinch unloading/moving materials excavation/unloading/moving materials slipline Open cut, slipline, point repairs 200 Excavator 10 Contractor’s Subcontractors and Vendors Organization Doing Business As Project Subcontractors Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Equipment Vendors Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm Horseshoe Construction, Inc. N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A TT Technologies 22 ton winch ATW Grundowinch x United Rentals Forklift/200 Excavator x Attachment A 11 Current Projects and Project Completed within the last 10 Years Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager City of Fayetteville, Arkansas City of Bossier City, Louisiana Sewer Open Cut & Pipe Burst $3,067,125.00 East Texas, Industrial, Airline Sewer Rehabilitation Project Taylor Jones Juan Carrera Chad Wall Yovany Morales Sewer Pipe Burst South Levy/Indian Hills 2017 Pipe Bursting Rehabilitation Project Taylor Jones James Kelly Chad Wall Kitty Creek Sewer Improvements Sewer Open Cut & Pipe Burst $2,197,855.00 Taylor Jones William Johnson Chad Wall Archie Eznack $3,585,300.50 McClelland Consulting Engineers, IncProject Manager/EngineerZane Lewis 479-443-2377 Corey W. Granderson PE/Utilities Engineer City of Fayetteville 479-444-3452 cgranderson@fayetteville-ar.gov Zane Lewis Project Manager/Engineer McClelland Consulting Engineers, Inc 479-443-2377 zlewis@mce.us.com zlewis@mce.us.com Todd Thompson Construction Manager Manchac Consulting Group 318-584-7372 tthompson@manchacgroup.com Christopher J. LaCroix PE Manchac Consulting Group 225-448-3972 clacroix@manchacgroup.com Lorenz Walker Mayor City of Bossier City 318-741-8500 North Little Rock Wastewater Committee Attachment B 12 Project Information Project Owner Project Name General Description of Project Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Key Project Personnel Project Manager Project Sup Safety Officer Quality Control Manager Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Surety Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boards Number of Issues Resolved Total Amount involved in Resolved Issues Number of Issues Pending Total Amount involved in Resolved Issues Taylor Jones South Levy/Indian Hills 2017 Pipe Bursting Rehabilitation Project 1003,585,300.50 520,897.67 0 0 520,897.67 4,106,198.17 Pipe bursting rehabilitation for approximately 39,108 LF of existing 6", 8" & 10" gravity sewer lines plus the reconnection of service lines. N/A N/A N/A N/A North Little Rock Wastewater Committee 04/01/2019 450 06/24/2020 450 06/24/2020 450 05/01/2021 05/01/2021 04/01/2021 04/01/2021 761 761 731 731 James Kelly Chad Wall Aaron Barnes 100 100 100 100 Yes Yes Yes Yes Yes Yes Yes Yes Michael Clayton WW Utility Supervisor NLRWW Committee 501-945-7186 mclayton@nlrwu.com Michael Clayton WW Utility Supervisor NLRWW Committee 501-945-7186 mclayton@nlrwu.com Scott Kirby Construction Engineer NLRWW Committee 501-945-7186 skerby@nlrwu.com Nationwide Mutual Ins Co Attachment No. 1 Attachment No. 2 City of Lubbock, TX Purchasing and Contract Management Similar Projects and Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers customers of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Company Name: _______________________________________________________________________ Address: ______________________________________________________________________________ Contact Person and Title: ________________________________________________________________ Phone: _______________________________________Email:__________________________________ Similar Project: _________________________________________________________Year___________ REFERENCE TWO Company Name: _______________________________________________________________________ Address: ______________________________________________________________________________ Contact Person and Title: ________________________________________________________________ Phone: _______________________________________Email:__________________________________ Similar Project: _________________________________________________________Year___________ REFERENCE THREE Company Name: _______________________________________________________________________ Address: ______________________________________________________________________________ Contact Person and Title: ________________________________________________________________ Phone: _______________________________________Email:__________________________________ Similar Project: _________________________________________________________Year___________ City of Carrollton 1945 E. Jackson, Carrollton, TX 75006 972-466-3000 City of Corpus Christi 1201 Leopard St., Corpus Christi, TX 78401 Charlie Winters 210-224-7920 1,011 LF 8" C900 DR 18 FPVC Waterline Pipe Burst 2019 2019 Jeff Nohe Chris Clark 361-816-6007 2016 1201 Leopard St., Corpus Christi, TX 78401 City of Chorpus Christi 5,910 LF 8" DR18 PVC Waterline Pipe Burst 6,200 LF 8" Wateline Pipe Burst Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror And Attached to Submittal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal 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 proposal. R. 114 signature) CONTRACTOR'S BUSINESS NAME: Horseshoe Construction, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 2309 S. Battleground Rd. La Porte, Texas 77571 James R. Holt Contractor NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. The Proposer must complete, sien and return as part of their submittal response. Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: 0.98 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. James R. Holt, President Title Mod Factors HORSESHOE CONSTRUCTION INC Risk ID Rating Eff Date Date 07/15/2021 914348668 Production Date 04/12/2021 Status 0.98Mod Factor Comments ARAP 1.00 FLARAP SARAP MAARAP Final RATING REVISED TO REFLECT APPROVED RATING VALUES © Copyright 1993-2021, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished “As is” “As available” “With all defects” and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of any information or product furnished hereunder. All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end user’s and NCCI shall not have any liability thereto. Page 1 of 1 State Wt Exp Excess Losses Expected Losses Exp Prim Losses Act Exc Losses Ballast Act Inc Losses Act Prim Losses AL 4,017 5,579 1,562 0 37,800 0 0.14 AR 28,968 43,213 14,245 0 33,400 1,229 1,229.15 LA 53,258 64,950 11,692 0 60,900 0 0.10 OK 1,030 1,515 485 0 41,825 0 0.13 TX 17,967 27,495 9,528 35,721 39,200 91,122 55,401.14 (A) Wt (B)(C) Exp Excess Losses (D - E) (D) Expected Losses (E) Exp Prim Losses (F) Act Exc Losses (H - I) (G) Ballast (H) Act Inc Losses (I) Act Prim Losses .12 105,240 142,752 37,512 33,270 47,291 75,459 42,189 SARAPARAP (J) .98 (J) / (K) Exp Mod 190,043 REVISED RATING RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. THE ARAP FACTOR SHOWN IS FOR THOSE STATES CONTAINED ON THIS RATING THAT HAVE APPROVED THE ARAP PROGRAM AND IS CALCULATED BASED ON THE STATE WITH THE HIGHEST APPROVED MAXIMUM ARAP SURCHARGE. THE MAXIMUM ARAP SURCHARGE MAY VARY BY STATE. PLEASE REFER TO EACH STATE'S APPROVED RULES FOR THE APPLICABLE MAXIMUM ARAP SURCHARGE. RATING REVISED TO REFLECT APPROVED RATING VALUES Primary Losses Stabilizing Value Ratable Excess Totals Expected FLARAP 1.00 37,512 139,902 12,629 (I)C * (1 - A) + G (A) * (F) (K) (A) * (C)C * (1 - A) + G(E) Factors 186,083Actual42,189 139,902 3,992 MAARAP Risk ID:914348668HORSESHOE CONSTRUCTION INC WORKERS COMPENSATION EXPERIENCE RATING State:Rating Effective Date:Production Date:INTERSTATE07/15/2021 04/12/2021 Risk Name: © Copyright 1993-2021, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished “As is” “As available” “With all defects” and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user’s and NCCI shall not have any liability thereto. Page 1 of 5 01-ALABAMA Carrier:15032 Policy No.WC650326680 Eff Date:07/15/2017 Exp Date:07/15/2018 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code WAIVER OF SUBROGAT 000930 195,184 8693,103.2863061.59 EMPLOYERS LIABILIT 009812 Total Act Inc Losses:Policy Total:195,184 Subject Premium:014,732 01-ALABAMA Carrier:12408 Policy No.WC650326680 Eff Date:07/15/2018 Exp Date:07/15/2019 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code WAIVER OF SUBROGAT 000930 20,962 93333.2863061.59 EMPLOYERS LIABILIT 009812 Total Act Inc Losses:Policy Total:20,962 Subject Premium:01,481 01-ALABAMA Carrier:12408 Policy No.WC650326680 Eff Date:07/15/2019 Exp Date:07/15/2020 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code WAIVER OF SUBROGAT 000930 45,250 48172.285606.38 123,931 5521,971.2863061.59 EMPLOYERS LIABILIT 009812 Total Act Inc Losses:Policy Total:169,181 Subject Premium:09,317 03-ARKANSAS Carrier:15032 Policy No.WC650326680 Eff Date:07/15/2017 Exp Date:07/15/2018 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code 634,246 110F06E2E263572,7638,372.336306 1101.32 EMPLOYERS LIABILIT 009812 Total Act Inc Losses:Policy Total:634,246 Subject Premium:11036,486 Risk ID:914348668HORSESHOE CONSTRUCTION INC WORKERS COMPENSATION EXPERIENCE RATING State:Rating Effective Date:Production Date:INTERSTATE07/15/2021 04/12/2021 Risk Name: © Copyright 1993-2021, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished “As is” “As available” “With all defects” and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user’s and NCCI shall not have any liability thereto. * Total by Policy Year of all cases $2000 or less. C Catastrophic Loss D Disease Loss E Employers Liability Loss X Ex-Medical Coverage # Limited Loss U USL&HW Page 2 of 5 03-ARKANSAS Carrier:12408 Policy No.WC650326680 Eff Date:07/15/2018 Exp Date:07/15/2019 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code WAIVER OF SUBROGAT 000930 71,510 60186.325606.26 1,272,222 5,54216,793.3363061.32 EMPLOYERS LIABILIT 009812 Total Act Inc Losses:Policy Total:1,343,732 Subject Premium:085,952 03-ARKANSAS Carrier:12408 Policy No.WC650326680 Eff Date:07/15/2019 Exp Date:07/15/2020 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code WAIVER OF SUBROGAT 1,119F06E2F313180009301,119 574,898 4781,495.325606.26 1,239,606 5,40016,363.3363061.32 9,197 24.468810.04 EMPLOYERS LIABILIT 009812 Total Act Inc Losses:Policy Total:1,823,701 Subject Premium:1,11979,519 17-LOUISIANA Carrier:15032 Policy No.WC650326680 Eff Date:07/15/2017 Exp Date:07/15/2018 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code 639,100 4,60225,564.1863064.00 EMPLOYERS LIABILIT 009812 Total Act Inc Losses:Policy Total:639,100 Subject Premium:073,748 17-LOUISIANA Carrier:12408 Policy No.WC650326680 Eff Date:07/15/2018 Exp Date:07/15/2019 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code 483,783 3,48319,351.1863064.00 EMPLOYERS LIABILIT 009812 Total Act Inc Losses:Policy Total:483,783 Subject Premium:084,376 Risk ID:914348668HORSESHOE CONSTRUCTION INC WORKERS COMPENSATION EXPERIENCE RATING State:Rating Effective Date:Production Date:INTERSTATE07/15/2021 04/12/2021 Risk Name: © Copyright 1993-2021, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished “As is” “As available” “With all defects” and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user’s and NCCI shall not have any liability thereto. * Total by Policy Year of all cases $2000 or less. C Catastrophic Loss D Disease Loss E Employers Liability Loss X Ex-Medical Coverage # Limited Loss U USL&HW Page 3 of 5 17-LOUISIANA Carrier:12408 Policy No.WC650326680 Eff Date:07/15/2019 Exp Date:07/15/2020 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code 287,795 2751,525.185606.53 462,743 3,33218,510.1863064.00 EMPLOYERS LIABILIT 009812 Total Act Inc Losses:Policy Total:750,538 Subject Premium:081,119 35-OKLAHOMA Carrier:12408 Policy No.WC650326680 Eff Date:07/15/2019 Exp Date:07/15/2020 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code WAIVER OF SUBROGAT 000930 37,110 56174.325606.47 57,569 4291,341.3263062.33 EMPLOYERS LIABILIT 009812 Total Act Inc Losses:Policy Total:94,679 Subject Premium:06,125 42-TEXAS Carrier:15032 Policy No.WC650326680 Eff Date:07/15/2017 Exp Date:07/15/2018 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code 654,620 1,401*06NO. 33421,178.295606 1,401.18 814,167 4,24612,131.3563061.49 78,671 157448.358227.57 124,800 2050.398809.04 270,569 3781.468810.03 Total Act Inc Losses:Policy Total:1,942,827 Subject Premium:1,40170,390 Risk ID:914348668HORSESHOE CONSTRUCTION INC WORKERS COMPENSATION EXPERIENCE RATING State:Rating Effective Date:Production Date:INTERSTATE07/15/2021 04/12/2021 Risk Name: © Copyright 1993-2021, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished “As is” “As available” “With all defects” and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user’s and NCCI shall not have any liability thereto. * Total by Policy Year of all cases $2000 or less. C Catastrophic Loss D Disease Loss E Employers Liability Loss X Ex-Medical Coverage # Limited Loss U USL&HW Page 4 of 5 42-TEXAS Carrier:12408 Policy No.WC650326680 Eff Date:07/15/2018 Exp Date:07/15/2019 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code 586,235 18,000F06E2E768183061,055.295606 21,501.18 605,026 3,1559,015.3563061.49 78,367 156447.358227.57 124,800 2050.398809.04 432,136 60130.468810.03 Total Act Inc Losses:Policy Total:1,826,564 Subject Premium:21,50153,731 42-TEXAS Carrier:12408 Policy No.WC650326680 Eff Date:07/15/2019 Exp Date:07/15/2020 ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ Firm ID:Firm Name:HORSESHOE CONSTRUCTION INC OF Act Inc Losses Act Prim Losses Code 53,131 18,000F04W2A417702896.295606 18,104.18 147,901 18,000O04E2F658387712,204.356306 50,1161.49 76,173 152434.358227.57 124,800 2050.398809.04 419,466 58126.468810.03 Total Act Inc Losses:Policy Total:821,471 Subject Premium:68,22012,288 Risk ID:914348668HORSESHOE CONSTRUCTION INC WORKERS COMPENSATION EXPERIENCE RATING State:Rating Effective Date:Production Date:INTERSTATE07/15/2021 04/12/2021 Risk Name: © Copyright 1993-2021, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished “As is” “As available” “With all defects” and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user’s and NCCI shall not have any liability thereto. * Total by Policy Year of all cases $2000 or less. C Catastrophic Loss D Disease Loss E Employers Liability Loss X Ex-Medical Coverage # Limited Loss U USL&HW Page 5 of 5 City of Lubbock, TX Purchasing and Contract Management SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Horseshoe Construction, Inc. Signature of Company Official: 7 vA t. #A # - Date Signed: May 26, 2021 Printed name of company official signing above: dames R. Holt Page Intentionally Left Blank PROPOSED LIST OF SUB-CONTRACTORS Company Name Location Services Provided Minority Owned Yes No 1. □ □ 2. □ □ 3. □ □ 4. □ □ 5. □ □ 6. □ □ 7. □ □ 8. □ □ 9. □ □ 10. □ □ 11. □ □ 12. □ □ 13. □ □ 14. □ □ 15. □ □ 16. □ □ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB-CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: ___________________________________ (PRINT NAME OF COMPANY) Horseshoe Construction, Inc. AIMS Companies Pearland,TX Clean CCTV Cell-Crete Annular Grout Underground Solutions Poway, CA Fuse Pipe Rangeline Haslet, TX Welding Connection Phoenix, AZ Page Intentionally Left Blank POST-CLOSING DOCUMENT REQUIREMENTS The below-listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB-CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB-CONTRACTORS Company Name Location Services Provided Minority Owned Yes No 1. □ □ 2. □ □ 3. □ □ 4. □ □ 5. □ □ 6. □ □ 7. □ □ 8. □ □ 9. □ □ 10. □ □ 11. □ □ 12. □ □ 13. □ □ 14. □ □ 15. □ □ 16. □ □ SUBMITTED BY: ___________________________________ (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE IF NO SUB-CONTRACTORS WILL BE USED PLEASE INDICATE SO AIMS Companies Pearland, TX Clean CCTV Cell-Crete Phoenix, AZ Annular Grout Underground Solutions Poway, CA Fuse Pipe Rangeline Haslet, TX Welding Connection Horseshoe Construction, Inc. Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank 1 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Horseshoe Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and _______________________________________________________ (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Five Million Five Hundred Eighty-Five Thousand One Hundred Forty- Seven Dollars ($5,585,147.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 22nd day of June, 2021, to RFP 21-15872-TF Low Pressure Supply Line Lining_______________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this ________ day of __________________ 2021. ________________________________ _____________________________ Surety (Company Name) *By:_____________________________ By:__________________________ (Title) (Printed Name) _____________________________ (Signature) _____________________________ (Title) Page Intentionally Left Blank 2 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates ____________________ an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. _____________________________ Surety * By: _________________________ (Title) Approved as to form: City of Lubbock By: ____________________________ City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank 1 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Horseshoe Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and _______________________________________________________ (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Five Million Five Hundred Eighty-Five Thousand One Hundred Forty- Seven Dollars ($5,585,147.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 22nd day of June, 2021, to RFP 21-15872-TF Low Pressure Supply Line Lining_______________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this ___ day of ____________________, 2021. ____________________________ _____________________________ Surety (Company Name) * By: _______________________ By:__________________________ (Title) (Printed Name) _____________________________ (Signature) _____________________________ (Title) Page Intentionally Left Blank 2 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates ______________________________ an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. _______________________ Surety *By:____________________ (Title) Approved as to Form City of Lubbock By: ____________________ City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE:_____________________ P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT:_________________________ THIS IS TO CERTIFY THAT ___________________________________________ (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate $________________ Claims Made Products-Comp/Op AGG $________________ Occurrence Personal & Adv. Injury $________________ Owner’s & Contractors Protective Each Occurrence $________________ ___________________________ Fire Damage (Any one Fire) $________________ $________________ Med Exp (Any one Person) 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’S RISK 100% of the Total Contract Price $_______________ INSTALLATION FLOATER $_______________ EXCESS LIABILITY Umbrella Form Each Occurrence $_______________ Aggregate $_______________ Other Than Umbrella Form $_______________ WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $_______________ Officers are: Disease Policy Limit $_______________ Disease-Each Employee $_______________ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (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. C O N T R A C T O R C H E C K L I S T A CONTRACTOR SHALL: _____ (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; _____ (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; _____ (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; _____ (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; _____ (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; _____ (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; _____ (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR’S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (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; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer’s or payor’s, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 15875 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 22" day of June, 2021 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 Horseshoe Construction, Inc. of the City of La Porte, County of Harris and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 21-15872-TF Low Pressure Supply Line Lining and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Horseshoe Construction, Inc.'s proposal dated May 26, 2021, 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 proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Horseshoe Construction, Inc. By k *1 PRINT " NAME: James R. Holt TITLE. resident COMPLETE ADDRESS: Horseshoe Construction, Inc. 2309 S. Battleground Rd. LaPorte, TX 77571 ATTES Corpor Secretary James R. Holt CITY OF UBB , TEXAS (OWNER): By: Darnel M. Pope, Mayor ATTEST: Rebecca Garza, City Secret APPR``OVED AS TO CO ENT: Public rks Rep esentative 40* Y-¢ CWF 01 01 1Zn Name (Printed) Date A P OVED A TO FORM: Ar lIiLeisure, Assistant City Attorney Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Conflict of Interest Questionnaire & Certificate of Interested Parties CONFLICT OF INTEREST QUESTIONNAIRE (CIQ) It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person’s affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the 7th business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: https://www.ethics.state.tx.us/forms/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary’s Office, P.O. Box 2000, Lubbock, Texas, 79401 See Section 176.006, Local Government Code: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG.176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. CERTIFICATE OF INTERESTED PARTIES Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management TEXAS GOVERNMENT CODE SECTION 2271.002 By signing below, Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. Company Name: Horseshoe Construction, Inc. SIGNED BY: Print Name & Title: R. Holt, President Date Signed: May 26, 2021 The following definitions apply to this state statute: (1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. City of Lubbock, TX Purchasing and Contract Management TEXAS GOVERNMENT CODE SECTION 2252.152 1, James R. Holt Horseshoe Construction, Inc. the undersigned representative of (Company or business name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. Company Name: SIGNED BY: Print Name & Title: Horseshoe Construction, Inc. James R. Holt, President Date Signed: May 26, 2021 NON -COLLUSION AFFIDAVIT STATE OF TEXAS Harris § K COUNTY James R. Holt being first duly sworn, on his/her oath, says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any firm on the above work or supplies to put in a sham, or any other person or corporation to refrain from a statement of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. Horseshoe Construction, Inc. Firm James R. Holt Name 0 President Title Subscribed -and sworn. -to before me this 26th Notary Pu My Commission Expires: March 05, 2024 day of May 2021 E YNTHIA LIZET VILLA otary ID #130278910 y Commission Expires March 5, 2024 NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank 1 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 Horseshoe Construction, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Josh Kristinek, P.E., Assistant City Engineer/Capital Projects & Design, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, 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 Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the “contract” or “contract documents”. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR’S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities 2 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 al l work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner’s Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner’s Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner’s Representative’s rights of entry hereunder, the Owner’s Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner’s Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner’s Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine 3 the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner’s Representative shall be conclusive in the absence of written objection to same delivered to Owner’s Representative within fifteen (15) calendar days of any decision or direction by Owner’s Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor’s agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantit y of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner’s Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner’s Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 4 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner’s Representative’s sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner’s Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observ ation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representati ve and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observati ons of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Represent ative, 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, 5 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 proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Own er's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher-tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, 6 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 m achinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Shou ld a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner’s Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner’s Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 7 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers’ Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers’ Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys’ fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor’s or any subcontractor’s, agent’s or employee’s, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer’s or payor’s, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR’S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 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 $1,000,000 per occurrence to include: Products & Completed Operations Hazard 8 Contractual Liability Personal Injury & Advertising Injury Med Exp (Any Person) w/Heavy Equipment XCU B. Owner's and Contractor's Protective Liability Insurance – NOT REQUIRED C. 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 per occurrence, to include all owned and non-owned cars including: Employers Non-ownership Liability Hired and Non-owned Vehicles. D. Builder’s Risk Insurance/Installation Floater Insurance – NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage’s. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 9 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the 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; 10 (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the go vernmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete 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; 11 (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 employer or status as an employee." "Call the Texas Workers' Compensation 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 provide 12 services on the project will be covered by workers’ compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission’s Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.”; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 13 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner’s Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner’s Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the O wner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the O wner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. 14 If the Contractor should neglect, fail, or refuse to finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $200 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in wri ting with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner’s Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner’s Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in 15 securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this con tract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not to exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor requir ed for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner’s agents and employees, which have not theretofore been timely filed as provided in this contract. 16 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner’s Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 perce nt standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner’s Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner’s Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner’s Representative determines final completion has occurred, Owner’s Representative shall so certify to the Owner. Upon certification by Owner’s Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages 17 (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of certification of final completion by Owner’s Representative. 46. PAYMENT WITHHELD The Owner or Owner’s Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner’s Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner’s Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner’s Representative, said objections shall be deemed denied. Any decision by the Owner’s Representative, or deemed denial by the Owner’s Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner’s agents and employees and Owner’s Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under 18 paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner’s Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that whic h would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of s uch notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice th e Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. 19 The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR’S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury’s “Approved” list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor’s performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall no t at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 20 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner’s Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner’s Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner’s Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner’s Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner’s Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availa bility 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 term ination charge or other liability, on the last day of the then-current fiscal year or when the appropriation made for the then-current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON-ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 21 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior confli cting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to f ile with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https://ci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Vendors/Contractors/Providers must be in compliance with the provisions of §2252.152 and §2252.153 of the Texas Government Code, which states in part, contracts with companies engaged in business with Iran, Sudan, or Foreign Terrorist Organizations are prohibited. A governmental entity may not enter into a contract with any company listed on the Comptroller of the State of Texas website identified under Section 806.051 or Section 2253.253, which do business with Iran, Sudan or any Foreign Terrorist Organization. By submitting a signed response to this request, contractor verified to Lubbock County that it is not on any such list. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 The Contractor warrants that it complies with Chapter 2270.002 of the Texas Government Code by verifying that: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. 22 Pursuant to Section 2270.002, Texas Government Code: (1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements appl icable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior wri tten consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or susta ined by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. CITY OF LUBBOCK WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates Craft Hourly Rate Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters-Acoustical Ceiling Installation 16.00 Carpenter-Rough 13.00 Carpenter-All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers-Carpet and Resilient 18.00 Floor Layers-Specialty 18.00 Floor Layers-Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers-Mechanical 12.00 Irrigator-Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender-Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Hourly Rate Power Equipment Operator-Tower Crane 30.00 Hydraulic Crane Operators 60 tons & above 32.00 Operator Backhoe/Excavator/Truck hoe 20.25 Bobcat/Skid Steer/Skid Loader 15.22 Drill 16.00 Grader Blade 18.00 Loader 18.00 Mechanic 22.85 Paver (Asphalt, Aggregate, & Concrete) 17.00 Roller 15.00 Reinforcing Iron & Rebar Workers 14.33 Sheet Metal Workers, Excludes HVAC Duct Installation 21.38 Structural Iron & Steel Workers/Metal Building Erector 15.00 Asphalt Distributor Operator 16.50 Asphalt Paving Machine Operator/Spreader Box Operator 18.75 Backhoe Operator 18.00 Cement Mason/Concrete Finishers (Paving Structures) 15.00 Crane Operator (Hydraulic) 25.00 Electrician 17.50 Laborer 13.50 Laborer, Common 15.64 Laborer, Utility 13.50 Crane, Lattice Boom 80 Tons or Less 30.00 Loader/Backhoe 18.00 Roller/Other 15.00 Welder Certified/Structural Steel Weld 25.00 EXHIBIT C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standard Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank Specifications _____________________________________________________________________________________ City of Lubbock Low Pressure Supply Line Lining Lubbock, Texas April 2021 RFP # 21-15872 KHA Project # 063126034 Capital Project # 92659.9241.30000 TBPE No. F-928 CONSTRUCTION COPY PAGE INTENTIONALLY LEFT BLANK Page 1 of 2 CITY OF LUBBOCK Lubbock Supply Line Lining Contract No. 15015 Table of Contents Division 1 General Requirements 01010 Summary of Work 01020 Measurement and Payment 01027 Applications for Payment 01028 Change Order Procedures 01090 Definitions and Standards 01140 Work Restrictions 01210 Preconstruction Conference 01220 Project Meetings 01310 Schedules, Reports, Payments 01322 Photographic Documentation 01340 Shop Drawings, Product Data and Samples 01400 Quality Requirements 01500 Temporary Facilities and Controls 01555 Barricades, Signs, and Traffic Handling 01560 Temporary Storm Water Pollution Control 01576 Waste Material Disposal 01600 Product Requirements 01665 Trench Safety Requirements 01666 Hydrostatic Testing and Disinfection 01700 Contract Close-Out 01710 Cleaning 01720 Project Record Documents 01730 Operation and Maintenance Data Division 2 Site Work 02100 Site Preparation 02221 Trenching, Backfilling and Compaction 02270 Sedimentation and Erosion Control 02310 Guided Auger Boring 02315 Sliplining of Water Main 02349 Installation of Carrier Pipe in Casing 02600 Connect to Existing Water Line 02606 Portland Cement Precast Concrete Structures 02610 Steel Casing Pipe 02615 Ductile Iron Pipe 02616 Ductile Iron Fittings 02617 Fusible Polyvinylchloride Pipe Page 2 of 2 02640 Cleaning of Water Mains 02642 AWWA Butterfly Valve 02643 Air Release and Vacuum Valves 02644 Expansion Joints, Couplings, and Tapping Sleeves 02763 Closed Circuit Television (CCTV) Inspection 02936 Seeding and Sodding Division 3 Concrete 03290 Joints in Concrete 03300 Cast-in-Place Concrete 03360 Contact Grouting 03413 Controlled Low Strength Material Division 9 Paint and Coatings 09905 Piping and Equipment Painting Division 13 Electrical 13110 Electrical Isolation Appendices Appendix A City of Lubbock Public Works Engineering Design Standards and Specifications (Section 5-8) Appendix B City of Lubbock Utility Excavation Manual (UEM) TECHNICAL SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01010 Low Pressure Supply Line Lining Summary of Work KHA No. 063126034 Page 1 of 1 April 2021 PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS: A. The Work is to include furnishing all labor, materials, and equipment, and performing all work necessary for the construction of approximately seventeen thousand eight hundred eighty (17,880) linear feet of 20-inch water line and associated appurtenances as detailed in the Construction Plans and Specifications. The Low Pressure Supply Line Lining project runs predominantly in the two- way left turn lane in the middle of Quaker Avenue with limits at Marsha Sharp Freeway (US 62/82) and Clovis Road (US 84). 1.02 EXAMINATION OF THE SITE: A. Contractor is required to visit the Site, compare drawings and specifications with any work in place, and inform themselves of all conditions, including other work, if any, are being performed. Failure to visit the site shall not relieve the Contractor from the necessity of furnishing materials or performing work required to complete work in accordance with the Contract Documents without additional cost to the Owner. 1.03 CONTRACTS: A. The General Contractor shall perform the Work under a single contract as designated in the Owner- Contractor Agreement. 1.04 CONTRACTOR'S USE OF PREMISES: A. Coordinate use of premises under direction of the Owner, or the Owner's authorized representative. B. Assume full responsibility for protection and safekeeping of products under this Contract, stored on site. C. Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. 1.05 PARTIAL OWNER OCCUPANCY: A. The Owner reserves the right to take possession and use any completed or partially completed portion of the Project regardless of the time of completion of the Project, providing it does not interfere with the Contractor's work. Such possession or use of the Project shall not be construed as Final Acceptance of the project or any portion thereof. PART 2 – PRODUCTS [NOT USED] PART 3 – EXECUTION [NOT USED] END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01020 Low Pressure Supply Line Lining Measurement and Payment KHA No. 063126034 Page 1 of 8 April 2021 PART 1 -GENERAL SCOPE The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. PAY ITEMS PAY ITEM NO. 1 – MOBILIZATION, BONDS, AND INSURANCE A.The cost for mobilization shall be limited to no more than 5% of the Contract amount for construction items (materials and labor) bid for this project. B.Mobilization shall include costs associated with move-in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. C.Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum. 3. When 1% of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 4. When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. 5. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. City of Lubbock SECTION 01020 Low Pressure Supply Line Lining Measurement and Payment KHA No. 063126034 Page 2 of 8 April 2021 6. Payment for the remainder of the lump sum bid for “Mobilization” will be made on the final estimate after final acceptance of the project. PAY ITEM NO. 2 – 20-INCH FUSIBLE PVC C905 DR 18 WATER LINE BY OPEN CUT 20-inch C905 DR-18 Fusible PVC pipe by open cut (various depths) shall be on a linear foot basis. The bid price for this item shall include site preparation; furnishing, hauling and laying of water line; restraint; trench excavation, backfilling and embedment material as specified; replacement of topsoil; protecting existing landscaping (including trees), structures or utilities (where applicable); disposal of surplus materials and excess excavation; cleaning up and maintenance; surveying and replacement of monuments; property restoration; and any incidental work and materials not otherwise specified, all in accordance with Details 1/D1 and 2/D1, and Sections 02221 and 15605. The water main will be measured and paid for by linear foot. Measurement for payment purposes will be done horizontally from the center of fitting to the center of the fitting. Payment will be made at the applicable unit price bid in the Bid Form. Payment for water line shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities. Payment for water line shall include all costs required to have utility companies, or other parties, repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. PAY ITEM NO. 3 – 20-INCH FUSIBLE PVC C905 DR 18 WATER LINE WITH CASING SPACERS AND 30-INCH STEEL CASING PIPE BY BORE 20-inch C905 DR-25 Fusible PVC pipe and 30-inch steel casing pipe by bore (various depths) shall be on a linear foot basis. Installation of PVC and steel casing pipe by bore will be measured and paid for by the linear foot horizontally along the pipe centerline, in place. The bid price for this item shall include site preparation; furnishing, hauling and laying of water main inside the steel casing pipe with steel casing spacers in strict accordance with Detail 3/D1 and Section 02349; all equipment; steel casing pipe; excavation; hauling; dewatering; disposal of surplus or unsuitable materials; contact grouting; cellular grouting of annular space; furnishing, placement, and compaction of backfill; CLSM backfill; clean-up; and all other incidental work, in accordance with Detail 3/D1 and Sections 02310 and 02610. The water line will be measured and paid for by linear foot. Measurement for payment purposes will be done horizontally from the beginning of steel casing pipe to the end of steel casing pipe. Payment will be made at the applicable unit price bid in the Proposal as it corresponds in size and depth to the constructed facility. Payment for water line shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities. Payment for water line shall include all costs required to have utility companies, or other parties, repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. Support and protection of existing utilities will not be measured or paid for separately and shall be included in this bid item. City of Lubbock SECTION 01020 Low Pressure Supply Line Lining Measurement and Payment KHA No. 063126034 Page 3 of 8 April 2021 PAY ITEM NO. 4 – 20-INCH FUSIBLE PVC C905 DR 18 WATER LINE BY SLIPLINING 20-inch C905 DR-18 Fusible PVC pipe by sliplining (various depths) shall be on a linear foot basis. The bid price for this item shall include all equipment, materials, and labor; furnishing, hauling and installation of water line; restraint; pre-installation cleaning; pre-installation television inspection; disposal of excess material; field quality control (testing); removal of existing water main as necessary; grouting annular space; building up; and any incidental work and materials not otherwise specified, to rehabilitate the existing water main by sliplining, all in accordance with Section 02315. The water main will be measured and paid for by linear foot. Measurement for payment purposes will be done horizontally from the center line to center line of the access pit or appurtenance. Payment will be made at the applicable unit price bid in the Bid Form. Payment for water line shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities. Payment for water line shall include all costs required to have utility companies, or other parties, repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. PAY ITEM NO. 5 – ACCESS PITS FOR SLIPLINING This item is complete and includes all equipment, materials and labor; ground water and surface water control; clamp installation; embedment (bedding, haunching, and initial backfill); removal and disposal of excavated concrete; replacement of topsoil; protecting existing landscaping, structures (including power poles) or utilities (where applicable); concrete and asphalt pavement repair; cleaning up and maintenance; sign replacement; and all other work and incidentals required to complete the access pits (insertion and retrieval) for sliplining activities in accordance with these specifications and addenda thereto. The pavement repair included in this item shall consist of the work, labor and materials required to provide complete replacement of the existing asphalt and/or concrete pavement to a complete and functional unit in accordance with the plans at each access pit. The pavement repair includes both City and TxDOT owned roads. This includes providing pavement markings on all replaced pavement; removal and disposal of excavated asphalt and/or concrete, subgrade preparation, temporary HMAC or flowable fill surface, curb and gutter replacement, and pedestrian ramps replacement. Curb and gutter and pedestrian ramps replacement shall be in accordance to TxDOT’s standard details included in the construction documents. Markings shall consist of any traffic buttons, pavement striping, pavement painting or any other markings present on existing pavement. Markings shall match existing conditions and be subject to approval by the City and TxDOT. This item shall also include furnishing and installing base courses as required by the City/TxDOT’s design standards. All pavements shall be neatly saw cut. Payment shall be at the contract Unit Price per Each complete in place. City of Lubbock SECTION 01020 Low Pressure Supply Line Lining Measurement and Payment KHA No. 063126034 Page 4 of 8 April 2021 PAY ITEM NO. 6 – ABANDON AND GROUT EXISTING 24-INCH LOW PRESSURE WATER LINE The item shall include all labor, equipment, and materials necessary for abandoning and grouting the existing low pressure 24” water line including cut and plug, pipe removal, site restoration, and any incidental work and materials not otherwise provided for in these specifications. Measurement and payment for this item shall be per linear foot. Grout shall be Low-Density Cellular Grout meeting the requirements of Section 02349. PAY ITEM NO. 7 – CONNECT TO EXISTING 24-INCH WATER LINE Connections to existing water lines shall consist of all work, labor, materials, equipment, and incidentals necessary to connect existing water pipe to the proposed water pipe at the locations shown on the plans. Measurement for payment shall be on a per each basis. This item shall consist of furnishing all the labor, materials, tools and equipment necessary to connect the proposed water line to an existing water line. The bid price shall include all excavation and disposal of excavated soil; locating the existing water line prior to connecting; dewatering; furnishing, hauling, and laying of pipe fittings; protection of existing structures and utilities; property restoration; steel spool pieces; butt straps; coordination and notification; clean- up; and any incidental work and materials not otherwise provided for in these specifications. Measurement for payment for this item shall be per each connection. PAY ITEM NO. 8 – OFFSET 2-INCH AIR RELEASE AND VACUUM VALVE Air Release/Vacuum valves shall be measured and paid for per each, grouped by size. The bid price for air release/vacuum valves should include mechanical restraint; couplings; piping and fittings; air release/vacuum valve; connections as noted on the plans; polywrap; gate valve; concrete manhole; manhole cover; and all other items described in Details 2/D3 and 3/D3, and Section 02643. The contract unit price shall be the total compensation for the furnishing of all labor, materials, tools, equipment, and incidentals necessary to complete the Work. PAY ITEM NO. 9 – OFFSET 2-INCH BLOWOFF VALVE Blowoff valves and vaults shall be measured and paid for per each, grouped by size. The bid price for blowoff valve and vaults should include mechanical restraint; fittings; gate valve; connections as noted on the plans; polywrap; concrete manhole; manhole cover; and all other items described in Detail 1/D3 and Section 02643. The contract unit price shall be the total compensation for the furnishing of all labor, materials, tools, equipment, and incidentals necessary to complete the Work. City of Lubbock SECTION 01020 Low Pressure Supply Line Lining Measurement and Payment KHA No. 063126034 Page 5 of 8 April 2021 PAY ITEM NO. 10 – 20-INCH DIRECT BURY BUTTERFLY VALVE Butterfly valves shall be grouped per size and measured and paid for per each. The bid price for butterfly valves should include mechanical restraint, connections as noted on the plans, polywrap, extension pipe, box and cover, concrete base block, and all other items described in the details and in accordance with Section 02642. The Contract unit price shall be the total compensation for the furnishing of all labor, materials, tools, equipment, and incidentals necessary to complete the Work. PAY ITEM NO. 11 – POINT REPAIR WITHOUT PAVEMENT REMOVAL AND REPLACEMENT The bid price for this item shall include site preparation; furnishing, hauling and installation of pipe for point repairs; trench excavation, backfilling and embedment material as specified; pipe testing; removal and disposal of excavated materials; connections to existing pipe; replacement of topsoil; protecting existing landscaping (including trees), structures or utilities (where applicable); disposal of surplus materials and excess excavation; removal of existing water main as necessary; cleaning up and maintenance; sign replacement, surveying and replacement of monuments; property restoration; removal of mud from roadways; and any incidental work and materials not otherwise provided for in these specifications, all in strict accordance with the appropriate details and specifications. Point repairs shall be 40 to 45 linear feet of new Fusible PVC pipeline for each, per Detail 4/D3. This item shall be measured and paid for on a per each basis. Use of this item shall require approval from the owner prior to work being performed. Any work performed not approved by the owner shall be at the contractor’s risk. PAY ITEM NO. 12 – POINT REPAIR WITH PAVEMENT REMOVAL AND REPLACEMENT The bid price for this item shall include site preparation; furnishing, hauling and installation of pipe for point repairs; trench excavation, backfilling and embedment material as specified; pipe testing; removal and disposal of excavated materials; connections to existing pipe; protecting existing landscaping (including trees), structures or utilities (where applicable); disposal of surplus materials and excess excavation; removal of existing water main as necessary; cleaning up and maintenance; asphalt and/or concrete pavement replacement including signs and pavement markings, surveying and replacement of monuments; property restoration; removal of mud from roadways; and any incidental work and materials not otherwise provided for in these specifications, all in strict accordance with the appropriate details and specifications. Point repairs shall be 40 to 45 linear feet of new Fusible PVC pipeline for each, per Detail 4/D3. This item shall be measured and paid for on a per each basis. Use of this item shall require approval from the owner prior to work being performed. Any work performed not approved by the owner shall be at the contractor’s risk. City of Lubbock SECTION 01020 Low Pressure Supply Line Lining Measurement and Payment KHA No. 063126034 Page 6 of 8 April 2021 PAY ITEM NO. 13 – HYDROSEED This item shall consist of the work, labor, tools, equipment and materials necessary for revegetation in areas disturbed by construction, including TxDOT right-of-way, outside of the sliplining access pits limits. The Contractor shall revegetate unpaved areas disturbed by construction prior to acceptance of the project. Revegetation shall consist of seed sowing, straw mulching, fertilizing, and watering. All revegetation shall be installed in accordance with Section 02936. This item will be measured and paid for per squared yards. PAY ITEM NO. 14 – STORM WATER POLLUTION PREVENTION PLAN (SWPPP) AND EROSION CONTROL This item shall consist of all work, labor, and materials necessary for preparing and implementing a Storm Water Pollution Prevention Plan in accordance with Section 01560. The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, sand bags, biodegradable logs, construction entrance/exit, diversion swales and any other measure and/or incidentals required for compliance with NPDES Permit and in accordance with the plans and Section 02270. Maintenance of erosion control devices shall also be included in this bid item. Payment will be made at the unit price bid per lump sum for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. PAY ITEM NO. 15 – TRENCH SAFETY This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely furnish, install and remove a trench safety system as required at the various depths indicated and in accordance with Section 01665. The Contractor is reminded that he must fully comply with OSHA requirements in all cases and no separate payment will be made for such compliance. Measurement for payment shall be on a linear foot basis. BID ITEM NO. 16 – HYDROSTATIC TESTING AND DISINFECTION The Contractor shall be required to perform hydrostatic testing and disinfection for the proposed water lines. The hydrostatic testing and disinfection shall be performed in accordance with Section 01666. City of Lubbock SECTION 01020 Low Pressure Supply Line Lining Measurement and Payment KHA No. 063126034 Page 7 of 8 April 2021 PAY ITEM NO. 17 – REMOVE AND REPLACE ASPHALT PAVEMENT This item shall consist of all the labor, materials, tools and equipment required to provide complete replacement of the existing asphalt pavement to a complete and functional unit in accordance with the plans, not including sliplining access pits locations. This item includes providing pavement markings on all replaced pavement; and removal and disposal of excavated asphalt and temporary HMAC or flowable fill surface. Markings shall consist of any traffic buttons, pavement striping, pavement painting or any other markings present on existing pavement. Markings shall match existing conditions and be subject to approval by the City. This item shall also include furnishing and installing temporary HMAC or flowable fill surface, base courses, and subgrade preparation as required. All asphalt pavements shall be neatly saw cut. Measurement for payment for these items shall be on a square yard basis. PAY ITEM NO. 18 – REMOVE AND REPLACE CONCRETE PAVEMENT This item shall consist of all the labor, materials, tools and equipment required to provide complete replacement of the existing concrete pavement to a complete and functional unit in accordance with the plans, not including sliplining access pits locations. This item includes providing pavement markings on all replaced pavement; and removal and disposal of excavated concrete and temporary flowable fill or backfill surface. Markings shall consist of any traffic buttons, pavement striping, pavement painting or any other markings present on existing pavement. Markings shall match existing conditions and be subject to approval by the City. This item shall also include furnishing and installing temporary flowable fill or backfill surface, base courses, and subgrade preparation as required. All concrete pavements shall be neatly saw cut. Full pavement panels shall be replaced. Measurement for payment for these items shall be on a square yard basis. PAY ITEM NO. 19 – REMOVE AND REPLACE STORM DRAINAGE STRUCTURE This item shall include all labor, equipment, and materials necessary for removal and replacement of existing storm drainage structure including connection to existing storm drain box and channels; furnishing, hauling, and laying new storm drain box, headwall and channel; disposal of existing storm drain box, headwall, and channel; embedment and backfill; clean-up; and any incidental work and materials not otherwise provided for in these specifications. Removal and replacement of the existing drainage structure will not be allowed to take place during rainfall events. Regardless of existing material, replacement drainage structure shall be reinforced concrete per details 1/D8 and 2/D8 in the Drawings and TxDOT’s 2014 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. PAY ITEM NO. 20 – CONTROLLED LOW STRENGTH MATERIAL (CLSM) FOR EXISTING UTILITIES This item includes all labor, equipment, and materials necessary for placement of Controlled Low- Strength Material as embedment material for existing utilities uncovered during construction. This bid item is intended to be used in location where the embedment of an existing utility is disturbed City of Lubbock SECTION 01020 Low Pressure Supply Line Lining Measurement and Payment KHA No. 063126034 Page 8 of 8 April 2021 and cannot be properly recompacted. Use of this bid item shall be at the sole discretion of the City’s Inspector. The bid price shall include all incidental work and materials and all other items described in accordance with Section 03413. The quantity shown in the proposal is approximate. Measurement and payment for this item shall be on a linear foot basis. PAY ITEM NO. 21 – TRAFFIC CONTROL This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to complete the above referenced traffic control. Measurement for payment shall be on a lump sum basis. PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION City of Lubbock SECTION 01027 Low Pressure Supply Line Lining Applications for Payment KHA No. 063126034 Page 1 of 2 April 2021 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.3 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 - Measurement and Payment. D. Section 01340 - Shop Drawings, Product Data and Samples. F. Section 01700 - Contract Closeout. 1.4 FORMAT A. EJCDC 1910-8-E -Application for Payment including continuation sheets when required, or Owner forms, or Owner approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5 PREPARATION OF APPLICATIONS A. Present required information in typewritten form or computer generated Excel Spreadsheet. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.6 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Submit at intervals stipulated in the Agreement. 1.7 SUBSTANTIATING DATA City of Lubbock SECTION 01027 Low Pressure Supply Line Lining Applications for Payment KHA No. 063126034 Page 2 of 2 April 2021 A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION City of Lubbock SECTION 01028 Low Pressure Supply Line Lining Change Order Procedures KHA No. 063126034 Page 1 of 3 April 2021 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Submittals B. Documentation of change in Contract Sum/Price and Contract Time C. Change procedures D. Construction Change Authorization E. Stipulated Price change order F. Unit price change order G. Time and material change order H. Execution of change orders I. Correlation of Contractor submittals 1.3 RELATED SECTIONS A. Section 01027 Applications for Payment B. Section 01340 Shop Drawings, Product Data and Samples C. Section 01600 Product Requirements D. Section 01700 Contract Closeout 1.4 SUBMITTALS A. Submit name of the individual authorized to receive change documents and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: EJCDC 19108B Change Order, Owner’s form, or other form approved by Owner. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. City of Lubbock SECTION 01028 Low Pressure Supply Line Lining Change Order Procedures KHA No. 063126034 Page 2 of 3 April 2021 D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times the work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. 1.6 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.8 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.9 UNIT PRICE CHANGE ORDER A. For predetermined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not predetermined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. City of Lubbock SECTION 01028 Low Pressure Supply Line Lining Change Order Procedures KHA No. 063126034 Page 3 of 3 April 2021 1.10 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise subschedules to adjust time for other items of work affected by the change and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01090 Low Pressure Supply Line Lining Definition and Standards KHA No. 063126034 Page 1 of 3 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes 1. This section specifies procedural and administrative requirements for compliance with governing regulations, codes, and standards imposed upon the Work. These requirements include obtaining permits, licenses, inspections, releases and similar documentation, as well as payments, statements and similar requirements associated with regulations, codes and standards. a. The term "Regulations" is defined to include laws, statutes, ordinances and lawful orders issued by governing authorities, as well as those rules, conventions and agreements within the construction industry which effectively control the performance of the work regardless of whether they are lawfully imposed by governing authority or not. 2. Governing Regulations: Refer to General Conditions for requirements related to compliance with governing regulations. B. Related Specification Sections include but are not necessarily limited to 1. Drawings and General Conditions of the Contract apply to work of this section. 2. Division 1 – General Requirements 1.02 DEFINITIONS: A. General Explanation: Certain terms used in the contract documents are defined in this article. Definitions and explanations contained in this section are not necessarily complete but are general for the Work to the extent that they are not stated more explicitly in another element of the contract documents. B. General Requirements: Provisions and requirements of other Division-1 sections apply to the entire work of the Contract and, where so indicated, to other elements which are included in the project. C. Indicated: The term "indicated" is a cross-reference to graphic representations notes or schedules on the drawings, to other paragraphs or schedules in the specifications, and to similar means of recording requirements in contract documents. Where terms such as "shown", "noted", "scheduled", and "specified" are used in lieu of "indicated", it is to help the reader locate the cross- reference, and no limitation of location is intended except as specifically noted. D. Directed, Requested, etc.: Terms such as "directed", "requested", "authorized", "selected", "approved", "required", "accepted", and "permitted" mean "directed by the Engineer", "requested by the Engineer", and similar phrases. However, no such implied meaning will be interpreted to extend the Engineer's responsibility into the Contractor's area of construction supervision. E. Approve: Where used in conjunction with the Engineer's response to submittals, requests, applications, inquiries, reports and claims by the Contractor, the term "approved" will be held to limitations of the Engineer's responsibilities and duties as specified in General, Supplementary, and Special Conditions. In no case will the Engineer's approval be interpreted as a release of the City of Lubbock SECTION 01090 Low Pressure Supply Line Lining Definition and Standards KHA No. 063126034 Page 2 of 3 April 2021 Contractor from responsibilities to fulfill requirements of contract documents or acceptance of the Work, unless otherwise provided by requirements of the contract documents. F. Project Site: The term "project site" means the space available to the Contractor for performance of the Work, either exclusively or in conjunction with others performing other construction as part of the project. The extent of the project site is shown on the drawings, and may or may not be identical with the description of the land upon which the project is to be built. G. Furnish: The term "furnish" is used to mean "supply and deliver to the project site, ready for unloading, unpacking, assembly, installation, and similar operations". H. Install: The term "install" is used to describe operations at project site including the actual "unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations". I. Provide: The term "provide" means "to furnish and install, complete and ready for the intended use". J. Installer: The "installer" is "the entity" (person or firm) engaged by the Contractor, its subcontractor or sub-subcontractor for performance of a particular element of construction at the project site, including installation, erection, application and similar required operations. It is a requirement that installers are experienced in the operations they are engaged to perform. K. Testing Laboratories: A "testing laboratory" is an independent entity engaged to perform specific inspections or tests of the Work, either at the project site or elsewhere, and to report, and (if required) interpret results of those inspections or tests. 1.03 DRAWING SYMBOLS: A. General: Except as otherwise indicated, graphic symbols used on the drawings are those symbols recognized in the construction industry for purposes indicated. Where not otherwise noted, symbols are defined by "Architectural Graphic Standards", published by John Wiley & Sons, Inc., seventh edition. B. Mechanical/Electrical Drawings: Graphic symbols used on mechanical and electrical drawings are generally aligned with symbols recommended by ASHRAE. Where appropriate, these symbols are supplemented by more specific symbols as recommended by other technical associations including ASME, ASPE, IEEE and similar organizations. Refer instances of uncertainty to the Engineer for clarification before proceeding. 1.04 INDUSTRY STANDARDS: A. Applicability of Standards: Except where more explicit or stringent requirements are written into the contract documents, applicable construction industry standards have the same force and effect as if bound into or copied directly into the contract documents. Such industry standards are made a part of the contract documents by reference. Individual specification sections indicate which codes and standards the Contractor must keep available at the project site for reference. City of Lubbock SECTION 01090 Low Pressure Supply Line Lining Definition and Standards KHA No. 063126034 Page 3 of 3 April 2021 1. Referenced standards (standards referenced directly in the contract documents) take precedence over standards that are not referenced but generally recognized in the industry for applicability to the Work. 2. Unreferenced standards are not directly applicable to the Work, except as a general requirement of whether the Work complies with recognized construction industry standards. B. Publication Dates: Except as otherwise indicated, where compliance with an industry standard is required, comply with standard in effect as of date of contract documents. C. Conflicting Requirements: Where compliance with two or more standards is specified, and where these standards establish different or conflicting requirements for minimum quantities or quality levels, the most stringent requirement will be enforced unless the contract documents specifically indicate otherwise. Refer requirements that are different, but apparently equal, and uncertainties as to which quality level is more stringent to the Engineer for a decision before proceeding. D. Copies of Standards: The contract documents require that each entity performing work be experienced in that part of the Work being performed. Each entity is also required to be familiar with industry standards applicable to that part of the Work. Copies of applicable standards are not bound with the contract documents. Where copies of standards are needed for proper performance of the Work, the Contractor is required to obtain such copies directly from the publication source. Although copies of standards needed for enforcement of requirements may be required submittals, the Engineer reserves the right to require the Contractor to submit additional copies as necessary for enforcement of requirements. E. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where acronyms or abbreviations are used in the specifications or other contract documents they are defined to mean the recognized name of the trade association, standards generating organization, governing authority or other entity applicable to the context of the text provision. Refer to the "Encyclopedia of Associations", published by Gale Research Co., available in most libraries. 1.05 SUBMITTALS: Permits, Licenses, and Certificates: For the Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, and similar documents, correspondence and records established in conjunction with compliance with standards and regulations bearing upon performance of the Work. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01140 Low Pressure Supply Line Lining Work Restrictions KHA No. 063126034 Page 1 of 3 April 2021 PART 1 – GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 – General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C. Working period. D. Noise restrictions. E. Advance Notice. F. Water for Construction. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within the limits of the construction easement or rightofway as shown on plans. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to residents, employees and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. a. Schedule construction to minimize obstruction of driveways and entrances. b. Provide residential, commercial, and industrial occupants with at least one (1) driveway suitable to traffic in and out of the location when obstructions are inevitable. Some additional requirements are noted on the plans for some affected driveways. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a minimum of 14 calendar days prior to the desired date of interruption. C. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 1.5 WORKING PERIOD A. Working Hours – Regular working hours shall be between 7:00 a.m. and 6:00 p.m., Monday through Friday, and between 9:00 a.m. and 5:00 p.m. on Saturday. The Owner reserves the right, at the Owner’s discretion, to not allow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: City of Lubbock SECTION 01140 Low Pressure Supply Line Lining Work Restrictions KHA No. 063126034 Page 2 of 3 April 2021 1. New Year’s Day (observed) 2. Memorial Day Holiday (observed) 3. Independence Day Holiday (observed) 4. Labor Day Holiday (observed) 5. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. 6. Christmas Day Holiday plus the day before and two days following Christmas Day. B. Work Outside Regular Hours – Work outside regular working hours requires Owner’s approval. Make application 21 calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. C. The drawings contain specific requirements that affect certain areas of the work. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. Contractor shall keep on site OSHAapproved hand portable sound measurement equipment for both the Owner’s and the Contractor’s use for measuring noise levels. 1.7 ADVANCE NOTICE A. All advance notification shall be coordinated and approve through the City prior to release of any documents. B. Contractor shall provide a minimum of five business days advance written notice of construction to businesses and residences along the construction route. 1. The advance written notice shall be in the form of a singlepage flyer to be placed by hand by the Contractor’s forces on door handles or handed to applicable individuals at each route building. 2. The text for the advance written notice will be provided by the Owner in written form and electronic form. 3. Reproduction shall be at the Contractor’s expense. 4. Distribution shall be at the Contractor’s expense. 5. Singlepage flyers shall be of a paper or postcard color other than white to direct the recipient’s attention to the information. 6. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. 7. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by nontrafficability). C. Prior to closing any street or thoroughfare for any length of time, the Contractor shall notify the following a minimum of 5 business days in advance: 1. All Emergency Services – Fire, Police, EMS City of Lubbock SECTION 01140 Low Pressure Supply Line Lining Work Restrictions KHA No. 063126034 Page 3 of 3 April 2021 2. City of Lubbock Solid Waste Department 3. Lubbock Cooper Independent School District 4. Durham Transportation 5. TxDOT 6. Lubbock Avalanche Journal 7. United States Postal Service 8. Press release for local radio and television stations 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is Contractor’s sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will not furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude Contractor from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 – PRODUCTS Not Used PART 3 – EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor’s personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01210 Low Pressure Supply Line Lining Preconstruction Conference KHA No. 063126034 Page 1 of 2 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Work Included: To help clarify construction contract administration procedures, the Engineer will conduct a Preconstruction Conference prior to start of the Work. B. Related Work: Documents affecting work of this Section include, but are not necessarily limited to, General Conditions of the Contract and Sections in Division 1 of these Specifications. 1.02 REFERENCES [NOT USED] 1.03 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Conference 1. The Conference will be scheduled to be held prior to the Owner issuing the Notice to Proceed. 2. Attendance: a) Provide attendance by authorized representatives of the Contractor and major subcontractors. b) The Engineer will advise other interested parties and request their attendance. 3. Minimum agenda: Data will be distributed and discussed on: a) Organizational arrangement of Contractor's forces and personnel, and those of subcontractors, materials suppliers, and the Engineer. b) Channels and procedures for communication. c) Construction schedule including sequence of critical work. d) Contract Documents including distribution of required copies of Drawings and revisions. e) Processing of Shop Drawings and other data submitted to the Engineer for review. 1. Contractor shall provide a list of all shop drawing anticipated to be submitted during construction. f) Processing of field decisions and Change Orders. g) Rules and regulations governing performance of the Work. h) Procedures for safety and first aid, security, quality control, housekeeping, and related matters. i) Procedures for maintaining record documents. j) Use pf premises by Owner and Contractor. k) Survey Layout. l) Owner’s requirements. m) Inspections and Testing. 1.04 SUBMITTALS A. To the maximum extent practicable, advise the Owner and the Engineer at least 24 hours in advance of the Conference as to items to be added to the agenda. 1.05 ACTION SUBMITTALS [NOT USED] City of Lubbock SECTION 01210 Low Pressure Supply Line Lining Preconstruction Conference KHA No. 063126034 Page 2 of 2 April 2021 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE A. For those persons designated by the Contractor, his subcontractors, and suppliers to attend the Preconstruction Conference, provide required authority to commit the entities they represent to solutions agreed upon in the Conference. The Engineer’s Consultant will attend to answer questions. B. The Engineer will compile minutes of the Conference, and will furnish a copy of the minutes to the Contractor and required copies to the Owner. The Contractor may make and distribute such copies as he wishes. 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 – PRODUCTS [NOT USED] PART 3 – EXECUTION [NOT USED] END OF SECTION City of Lubbock SECTION 01220 Low Pressure Supply Line Lining Project Meetings KHA No. 063126034 Page 1 of 2 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Work Included: To enable orderly review during progress of the Work, and to provide for systematic discussion of problems, the Engineer will conduct project meetings throughout the construction period. 1. The Contractor's relations with his subcontractors and material suppliers, and discussions relative thereto, are the Contractor's responsibility and normally are not part of project meetings content. B. Related Sections 1. Drawings apply to work of this section. 2. Division 1 – General Requirements 1.02 REFERENCES [NOT USED] 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS [NOT USED] 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE A. For those persons designated by the Engineer to attend and participate in project meetings, provide required authority that does not require City Council approval to commit the Contractor to solutions agreed upon in the project meetings. 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 – PRODUCTS [NOT USED] PART 3 - EXECUTION 3.01 MEETING SCHEDULE A. Except as noted below for Preconstruction Meeting, project meetings will be held as determined by the Engineer. City of Lubbock SECTION 01220 Low Pressure Supply Line Lining Project Meetings KHA No. 063126034 Page 2 of 2 April 2021 B. The Engineer shall coordinate as necessary to establish mutually acceptable schedule for meetings. 3.02 MEETING LOCATION A. The Owner will establish meeting location. To the maximum extent practicable, meetings will be held at the job site. 3.03 PROJECT MEETINGS A. Attendance: 1. To the maximum extent practicable, assign the same person or persons to represent the Contractor at project meetings throughout progress of the Work. 2. Owner, if determined to be required by the Engineer. 3. Engineer. 4. Subcontractors, materials suppliers, and others may be invited to attend those project meetings in which their aspect of the Work is involved. 5. Others as appropriate to agenda. B. Minimum Agenda: 1. Review progress of the Work since last meeting, including status of submittals for approval. 2. Review schedule and identify problems which impede planned progress. 3. Develop corrective measures and procedures to regain planned schedule. 4. Review Pay Requests. 5. Field observations, problems, and decisions. 6. Planned progress during succeeding work period. C. Engineer will record minutes and distribute copies to participants. 3.04 PRE-INSTALLATION CONFERENCES A. Where required in individual specification Section, convene a pre-installation conference at project site or other designated location. B. Require attendance of parties directly affecting or affected by work of the specific Section. C. Notify all parties to attend at least 4 days in advance of meeting. D. Review conditions of installation, preparation and installation procedures, and coordination with related work. END OF SECTION City of Lubbock SECTION 01310 Low Pressure Supply Line Lining Schedules, Reports, Payments KHA No. 063126034 Page 1 of 3 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Drawings, General Conditions of the Contract for Construction and Division 1 - General Requirements apply to work of this section. B. Division 1 – General Requirements 1.02 REFERENCES [NOT USED] 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate both the listing and timing of reports and other activities required by provisions of this section and other sections, as to provide consistency and logical coordination between the reports. Maintain coordination and correlation between separate reports by updating at monthly or shorter time intervals. Make appropriate distribution of each report and updated report to all parties involved in the work including the Engineer and Owner. Provide close coordination of the progress schedule, schedule of values, listing of subcontracts, schedule of submittals, progress reports, and payment requests. B. Schedule 1. Gantt-Chart Schedule: Submit a Gantt-chart type progress schedule prior to commencement of the work. On the schedule, indicate a time bar for each major category or unit of work to be performed at the site, properly sequenced and coordinated with other elements of work. Show completion of the work sufficiently in advance of the date established for substantial completion of the work. a. Submittal Tabulation: With the Gantt-chart submittal, submit a tabulation, by date, of the submittals required during the first 90 days of Construction Time. This tabulation shall include both those submittals required during the initial 90 days of construction to maintain the orderly progression of the work, and those submittals required early because of long lead time for manufacturer or fabrication. At the Contractor's option, submittal dates may be shown on the bar-chart schedule, in lieu of being tabulated. 2. Submittal Schedule a. General: Immediately after the development and acceptance of the progress schedule, prepare a complete schedule of work-related submittals. Submit this schedule within 10 days of the date required for establishment of progress schedule. Correlate this submittal schedule with a listing of principal subcontractors, and with the "listing of products" or the "procurement schedule" as specified in "Products Requirements" sections and elsewhere in the contract documents. b. Form: Prepare the schedule in chronological order of submittals. Show category of the submittal, name of subcontractor, a generic description of the work covered, related section numbers, the activity or event number on the progress schedule, the scheduled date for the first submittal, resubmittal, and the final release or approved by the Engineer. Provide with the listing of the City of Lubbock SECTION 01310 Low Pressure Supply Line Lining Schedules, Reports, Payments KHA No. 063126034 Page 2 of 3 April 2021 subcontractors the corresponding mailing address, business address, telephone number, fax number (if applicable) and contact person. 3. Payment Requests a. Refer to the General and Supplementary Conditions. b. Application at Time of Final Walk Through: Following issuance of Engineer's final punch list, and also in part as applicable to prior certificates on portions of completed work as designated, a "special" payment application may be prepared and submitted by Contractor. The principal administrative actions and submittals which must precede or coincide with such special applications can be summarized as follows, but not necessarily by way of limitation: 1. Occupancy permits and similar approvals or certifications by governing authorities and franchised services, assuring Owner's full access and use of completed work. 2. Warranties (guarantees), maintenance agreements and similar provisions of contract documents. 3. Test/adjust/balance records, maintenance instructions, meter readings, start-up performance reports, and similar change-over information germane to Owner's occupancy, use, operation and maintenance of completed work. 4. Final cleaning of the work. 5. Listing of Contractor's incomplete work, recognized as exceptions to Engineer's certificate of substantial completion. c. Final Payment Application: The administrative actions and submittals which must precede or coincide preparation of final estimate by Engineer can be summarized as follows, but not necessarily by way of limitation: 1. Completion of project closeout requirements. 2. Completion of items specified for completion beyond time of substantial completion (regardless of whether special payment application was previously made). 3. Assurance, satisfactory to Owner, that unsettled claims will be settled and that work not actually completed and accepted will be completed without undue delay. 4. Transmittal of required project construction records to Owner. 5. Proof, satisfactory to Owner, that taxes, fees and similar obligations of Contractor have been paid. 6. Removal of temporary facilities, services, surplus materials, rubbish and similar elements. 7. Affidavit that all subcontractors and suppliers have been paid in full. 8. Consent of surety for final payment. d. Application Transmittal: Submit to the Engineer waivers of lien and similar attachments. Transmit a form listing those attachments and recording information related to the Final Payment. 1.04 SUBMITTALS [NOT USED] 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.06 CLOSEOUT SUBMITTALS [NOT USED] City of Lubbock SECTION 01310 Low Pressure Supply Line Lining Schedules, Reports, Payments KHA No. 063126034 Page 3 of 3 April 2021 1.07 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE [NOT USED] 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01322 Low Pressure Supply Line Lining Photographic Documentation KHA No. 063126034 Page 1 of 2 April 2021 PART 1 – GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 – General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs 2. Periodic construction photographs 3. Preconstruction DVD’s 4. Periodic construction DVD’s B. Related Sections include the following: 1. Section 1340 – Shop Drawings, Product Data and Samples 1.3 SUBMITTALS A. Submit three complete sets of preconstruction photographs or videotape to Engineer. All three sets will be retained by the Owner and the Engineer. 1. Identification: On back of each print or DVD provide an applied label or rubberstamped impression with the following information: a. Name of Project. b. Name and address of photographer. c. Name of Engineer. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. PART 2 – PRODUCTS Not Used City of Lubbock SECTION 01322 Low Pressure Supply Line Lining Photographic Documentation KHA No. 063126034 Page 2 of 2 April 2021 PART 3 – EXECUTION 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs shall be provided as follows: 1. With each contractor’s pay application. 2. As needed to document damage either directly related to or inadvertently related to the Contractor’s operations, photograph the area in question and provide to Engineer. 3.3 CONSTRUCTION VIDEOS, GENERAL A. Narration: Describe scenes on video by audio narration by microphone while video is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, and direction (by compass point). 3.4 CONSTRUCTION VIDEOS A. Preconstruction Video: Before starting construction, record video of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition videos shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor’s operations, video the area in question and provide to Engineer. END OF SECTION City of Lubbock SECTION 01340 Low Pressure Supply Line Lining Shop Drawings, Product Data and Samples KHA No. 063126034 Page 1 of 6 April 2021 PART 1 - GENERAL 1.01 SUMMARY A.Drawings and general provisions of the Contract, including Special Provisions, apply to work of this section. B.Division 1 – General Requirements 1.02 DESCRIPTION OF REQUIREMENTS A. General: This section specifies procedural requirements for non-administrative submittals including shop drawings, product data, samples and other miscellaneous work-related submittals. Shop drawings, product data, samples and other work-related submittals are required to amplify, expand and coordinate the information contained in the Contract Documents. 1. Required administrative, non-work-related submittals include, but are not limited to the following items: A. Permits. B. Payment Applications. C. Performance and Payment Bonds. D. Insurance Certificates. E. Inspection and Test Reports. F. Schedule of Values. G. Excavation Safety Plan. H. Trench Safety Plan. I. Listing of Subcontractors. J. Traffic Control Plan. K. Stockpile Plan. L. List of Anticipated Shop Drawing Submittals B. Shop Drawings: Shop drawings prepared for this project by the Contractor including but not limited to the following items: 1. Fabrication and installation drawings. 2. Pipe restraint plans and calculations. 3. Setting diagrams. 4. Shopwork manufacturing instructions. 5. Templates. 6. Patterns. 7. Coordination drawings (for use on-site). 8. Schedules. 9. Design mix formulas. 10. Contractor's engineering calculations. Standard information prepared without specific reference to a project is not considered to be shop drawings. City of Lubbock SECTION 01340 Low Pressure Supply Line Lining Shop Drawings, Product Data and Samples KHA No. 063126034 Page 2 of 6 April 2021 Address for Submittals shall be addressed to the Owner’s Representative: Zoltan Fekete, P.E. Address: 1314 Avenue K, 7th Floor Lubbock, Texas 79401 C. Product data includes standard printed information on manufactured products that has not been specially-prepared for this project by the Contractor, including but not limited to the following items: 1. Manufacturer's product specifications and installation instructions. 2. Standard color charts. 3. Catalog cuts. 4. Roughing-in diagram and templates. 5. Standard wiring diagrams. 6. Printed performance curves. 7. Operational range diagrams. 8. Mill reports. 9. Standard product operating and maintenance manuals. D. Miscellaneous submittals are work-related, non-administrative submittals that do not fit in the three previous categories, including, but not limited to the following: 1. Specially-prepared and standard printed warranties. 2. Maintenance agreements. 3. Workmanship bonds. 4. Survey data and reports. 5. Project photographs. 6. Testing and certification reports. 7. Record drawings. 8. Field measurement data. 9. Operating and maintenance manuals. 10. Keys and other security protection devices. 11. Maintenance tools and spare parts. 12. Overrun stock. City of Lubbock SECTION 01340 Low Pressure Supply Line Lining Shop Drawings, Product Data and Samples KHA No. 063126034 Page 3 of 6 April 2021 1.03 SUBMITTAL PROCEDURES A.Submit shop drawings, layouts, manufacturer's data, and material schedules as may be required by the Engineer for his review in electronic format (PDF). Submittals shall be transmitted either via email or to an ftp site created for the project. The specifics of the submittal process will be finalized during the pre-construction meeting. Contractor shall also be responsible for providing hard copies of the submittals if requested by the Owner. B.Submittals shall be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. 1.Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. 2.Indicated actions by the Engineer which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. 3.Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. B. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of construction, coordination of his work with that of other trades and satisfactory performance of his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. C. Coordination: Coordinate the preparation and processing of submittals with the performance of the work. Coordinate each separate submittal with other submittals and related activities such as testing, purchasing, fabrication, delivery and similar activities that require sequential activity. 1.Coordinate the submittal of different units of interrelated work so that one submittal will not be delayed by the Engineer's need to review a related submittal. The Engineer reserves the right to withhold action on any submittal requiring coordination with other submittals until related submittals are forthcoming. D. Coordination of Submittal Times: Prepare and transmit each submittal to the Engineer sufficiently in advance of the scheduled performance of related work and other applicable activities. Transmit different kinds of submittals for the same unit of work so that processing will not be delayed by the Engineer's need to review submittals concurrently for coordination. E. Review Time: Allow sufficient time so that the installation will not be delayed because of the time required to properly process submittals, including time for resubmittal, if necessary. Advise the City of Lubbock SECTION 01340 Low Pressure Supply Line Lining Shop Drawings, Product Data and Samples KHA No. 063126034 Page 4 of 6 April 2021 Engineer on each submittal, as to whether processing time is critical to the progress of the work and if the work would be expedited if processing time could be shortened. 1.For scheduling purposes, Contractor shall assume a two-week turnaround between the time the submittal is received by the Engineer and when final comments are returned. F. Submittal Preparation: Package each submittal appropriately for transmittal and handling. Transmit each submittal from the Contractor to the Engineer, and to other destinations as indicated, by use of a transmittal form. Submittals received from sources other than the Contractor will not be returned to the sender and no action will be taken by the Engineer. Provide the following information on the cover sheet for proper processing and recording of action taken. 1.Project name. 2.Date. 3.Name and address of Engineer. 4.Name and address of Contractor. 5.Name and address of Subcontractor, Supplier, and Manufacturer. 6.Number and title of appropriate specification section. 7.Drawing number and detail references, as appropriate. 8.Similar definitive information as necessary. 9.Submittal and transmittal distribution record 10.Signature of transmitter 11.Each submittal shall have a stamp, singed by the contractor stating, “I have determined and verified this submittal meets the requirements of the work and the contract documents,” or similar wording Record relevant information and requests for data on the transmittal form. On the transmittal form, or on a separate sheet attached to the form, record deviations from the requirements of the Contract Documents, if any, including minor variations and limitations. G. Submittal Organization: Submittals shall be organized in such a way as to group like items together. At a minimum, submittals shall not incorporate multiple sections into a single submittal. Submittals not meeting this requirement will be rejected. Additionally, partial submittals will not be approved. 1.04 SPECIFIC SUBMITTAL REQUIREMENTS A.General: Specific submittal requirements for individual units of work are specified in the applicable specification section. Except as otherwise indicated in the individual specification sections, comply with the requirements specified herein for each type of submittal. 1.Where it is necessary to provide intermediate submittals between the initial and final submittals, provide and process intermediate submittals in the same manner as for initial submittals. B. Shop Drawings: Information required on shop drawings includes dimensions, identification of specific products and materials which are included in the work compliance with specified standards and notations of coordination requirements with other work. Provide special notation of dimensions that have been established by field measurement. Highlight, encircle or otherwise indicate deviations from the contract documents on the shop drawings. 1.Coordination Drawings: Provide coordination drawings where required for the integration of the work, including work first shown in detail on shop drawings or product data. Show City of Lubbock SECTION 01340 Low Pressure Supply Line Lining Shop Drawings, Product Data and Samples KHA No. 063126034 Page 5 of 6 April 2021 sequencing and relationship of separate units of work, which must interface in a restricted manner to fit in the space provided, or function as indicated. Coordination drawings are considered shop drawings and must be definitive in nature. 2.Do not permit shop drawing copies without an appropriate final "Action" marking by the Engineer to be used in connection with the work. C. Product Data: General information required specifically as product data includes manufacturer's standard printed recommendations for application and use, compliance with recognized standards of trade associations and testing agencies, and the application of their labels and seals (if any), special notation of dimensions which have been verified by way of field measurement, and special coordination requirements for interfacing the material, product or system with other work. 1.Preparation: Collect required product data into a single submittal for each unit of work or system. Mark each copy to show which choices and options are applicable to the project. Where product data has been printed to include information on several similar products, some of which are not required for use on the project, or are not included in this submittal, mark the copies to show clearly that such information is not applicable. a.Where product data must be specially prepared for required products, materials or systems, because standard printed data is not suitable for use, submit data as "shop drawings" and not as "product data". 2.Submittals: a.Product data submittal is required for information and record and to determine that the products, materials and systems comply with the provisions of the contract documents. Therefore, the initial submittal is also the final submittal, except where the Engineer observes that there is non-compliance with the provisions of the contract documents and returns the submittal promptly to the Contractor marked with the appropriate "Action". b.Do not submit product data or allow its use on the project, until compliance with the requirements of the contract documents has been confirmed by the Contractor. 3.Installation Copy: Do not proceed with installation of materials, products and systems until a copy of product data applicable to the installation is in the possession of the installer. Do not permit the use of unmarked copies of product data in connection with the performance of the work. D. Miscellaneous Submittals: 1.Inspection and Test Reports: Classify each inspection and test report as being either "shop drawing" or "product data" depending on whether the report is specially prepared for the project, or a standard publication of workmanship control testing at the point of production. Process inspection and test reports accordingly. 2.Warranties: Refer to section "Substitutions and Product Options" for specific general requirements on warranties, product bonds, workmanship bonds and maintenance agreements. In addition to copies desired for the Contractor's use, furnish electronic PDF executed copies of such warranties, bonds or agreements. Copies shall also be incorporated in the operation and maintenance manuals. 3.Standards: Where submittal of a copy of standards is indicated, and except where copies of standards are specified as an integral part of a "Product Data" submittal, submit an electronic copy of standards for the Engineer's use. Where workmanship, whether at the project site or elsewhere is governed by a standard, furnish additional copies of the standard to fabricators, installers and others involved in the performance of the work. City of Lubbock SECTION 01340 Low Pressure Supply Line Lining Shop Drawings, Product Data and Samples KHA No. 063126034 Page 6 of 6 April 2021 4.Closeout Submittals: Refer to section "Contract Closeout" and to individual sections of these specifications for specific submittal requirements of project closeout information, materials, tools, and similar items. 5.General Distribution: Provide additional distribution of submittals to governing authorities, and others as necessary for the proper performance of the work. Include such additional copies of submittals in the transmittal to the Engineer where the submittals are required to receive "Action" marking before final distribution. Record distributions on transmittal forms. 6.Stockpile Plan: The Contractor shall submit a "Stockpile Plan" that designates locations for temporary storage of excavated pavement and soil. This plan is subject to approval by the Owner. The Contractor shall submit a Stockpile Plan that outlines the materials to be incorporated into the project. 7.Traffic Control Plan: The Contractor shall submit a Traffic Control Plan that outlines how ingress and egress requirements will be adhered to in conjunction with the sequence of the work. 8.Trench Safety Plan: The Contractor shall submit a Trench Safety Plan. 9.Telephone Numbers: The Contractor shall submit telephone numbers of the Project Manager, Superintendent, Foreman and individual(s) authorized to verify the monthly pay estimate. 10.Storm Water Pollution Plan: The Contractor shall submit a Storm Water Pollution Plan (if required) in accordance with Section 01560, TEMPORARY STORM WATER POLLUTION CONTROL. 11.Competent person as defined by OSHA. 12.Name of Safety Representative. 1.05 ENGINEER'S ACTION A. General: Except for submittals for the record and similar purposes, where action and return on submittals is required or requested, the Engineer will review each submittal, mark with appropriate "Action", and return. Where the submittal must be held for coordination, the Engineer will so advise the Contractor. 1.Action Stamp: The Engineer will stamp each submittal to be returned with a uniform, self- explanatory action stamp, appropriately marked and executed to indicate whether the submittal returned is for unrestricted use, final-but-restricted use (as marked), must be revised and resubmitted (use not permitted) or without action (as explained on the transmittal form). PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION City of Lubbock SECTION 01400 Low Pressure Supply Line Lining Quality Requirements KHA No. 063126034 Page 1 of 4 April 2021 PART 1 – GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 – General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Construction materials testing services are required by the Contractor in order for the Engineer to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor’s quality control procedures that facilitate compliance with the Contract Document requirements. 1.3 DEFINITIONS A. Quality Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor’s activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. 1.4 SUBMITTALS A. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor’s name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test data. 9. Test results. 10. Ambient conditions at time of sample taking and testing. City of Lubbock SECTION 01400 Low Pressure Supply Line Lining Quality Requirements KHA No. 063126034 Page 2 of 4 April 2021 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. B. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. C. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. D. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third-party testing agency. E. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality control services are indicated as Owner’s or Engineer’s responsibility, such services may be performed by Owner’s own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third-party testing agency, observe and report on competency of Contractor’s personnel performing quality control testing, inspect and report on Contractor’s quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor’s procedures for quality assurance of construction materials tests and test reports. 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third party agency personnel are obligated to report results of such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third-party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. City of Lubbock SECTION 01400 Low Pressure Supply Line Lining Quality Requirements KHA No. 063126034 Page 3 of 4 April 2021 3. Where testing is indicated as Contractor’s responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor’s personnel or Contractor-engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are the Contractor’s responsibility. 5. Cooperate with Owner and Engineer for Owner’s testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress-egress such that the Owner’s testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. C. Retesting: Regardless of whether original tests were Contractor’s responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. City of Lubbock SECTION 01400 Low Pressure Supply Line Lining Quality Requirements KHA No. 063126034 Page 4 of 4 April 2021 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Resident Project Representative at least 1 day prior to when testing of any kind is to be performed. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART 2 – PRODUCTS Not Used PART 3 EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION City of Lubbock SECTION 01500 Low Pressure Supply Line Lining Temporary Facilities and Controls KHA No. 063126034 Page 1 of 5 April 2021 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking water facilities. Provide separate male and female sanitary facilities. 3. Electric power service. 4. Telephone service. 5. High speed internet service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Project identification and signs. 4. Storage and fabrication sheds. 5. Construction aids and miscellaneous services and facilities. D. Protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Barricades, warning signs and lights. E. Related Sections include the following: 1. Section 01340 - “Shop Drawings, Product Data and Samples” 2. Section 01560 - “Temporary Storm Water Pollution Control”. 3. Section 01555 - “Barricades, Signs and Traffic Handling”. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner’s forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. City of Lubbock SECTION 01500 Low Pressure Supply Line Lining Temporary Facilities and Controls KHA No. 063126034 Page 2 of 5 April 2021 D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.4 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART 2 – PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. B. Pavement: Comply with City of Lubbock standard specifications. C. Portable Chain-Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain-link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch-OD line posts and 2-7/8-inch-OD corner and pull posts, with 1-5/8-inch-OD top and bottom rails. Provide galvanized steel bases for supporting posts. D. Water: Potable. PART 3 – EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. City of Lubbock SECTION 01500 Low Pressure Supply Line Lining Temporary Facilities and Controls KHA No. 063126034 Page 3 of 5 April 2021 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off-site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. F. High Speed Internet Service – Provide temporary high speed internet connection throughout the construction period. Connection can be through cable modem or DSL. Provide all equipment necessary for a single point connection to the project computer. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. Submit location of these facilities to Owner for approval. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free of water. D. Project Identification and Temporary Signs: Prepare Project identification signs with the information listed below. Install signs to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. Submit the layout and dimensions of the sign to the Owner. The sign and lettering shall be of sufficient size to be visible and legible at 100 feet distance. 1. Provide one project sign to be placed at the location specified by the City. 2. Project sign to include the following information. List all items on separate lines of the sign. City of Lubbock SECTION 01500 Low Pressure Supply Line Lining Temporary Facilities and Controls KHA No. 063126034 Page 4 of 5 April 2021 a. City of Lubbock, Texas b. Capital Improvements c. City of Lubbock Project Low Pressure Supply Line Lining d. Contractor: (include name of contractor and location of their main headquarters) e. Engineer: Kimley-Horn and Associates, Inc. g. Project Serving the Citizens of Lubbock, Texas 3. City of Lubbock and Engineer firm logos to be included with firm names on project sign. 4. Submit proposed sign layout according to specifications Section 01330 “Submittal Procedures” prior to constructing project identification sign. 5. Engage an experienced sign painter to apply graphics for Project identification signs. 6. Prepare temporary signs to provide directional information to construction personnel and visitors. 7. Construct signs of exterior type Grade B-B high-density concrete form overlay plywood. Support on posts or framing of preservative treated wood or steel. 8. Paint sign panel and applied graphics with exterior grade alkyd gloss enamel over exterior primer. 9. Maintain project signs until acceptance of the project. E. Waste Disposal Facilities: Provide waste collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. G. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on-site. 3.4 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water-filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace City of Lubbock SECTION 01500 Low Pressure Supply Line Lining Temporary Facilities and Controls KHA No. 063126034 Page 5 of 5 April 2021 street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01555 Low Pressure Supply Line Lining Barricades, Signs and Traffic Handling KHA No. 063126034 Page 1 of 2 April 2021 PART 1 – GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 – General Requirements apply to work of this section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 – PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 2.2 TEMPORARY PAVEMENT MARKINGS A. Materials, handling and installation shall be in accordance with Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2014 (TxDOT) Item 662. B. Layout, color and placement shall conform with the TMUTCD and be verified by the Owner’s representative before installation. PART 3 – EXECUTION 3.1 GENERAL A. For this project a Traffic Control Plan (TCP), responsive to the TMUTCD, has been established by the Engineer. The Contractor may propose their own TCP. Contractor proposed major modifications to the Traffic Control Plan shall bear the seal of a Registered Professional Engineer. If the plan is approved in writing by the Engineer or Owner, it may be used. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on the project site or in the immediate area to ensure compliance with the TCP. City of Lubbock SECTION 01555 Low Pressure Supply Line Lining Barricades, Signs and Traffic Handling KHA No. 063126034 Page 2 of 2 April 2021 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. B. The contractor will be responsible for repairing and replacing any damaged crash cushion attenuators during construction. Begin repair or replacement of an attenuator within 48 hours of notification. Cleanup of a damaged attenuator should commence immediately in order to maintain open lanes of traffic according to the TCP. END OF SECTION City of Lubbock SECTION 01560 Low Pressure Supply Line Lining Temporary Storm Water Pollution KHA No. 063126034 Page 1 of 3 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.02 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 1.03 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Storm Water Pollution Prevention Plan. B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with the Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to the Owner. 2) Provide erosion and sediment control in accordance with: City of Lubbock SECTION 01560 Low Pressure Supply Line Lining Temporary Storm Water Pollution KHA No. 063126034 Page 2 of 3 April 2021 a) The Drawings b) TXR150000 General Permit c) SWPPP d) TCEQ requirements e) Section 02270 – Sedimentation and Erosion Control 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to the Owner. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) The Drawings b) TXR150000 General Permit c) SWPPP d) TCEQ requirements e) Section 02270 – Sedimentation and Erosion Control 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to the Owner. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery and/or fabrication for specials. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. SWPPP 1. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP as follows: 1) 1 copy to the Owner 2) 1 copy to Engineer B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the Engineer and the Owner in accordance with Section 01340. 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] City of Lubbock SECTION 01560 Low Pressure Supply Line Lining Temporary Storm Water Pollution KHA No. 063126034 Page 3 of 3 April 2021 1.08 QUALITY ASSURANCE [NOT USED] 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 – PRODUCTS [NOT USED] PART 3 – EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. The Storm Water Pollution Prevention Plan (SWPPP) will be provided by the Contractor. Contractor must keep a copy of the SWPPP on site at all times. B. The SWPPP shall be submitted to and approved by the City of Lubbock Storm Water Management before the start of ground disturbing activities. C. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. D. Contractor shall maintain SWPPP in accordance with the TPDES permit to ensure that the SWPPP reflects current project conditions and remains in compliance with the TPDES permit. E. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. F. The Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01576 Low Pressure Supply Line Lining Waste Material Disposal KHA No. 063126034 Page 1 of 2 April 2021 PART 1 – GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 – General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.3 RELATED SECTIONS A. Section 02100 – Site Preparation. B. Section 02221 – Trenching, Backfilling, and Compaction. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01340 – Shop Drawings, Product Data and Samples. B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall include hold-harmless clauses naming the City of Lubbock, Texas and Kimley-Horn and Associates, Inc. as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. PART 2 – PRODUCTS [NOT USED] PART 3 – EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations as directed by Engineer. B. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements in Section 02100 – Site Preparation. C. Other Salvageable Materials: Conform to requirements of individual Specification Sections. D. Salvageable material shall be delivered to the City of Lubbock Recycling Facility at 84th Street and Avenue P. Contractor shall coordinate with Cody Blevins at 806-775-3680. City of Lubbock SECTION 01576 Low Pressure Supply Line Lining Waste Material Disposal KHA No. 063126034 Page 2 of 2 April 2021 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site in a timely manner and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the respective property owner. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. D. Excess material may be disposed at the West Texas Region Disposal Facility. There may be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City’s website at http://solidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There may also be a fee per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor’s bid prices in accordance with specification Section 01020. END OF SECTION City of Lubbock SECTION 01600 Low Pressure Supply Line Lining Product Requirements KHA No. 063126034 Page 1 of 3 April 2021 PART 1 – GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 – General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. Information to Bidders: Product options and substitution procedures. B. Section 01400 Quality Requirements. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. City of Lubbock SECTION 01600 Low Pressure Supply Line Lining Product Requirements KHA No. 063126034 Page 2 of 3 April 2021 B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weathertight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide offsite storage and protection when site does not permit onsite storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a welldrained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for offsite storage facilities. Products properly stored in offsite storage facilities may be included in progress pay requests with written approval of the Owner. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. For bidding purposes as provided in “Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. City of Lubbock SECTION 01600 Low Pressure Supply Line Lining Product Requirements KHA No. 063126034 Page 3 of 3 April 2021 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with reapproval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART 2 – PRODUCTS [NOT USED] PART 3 – EXECUTION [NOT USED] END OF SECTION 01600 PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01665 Low Pressure Supply Line Lining Trench Safety Requirements KHA No. 063126034 Page 1 of 3 April 2021 PART 1: GENERAL 1.01 SUMMARY A. Section Includes: 1. Furnish all labor, materials, and equipment and perform all operations to plan, design, construct, install, maintain, monitor, modify as necessary, and remove upon completion, a Trench Safety System as specified herein. 2. The requirements of this Section apply to all trenches which equal or exceed a depth of five (5) feet, measured from the ground surface at the highest side of the trench to the trench bottom. 3. All applicable and non-conflicting portions of Section 02221 – Trenching, Backfilling and Compaction apply as appropriate. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 02221 – Trenching, Backfilling and Compaction. 1.02 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Statute: HB 1569, 71st Regular Legislative Session. 3. U.S. Occupational Safety and Health Administration (OSHA) Standards, 29 CFR 1926, Subpart P – Excavations, latest revision at time of construction Agreement execution. 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS [NOT USED] 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE [NOT USED] 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2: PRODUCTS 2.01 GENERAL City of Lubbock SECTION 01665 Low Pressure Supply Line Lining Trench Safety Requirements KHA No. 063126034 Page 2 of 3 April 2021 A. All materials and products incorporated into the Trench Safety System shall be suitable for their intended uses; shall meet all design criteria and parameters used by the Trench Safety System designer; and shall meet all applicable requirements of OSHA Standards. PART 3: EXECUTION 3.01 PROCEDURES A. At least ten (10) Calendar Days prior to execution or any excavation operations, and not more than thirty (30) Calendar Days following the execution date of the construction Agreement, Contractor shall submit a site specific Trench Safety System Conformance Affidavit stating that operations will be conducted in full conformance with the OSHA Standards. 1. The Conformance Letter shall also describe the Trench Safety System techniques proposed to be used on the project. 2. Specific references to the applicable OSHA Standards sections shall be included for each technique to be used. B. The Trench Safety System Plan shall be in writing, site specific and sufficiently detailed and clear to be understandable and usable by all personnel who will be executing, supervising and witnessing the trenching operations. A copy of the Trench Safety System Plan shall be available at the site of trenching operations at all times. A second copy shall be provided to the Engineer for the Owner’s records. C. If borings and/or detailed geotechnical analyses are required to develop the Trench Safety System Plan, they shall be executed by the Contractor at his cost. D. For trenches having depths greater than the various limits given in the OSHA Standards (8, 12 or 20 feet, depending on the techniques used), a site specific protective system shall be designed by a Licensed Professional Engineer experienced in soil mechanics and structural design. The design shall be signed, sealed and dated by the Professional Engineer, and it shall identify those specific locations where the design is applicable. 3.02 METHODS OF PROVIDING FOR TRENCH SAFETY A. Protective systems referenced in this Section shall be as defined and described in 29 CFR 1962.652, “Requirements for Protective Systems.” B. It is the duty, responsibility and prerogative of the Contractor to determine the specific applicability of a proposed Trench Safety System for each field condition encountered on the project. Contractor specifically holds the Owner, Engineer, and any of their designated representatives harmless in any actions resulting from the failure or inadequacy of the Trench Safety System used to complete the project. C. Unless otherwise noted on the drawings or excluded below, Sloping/Benching, Trench Shielding with trench boxes, and/or Sheeting/Shoring/Bracing protective systems may be used on this project. D. Restrictions on the use of the various protective systems for this project are as follows: City of Lubbock SECTION 01665 Low Pressure Supply Line Lining Trench Safety Requirements KHA No. 063126034 Page 3 of 3 April 2021 1. Sloping or Benching. No Restrictions, except as noted on plans. 2. Trench Shields/Boxes. No Restrictions. 3. Sheeting/Shoring/Bracing. No Restrictions. 3.03 INSPECTION DUTIES OF CONTRACTOR A. Provide a Competent Person, as defined in the OSHA Standards, to make frequent inspections of the trenching operations and the Trench Safety System in full conformance with the OSHA Standards. B. If evidence of a possible cave-in or landslide is apparent, all work in the trench shall immediately cease and not be resumed until all necessary precautions have been taken to safeguard personnel entering the trench. C. In an emergency situation which may threaten or affect the safety or welfare of any persons or properties, the Contractor shall act at his discretion to prevent possible damage, injury or loss. Any additional compensation or time extension claimed for such actions shall be considered in view of the cause of the emergency and in accordance with the Agreement. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01666 Low Pressure Supply Line Lining Hydrostatic Testing and Disinfection KHA No. 063126034 Page 1 of 9 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes 1. Provide testing and disinfection for water line as described in this Section and elsewhere in the Contract Documents. 1.02 REFERENCES A. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 1. American Water Works Association (AWWA) a. AWWA M9 Concrete Pressure Pipe b. AWWA M23 PVC Pipe – Design and Installation c. AWWA M41 Ductile Iron Pipe d. AWWA C651 Disinfecting Water Mains B. Definitions 1. Makeup Water – Quantity of water to be pumped into the pipe necessary to maintain the specified test pressure after the pipe has been filled with water and any air expelled. 1.03 ADMINISTRATIVE REQUIREMENTS A. Payment: 1. Contractor will not be charged for the first 2 pipe volumes of water. Contractor will be charged for water used in subsequent tests at the current rate of bulk usage a. The pressure test and disinfection shall be scheduled in such a way so that the water utilized for the pressure test can also be used in conjunction with the disinfection process 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Contractor shall be responsible for submitting a hydrostatic testing and disinfection plan to the Engineer for approval prior to construction. 1. This plan shall be submitted in conjunction with the pipe lay drawing submittal. 2. Disinfection plan shall detail the methods and schedule for cleaning and shall include a detailed description of cleaning procedures, pigging entry and exit ports, control of water, and disposal. B. Test Reports 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] City of Lubbock SECTION 01666 Low Pressure Supply Line Lining Hydrostatic Testing and Disinfection KHA No. 063126034 Page 2 of 9 April 2021 1.08 QUALITY ASSURANCE [NOT USED] 1.09 DELIVERY, STORAGE, AND HANDLING A. Calcium Hypochlorite 1. The material should be stored in a cool, dry, and dark environment to minimize deterioration. 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.01 CHLORINATION FOR DISINFECTION A. Calcium Hypochlorite in granular form conforming to ANSI/AWWA B300 1. Must contain approximately 65 percent available chlorine by weight. B. Liquid Chlorine, conforming to ANSI/AWWA B301 PART 3 - EXECUTION 3.01 GENERAL A. Once pipe has been laid and backfilled according to the Contract Documents, the pipe shall be subjected to a hydrostatic pressure test by raising the pressure to the required test pressure. 1. The Contractor may install plugs and bulkheads at intermediate locations for the purposes of testing shorter lengths of pipe. C. Contractor shall be required to disinfect the pipeline in accordance with AWWA C651. Contractor shall be responsible for insuring that all criteria set forth in C651 are met. D. Perform hydrostatic test on ductile iron and PVC pipe in accordance with AWWA M41 and M23 respectively as well as the pipe Supplier’s recommendations. E. The duration of the hydrostatic test shall be a minimum of 2 hours or as directed by the City Engineer or designee. F. Test pressure shall be as specified in this Section. 3.02 PERMISSIBLE MAKEUP WATER A. Measure make up water required for the section of pipe being tested. Makeup water is the volume of water pumped into the test section of pipe necessary to maintain the specified test pressure after the pipe has been filled with water and the air expelled. B. Allowable makeup water shall not exceed criteria set forth in AWWA M23 and M41. C. Contractor shall either utilize a meter to calculate amount of makeup water used, or use drums with a known quantity of water which can be used to calculate amount of water added to pipeline. City of Lubbock SECTION 01666 Low Pressure Supply Line Lining Hydrostatic Testing and Disinfection KHA No. 063126034 Page 3 of 9 April 2021 3.03 TESTING AND DISINFECTION PROCEDURE: A. Inspect materials to be used to ensure their integrity. B. Prevent contaminating materials from entering the water main during storage and construction. C. Remove, by flushing or other means, those materials that may have entered the water main. D. Perform a hydrostatic test. 1. Hydrostatically test the pipe after backfill over the test section of pipe has been completed for seven days. Slowly fill the line with water and vent all air from the pipeline during filling. 2. Allow the pipe to stand under a slight pressure for at least 48 hours to allow the escape of remaining air trapped in the line. Examine bulkheads, valves, manholes, flanges, and connections for leaks during this period. 3. Stop leaks before continuing with the test. 4. Expel all air from the pipe before applying the specified test pressure. Provide taps in the line to expel air from high points where air valves are not provided. These taps must be made by the pipe manufacturer and approved by the Engineer. Tightly plug the tap after tests are complete. Include the cost for these taps in the Contract Price. 5. Pressure shall be applied and maintained by means of a pump connected to the pipe in a manner satisfactory to the City Inspector. 6. The pump, pipe connection, and all necessary apparatus except meters shall be furnished by Contractor. E. Chlorinate any residual contamination that may remain and flush the chlorinated water from the main. Any chlorinated water that is discharged from the main shall be discharged in accordance with Paragraph 3.08. F. Protect the existing distribution system from backflow caused by hydrostatic test disinfection procedure. G. Document that an adequate level of chlorine contacted each pipe to provide disinfection. H. Determine the bacteriological quality by laboratory test after disinfection. I. Connect the approved new water main to the active distribution system. 3.04 PREVENTATIVE AND INSPECTION MEASURES: A. Heavy particulates generally contain bacteria and prevent even very high chlorine concentrations from contacting and killing these organisms. B. Keeping pipe dry and clean. 1. Openings in the pipeline shall be closed with watertight plugs when pipe laying is stopped. 2. The lubricant used in the installation of sealing gaskets shall be suitable for use in potable water and shall not contribute odors. City of Lubbock SECTION 01666 Low Pressure Supply Line Lining Hydrostatic Testing and Disinfection KHA No. 063126034 Page 4 of 9 April 2021 3. If dirt enters the pipe during storage or installation, it shall be removed, and the interior surface swabbed with a 1 to 5 percent hypochlorite disinfecting solution. C. Connection to the existing distribution system. 1. Water required to fill the new main for disinfection and flushing shall be supplied through a temporary connection between the distribution system and the new main. The water may be obtained at a location designated by the Engineering Department. 2. The temporary connection shall include an appropriate cross-connection control device. a. As an alternate, a permanent connection to the existing distribution system may be permitted at the sole discretion of the Owner provided a new valve is placed at the connection point. b. Do not test against an existing valve in the existing system. 3.05 PURGING A. Purging may be accomplished by passing an appropriate sized poly-pig(s) through the pipe or by flushing. If Contractor utilizes poly-pigs he shall be responsible of locating launching and receiving pits. Pits shall be shown on the pipe shop drawings. B. Flushing Method 1. Prepare the main by installing blow-offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow-off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main – ¾-inch blow-off 2) 10-inch through 12-inch main – 1-inch blow-off 3) 16-inch and greater main – 2-inch blow-off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once flushing is complete: 1) Corporations stops used for flushing shall be plugged. C. Poly-Pig Method 1. The poly-pig shall be inserted in the new conduit at the location where the new conduit is connected to the active distribution system. 2. Where expulsion of the poly-pig is required through a dead-ended conduit, the Contractor shall make every effort to prevent back flow of the purged water into the conduit after passage of the pig. Backwater re-entry into the pipe can be prevented by the temporary installation of mechanical joint bends and pipe joints to provide a riser out of the trench. 3. After passage of the poly-pig, flushing of all backwater from the pipe, and satisfactory test results, the Contractor shall secure the test location openings and then proceed with disinfection. City of Lubbock SECTION 01666 Low Pressure Supply Line Lining Hydrostatic Testing and Disinfection KHA No. 063126034 Page 5 of 9 April 2021 3.06 HYDROSTATIC TEST A. General 1. The hydrostatic pump shall be connected to a system where the amount of leakage can be determined by measurement or gauge. The test pressure shall be maintained over the entire test period. The leakage shall be determined by comparing the quantity of water in the measuring system at the beginning of the test and quantity of water at the end of the test. The difference in these quantities shall be the leakage. a. An alternate method is to add water to the measuring system during the test. At the end of the test, the quantity of water added shall be the leakage. 2. If the tests indicate a leakage in excess of the acceptable rate, the Contractor shall be required to find and repair the leak. Even if the test requirements are met, all apparent leaks shall be stopped. B. Test Pressure 1. No less than 1.5 minimum times the static operating pressure or 100 psi, whichever is greater. 3.07 DISINFECTION A. The Continuous-feed method or slug method must be used unless it is stated otherwise in the Contract Specifications. 1. Continuous-Feed a. At a point no more than ten (10) feet downstream of the beginning of the new conduit, water entering the new conduit shall receive a dose of chlorine such that the water shall have not less than 25 mg/L (ppm) free chlorine. Chlorine application shall not cease until the entire conduit is filled with heavily chlorinated water. Approximately 35 pounds of Calcium Hypochlorite (65% available chlorine) is required in 100,000 gallons of water to produce 25 mg/L (ppm) Chlorine concentration. b. The chlorinated water shall be retained in the conduit for at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. Every effort shall be made to prevent the flow of chlorinated water into conduits in active service. At the end of the 24-hour period, the treated water in all portions of the conduit shall have a residual of at least 10 mg/L (ppm) free chlorine. 2. Slug a. At a point no more than ten (10) feet downstream of the beginning of the new conduit, water entering the new conduit shall receive a dose of chlorine such that the water shall have not less than 100 mg/L (ppm) free chlorine. Approximately 125 pounds of Calcium Hypochlorite (65% available chlorine) is required in 100,000 gallons of water to produce 100 mg/L (ppm) Chlorine concentration. b. The Chlorine shall be applied continuously and for a sufficient period to develop a solid column, or slug, of chlorinated water that will, as it moves through the main, expose all interior surfaces to a concentration of approximately 100 mg/l for a least 3 hours. As chlorinated water flows past fittings and valves, related valves and hydrants shall be operated so as to disinfect appurtenances and pipe branches. Every effort shall be made to prevent the flow of chlorinated water into conduits in active service. If at any time the free chlorine drops below 50 mg/l, the flow shall be stopped; chlorination equipment shall be City of Lubbock SECTION 01666 Low Pressure Supply Line Lining Hydrostatic Testing and Disinfection KHA No. 063126034 Page 6 of 9 April 2021 relocated to the head of the slug; and, as flow resumes, chlorine shall be applied to restore the free chlorine in the slug to not less than 100 mg/l. 3. Spray a. A solution of at least 200 mg/l available chlorine shall be applied directly to the interior pipe surfaces using either suitable brushes or spray equipment. Solution shall thoroughly coat all interior pipe surfaces. The disinfected surfaces shall remain in contact with solution for a minimum of 30 minutes. Following 30 minutes, line shall be filled and bacteriologically tested. B. The Contractor shall install and remove all pump-in, blow-off and sampling points. C. Water from the existing system or other approved source shall be made to flow at a constant rate in the new main. D. The heavily chlorinated water shall then be flushed from the conduit and disposed in a manner meeting the requirements set out in Article 3.08. E. The chlorine residual shall be tested prior to flushing operations. 3.08 HEAVILY CHLORINATED WATER A. For any discharge of water in which the chlorine residual exceeds 0.1-mg/L (ppm), including draining of potable water from water lines for repairs or tie-ins, flushing of potable water lines, or discharge of chlorinated water used for testing of potable water lines, the Contractor shall do one of the following: 1. Allow the water shall remain in the new water conduit until the chlorine residual is less than 0.1- mg/L (ppm). 2. Evacuate the water into water trucks 3. Discharge into an existing sanitary sewer system, or an approved storage facility (such as a detention pond until the chlorine residual is 0.1-mg/L (ppm) or less), a. The heavily chlorinated water shall not be disposed of into the storm sewer system. After the specified chlorine residual is obtained, less than 0.1-mg/L (ppm), the water may then be discharged into the storm sewer system or utilized by the Contractor. 4. Treat the water with Sodium Bisulfite or another dechlorination chemical (Sulfur Dioxide, Sodium Sulfite, Sodium Thiosulfate, or Ascorbic Acid) or method appropriate for potable water and approved by the Engineer until the chlorine residual is reduced to 0.1-mg/L (ppm) or less. B. The requirement for discharge of heavily chlorinated water is found in the TPDES General Permit to Authorize the Discharge of Storm Water and Certain Non-Storm Water Discharges from Regulated Construction Activities within the State of Texas. C. Prior to any discharge of water, including draining of potable water from water lines for repairs or tie-ins, flushing of potable water lines, or discharge of chlorinated water used for testing of potable water lines, the Contractor shall complete a letter including the language of the attached “SAMPLE DISCHARGE LETTER” in Article 3.11 of this Specification, and submit the letter to the Town for review and submission to Region 4 of the Texas Commission on Environmental Quality. This letter must be submitted to the TCEQ via certified mail at least 72 hours prior to any discharge of potable City of Lubbock SECTION 01666 Low Pressure Supply Line Lining Hydrostatic Testing and Disinfection KHA No. 063126034 Page 7 of 9 April 2021 water. D. If a fish kill occurs associated with the construction activities: 1. Immediately alter activities to prevent further fish kills. 2. Immediately notify Owner. 3. Collect and classify fish in accordance with TCEQ requirements. 4. Coordinate with Owner to properly notify TCEQ. 5. Be responsible for fines assessed. 3.09 CONTRACTOR REQUIREMENTS A. The Contractor shall prepare the conduit for disinfection activities and secure same after chlorination is complete. 1. This shall consist of furnishing all equipment, material and labor to satisfactorily prepare the conduit for disinfection. The Contractor shall also be required to provide adequate provisions for sampling. 2. The Contractor shall make all necessary taps into the pipe to accomplish chlorination of a new line 3. After satisfactory completion of the disinfection operation, the Contractor shall remove surplus pipe at the chlorination and sampling points, plug the remaining pipe, backfill, and complete all appurtenant work necessary to secure the conduit. 3.10 SAMPLING A. Microbiological sampling shall be done prior to connecting the new conduit into the existing distribution system in accordance with AWWA C651 Disinfecting Water Mains and as described herein. 1. Samples shall be tested in accordance with Standard Methods for the Examination of Water and Wastewater. B. Unless otherwise specified, the Contractor shall inject chlorine disinfectant into the conduit and monitor the solution. C. The Contractor shall be responsible for taking water samples from a suitable tap (not through a fire hydrant) for analysis by an approved laboratory. 1. The sample(s) shall be transported by City Inspectors from the line to the laboratory. The Contractor shall notify the City Inspectors of the results. 2. Samples for bacteriological analysis shall be collected in sterile bottles treated with sodium thiosulfate. 3. At least one sample shall be collected from every 1,000-linear-feet of new water conduit, plus one set from the end of the line and at least one set from each branch. If trench water has entered the new conduit during construction or, if in the opinion of the City inspector, excessive quantities of dirt or debris have entered the new conduit, samples shall be taken at intervals of approximately 200-linear-feet. City of Lubbock SECTION 01666 Low Pressure Supply Line Lining Hydrostatic Testing and Disinfection KHA No. 063126034 Page 8 of 9 April 2021 4. Two samples will be required to be taken. The first sample shall be taken a minimum of 24 hours after chlorination. The second sample shall be taken 24 hours after the first sample. 5. Initial samples may only be taken on Monday, Tuesday, or Wednesday prior to 2:00 P.M. D. Unsatisfactory test results shall require a repeat of the disinfection process and resampling as required above until a satisfactory sample is obtained. 1. In the event there are three (3) unsatisfactory test results from the same sampling point, the Contractor must flush the new water main and re-take samples until a satisfactory sample is obtained. City of Lubbock SECTION 01666 Low Pressure Supply Line Lining Hydrostatic Testing and Disinfection KHA No. 063126034 Page 9 of 9 April 2021 3.11 SAMPLE DISCHARGE LETTER [INSERT DATE] Tony Walker Region 4, Regional Director Texas Commission on Environmental Quality 2309 Gravel Drive Fort Worth, Texas 76118-6951 Re: Potable Water Line Repair and Associated Discharge Dear Mr. Walker: On or about _________, [CONTRACTOR] is {scheduled to conduct repairs} OR {conducted repairs} to a Town of Flower Mound (“Town”) potable water line. During and following the repair activities, the [CONTRACTOR] {will be discharging} OR {discharged} potable water. In accordance with the TCEQ’s Enforcement Initiation Criteria (“EIC,” Revision 14, effective Dec. 1, 2012), “a violation may not be addressed via NOV or NOE, or Order against a regulated entity for the discharge of potable water, if proper and complete notice (as required by rule/statute/permit) is provided to the appropriate TCEQ regional office and other requirements are met. Please consider this letter proper and complete notice as required by the EIC. The following information is provided for your information: 1) The repair {will be} OR {was} conducted at [INSERT LOCATION] 2) The following steps {will be} OR {were} taken to minimize the environmental impact of the discharge a) [LIST ANY STEPS TO BE TAKEN.] 3) This discharge is unavoidable due to proper maintenance and/or servicing of the water system and all practicable measures {will be} OR {were} taken to address discharge activities. Please contact me if you have any questions regarding this matter. Sincerely, [CONTRACTOR] END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01700 Low Pressure Supply Line Lining Contract Closeout KHA No. 063126034 Page 1 of 2 April 2021 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 – Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touchup marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. City of Lubbock SECTION 01700 Low Pressure Supply Line Lining Contract Closeout KHA No. 063126034 Page 2 of 2 April 2021 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer as line segment installation is completed and with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2 PRODUCTS [NOT USED] PART 3 EXECUTION [NOT USED] END OF SECTION 01700 City of Lubbock SECTION 01710 Low Pressure Supply Line Lining Cleaning KHA No. 063126034 Page 1 of 3 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Work Included: Throughout the construction period, maintain the buildings and/or site in a standard of cleanliness as described in this Section. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. In addition to standards described in this Section, comply with the requirements for cleaning as described in pertinent other Sections of these Specifications. 1.02 REFERENCES [NOT USED] 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS [NOT USED] 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE: A. Conduct daily inspection, and more often if necessary, to verify that requirements for cleanliness are being met. B. In addition to the standards described in this Section, comply with pertinent requirements of governmental agencies having jurisdiction. 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.01 CLEANING MATERIALS AND EQUIPMENT: A. Provide required personnel, equipment, and materials needed to maintain the specified standard of cleanliness. 2.02 COMPATIBILITY: A. Use only the cleaning materials and equipment which are compatible with the surface being cleaned, as recommended by the manufacturer of the material. City of Lubbock SECTION 01710 Low Pressure Supply Line Lining Cleaning KHA No. 063126034 Page 2 of 3 April 2021 PART 3 - EXECUTION 3.01 PROGRESS CLEANING: A. General: 1. Retain stored items in an orderly arrangement allowing maximum access, not impeding traffic or drainage, and providing required protection of materials. 2. Do not allow accumulation of scrap, debris, waste material, and other items not required for construction of this Work. 3. At least twice each month, and more often if necessary, completely remove all scrap, debris, and waste material from the job site. 4. Provide adequate storage for all items awaiting removal from the job site, observing requirements for fire protection and protection of the ecology. B. Site: 1. Daily, and more often if necessary, inspect the site and pick up all scrap, debris, and waste material. Remove such items to the place designated for their storage. 2. Weekly, and more often if necessary, inspect all arrangements of materials stored on the site. Restack, tidy, or otherwise service arrangements to meet the requirements of Article 3.01.A.1 above. 3. Maintain the site in a neat and orderly condition at all times. C. Structures: 1. Weekly, and more often if necessary, inspect the structures and pick up all scrap, debris, and waste material. Remove such items to the place designated for their storage. 2. Weekly, and more often if necessary, sweep interior spaces clean. a. "Clean", for the purpose of this subparagraph, shall be interpreted as meaning free from dust and other material capable of being removed by use of reasonable effort and a hand- held broom. 3. As required preparatory to installation of succeeding materials, clean the structures or pertinent portions thereof to the degree of cleanliness recommended by the manufacturer of the succeeding material, using equipment and materials required to achieve the necessary cleanliness. 4. Following the installation of finish floor materials, clean the finish floor daily (and more often if necessary) at all times while work is being performed in the space in which finish materials are installed. a. "Clean", for the purpose of this subparagraph, shall be interpreted as meaning free from foreign material which, in the opinion of the Engineer, may be injurious to the finish floor material. 3.02 FINAL CLEANING: A. "Clean", for the purpose of this Article, and except as may be specifically provided otherwise, shall be interpreted as meaning the level of cleanliness generally provided by skilled cleaners using commercial quality building maintenance equipment and materials. B. Prior to completion of the Work, remove from the job site all tools, surplus materials, equipment, scrap, debris, and waste. Conduct final progress cleaning as described in Article 3.01 above. City of Lubbock SECTION 01710 Low Pressure Supply Line Lining Cleaning KHA No. 063126034 Page 3 of 3 April 2021 C. Site: 1. Unless otherwise specifically directed by the Engineer, broom clean paved areas on the site and public paved areas adjacent to the site. 2. Completely remove resultant debris. D. Structures: 1. Exterior: a. Visually inspect exterior surfaces and remove all traces of soil, waste materials, smudges, and foreign matter. b. Remove all traces of splashed materials from adjacent surfaces. c. If necessary, to achieve a uniform degree of cleanliness, hose down the exterior of the structure. d. In the event of stubborn stains not removable with water, the Engineer may require light sandblasting or other cleaning at no additional cost to the Owner. 2. Interior: a. Visually inspect interior surfaces and remove all traces of soil, waste materials, smudges, and other foreign matter. b. Remove all traces of splashed material from adjacent surfaces. c. Remove paint droppings, spots, stains, and dirt from finished surfaces. 3. Glass: Clean inside and outside. 4. Polished surfaces: To surfaces requiring routine application of buffed polish, apply the polish recommended by the manufacturer of the material being polished. E. Schedule final cleaning as approved by the Engineer to enable the Owner to accept a completely clean Work. 3.03 CLEANING DURING OWNER'S OCCUPANCY: A. Should the Owner occupy the Work or any portion thereof prior to its completion by the Contractor and acceptance by the Owner, responsibilities for interim and final cleaning shall be as determined by the Engineer in accordance with the General Conditions of the Contract. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 01720 Low Pressure Supply Line Lining Project Record Documents KHA No. 063126034 Page 1 of 4 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Work Included: 1. Throughout progress of the Work, maintain an accurate record of changes in the Contract Documents, as described in Paragraph 3.01 below. 2. Upon completion of the Work, transfer the recorded changes to a set of Record Documents, as described in Paragraph 3.02 below. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.02 REFERENCES [NOT USED] 1.03 ADMINISTRATIVE REQUIREMENTS A. Product Handling 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the Engineer's approval. a. Such means shall include, if necessary, in the opinion of the Engineer, removal and replacement of concealing materials. b. In such case, provide replacements to the standards originally required by the Contract Documents. B. Submittal Schedule 1. The Engineer's approval of the current status of Project Record Documents may be a prerequisite to the Engineer's approval of requests for progress payment and request for final payment under the Contract. 2. Prior to submitting each request for progress payment, secure the Engineer's approval of the current status of the Project Record Documents. 3. Prior to submitting request for final payment, submit the final Project Record Documents to the Engineer and secure his approval. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery and/or fabrication for specials. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE City of Lubbock SECTION 01720 Low Pressure Supply Line Lining Project Record Documents KHA No. 063126034 Page 2 of 4 April 2021 A. Delegate the responsibility for maintenance of Record Documents to one person on the Contractor's staff as approved by the Engineer. B. Accuracy of records: 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. C. Make entries within 24 hours after receipt of information that the change has occurred. 1.09 FIELD CONDITIONS [NOT USED] 1.10 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.01 RECORD DOCUMENTS A. Job set: Promptly following receipt of the Owner's Notice to Proceed, secure from the Engineer at no charge to the Contractor one complete set of all Documents comprising the Contract. B. Final Record Documents: At a time nearing the completion of the Work, secure from the Engineer at no charge to the Contractor one complete bond set of all Drawings in the Contract. PART 3 - EXECUTION 3.01 MAINTENANCE OF JOB SET A. Immediately upon receipt of the job set described in Paragraph 2.01.A above, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". B. Preservation: 1. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set to the approval of the Engineer. 2. Do not use the job set for any purpose except entry of new data and for review by the Engineer, until start of transfer of data to Final Project Record Documents. 3. Maintain the job set at the site of Work as that site is designated by the Engineer. C. Making entries on Drawings: 1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. 2. Date all entries. 3. Call attention to the entry by a "cloud" drawn around the area or areas affected. 4. In the event of overlapping changes, use different colors for the overlapping changes. City of Lubbock SECTION 01720 Low Pressure Supply Line Lining Project Record Documents KHA No. 063126034 Page 3 of 4 April 2021 D. Make entries in the pertinent other Documents as approved by the Engineer. E. Conversion of schematic layouts: 1. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, is shown schematically and is not intended to portray precise physical layout. a. Final physical arrangement is determined by the Contractor, subject to the Engineer's approval. b. However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. 2. Show on the job set of Record Drawings, by dimension accurate to within one inch, the centerline of each run of items such as are described in subparagraph 3.01-E-1 above. a. Final physical arrangement is determined by the Contractor, subject to the Engineer's approval. b. Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). c. Make all identification sufficiently descriptive that it may be related reliably to the Specifications. 3. The Engineer may waive the requirements for conversion of schematic layouts where, in the Engineer's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the Engineer. 3.02 FINAL PROJECT RECORD DOCUMENTS A. The purpose of the Final Project Record Documents is to provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation, and examination. B. Approval of recorded data prior to transfer: 1. Following receipt of the bond copy described in Paragraph 2.01-B above, and prior to start of transfer of recorded data thereto, secure the Inspector's approval of all recorded data. 2. Make required revisions. C. Transfer of data to Drawings: 1. Carefully transfer change data shown on the job set of Project Record Drawings to the corresponding transparencies, coordinating the changes as required. 2. Clearly indicate at each affected detail and other Drawings a full description of changes made during construction, and the actual location of items described in Paragraph 3.01 above. 3. Call attention to each entry by drawing a "cloud" around the area or areas affected. 4. Make changes neatly, consistently, and with the proper media to assure longevity and clear reproduction. D. Transfer of data to other Documents: 1. If the Documents other than Drawings have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the Engineer, the job set of those Documents other than Drawings will be accepted as Final Project Record Documents. City of Lubbock SECTION 01720 Low Pressure Supply Line Lining Project Record Documents KHA No. 063126034 Page 4 of 4 April 2021 2. If any such Document is not so approved by the Engineer, secure a new copy of that Document from the Engineer at the Engineer's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the Engineer. E. Review and submittal: 1. Submit the completed set of Project Record Documents to the Engineer as described above. 2. Participate in review meetings as required. 3. Make required changes and promptly deliver the Final Project Record Documents to the Engineer. 3.03 CHANGES SUBSEQUENT TO ACCEPTANCE A. The Contractor has no responsibility for recording changes in the Work subsequent to Final Completion, except for changes resulting from work performed under Warranty. END OF SECTION City of Lubbock SECTION 01730 Low Pressure Supply Line Lining Operation and Maintenance Data KHA No. 063126034 Page 1 of 2 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Work Included: 1. Throughout progress of the Work, assemble data for inclusion in an Operation and Maintenance Manual. 2. Upon completion of the Work, submit Operation and Maintenance Manuals to the Engineer, as described in Article 3.01 below. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.02 REFERENCES [NOT USED] 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS: A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery and/or fabrication for specials. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Operation and Maintenance manuals shall be provided in electronic format on a compact disc. 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE [NOT USED] 1.09 FIELD CONDITIONS [NOT USED] 1.10 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.01. OPERATION AND MAINTENANCE MANUALS: A. Organize operating and maintenance data into suitable sets of manageable size. B. A separate PDF shall be included for each individual Operation and Maintenance (O&M) manual. 1. All O&M manuals shall be provided on a single CD. 2. Within individual PDF’s, O&M sections shall be bookmarked to allow for easy reference. 3. Following approval of the preliminary O&M, Contractor shall provide a hard copy of the final O&M to the Owner in addition to an electronic PDF copy. City of Lubbock SECTION 01730 Low Pressure Supply Line Lining Operation and Maintenance Data KHA No. 063126034 Page 2 of 2 April 2021 C. At a minimum, the following types of information shall be included in O&M’s manuals: 1. Emergency instructions. 2. Spare parts listing. 3. Copies of warranties. 4. Wiring diagrams (Project specific). 5. Recommended "turn-around" cycles. 6. Inspection procedures. 7. Operating procedures a. Start-up, break-in, routine and normal operating instructions b. Regulation, control, stopping, shut down and emergency instructions c. Summer and winter operating instructions d. Special operating instructions 8. Maintenance procedures a. Routine operations b. Guide to "trouble shooting" c. Disassembly, repair and reassembly d. Alignment, adjusting and checking 9. Servicing and lubrication schedule a. List of lubricants required 10. Shop drawings and product data (Project specific). END OF SECTION City of Lubbock SECTION 02100 Low Pressure Supply Line Lining Site Preparation KHA No. 063126034 Page 1 of 3 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes 1. Work in this section includes furnishing all labor, materials, equipment, and services required for clearing and grubbing, minor demolition, removal and disposal of items as specified herein and on the plans. B. Related Specification Section include but are not necessarily limited to 1. Drawings and general provisions of the Contract, including Special Provisions, apply to work of this section. 2. Division 1 – General Requirements 1.02 REFERENCES [NOT USED] 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS [NOT USED] A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE [NOT USED] 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 – PRODUCTS [NOT USED] PART 3 - EXECUTION 3.01 CLEARING AND GRUBBING: A. Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from limited areas of construction specified within the site. B. In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed over the entire area of earthwork operations. City of Lubbock SECTION 02100 Low Pressure Supply Line Lining Site Preparation KHA No. 063126034 Page 2 of 3 April 2021 C. Unless otherwise specified on the plans, all trees and shrubs of three (3”) inches caliper and less (caliper is the diameter as measured twelve (12”) inches above the ground) and all scrub growth, such as cactus, yucca, vines, and shrub thickets, shall be cleared. All dead trees, logs, stumps, rubbish of any nature, and other surface debris shall also be cleared. D. Buried material such as logs, stumps, roots of downed trees that are greater than one and one-half (1- 1/2”) inches in diameters, matted roots, rubbish, and foreign debris shall be grubbed and removed to a minimum depth of twenty-four (24”) inches below proposed finished grades. E. Ground covers of weeds, grass, and other herbaceous vegetation shall be removed prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal shall be accomplished by “blading” off the uppermost layers of sod or root-matted soil for removal. 3.02 TREES AND SHRUBS TO BE PRESERVED AND PROTECTED: A. See plans for trees that are to remain B. The Owner will assist the Contractor in identifying trees that are to be saved from clearing. The Contractor will protect such trees from construction damage such as trunk impacts and scrapes, limb breakage, compaction of soil within the drip line, and other injurious construction activities. 1. If necessary, the Owner may direct the Contractor, at the Contractor’s expense, to erect protective stockades along the drip lines of trees that the Owner considers vulnerable to damage. Such stockades shall be in accordance with the detail shown in the plans. C. Where grading or clearing and grubbing operations are to occur between trees that are to be preserved and protected, the Contractor will prune the lower branches of these trees as necessary to prevent their breakage and to permit access by construction machinery. Branches will be cut off to the trunk or major limb in a workmanlike manner. The Owner may direct that the Contractor remove additional branches in such a manner that the tree presents a balanced appearance. Scars will be treated with a heavy coat of an approved tree sealant. 3.03 PAVEMENT REMOVAL: A. Bituminous and concrete pavements shall be removed to neatly sawed edges. Saw cuts shall be made to a minimum depth of one and one-half (1-1/2”) inches. All saw cuts shall be parallel and/or perpendicular to the line of existing pavement. If an edge of a cut is damaged subsequent to saw cutting, the concrete shall again be sawed to a neat, straight line for the purpose of removing the damaged area. 1. Unless otherwise shown, all concrete pavement shall be replaced to the nearest joint. B. Concrete curb and gutter shall be removed as specified above. No section to be replaced shall be smaller than thirty (30”) inches in length or width. C. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. D. Minimize amount of earth loaded during removal operations. City of Lubbock SECTION 02100 Low Pressure Supply Line Lining Site Preparation KHA No. 063126034 Page 3 of 3 April 2021 E. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches. F. Where street and driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint. G. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. H. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at the Contractor’s expense. I. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. J. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of 1-foot of steel length shall be cleaned of all old concrete and left in place to tie into the new construction where applicable. 3.04 UTILITIES REMOVAL A. In general, those utilities on the site that are to be removed or abandoned and that belong to the Owner shall be removed or abandoned by the Contractor. The Owner is responsible for arranging the relocation or removal of other utilities owned by utility companies or other parties. 3.05 MISCELLANEOUS DEMOLITION A. There may be certain items on the site such as old building foundations, fences and other undetermined structures and improvements that must be removed before construction can commence. Unless otherwise specified, such items become the property of the Contractor for subsequent disposal. 3.06 USE OF EXPLOSIVES A. The use of explosives will not be permitted in site preparation operations unless specifically permitted by the Owner in writing. 3.07 BACKFILLING A. All holes, cavities, and depressions in the ground caused by site preparation operations will be backfilled and tamped to normal compaction and will be graded to prevent ponding of water and to promote drainage. In areas that are to be immediately excavated, the Owner may permit holes, etc., to remain open. 3.08 DISPOSAL OF WASTE MATERIALS A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 – Waste Material Disposal. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 1 of 14 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes 1. Furnish all labor, materials, equipment and incidentals necessary to perform all trenching for pipelines and appurtenances, including drainage, bedding, filling, backfilling, disposal of surplus material, and restoration of trench surfaces and easements. B. Related Specification Sections include but are not necessarily limited to 1. Drawings and general provisions of the Contract, including Special Provisions, apply to work of this section. 2. Division 1 – General Requirements 3. Section 01665 – Trench Safety Requirements 4. Section 02100 – Site Preparation 5. Section 02270 – Sedimentation and Erosion Control 6. Section 02936 – Seeding and Sodding 1.02 REFERENCES A. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. B. All excavation, trenching, and related sheeting, bracing, etc., shall comply with the requirements of OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), and H.B. 1569 of the 71st Regular Legislative Session. C. Wherever compaction requirements are referred to herein it shall refer to Standard Proctor Density as determined by ASTM D 698. 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Prior to the start of work the Contractor is required to submit his/her proposed method of backfilling and compaction to the Engineer for review. B. If soil boring logs indicate the presence of groundwater within the proposed trench area, a Groundwater Dewatering Plan shall be submitted outlining how groundwater will be removed. 1. Groundwater Dewatering Plan shall be performed by and sealed by a licensed engineer in the State of Texas. 2. Contractor shall assume all responsibility for the adequacy of the methods, materials, and equipment employed. C. Embedment Compaction Plan signed and sealed by a licensed engineer in the State of Texas. 1.06 CLOSEOUT SUBMITTALS [NOT USED] City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 2 of 14 April 2021 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE [NOT USED] 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2: PRODUCTS 2.1 BORROW MATERIALS A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: 1. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 nor more than 15. B. Class B: This material shall consist of suitable non-swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. Topsoil for a particular location shall closely match the original topsoil removed from that particular location in terms of color, Atterberg limits and texture. 2.2 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Satisfactory soils. City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 3 of 14 April 2021 F. Flexible Base: 1. Refer to City of Lubbock Public Works Engineering – Standard Paving Specifications, 8.8.02 Flexible Base (Caliche). 2. Flexible base material shall conform to the following test requirements: Refer to City of Lubbock Public Works Engineering – Standard Paving Specifications. G. Subgrade: 1. Refer to City of Lubbock Public Works Engineering – Standard Paving Specifications. 2.3 UTILITY TRENCH EMBEDMENT AND BACKFILL MATERIALS A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM C33 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Not more than a 30 percent maximum loss when subjective to 5 cycles of magnesium sulfate soundness per ASTM C88. 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 4 of 14 April 2021 5. Acceptable Backfill Material a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type I/II portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D1633, Method A f. Mix in a stationary pug mill, weigh-batch or continuous mixing plant 10. Flowable Fill a. Flowable 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. a. Utility ditches in existing paved streets shall be backfilled with compacted native material or flowable fill from the top of the embedment material to the paving surface as specified in the current City of Lubbock Streets Ordinance. b. Alternatively, flowable fill can be used for full depth backfill in all utility ditches within the right-of-way. c. Maximum unconfined compressive strength no greater than 150 psi measured at 28 days. a) Limit the long-term strength (90 days) to 200 psi such that material could be re- excavated with conventional excavation equipment in the future if necessary. d. 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 expense. 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 a. Needle punch, nonwoven geotextile composed of polypropylene fibers b. Fibers shall retain their relative position c. Inert to biological degradation City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 5 of 14 April 2021 d. Resist naturally occurring chemicals e. UV Resistant f. Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 a. High-tenacity monofilament polypropylene woven yarn b. Percent open area of 8 percent to10 percent c. Fibers shall retain their relative position d. Inert to biological degradation e. Resist naturally occurring chemicals f. UV Resistant g. Mirafi FW402 by Tencate, or approved equal 2.4 ACCESSORIES A. Warning Tape: Acid-and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface (subsidiary to project). PART 3: EXECUTION 3.01 PREPARATION A. Protection of In-Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the Owner. 2. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 6 of 14 April 2021 a. Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings. 4. Traffic a. Do not block access to driveways or alleys for extended periods of time unless: a. Alternative access has been provided b. Proper notification has been provided to the property owner or resident c. It is specifically allowed in the traffic control plan b. Use traffic rated plates to maintain access until access is restored. 5. Traffic Signal – Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City’s Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City’s Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 6. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.02 TRENCH EXCAVATION A. Trench excavation shall include material of every description and of whatever substances encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. 1. All excavation shall be made in open trenches. 2. The length of open trench shall be related closely to the rate of pipe laying. 3. Remove from the excavation all materials which the Engineer may deem unsuitable for backfilling. B. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 6 inches of excavated material. Surface soil that is heavy clay, predominantly sandy, or is lean in grass-and plant-growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. C. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected as provided in the Agreement. City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 7 of 14 April 2021 D. Trenches shall be excavated to the depth indicated on the Drawings and in widths sufficient for laying the pipe, bracing and for pumping and drainage facilities. The bottom of the excavations shall be firm and dry and in all respects acceptable to the Engineer. Trench width shall be practical minimum, but not less than 12-inches nor more than indicated on the Drawings. 1. If conditions warrant, the Contractor may be ordered to deposit gravel for pipe bedding, or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatever. E. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of subgrade soils. The trench may be excavated by machinery to, or just below, the designated subgrade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Subgrade soils which become soft, loose, “quick”, or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods shall be removed and replaced by gravel fill as required by the Engineer at the Contractor’s expense. F. Clay and organic silt soils are particularly susceptible to disturbance due to construction operations. When excavation is to end in such soils, the Contractor shall use smooth-edge bucket to excavate the last one foot of depth. G. Where pipe is to be laid in gravel bedding, the trench may be excavated by machinery to the normal depth of the trench provided that the material remaining in the bottom of the trench is no more than slightly disturbed. H. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze-thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze-thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. I. Refer to City of Lubbock Public Works Engineering - Standard Water and Sewer Specifications for additional details. 3.03 DISPOSAL OF MATERIALS A. Refer to Section 02100 for disposal of materials. 3.04 SHEETING AND BRACING City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 8 of 14 April 2021 A. Furnish, put in place and maintain sheeting and bracing required by Federal, State or local safety requirements to support the sides of the excavation and prevent loss of ground which could endanger personnel, damage or delay the work, or endanger adjacent structures. If the Engineer believes at any point sufficient or proper supports have not been provided, he may order additional supports placed at the expense of the Contractor. Compliance with such order shall not relieve the Contractor from his responsibility for the sufficiency of such supports. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be immediately filled and rammed. B. Where sheeting and bracing is required to support the sides of trenches, the Contractor shall engage a Professional Engineer, licensed in the State of Texas, to design the sheeting and bracing. The sheeting and bracing installed shall be in conformity with the design and certification of this shall be provided by the Professional Engineer. C. When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and the gravel backfill. 1. When installing rigid pipe (R.C., D.I., V.C., etc), any portion of the box extending below mid diameter shall be raised above this point prior to moving the box ahead to install the next pipe. This is to prevent the separation of installed pipe joints due to movement of the box. 2. When installing flexible pipe (Steel, PVC, etc.) trench boxes, moveable sheeting, shoring or plates shall not be allowed to extend below mid-diameter of the pipe. As trench boxes, moveable sheeting, shoring or plates are moved, gravel backfill shall be placed to fill any voids created and the gravel backfill shall be recompacted to provide uniform side support for the pipe. D. The Contractor will be permitted to use steel sheeting in lieu of wood sheeting for the entire job wherever the use of sheeting is necessary. The cost for use of sheeting shall be included in the bid items for trench safety and shall include full compensation for driving, bracing and later removal of sheeting. E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the construction of other structures, utilities, or property, whether public or private. All voids left after withdrawal of sheeting shall be immediately refilled with gravel backfill by ramming with tools especially adapted to that purpose, or otherwise as directed. 3.05 TEST PITS A. The Contractor may be required to excavate test pits for locating underground utilities or structures as an aid in establishing the precise location of new work. B. Test pits shall be backfilled as soon as the desired information has been obtained. The backfilled surface shall be maintained in a satisfactory condition for travel until resurfaced as specified. 3.06 DRAINAGE AND DEWATERING City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 9 of 14 April 2021 A. The Contractor shall furnish all materials and equipment and perform all incidental work required to install and maintain the drainage system he proposes for handling groundwater or surface water encountered. B. The Contractor shall provide pumping equipment and devices to properly remove and dispose of all water entering trenches and excavations. 1. The subgrade shall be maintained acceptably dry, to a level of 5 feet below the bottom of the trench, until the facilities to be built therein are completed. 2. Piezometers shall be provided at appropriate locations for verification of dewatering depth. 3. All drainage related work shall be performed without damage to the trench, pavement, pipes, electrical conduits, or other utilities and without damage to public or private property. 4. Water Disposal: a. Dispose of ground water in accordance with City policy or Ordinance. b. Do not discharge ground water onto or across private property without written permission. c. Permission from the City is required prior to disposal into the Sanitary Sewer. d. Disposal shall not violate any Federal, State or local regulations. C. The pipe or concrete shall not be laid in water or submerged within 24 hours after being placed. Water shall not flow over new concrete within four days after placement, or as designated on the plans. D. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1. A Ground Water Control Plan is specifically required by the Contract Documents 2. If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a. Ground water levels in the trench are unable to be maintained below the top of the bedding b. A firm trench bottom cannot be maintained due to ground water c. Ground water entering the excavation undermines the stability of the excavation. d. Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. J. In no event shall water rise to cause unbalanced pressure on facilities until the concrete or mortar has set at least 24 hours. The Contractor shall prevent flotation of the pipe by promptly placing backfill. 3.07 BORROW MATERIAL METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation grade work shall conform to the established alignment, grades, and cross-section required of the Contractor by the borrow pit owner. City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 10 of 14 April 2021 D. Contractor shall arrange for borrow from one of the following sources: i. Existing borrow pit. ii. New borrow pit. iii. Surplus excavated material from a site which has all required permits. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. 3.08 EXCAVATION BELOW GRADE AND REFILL A. Whatever the nature of unstable material encountered or the groundwater conditions, trench drainage shall be complete and effective. B. If the contractor excavates below grade through error or for his own convenience, or through failure to properly dewater the trench, or disturbs the subgrade before dewatering is sufficiently complete, he may be directed by the Engineer to excavate below grade as set forth in the following paragraph, in which case the work of excavating below grade and furnishing and placing the refill shall be performed at his own expense. C. If the material at the level of trench bottom consists of fine sand, sand and silt or soft earth which may work into the gravel backfill notwithstanding effective drainage, the subgrade material shall be removed to the extent directed and the excavation refilled with a 6-inch to 12-inch layer of crushed stone No. 67, or as approved by the Engineer, to form a filter layer preserving the voids in the gravel bed of the pipe. 3. The composition and gradation of gravel shall be approved by the Engineer prior to placement. 4. Gravel backfill shall then be placed in 6-inch layers, thoroughly compacted, up to the level indicated in the Drawings. D. Trench Geotextile Fabric may be installed in specified locations. 7. Soils other than ML or OH in accordance with ASTM D2487 a. Needle punch, nonwoven geotextile composed of polypropylene fibers b. Fibers shall retain their relative position c. Inert to biological degradation d. Resist naturally occurring chemicals e. UV Resistant f. Mirafi 140N by Tencate, or approved equal 8. Soils Classified as ML or OH in accordance with ASTM D2487 a. High-tenacity monofilament polypropylene woven yarn b. Percent open area of 8 percent to10 percent c. Fibers shall retain their relative position City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 11 of 14 April 2021 d. Inert to biological degradation e. Resist naturally occurring chemicals f. UV Resistant g. Mirafi FW402 by Tencate, or approved equal 3.09 EMBEDMENT A. Embedment for water lines shall be as shown on the Drawings. B. The initial layer of embedment placed to receive the pipe shall be brought to the grade and dimensions indicated on the Drawings, and the pipe shall be placed thereon and brought to grade by tamping, or by removal of the slight excess amount of embedment under the pipe. Adjustments to grade shall be made by scraping away or filling with embedment material. C. Wedging or blocking up of pipe will not be permitted. D. Each pipe section shall have a uniform bearing on the embedment for the full length of the pipe, except immediately at the joint. E. All embedment shall extend the full width of the trench bottom. F. Embedment shall remain dewatered, in accordance with Section 3.05, until all backfilling is complete. G. After the pipe has been laid, jointed and inspected, embedment material shall be brought up in mechanically tamped layers not exceeding eight inches in thickness of loose fill, approximately equal on each side of the pipe, to 12 inches above the top of pipe. H. Stone embedment shall be compacted to minimum 70% relative density in accordance with ASTM D4253 and D5254. 1. Crushed Stone a. Contractor shall submit an Embedment Compaction Plan to the Engineer for approval prior to pipe laying activities. Contractor shall retain an independent geotechnical engineer to help prepare the compaction plan. Plan shall detail the method by which the embedment will be compacted including but not limited to the following: (a) Equipment Used (b) Compaction Process and Anticipated Passes (c) Lift Heights (d) Testing Procedure/Firm b. Owner may retain an independent geotechnical engineering firm to visually inspect the pipe embedment compaction during construction and provide a certification that the embedment meets the compaction specifications stated above. i. A qualified representative shall be on-site at a minimum once for every 100 linear feet of pipe that is laid. Representative shall be on-site for a long enough duration each day to observe and certify the embedment placing process. ii. At a minimum, qualified representative shall: 1. Confirm lift thickness 2. Count number of passes City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 12 of 14 April 2021 3. Confirm proper equipment is being used 4. Confirm aggregate weight 2. Sand – Embedment shall be compacted to minimum 90% of maximum density in accordance with NCTCOG Section 504.5.2.8 Class B-4 and ASTM D 698. 3.10 PIPE LAYING PROVE OUT A. A prove out will not be required as part of this project. 3.11 BACKFILLING A. As soon as practicable after the initial bedding has been placed and the pipe has been laid and jointed, backfilling shall begin and thereafter be prosecuted expeditiously. Embedment, as specified for the type of pipe installed, shall be placed as shown on the Drawings and as specified in Paragraph 3.09 above. B. The remainder of the trench shall be filled per Embedment Details in the Drawings. Layers shall not exceed 6-inches in loose measure compacted to 95 percent of maximum density in accordance with ASTM D698. The backfill shall be mounded twelve (12) inches above the existing grade, or as directed. C. Where a grass, loam or gravel surface exists prior to excavation, it shall be removed, conserved and replaced to the full original depth as part of the work under the pipe items. In some areas it may be necessary to remove excess material during the clean-up process, so that the ground may be restored to its original level and condition. D. To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then spreading will not be permitted until the bedding material has been placed and compacted to a level 1-ft over the pipe. E. Backfill shall be brought up evenly on both sides of the pipe. Each layer of backfill material shall be thoroughly compacted by rolling, tamping, or vibrating with mechanical compacting equipment or hand tamping. If rolling is employed, it shall be by use of a suitable roller or tractor, being careful to fill throughout the full width of the trench. F. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. G. Subject to the approval of the Engineer, fragments of ledge and boulders smaller than 4-in may be used in trench backfill providing that the quantity, in the opinion of the Engineer, is not excessive. Rock fragments shall not be placed until the pipe has at least 2-ft of cover. Small stones and rocks shall be placed in thin layers alternating with earth to insure that all voids are completely filled. Fill shall not be dropped into the trench in a manner to endanger the pipe. If rock fragments are placed in the backfill material, it will be the Contractor’s responsibility to prove to the Engineer that the specified compaction is occurring. If the Engineer’s opinion is that the compaction is not achieved, then the Contractor shall remove material that contains rock fragments and replace it with suitable material. City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 13 of 14 April 2021 H. Bituminous paving shall not be placed in backfill unless specifically permitted, in which case it shall be broken up as directed. Frozen material shall not be used under any circumstances. I. Water jetting will not be accepted as a means of consolidating/compacting backfill. J. Dewatering, per Section 3.06, shall be maintained until backfill is complete. 3.11 RESTORING TRENCH SURFACE A. Where the trench occurs adjacent to paved areas, road shoulders, sidewalks, or in cross-country areas, the Contractor shall thoroughly consolidate the backfill and shall maintain the surface as the work progresses. If settlement takes place, he shall immediately deposit additional backfill to restore the level of the ground. B. In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced as indicated on the Drawings. C. The surface of any driveway, or any other area, which is disturbed by the trench excavation and which is not a part of the paved road shall be restored by the Contractor to a condition at least equal to that existing before work began. E. In sections where the pipeline passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Engineer. F. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control measures shall be employed at all times. 3.12 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Proctors a. The lab will perform Proctors in accordance with ASTM D1557. b. Test results will generally be available to within 4 calendar days and distributed to: a. Contractor b. City Project Manager c. City Inspector d. Engineer c. Notify the City if the characteristic of the soil changes. d. Perform new proctors for varying soils: a. When indicated in the geotechnical investigation in the Appendix b. If notified by the Contractor e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Test Shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trenches deeper than 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test. City of Lubbock SECTION 02221 Low Pressure Supply Line Lining Trenching, Backfilling and Compaction KHA No. 063126034 Page 14 of 14 April 2021 d. For final backfill depths less than 15 feet: a. A minimum of one test for every 300 linear feet of compacted trench zone backfill material for each 12 inches of backfill. e. For final backfill depths greater than 15 feet deep: a. A minimum of one test for every 300 linear feet of compacted trench zone backfill material for each 24 inches of backfill. f. Make the excavation available for testing. g. The City will determine the location of the test. h. The testing lab will provide results to Contractor and the City’s Inspector upon completion of the testing. i. A formal report will be issued within 48 hours. j. Test reports shall include: a. Location of test by station number b. Time and date of test c. Depth of testing d. Field moisture e. Dry density f. Proctor identifier g. Percent Proctor Density END OF SECTION City of Lubbock SECTION 02270 Low Pressure Supply Line Lining Sedimentation and Erosion Control KHA No. 063126034 Page 1 of 4 April 2021 PART 1: GENERAL 1.01 SUMMARY A. Section Includes 1. Furnish all labor, materials, equipment, and incidentals necessary to perform all installation, maintenance, removal, and area cleanup related to sedimentation control work as shown on the Drawings and as specified herein. 2. The work shall include, but not necessarily be limited to; installation of temporary access ways and staging areas, silt fences, sediment protection at storm drain inlets, sediment removal and disposal, device maintenance, removal of temporary devices, temporary mulching, erosion control blankets and final cleanup. B. Related Specification Sections include but are not necessarily limited to 1. Drawings and general conditions of the Contract, including Special Conditions, apply to work of this section. 2. Division 1 – General Requirements 3. Section 02936 – Seeding and Sodding 1.02 REFERENCES [NOT USED] 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Within 10 days after award of Contract, the Contractor shall submit to the Engineer for approval, technical product literature for all commercial products to be used for sedimentation and erosion control. 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE A. The Contractor shall be responsible for the timely installation of all sedimentation control devices necessary to prevent the movement of sediment from the construction site to off-site areas or into the stream system via surface runoff or underground drainage systems. Measures in addition to those shown on the Drawings necessary to prevent the movement of sediment off-site shall be installed, maintained, removed, and cleaned up at the expense of the Contractor. No additional charges to the Owner will be considered. 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] City of Lubbock SECTION 02270 Low Pressure Supply Line Lining Sedimentation and Erosion Control KHA No. 063126034 Page 2 of 4 April 2021 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2: PRODUCTS 2.01 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long-chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: FILTER FABRIC PHYSICAL FOR SILT FENCE PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec -1 AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Biodegradable Logs Stakes City of Lubbock SECTION 02270 Low Pressure Supply Line Lining Sedimentation and Erosion Control KHA No. 063126034 Page 3 of 4 April 2021 1. Only wooden stakes may be used for staking of biodegradable logs. Wooden stakes utilized for biodegradable logs construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. D. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 2.02 EROSION CONTROL BLANKET A. Erosion Control Blanket a. Shall be AMXCO Curlex Blanket as manufactured by American Excelsior Company, Arlington, TX or equal. PART 3: EXECUTION 3.01 INSTALLATION A. Silt Fence 1. Silt fences shall be positioned as necessary to prevent off site movement of sediment produced by construction activities as directed by the Engineer. 2. Dig trench approximately six (6) inches wide and six (6) inches deep along proposed fence lines. 3. Drive metal-stakes, six (6) feet on center (maximum) at back edge of trenches. Stakes shall be driven one (1) foot (minimum) into ground. 4. Hang woven wire mesh on posts, setting bottom of wire in bottom of trench. Secure wire to posts with self-fastening tabs. 5. Hang filter fabric on wire carrying to bottom of trench with about twelve (12) inches of fabric laid across bottom of trench. Stretch fabric fairly taut along fence length and secure with tie wires twelve (12) inches O.C. both ways. The silt fence shall be a minimum of 24 inches high. 6. Backfill trench with excavated material and tamp. 7. Install pre-fabricated silt fence according to manufacturer’s instructions. B. Erosion Control Blanket 1. Erosion control blankets shall be installed in any areas exceeding 5:1 slope and in areas as required for seeding. 2. The area to be covered shall be properly prepared, fertilized and seeded before the blanket is applied. 3. When the blanket is unrolled, the netting shall be on top of the fibers in contact with the soil over the entire area. The blankets shall be applied in the direction of water flow and stapled. a. The staples shall be made of wire, 0.091-inch in diameter or greater, “U” shaped with legs ten (10) inches in length and a twelve (12) inch crown. b. The staples shall be driven vertically into the ground, spaced approximately two (2) linear feet apart on each side with one row in the center alternately spaced between each side row. City of Lubbock SECTION 02270 Low Pressure Supply Line Lining Sedimentation and Erosion Control KHA No. 063126034 Page 4 of 4 April 2021 4. Adjoining blankets shall be overlapped and shall utilize a common row of staples to attach. a. Side overlaps shall be four (4) inches minimum. 3.02 MAINTENANCE AND INSPECTIONS A. Inspections 1. Contractor shall make a visual inspection of all sedimentation control devices once per week and promptly after every rainstorm. If such inspection reveals that additional measures are needed to prevent movement of sediment to offsite areas, Contractor shall promptly install additional devices as needed. Sediment controls in need of maintenance shall be repaired promptly. B. Device Maintenance 1. Silt Fences a. Remove accumulated sediment once it builds up to one-half of the height of the fabric. b. Replace damaged fabric, or patch with a two (2) foot minimum overlap. c. Make other repairs as necessary to ensure that the fence is filtering all runoff directed to the fence. 3.03 REMOVAL AND FINAL CLEANUP A. Once the site has been fully stabilized against erosion, remove sediment control devices and all accumulated silt. Dispose of silt and waste materials in proper manner. Regrade all areas disturbed during this process and stabilize against erosion with surfacing materials as specified and as shown on the Drawings. END OF SECTION of Lubbock SECTION 02310 Low Pressure Supply Line Lining Guided Auger Boring KHA No. 063126034 Page 1 of 7 April 2021 PART 1 GENERAL 1.01 SUMMARY A.This section includes minimum requirements for auger boring using 48-inch and smaller casing pipe with lengths less than 350 feet at the locations shown on the Drawings. 1.02 RELATED SECTIONS A.Drawings and general conditions of the Contract, including Special Conditions, apply to work of this section. B.Division 1 – General Requirements C.Section 02221 - Trenching, Backfilling and Compaction D.Section 02610 - Steel Casing Pipe 1.03 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1.Measurement a.This Item is considered subsidiary to steel casing pipe construction. 2.Payment a.The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be complete in place, and no other compensation will be allowed. 1.04 REFERENCES A.Reference Standards 1.Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2.Occupational Safety and Health Administration (OSHA) a.OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.05 ADMINISTRATIVE REQUIREMENTS A.Pre-installation of Lubbock SECTION 02310 Low Pressure Supply Line Lining Guided Auger Boring KHA No. 063126034 Page 2 of 7 April 2021 1.Provide written notice to the City at least 3 workings days in advance of the planned launch of auger boring operations. 1.06 SUBMITTALS A. Submittals shall be in accordance with Section 03140. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.07 QUALITY ASSURANCE A. Qualifications 1. Contractor a. All boring work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 boring projects of similar diameter and ground conditions. b. At least 1of the projects shall have an individual boring length equal to or greater in length than the longest tunnel on this project. c. The Contractor shall submit details of referenced projects including owner’s name and contact information, project superintendent, and machine operators. d. The project superintendent shall have at least 5 years of experience supervising boring construction. The Contractor may be required to submit details of referenced project including owner’s name and contract information, and project superintendent. e. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel construction and shall have current certification by OSHA. PART 2 PRODUCTS 2.01 MATERIALS A.Description 1.Steel Casing Pipe shall be in accordance with Section 02610. 2.Tunnel Liner Plate is not permitted for used with Auger Boring. B.Design Criteria 1.Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports anticipated. If Geotechnical Reports are not provided, the Contractor is responsible for performing the Contractor deems it necessary. 2.Tolerance a.Pressurized Carrier pipe of Lubbock SECTION 02310 Low Pressure Supply Line Lining Guided Auger Boring KHA No. 063126034 Page 3 of 7 April 2021 i.Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 0.5 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b.Gravity Carrier Pipe i.Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 0.5 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. Grades shown on Drawings must be maintained vertically. 3.Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities, and improvements. a.Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities or surface features (i.e. pavement, structures, railroad tracks, etc.) b.Repair any damage caused by ground movements at no cost to the City. PART 3 EXECUTION 3.01 PREPARATION A. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one-call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. i. Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2. Complete pit excavations and support systems for each drive in accordance with the requirements of the Specifications. 3.02 INSTALLATION A. General 1. Immediately notify the City if any problems are encountered with equipment or materials, or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. 2. Where pipe is required to be installed under railroad embankments or under highways, streets or other facilities, construction shall be performed in such a manner so as to not of Lubbock SECTION 02310 Low Pressure Supply Line Lining Guided Auger Boring KHA No. 063126034 Page 4 of 7 April 2021 interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. 3. During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians, until such time as the backfill has been completed and then remove from the site. 4. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 5. Furnish all necessary equipment, power, water, and utilities for tunneling, spoil removal and disposal, grouting, and other associated work required for the methods of construction. 6. Promptly clean up, remove, and dispose of any spoil or slurry spillage. 7. Do not disturb roadways, railroads, canal channels, adjacent structures, landscaped areas, or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. 9. Notify the Texas One Call system (800-245-4545) to request marking of utilities by utility owners / operators that subscribe to One Call, and shall individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that all requested locates are made prior to commencing boring operations. b. Visually confirm and stake necessary existing lines, cables, or other underground facilities including exposing necessary crossing utilities and utilities within 10 feet laterally of the designed tunnel. c. Control drilling and grouting practices to prevent damage to existing utilities. B. Boring Methods 1. Tunnel liner plate shall not be used for auger boring. 2. The Contractor shall be fully responsible for insuring the methods used are adequate for the protection of workers, pipe, property, and the public and to provide a finished product as required. 3. Blasting is not allowed. C. Pits and Trenches of Lubbock SECTION 02310 Low Pressure Supply Line Lining Guided Auger Boring KHA No. 063126034 Page 5 of 7 April 2021 1. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. 3. The location of the pit shall meet the approval of the City. 4. The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Details 1/D1 and 2/D1 immediately after the casing and carrier pipe installation has been completed. D. Boring 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and workmen. 3. Pilot Hole, required for 24-inch and larger casings a. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Place excavated material near the top of the working pit and dispose of as required. i. If no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to: a. Consolidate cuttings of the bit b. Seal the walls of the hole c. Furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6. Allowable variation from the line and grade shall be as specified in this Specification. 7. All voids between bore and outside of casing shall be pressure grouted. E. Contact Grouting 1. Contact grout any voids caused by or encountered during the boring. of Lubbock SECTION 02310 Low Pressure Supply Line Lining Guided Auger Boring KHA No. 063126034 Page 6 of 7 April 2021 a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. F. Control of Line and Grade 1. Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. 3.03 CLEANUP AND RESTORATION A. After completion of the boring, all construction debris, spoils, oil, grease, and other materials shall be removed from the pipe, pits, and all work areas. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or boring. 2. Any property damaged or destroyed, shall be restored to a condition equal to or better than existing prior to construction. 3. Restoration shall be completed no later than 30 days after boring is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.04 SITE QUALITY CONTROL A. Field Tests and Inspections 1. Allow access to the City and furnish necessary assistance and cooperation to aid in the observations, measurements, data, and sample collection, including, but not limited to the following: a. The City shall have access to the boring system prior to, during, and following all boring operations. b. The City shall have access to the tunneling shafts prior to, during, and following all boring operations. i. This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. ii. The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed from the boring excavation prior to, during, and following all boring operations. of Lubbock SECTION 02310 Low Pressure Supply Line Lining Guided Auger Boring KHA No. 063126034 Page 7 of 7 April 2021 i. The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. B. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State, and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic, and air powered equipment is acceptable, subject to applicable local, State, and Federal regulations. 3. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 4. Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State, and Local agencies. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a. In the event of conflict, comply with the more stringent requirements. 5. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 02315 Low Pressure Supply Line Lining Sliplining of Water Main KHA No. 063126034 Page 1 of 6 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. This specification includes requirements to rehabilitate existing water mains by slip lining with fusible polyvinylchloride (PVC) pipe. Slip lining is accomplished by pulling or pushing liner pipe into existing water mains by use of mechanical or hydraulic equipment. Once in place, annular spaces between liners and existing mains are sealed at each access pit. B. Contractor shall provide all materials, labor, equipment, and services necessary for traffic control, bypass pumping and/or diversion of flows, cleaning and television inspection of mains to be lined, liner installation, reconnection of service connections, all quality controls, provide samples for performance of required material tests, final television inspection, testing of lined pipe system and warranty work, all as specified herein. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. 15605 – Fusible Polyvinylchloride Pipe 1.02 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): per specification 15605 – Fusible Polyvinylchloride Pipe, Section 1.02. 4. International Organization for Standardization (ISO): a. 9000, Quality Management System - Fundamentals and Vocabulary. 5. Occupational Safety and Health Administration (OSHA). 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Owner prior to delivery. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Fusible PVC Pipe including joint dimensions 2. Annular Grout a. Technical data sheet showing physical properties City of Lubbock SECTION 02315 Low Pressure Supply Line Lining Sliplining of Water Main KHA No. 063126034 Page 2 of 6 April 2021 b. Test results of testing performed by manufacturer 3. Manufacturers’ shipping, storage and handling recommendations for liner pipe B. Shop Drawings 1. Slip Lining Procedure a. Complete description of the proposed slip lining procedure for the proposed technology. b. Maximum jacking loads on liner pipe 2. Grouting plan showing where grout is to be injected, anchoring methods and planned grouting pressure. 3. Safety Plan a. Provide list of all competent persons b. Provide description of the daily safety program for the job site and all emergency procedures to be implemented in the event of a safety incident C. Certificates 1. Furnish an affidavit certifying that all products meet the provisions of this Section and meet the requirements of above referenced ASTM standards. D. Source Quality Control Submittals 1. Manufacturer to provide third party test results supporting the long term performance and structural strength of the pipe being manufactured 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE A. Qualifications 1. Manufacturing and Installation a. Finished pipe shall be the product of 1 manufacturer. b. Liner pipe manufacturing operations shall be performed at 1 location. c. Installation Contractor 1) The Contractor shall have a minimum of three (3) years of continuous experience slip lining in pipe of a similar size, length and configuration as contained in this contract. 2) The lead personnel including the superintendent and the foreman for the slip lining installation must have a minimum of three (3) years of total experience with the slip lining procedure proposed for this contract and must have demonstrated competency and experience to perform the scope of work contained in this contract. The name and experience of each lead individual performing work on this contract shall be submitted. B. Certifications 1. Manufacturing and Installation a. Operate pipe manufacturing and installation under a quality management system certified by third party ISO 9000. Provide proof of certification upon request. City of Lubbock SECTION 02315 Low Pressure Supply Line Lining Sliplining of Water Main KHA No. 063126034 Page 3 of 6 April 2021 1.09 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Follow manufacturer’s recommendation on all storage and handling requirements. 2. Prevent injury to or abrasion of the pipe during loading, transportation and unloading. Do not drop pipe from vehicles nor allow pipe to roll down skids or slopes without proper restraining ropes. Use suitable pads, strips, skids or blocks for each pipe during transportation and while awaiting installation. 3. Do not use, and remove from the construction site, pipe with physical damage such as cuts, gashes, nicks or abrasions, whether from manufacturing, shipping, storage or handling, and which is deeper than 10 percent of wall thickness. 4. Use wide belly band slings for lifting and moving pipe. Do not use bare chains in contact with pipe. 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY A. The materials used for the project shall be certified by the manufacturer for the specified purpose. The manufacturer shall warrant the liner pipe to be free from defects in raw materials for two (2) year from the date of final acceptance by the Owner. PART 2 - PRODUCTS 2.01 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.02 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. General 1. All materials furnished, as part of this contract shall be marked with detailed product information stored in a manner specified by the manufacturer and tested to the requirement of these specifications. B. Performance / Design Criteria 1. The installed liner pipe shall have a long term (50 year) corrosion resistance to the typical chemicals found in domestic sewage. C. Materials 1. Fusible PVC Pipe a. Acceptable Manufacturers C-900®, Fusible C-905®, and FPVC®, for Underground Solutions, Inc., Poway, CA, (858) 679-9551, or approved equal. b. The PVC liner pipe shall be manufactured in accordance with ASTM D2241 or ASTM D1785 for standard dimensionality, as applicable. Testing shall be in accordance with the referenced AWWA standard. c. Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. d. Fusible polyvinylchloride pipe shall be manufactured in a standard 40’-45’ nominal length, or custom lengths as specified. e. Fusible polyvinylchloride pipe shall be blue in color for water use City of Lubbock SECTION 02315 Low Pressure Supply Line Lining Sliplining of Water Main KHA No. 063126034 Page 4 of 6 April 2021 f. Pipe shall be marked as follows: 1) Nominal pipe size 2) PVC 3) Dimension Ratio, Standard Dimension Ratio, or Schedule 4) AWWA pressure class, or standard pressure rating for non-AWWA pipe, as applicable 5) AWWA standard designation number, or pipe type for non-AWWA pipe, as applicable 6) Extrusion production-record code 7) Trademark or trade name 8) Cell Classification 12454 and/or PVC material code 1120 may also be included g. Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. 2. Annular Grout a. Low Density Cellular Grout (LDCG) 1) Annular space (between carrier pipe and casing/liner) grout shall be LDCG. 2) The LDCG shall be portland cement based grout mix with the addition of a foaming agent designed for this application. 3) Develop 1 or more grout mixes designed to completely fill the annular space based on the following requirements: a) Provide adequate retardation to completely fill the annular space in 1 monolithic pour. b) Provide less than 1 percent shrinkage by volume. c) Compressive Strength (1) Minimum strength of 10 psi in 24 hours, 50 psi in 3 days, 300 psi in 28 days d) Design grout mix with the proper density and use proper methods to prevent floating of the carrier pipe. e) Proportion grout to flow and to completely fill all voids between the carrier pipe and the casing or liner pipe. 2.03 ACCESSORIES [NOT USED] 2.04 SOURCE QUALITY CONTROL [NOT USED] City of Lubbock SECTION 02315 Low Pressure Supply Line Lining Sliplining of Water Main KHA No. 063126034 Page 5 of 6 April 2021 PART 3 - EXECUTION 3.01 INSTALLERS [NOT USED] 3.02 EXAMINATION [NOT USED] 3.03 PREPARATION [NOT USED] A. Inspection 1. Prior to installation, conduct an inspection of the existing pipe identified for rehabilitation along with the surrounding job site conditions. 2. Complete a Pre-CCTV inspection per Section 02763. a. If pre-installation inspection reveals an obstruction, misalignment, broken or collapsed section or sag that was not identified as part of the original scope of work and will prohibit proper installation of the liner pipe, the Contractor shall correct the problem(s) prior to lining and shall be compensated on a unit price basis as a point repair. The Owner reserves the right to approve or disapprove of any point repairs identified. 3. Observe flows at different times of the day to determine or verify flow conditions in preparation for slip lining operation. 4. Verify accessibility conditions and coordinate with owner regarding easement access and limitations. If a street must be closed to traffic because of the location of the main, the Contractor shall furnish a detailed traffic control plan. 5. Confirm full circumference of the host pipe prior to lining to ensure the pipe can be rehabilitated with the proposed liner pipe. B. Host Pipe Preparation 1. Clean the pipe per Section 02640. 2. Inspect pipe as required by this Specification. 3.04 INSTALLATION A. Safety 1. Carry out operation in accordance with all OSHA and manufacturer’s safety requirements including, but not limited to, safety requirements involving confined space entry. B. Fusible PVC Pipe Liner Installation 1. Fusible PVC pipe may be pushed or pulled into existing water main. 2. Insert pipes, spigot end first, with bell end trailing. 3. Apply pushing force to pipe wall end inside bell in accordance with manufacturer’s instructions. Do not apply jacking loads to end of bell. 4. Maximum allowable joint angular deflection shall be one degree. 5. Keep within safe jacking loads as follows: a. Maximum allowing pulling loads shall be 215,300 pounds for 20-inch nominal diameter pipe with 235 psi pressure rating (DR 18). C. Grouting Annular Space City of Lubbock SECTION 02315 Low Pressure Supply Line Lining Sliplining of Water Main KHA No. 063126034 Page 6 of 6 April 2021 1. Obtain approval of grouting plan from Engineer before proceeding with the Work. 2. Grout annular space between the outside of fusible PVC pipe liner and inside of existing pipe. 3.05 REPAIR/ RESTORATION [NOT USED] 3.06 RE-INSTALLATION [NOT USED] 3.07 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Closed Circuit Television (CCTV) Inspection The Contractor shall perform the following CCTV inspections in accordance with Section 02763: a. Pre-Construction CCTV b. Post-Construction CCTV c. A radial view (pan and tilt) TV camera shall be used. The finished liner shall be continuous over the entire length of the installation and shall be free of significant visual defects, damage, deflection, holes, leaks and other defects. Unedited digital documentation of the inspection shall be provided to the Owner within ten (10) working days of the liner installation. d. The data shall note the inspection date, location of all reconnected side mains, debris, as well as any other defects in the liner, including, but not limited to, gouges, cracks, bumps, or bulges. e. Immediately prior to conducting the closed circuit television inspection, the Contractor shall thoroughly clean the newly installed liner removing all debris and build-up that may have accumulated. 2. Check integrity of joints made, and verify that liner has not been damaged. 3.08 SYSTEM STARTUP [NOT USED] 3.09 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. FINAL ACCEPTANCE 1. All testing and repairs to the installed liner pipe, as applicable, shall be completed, before final acceptance, meeting the requirements of these specifications and documented in written form. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION City of Lubbock SECTION 02349 Low Pressure Supply Line Lining Installation of Carrier Pipe KHA No. 063126034 Page 1 of 8 April 2021 PART 1 -GENERAL 1.01 SUMMARY A. Section Includes 1. This Section includes requirements for the installation of carrier pipe into steel casing pipe or tunnel liner plate at locations shown on the Plans. B. Related Specification Sections include but are not necessarily limited to 1. Drawings and general conditions of the Contract, including Special Conditions, apply to work of this section. 2. Division 1 – General Requirements 3. Section 02310 – Guided Auger Boring 4. Section 02610 – Steel Casing Pipe 1.02 REFERENCES A. Reference Standards 1. The publications listed below form a part of this Specification to the extent referenced. Where conflicts between these Specifications and the referenced specification, code, or standard occur, the more restrictive language shall govern. The publications are referred to in the text by basic designation only. Where a date is given for referenced standards, that edition shall be used. Where no date is given for referenced standards, the latest edition available on the date of issue of Contract Documents shall be used. 2. American Society for Testing and Materials (ASTM) a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in or [50 mm] Cube Specimens). c. D638, Standard Test Method for Tensile Properties of Plastics. 3. International Organization for Standardization (ISO): a. 9001, Quality Management Systems - Requirements. 4. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. B. Definitions 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows. 2. Casing: A pipe installed by microtunneling or pipejacking that supports the ground and provides a stable underground excavation for installation of the carrier pipe. 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be made in accordance with Section 01340. B. Review and acceptance of the Contractor’s submittals by the Engineer shall not be construed in any way as relieving the Contractor of its responsibilities under this Contract. City of Lubbock SECTION 02349 Low Pressure Supply Line Lining Installation of Carrier Pipe KHA No. 063126034 Page 2 of 8 April 2021 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Casing Isolators/Spacers a. Material Data 2. Low Density Cellular Grout (LDCG) Mix a. Material Data B. Shop Drawings 1. Submit Work Plan describing the carrier pipe installation equipment, materials, and construction methods to be employed. This shall include provisions for installing the carrier pipe without damaging the joints. 2. A safety plan for the carrier pipe installation operations including air monitoring equipment and procedures and provisions for lighting, ventilation, and electrical system safeguards. Provide name of site safety representative responsible for implementing safety program. Notify Engineer if safety plan is the same as for tunneling operations. 3. Casing Spacers/Isolators a. Detail drawings and manufacturer’s information for the casing isolators/spacers that will be used. i. Include dimension and component materials and documentation of manufacturer’s ISO 9001:2000 certification. b. Alternatives to casing spacers/isolators may be allowed by the Engineer on a case-by- case basis. i. For consideration of alternate method, submit a detailed description of method including details and a letter from carrier pipe manufacturer verifying proposed alternate method is acceptable for use with carrier pipe 4. End seal or bulkhead designs and locations for casing/liners, including location of vent lines to allow for adequate ventilation during grout filling. 5. Annular Space (between carrier pipe and casing/tunnel liner plate) Grouting Work Plan and Methods a. Grouting methods b. Details of equipment c. Grouting procedures and sequences including: i. Injection methods ii. Injection pressures iii. Monitoring and recording equipment iv. Pressure gauge calibration data, v. Materials 6. LDCG mix details including: a. Mix proportions b. Admixtures including: i. Manufacturer’s literature ii. Laboratory test data verifying the strength of the proposed grout mix. iii. The proposed grout densities and viscosity iv. Initial set time of grout 1. Data for these requirements shall be derived from trial batches from an approved testing laboratory. c. The 24-hour and 28-day minimum grout compressive strengths City of Lubbock SECTION 02349 Low Pressure Supply Line Lining Installation of Carrier Pipe KHA No. 063126034 Page 3 of 8 April 2021 d. A minimum of three (3) other projects where the proposed mix design was used for similar applications. 7. Contractor shall submit anticipated volumes of grout to be pumped for each application and reach grouted. 8. For carrier pipe installations 30-inches and greater, without hold down jacks or a restrained spacer, provide buoyant force calculations during grouting. a. Calculations sealed by a licensed Engineer in the State of Texas. b. If buoyant force calculations indicate flotation, provide measures to prevent flotation. Measures shall not impose point loads on the pipe. 9. Description of methods and devices to prevent buckling of carrier pipe during grouting of annular space, if required C. Field Quality Control Submittals 1. Grouting logs 2. Grout strength tests 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE A. The Contractor shall meet the personnel requirements of Section 02310 – Auger Boring. The Contractor shall submit written documentation summarizing the qualifications of the firm, description of referenced projects including owner’s name and contact information, project superintendent, and grouting crew foreman. B. All annular space grouting work shall be performed by an experienced contractor who has at least five (5) years of experience in performing grouting operations and has completed at least three (3) similar projects. The Contractor shall submit details of referenced projects including owner’s name and contact information, project superintendent, and grouting crew foreman. C. The surveyor responsible for carrier pipe line-and-grade control shall be a Licensed Surveyor registered in the State of Texas who has prior experience in similar projects. D. Casing isolator/spacer manufacturer shall be certified against the provisions of ISO9001:2000. 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.01 MATERIALS City of Lubbock SECTION 02349 Low Pressure Supply Line Lining Installation of Carrier Pipe KHA No. 063126034 Page 4 of 8 April 2021 A. Carrier pipe shall meet the specification requirements as outlined in the applicable Specification section. B. Grout of annular space 1. For gravity sewer carrier pipe installation: a. Fill all voids between the carrier pipe and the casing or liner with grout. b. All exterior carrier pipe surfaces and all interior casing or liner surfaces shall be in contact with the grout. 2. For water line installation: a. Fill all voids between the carrier pipe and the casing or liner with grout. b. All exterior carrier pipe surfaces and all interior casing or liner surfaces shall be in contact with the grout. C. Grout Mixes 1. Low Density Cellular Grout (LDCG) a. Annular space (between carrier pipe and casing/liner) grout shall be LDCG. b. The LDCG shall be Portland cement based grout mix with the addition of a foaming agent designed for this application. c. Develop 1 or more grout mixes designed to completely fill the annular space based on the following requirements: i. Provide adequate retardation to completely fill the annular space in 1 monolithic pour. ii. Provide less than 1 percent shrinkage by volume. iii. Compressive Strength 1. Minimum strength of 10 psi in 24 hours, 50 psi in 3 days, 300 psi in 28 days iv. Design grout mix with the proper density and use proper methods to prevent floating of the carrier pipe. v. Proportion grout to flow and to completely fill all voids between the carrier pipe and the casing or liner. D. End Seals: 1. Provide end seals at each end of the casing or liner to contain the grout backfill or to close the casing/liner ends to prevent the inflow of water or soil. End seals shall be one of the following: a. Use pull-on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by GPT Industries or approved equal. b. Model PL Link Seal as manufactured by GPT Industries or approved equal. c. Brick and mortar 2. Design end seals to withstand the anticipated soil or grouting pressure, provide adequate ventilation, and be watertight to prevent groundwater from entering the casing. E. Carrier Pipe Supports/Insulators: 1. Provide casing spacers/insulators to support the carrier pipe during installation and grouting (where grout is used). a. In lieu of casing spacers, contractor may propose to use an alternate system. Alternate system must provide electrical isolation between carrier pipe and casing/tunnel liner plate. Approval of the alternate system is at the sole discretion of the engineer. Submittal requirements shall be as indicated in Section 1.05. 2. Casing Spacers/Isolators material and properties: City of Lubbock SECTION 02349 Low Pressure Supply Line Lining Installation of Carrier Pipe KHA No. 063126034 Page 5 of 8 April 2021 a. Shall be minimum 14 gage b. For water pipe, utilize Stainless Steel. c. For sewer pipe, utilize Coated Steel. d. Suitable for supporting weight of carrier pipe without deformation or collapse during installation 3. Provide restrained-style casing spacers to hold all pipes stable during grouting operations and prevent floating or movement. 4. Provide dielectric strength sufficient to electrically isolate each component from one another and from the casing. 5. Design risers for appropriate loads, and, as a minimum: a. Provide 10 gage steel risers i. Provide stainless steel bands and risers for water installations. 6. Band material and criteria a. Provide polyvinyl chloride inner liner with: i. Minimum thickness of 0.09 inches ii. Durometer “A” of 85-90 hardness iii. Minimum dielectric strength of 58,000 volts 7. Runner material and criteria a. Provide pressure-molded glass reinforced polymer or UHMW with: i. Minimum of 2 inches in width and a minimum of 12 inches in length. b. Attach to the band or riser with 3/8 inch minimum welded steel or stainless steel studs. c. Runner studs and nuts shall be recessed well below the wearing surface of the runner i. Fill recess with a corrosion inhibiting filler. 8. Riser height a. Provide sufficient height with attached runner allow a minimum clearance of 4 inches between the outside of carrier pipe bells, couplings, or harnesses and the inside of the casing liner/tunnel liner plate surface. 9. Casing spacers shall be manufactured by GPT Industries. or approved equal. PART 3 -EXECUTION 3.01 GENERAL A. Carrier pipe installation shall not begin until the following tasks have been completed: 1. All required submittals have been provided, reviewed, and accepted. 2. Site safety representative has prepared a code of safe practices and an emergency plan in accordance with OSHA and other applicable requirements. Hold safety meetings and provide safety instruction for new employees as required by OSHA. 3. All casing joints are watertight and no water is entering casing from any sources. 4. All contact grouting is complete 5. Casing/liner alignment record drawings have been submitted and accepted by Engineer to document deviations due to casing/liner installation. B. The carrier pipe shall be installed within the casing/liner between the limits indicated on the Plans to the specified lines and grades, and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities, and the public. City of Lubbock SECTION 02349 Low Pressure Supply Line Lining Installation of Carrier Pipe KHA No. 063126034 Page 6 of 8 April 2021 C. Furnish all necessary equipment, power, water, and utilities for carrier pipe installation, insulator runner lubricant, grouting, and other associated Work required for the Contractor's methods of construction. D. Conduct all operations such that trucks and other vehicles do not interfere with traffic or create a dust or noise nuisance in the streets and to adjacent properties. Promptly clean up, remove, and dispose of spoils and slurry spillage and any slurry discharges. E. All Work shall be done so as not to disturb roadways, adjacent structures, landscaped areas, or existing utilities. Any damage shall be immediately repaired to original or better condition and to the satisfaction of Engineer. 3.02 CONTROL OF LINE AND GRADE A. Install carrier pipe inside the steel casing within the following tolerances: 1. Horizontal a. ± 2 inches from design line 2. Vertical a. ±1 inch from design grade B. Check line and grade set up prior to beginning carrier pipe installation. C. Perform survey checks of line-and-grade of carrier pipe during installation operations. D. The Contractor is fully responsible for the accuracy of the Work and the correction of it, as required. 1. Where the carrier pipe installation exceeds the specified tolerances, correct the installation, including, if necessary, redesign of the pipe or structures. All corrective work shall be performed as approved by Engineer at no additional cost to the Owner. 3.03 INSTALLATION OF CARRIER PIPE A. Pipe Installation 1. Remove all loose soil from casing. 2. Grind smooth all rough welds at casing joints. 3. Carrier Pipe Restraint a. All joints within the casing pipe or tunnel liner plate shall be restrained. B. Installation of Casing Spacers 1. Provide casing spacers, insulators, or other approved devices, as required, to prevent flotation, movement, or damage to the pipe during installation and annular space grout placement. 2. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. 3. Correctly assemble, evenly tighten and prevent damage during tightening of the insulators and pipe insertion. 4. Install spacers in accordance with manufacturer’s recommendations. City of Lubbock SECTION 02349 Low Pressure Supply Line Lining Installation of Carrier Pipe KHA No. 063126034 Page 7 of 8 April 2021 5. Install carrier pipe so that there is no metallic contact between the carrier pipe and the casing/tunnel liner plate. 6. Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing in a manner that could damage the pipe. a. If guide rails are allowed, place cement mortar on both sides of the rails. b. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to minimize friction when installing the carrier pipe. 7. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. 8. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. C. Insulator Spacing 1. Maximum distance between spacers is to be 6 feet. 2. For flanged pipe or bell and spigot pipe, install spacers within 1 foot on each side of the bell or flange and 1 in the center of the joint where 18 foot or 20 foot long joints are used. 3. If the casing or pipe is angled or bent, reduce the spacing. 4. The end spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. 5. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the spigot into the bell. D. Annular Space Grouting 1. After the installation of the carrier pipe, the annular space (all voids) between the casing and the carrier shall be filled with grout so all remaining surfaces of the exterior carrier pipe wall and casing interior are in contact with the grout. 2. Prepare pipe as necessary to prevent the pipe from floating during grouting operation as necessary. 3. Mixing of Grout a. Mix material in equipment of sufficient size to provide the desired amount of grout material for each stage in a single operation. b. The equipment shall be capable of mixing the grout at the required densities for the approved procedure and shall be capable of changing the densities as required by field conditions. 4. Backfill Annular Space with Grout a. Verify the maximum allowable pressure with the carrier pipe manufacturer and do not exceed this pressure. b. After the installation of the carrier pipe, the remaining space (all voids) between the casing/liner and the carrier shall be filled with LDCG. i. All surfaces of the exterior carrier pipe wall and casing/liner interior shall be in contact with the grout. ii. Grout shall be pumped through a pipe or hose. iii. Use grout pipes, or other appropriate materials, to avoid damage to carrier pipe during grouting. 5. Injection of LDCG a. Grout injection pressure shall not exceed the carrier pipe manufacturer’s approved recommendations or 5 psi (whichever is lower). City of Lubbock SECTION 02349 Low Pressure Supply Line Lining Installation of Carrier Pipe KHA No. 063126034 Page 8 of 8 April 2021 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, velocity and pressure compatible with the size/volume of the annular space. c. Once grouting operations begin, grouting shall proceed uninterrupted, unless grouting procedures require multiple stages. d. Grout placements shall not be terminated until the estimated annular volume of grout has been injected. 6. Block the carrier pipe during grouting to prevent flotation during grout installation. 7. Protect and preserve the interior surfaces of the casing from damage. 3.04 FIELD QUALITY CONTROL A. Grout Strength Tests: 1. Contractor shall perform 24 hour and 28 day compressive strength tests per ASTM C39 (cylindrical specimens) or ASTM C109 (cube specimens) 2. Provide at least one (1) set of four (4) samples for each 100 cubic yards of grout that is injected but not less than one set for each grouting shift, unless directed otherwise by the Engineer. B. Testing of Carrier Pipe 1. Testing of the carrier pipe joints shall be completed prior to the filling of the annular space between the casing and carrier pipe with grout. Pressure testing shall be performed in accordance with the specification for the selected pipe material. Any leakage found during this inspection shall be corrected. C. Safety 1. The Contractor is responsible for safety on the job site. 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving shafts/pits. a. Diesel, electrical, hydraulic, and air powered equipment is acceptable, subject to applicable local, state, and federal regulations. 3. Methods of construction shall be such as to ensure the safety of the Work, Contractor's and other employees on site, and the public. 4. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 5. Perform all Work in accordance with all current applicable regulations and safety requirements of the Federal, State, and local agencies. a. Comply with all applicable provisions of 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations, by OSHA. b. In the event of conflict, comply with the more stringent requirements. 6. The Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction. END OF SECTION City of Lubbock SECTION 02600 Low Pressure Supply Line Lining Connect to Existing Water Line KHA No. 063126034 Page 1 of 4 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 01666 – Hydrostatic Testing and Disinfection 4. Section 02221 – Trenching, Backfilling and Compaction 1.02 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength. g. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. h. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service – Sizes 4 IN through 144 IN. c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. c. C115A21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron Threaded Flanges. 6. NSF International (NSF): a. 61, Drinking Water System Components – Health Effects. City of Lubbock SECTION 02600 Low Pressure Supply Line Lining Connect to Existing Water Line KHA No. 063126034 Page 2 of 4 April 2021 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.03 ADMINISTRATIVE REQUIREMENTS A. Pre-installation Meetings 1. Required for any connections to an existing, pressurized City water distribution system main that requires a shutdown of some part of the water system 2. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 3. The meeting shall include the Contractor, Owner’s Operations Staff, and Owner’s Project Engineer. 4. Review work procedures as submitted and any adjustments made for current field conditions. 5. Verify that all valves and plugs to be used have adequate thrust restraint. 6. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections 2. Request shutdown a minimum of 14 days in advance. 3. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the Owner. a. No additional payment will be provided if the schedule was altered at the Contractor’s request. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Owner prior to delivery and/or fabrication for specials. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submittals 1. Provide a detailed sequence of work for connections that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and re-pressurization procedures f. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. B. Discharge Letter per Section 01666. 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE [NOT USED] City of Lubbock SECTION 02600 Low Pressure Supply Line Lining Connect to Existing Water Line KHA No. 063126034 Page 3 of 4 April 2021 1.09 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.01 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Description 1. Regulatory Requirements a. All valve components in contact with potable water shall conform to the requirements of NSF 61. PART 3 - EXECUTION 3.01. EXAMINATION A. Verification of Conditions 1. Verify by exploratory excavation that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfill trench for the exploratory excavation 2. Verify that all equipment and materials are available on–site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 01666. 3.02. INSTALLATION A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 02221. 2. Dewater the existing water line in accordance with Section 01666. This shall include preparing and submitting a Discharge Letter to the City for review and submittal to TCEQ. City of Lubbock SECTION 02600 Low Pressure Supply Line Lining Connect to Existing Water Line KHA No. 063126034 Page 4 of 4 April 2021 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If a fish kill occurs associated with the construction activities: a. Immediately alter activities to prevent further fish kills. b. Immediately notify Owner. c. Collect and classify fish in accordance with TCEQ requirements. d. Coordinate with Owner to properly notify TCEQ. e. Be responsible for fines assessed. 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Clean and sterilize the existing pipe or facilities for a minimum distance of three pipe diameters back from the ends of the pipe. Plug the ends of the line when work is not being performed on the pipe to prevent embedment, backfill, soil, water or other debris from entering the pipeline. 8. Perform sterilization by swabbing each item with a concentrated chlorine solution. a. Disinfect each piece just prior to installation in the existing pipe to help prevent re- contamination. b. Plug the ends of the assembly until a new item is to be added to the assembly. c. Store disinfected materials on blocks to prevent contact with the ground. 9. Place trench foundation and bedding in accordance with 02221. 10. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the Owner. 11. Establish thrust restraint as provided for in the Drawings. 12. Clean, disinfect, and sample the pipeline associated with the connection in accordance with Section 01666. 13. Place embedment as shown in the Drawings. 14. Request that the Owner Valve Crew re-pressurize the pipeline. 15. Directionally flush the connection. 16. Request that Owner Valve Crew open all remaining valves. END OF SECTION City of Lubbock SECTION 02606 Low Pressure Supply Line Lining Portland Cement Precast Concrete Structures KHA No. 063126034 Page 1 of 4 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes 1. Furnish labor, materials, equipment, and incidentals necessary to install Portland cement precast concrete products. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 02221 – Trenching, Backfilling and Compaction 1.02 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A48 – Gray Iron Castings b. A615 - Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement c. A706 - Specifications for Low-Alloy Steel Deformed Bars for Concrete Reinforcement d. C33 - Standard Specification for Concrete Aggregates e. C76 – Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe f. C88 - Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate g. C150 - Standard Specification for Portland Cement h. C330 - Specification for Lightweight Aggregates for Structural Concrete i. C443 – Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets j. C478 – Precast Reinforced Concrete Manhole Sections k. C923 – Resilient Connectors between Reinforced Concrete Manhole Structures and Pipes 3. American Association of State Highway Officials (AASHTO) a. Standard Specifications for Highway Bridges 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery and/or fabrication for specials. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data City of Lubbock SECTION 02606 Low Pressure Supply Line Lining Portland Cement Precast Concrete Structures KHA No. 063126034 Page 2 of 4 April 2021 1. Manhole Rings 2. Precast Concrete Manholes B. Shop Drawings 1. For precast concrete vaults, manufacturer shall provide certification stating design conditions and that the product fully conforms with the specifications sealed by a Professional Engineer licensed in the State of Texas. 2. Project specific fabrication drawings showing manhole riser sections, grade rings, and penetration locations for all manholes on the project. 3. Concrete mix design for precast vaults and manholes C. Test and Evaluation Reports 1. Submit concrete compression test results for precast manholes and vaults 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE [NOT USED] 1.09 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. Ship precast concrete products to the site, unload and handle in a manner to prevent damage. 2. Promptly remove any unit which is damaged from the construction site and replace with an undamaged unit. 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.01 PRECAST CONCRETE MANHOLES A. Manufacturers 1. Precast concrete manholes meeting the requirements of the specifications as manufactured by the following companies: a. Hanson Pipe and Precast b. Oldcastle Precast c. The Turner Company 2. Manhole cover shall be as shown on the drawings. B. Performance / Design Criteria 1. Design a. Concrete for precast manholes shall be the manufacturer’s standard mix design for obtaining a minimum 28 day compressive strength of 4,000 psi. b. Concrete shall be air entrained. City of Lubbock SECTION 02606 Low Pressure Supply Line Lining Portland Cement Precast Concrete Structures KHA No. 063126034 Page 3 of 4 April 2021 c. Live loads shall be designed for H-20 and/or H-20-44 with wheel loads as specified in the latest version of the AASHTO Standard Specifications for Highway Bridges. 2. Riser Sections a. Riser sections shall conform to current specifications for Precast Reinforced Manhole Sections, ASTM Designation C478, with the following additions: i. Riser shall be machine made by a process which will provide for uniform placement of zero slump concrete in the form and compaction by mechanical devices which will assure a dense concrete in the finished product. ii. Aggregates for the concrete shall consist of limestone aggregates in the proportion of at least 75% by weight of the total aggregate. iii. Minimum wall thickness for the manhole risers shall be as listed under Wall “B” in the “Class Tables” of ASTM C76 for Class III pipe. iv. Reinforced concrete pipe conforming to ASTM C76, Class III, Wall “B” may be used in lieu of C478 type pipe, at the Contractor’s option. v. All penetrations shall be made in the factory unless otherwise specified in the plans. 3. Joints a. Joints shall conform to the joint Specifications in ASTM C478, C76, and C443. b. All manhole sections, including the bottom section, shall be furnished with “O-ring” type rubber gasket joints. c. The joints shall be furnished and installed with the bell down to resist groundwater infiltration. 4. Lift Holes a. Manhole cones shall have two lift holes, 180 degrees apart, 2 to 3 inches in diameter. b. Holes shall be cast or drilled in the wall of each section for the purpose of handling and installing. c. Holes shall be patched full depth with high strength non-shrink grout after the manhole has been installed. 5. Materials a. Cement i. Portland Cement conforming Type I or III ASTM C150. b. Reinforcing Steel i. New billet steel conforming to ASTM A615 Grade 60. c. Aggregate i. Aggregate free of deleterious substances conforming to ASTM C33 or ASTM C330 for light weight aggregate. d. Cast Iron Castings i. Castings shall be gray cast iron conforming to ASTM A48, Class 30 for cast iron. e. Manhole Steps i. Unless specified otherwise manhole steps shall not be provided. f. Liners i. Liners shall not be required. PART 3 - EXECUTION 3.01 PREPARATION City of Lubbock SECTION 02606 Low Pressure Supply Line Lining Portland Cement Precast Concrete Structures KHA No. 063126034 Page 4 of 4 April 2021 A. The Contractor shall prepare and be responsible for any excavation in accordance with those shown on manufacturer's specification drawings. B. Prior to placing the precast substructure into the excavation, the Contractor shall provide manhole base at the bottom of the excavation. 1. Concrete manhole base, 12-inches minimum, shall be provided unless shown otherwise in plans. 2. Base shall have #4 bars at 12” on center, each way, top and bottom unless otherwise shown in plans. 3. The concrete base material shall be set at the proper elevation in conjunction with the conduit and the conduit entrance of vaults/manholes as designated on the plans. 3.02 ERECTION/INSTALLATION/APPLICATION A. Precast Concrete Manholes 1. The manhole riser shall be set in a vertical, plumb position. 2. All joints shall be sealed with mortar or an approved non-shrink grout on the inside and the outside of the manhole. 3. Grade rings shall be mortared to each other on the inside and outside to provide a waterproof seal. END OF SECTION City of Lubbock SECTION 02610 Low Pressure Supply Line Lining Steel Casing Pipe KHA No. 063126034 Page 1 of 4 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes 1.This section includes minimum requirements for manufacturing, furnishing, and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings. B. Related Specification Sections include, but are not necessarily limited to: 1.Drawings and general conditions of the Contract, including Special Conditions, apply to work of this section. 2.Division 1 – General Requirements 3.Section 02221 - Trenching, Backfilling and Compaction 4.Section 02310 – Guided Auger Boring 5.Section 02349 – Installation of Carrier Pipe in Casing 1.02 REFERENCES A. Reference Standards 1.Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2.ASTM International (ASTM): a.A139, Standard Specification for Electric-Fusion (Arc)-Welded Steel Pipe (NPS Sizes 4 and Over). 3.American Water Works Association (AWWA): a.C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1.Exterior Coating a.Material data b.Field touch-up procedures 2.Interior Coating a.Material data b.Field touch-up procedures City of Lubbock SECTION 02610 Low Pressure Supply Line Lining Steel Casing Pipe KHA No. 063126034 Page 2 of 4 April 2021 3.Pipe Material B. Shop Drawings 1.No shop drawings required for Auger Boring 2.For Tunneling, provide the following: a.Furnish details for Steel Casing Pipe outlining the following: i.Grout/lubrication ports ii.Joint details iii.Other miscellaneous items for furnishing and fabricating pipe b.Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, including: i.Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 ii.Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads iii.Calculations confirming that jointing method will support all loading conditions 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE [NOT USED] 1.09 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage: 1.Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2.Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.01 MATERIALS A. Design Criteria 1.The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2.For Steel Casing Pipe utilized for tunneling projects, consider the following: a.Design of the casing pipe shall account for all installation and service loads including: i.Jacking loads City of Lubbock SECTION 02610 Low Pressure Supply Line Lining Steel Casing Pipe KHA No. 063126034 Page 3 of 4 April 2021 ii.External groundwater and earth loads iii.Traffic loads iv.Practical consideration for handling, shipping, and other construction operations v.Any other live or dead loads reasonably anticipated b.Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c.The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3.Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Inside Diameter (inches) Minimum Wall Thickness (inches) 14 – 18 .3125 (5/16) 20 – 24 .375 (3/8) 26 – 32 .5 (1/2) 34 – 42 .625 (5/8) 44 – 48 .6875 (11/16) Greater than 48 Project specific design 4.Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 02349. a.Allowable casing diameters are shown on the Drawings for each crossing. Diameters shown represent inside diameters unless otherwise specifically stated. 5.Furnish in lengths that are compatible with Contractor’s shaft sizes and allowable work areas. 6.Random segments of pipe will not be permitted for straight runs of casing. a.Closing piece segments, however, will be acceptable 7.When required by installation method, provide grout/lubricant ports along the pipe at intervals of ten (10) feet or less. a.Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b.Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials: 1.Provide new, smooth-wall, carbon steel pipe conforming to ASTM A139, Grade B. a.If casing is damaged during installation, pipe will not be allowed to be field modified and reused. 2.Dimensional Tolerances a.Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: i.Minimum wall thickness at any point shall be at least 95 percent of the nominal wall thickness. ii.Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. City of Lubbock SECTION 02610 Low Pressure Supply Line Lining Steel Casing Pipe KHA No. 063126034 Page 4 of 4 April 2021 iii.Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. iv.Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. v.Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 3.All steel pipe shall have square ends. a.The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b.When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of ± 2½ degrees and with a width of root face 1/16 inch ± 1/32 inch. 4.Steel Casing Pipe shall be fabricated with longitudinal weld seams. a.All girth weld seams shall be ground flush. C. Finishes 1.Provide outside of Steel Casing Pipe with a Fusion Bonded Epoxy Coating (FBE) with an Abrasion Resistant Overcoating (ARO). 2.Provide inside of Steel Casing Pipe with a coal-tar protective coating in accordance with the requirements of AWWA C210. a.Touch up after field welds shall provide coating equal to those specified above. PART 3 - EXECUTION 3.01 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 02310. Install Steel Casing Pipe for Open Cut in accordance with Section 02221. 1.Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press-fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. 2.Allowable joint types for each crossing are shown on the Drawings. 3.Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4.Integral machined press-fit connections shall be installed in accordance with the manufacturer’s installation procedures and recommendations. B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 02349. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 03360. END OF SECTION City of Lubbock SECTION 02615 Low Pressure Supply Line Lining Ductile Iron Pipe KHA No. 063126034 Page 1 of 10 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Furnish labor, materials, equipment, and incidentals necessary to install ductile-iron pressure pipe, including connections and appurtenances as required for the proper installation and function of the system. B. Polyethylene encasement for ductile iron pipe is detailed in this Section. 1.02 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American National Standards Institute (ANSI)/American Water Works Association (AWWA) a. ANSI/AWWA C104/A21.4 - American National Standard for cement - Mortar Lining for Ductile-Iron Pipe and Fittings for water. b. ANSI/AWWA C105/A21.5 - American National Standard for Polyethylene Encasement. c. ANSI/AWWA C111/A21.11 - American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. d. ANSI/AWWA C115/A21.15 - American National Standard for Flanged Ductile- Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. ANSI/AWWA C150/A21.50 - American National Standard for the Thickness Design of Ductile-Iron Pipe. f. ANSI/AWWA C151/A21.51 - American National Standard for the Ductile-Iron Pipe, Centrifugally Cast, for Water or Other Liquids. g. ANSI/AWWA C600 - Installation of Ductile-Iron Water Mains and Their Appurtenances. h. AWWA M-41 - Ductile-Iron Pipe and Fittings. 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery and/or fabrication for specials. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submittal for painting exterior pipe to include recommendation for preparation, application and storage. City of Lubbock SECTION 02615 Low Pressure Supply Line Lining Ductile Iron Pipe KHA No. 063126034 Page 2 of 10 April 2021 B. Shop Drawings 1.Prior to the fabrication of the pipe, submit Record Data of fabrication and laying drawings to the Owner for review of general conformance to contract documents. Record Data shall include a complete description of the pipe offered, including cuts, tabulated layout, design calculations, thrust calculations and pertinent design data. For the purposes of thrust calculations, in-line valves shall be evaluated as a dead end thrust condition and restrained accordingly. Record Data shall incorporate any changes necessary to avoid conflicts with existing utilities and structures. Record Data shall include a pipe layout table showing pipe joints, fittings, and appurtenances, utilizing stationing, or northings and eastings matching that shown on the plans. The laying schedule shall show pipe class, class coding, station limits and transition stations for various pipe classes. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. Submittal shall be sealed by a Licensed Professional Engineer in the State of Texas. C. Certificates 1. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification. If requested by the Owner, the manufacturer shall submit certified reports of all testing. 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE A. Manufacturer: Finished pipe shall be the product of one (1) manufacturer. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at one (1) location. 1.09 DELIVERY, STORAGE, AND HANDLING A. Delivery and Storage shall be in accordance with ANSI/AWWA C600 and AWWA M41. 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.01 DUCTILE IRON PIPE A. Manufacturers 1. The following manufacturers are acceptable a. American Cast Iron Pipe Company b. US Pipe c. Or Approved Equal City of Lubbock SECTION 02615 Low Pressure Supply Line Lining Ductile Iron Pipe KHA No. 063126034 Page 3 of 10 April 2021 B. Regulatory Requirements 1. Pipe shall be in accordance with AWWA C110, AWWA C111, AWWA C115, AWWA C150, and AWWA C151. All pipe shall meet the requirements of NSF 61. 2. ALL MATERIALS SHALL BE OF DOMESTIC MANUFACTURE. C. Performance/Design Criteria 1. Pipe shall be mechanically restrained as required by manufacturer’s thrust calculations. Restraint shall be per Paragraph 2.01.C.5. 2. No thrust restraint contribution shall be allowed for pipe in casing, even if the annular space in the casing is filled with grout. 3. Pressure Rating a. Working pressure - 150 psi. b. Total pressure (Working + Surge) – 225 psi c. Test Pressure – Reference Section 01666 d. As a minimum standard, the following pressure classes shall apply Diameter Pipe (inch) Min. Pressure Class (PSI) 3” through 12” 350 psi 14” – 20” 250 psi 24” 200 psi 30” – 64” 150 psi 4. Ductile iron pipe shall have nominal lay lengths of 18 or 20 feet. Dimensions and tolerances of each nominal pipe size shall be in accordance with ANSI/AWWA C151/A21. 5. Pipe markings shall meet the minimum requirements of ANSI/AWWA C151/A21, latest revision. Minimum pipe markings shall be as follows: a. “DI” or “DUCTILE” shall be cast or metal stamped on each pipe b. Weight, pressure class, and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer’s mark 6. Joints a. Comply with ANSI/AWWA C111/A21.11, latest revision. 1. Push-On Joints a. Joints shall be Fastite as manufactured by ACIPCO or Tyton as manufactured by US Pipe. No other joint type will be allowed. 2. Mechanical Joints 3. Restrained Joints a. Joints shall be Flex-Ring or LOK-Ring as manufactured by ACIPCO or TR Flex as manufactured by US Pipe. No other joint type will be allowed. 4. Flanged Joints – AWWA C115/A21.15, ANSI B16.1, Class 125 b. All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with ANSI/AWWA C111/A21.11, latest revision. D. Materials 1. Iron used in the manufacture of pipe for these specifications shall have: a. Minimum tensile strength – 60,000 psi b. Minimum yield strength – 42,000 psi c. Minimum elongation – 10% City of Lubbock SECTION 02615 Low Pressure Supply Line Lining Ductile Iron Pipe KHA No. 063126034 Page 4 of 10 April 2021 2. Bolts and Nuts a. For buried applications, provide ASTM A193 Grade B8M bolts and ASTM A194 Grade 8M Nuts. b. All buried T-bolts shall be 316 stainless steel. c. Bolts and nuts located within vaults shall be considered a buried application and shall be provided as stainless steel. d. All non-buried bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-alloy steel in accordance with ANSI/AWWA C111/A21.11 and ASTM A307, “Standard Specification for Carbon Steel Bolts and Nuts”. 1. The bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. 2. Coated bolts and nuts shall be prepared “near white” or “white” when coated to manufacturer’s recommended thickness by a certified applicator. 3. Coating shall be Xylan®, as manufactured by Whitford Corporation, or approved equal. 4. Coating shall conform to the performance requirements of ASTM B117, “Salt Spray Test” and shall include, if required, a certificate of conformance” E. Finishes 1. Finish Materials a. Exterior Coating 1. Buried a. Asphaltic coating, minimum of 1 mil thickness 2. Exposed, Above Ground a. Pipe and fittings exposed to view in the finished work shall not receive the standard asphaltic coat on the outside surfaces, but shall be shop-coated with rust inhibitive primer. Primer shall have a minimum dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61. Exposed piping shall be coated per Section 09905. 3. Exposed, Manhole a. Asphaltic coating, minimum of 1 mil thickness b. Interior Lining 1. Cement mortar lining applied in accordance with ANSI/AWWA C104/A21.04, or latest revision. 2. For gravity sewer applications, all ductile iron pipe shall have an approved corrosion resistant lining applied to the interior. Lining shall be Protecto 401 or approved equal. 2.02 POLYETHYLENE ENCASEMENT: A. All buried ductile iron pipe and fittings shall be polyethylene encased in accordance with AWWA C105. B. Use only virgin polyethylene material. City of Lubbock SECTION 02615 Low Pressure Supply Line Lining Ductile Iron Pipe KHA No. 063126034 Page 5 of 10 April 2021 C. Encasement for buried pipe shall be 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA C105/A21.5. D. Polyethylene film must be marked as follows: 1. Manufacturer’s name or trademark 2. Year of manufacturer 3. ANSI/AWWA C105/A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter size(s). 6. Warning-Corrosion Protection-Repair Any Damage E. Special Markings/Colors 1. Reclaimed Water, perform one of the following: a. Label polyethylene encasement with “RECLAIMED WATER”, b. Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c. Attach purple reclaimed water marker tape to the polyethylene wrap. 2. Wastewater, perform one of the following: a. Label polyethylene encasement with “WASTEWATER”; b. Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c. Attach green sanitary sewer marker tape to the polyethylene wrap. City of Lubbock SECTION 02615 Low Pressure Supply Line Lining Ductile Iron Pipe KHA No. 063126034 Page 6 of 10 April 2021 F. Minimum Widths Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter (inches) Min. Width – Flat Tube (inches) Min. Width – Sheet (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 PART 3 - EXECUTION 3.01 GENERAL: A. Install pipe, fittings, and appurtenances as special in accordance with AWWA M41, AWWA C600, and in accordance with the pipe manufacturer’s recommendations. B. Polyethylene encasement shall be installed in accordance with AWWA C105 and AWWA M41, Method A or B. Method C will not be allowed. C. All fittings shall be mechanically restrained. 3.02 PIPE HANDLING A. Haul and distribute pipe and fittings at the project site. B. Handle piping with care to avoid damage. 1. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. 2. Do not handle the pipe in such a way that will damage the interior lining. City of Lubbock SECTION 02615 Low Pressure Supply Line Lining Ductile Iron Pipe KHA No. 063126034 Page 7 of 10 April 2021 3. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. C. At the close of each operating day: 1. Keep the pipe clean and free of debris, dirt, animals and trash – during and after the laying operation. 2. Effectively seal the open end of the pipe using a gasketed night cap. 3.03 JOINT MAKING A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. 3. Overstressing of bolts to compensate for poor installation practice will not be permitted. B. Push-on Joints 1. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 2. Wipe clean the gasket seat inside the bell of all extraneous matter. 3. Place the gasket in the bell in the position prescribed by the manufacturer. 4. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. 5. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. C. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. During assembly, tighten nuts gradually and equally using a three-pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 3. The threads of the bolts should protrude a minimum of ½-inch from the nuts. 4. The fitting must be free to move in any direction while bolting. a. Install flange bolts with all bolt heads faced in one direction. D. Joint Deflection 1. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. 2. The deflection of each joint must be in accordance with AWWA C600 Table 3. City of Lubbock SECTION 02615 Low Pressure Supply Line Lining Ductile Iron Pipe KHA No. 063126034 Page 8 of 10 April 2021 3. The maximum deflection allowed is 80 percent of that indicated in AWWA C600 or the manufacturer’s recommendation. 4. The manufacturer’s recommendation may be used with the approval of the Engineer. 3.04 POLYETHYLENE ENCASEMENT INSTALLATION A. Preparation 1. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. a. Prevent soil or embedment material from becoming trapped between pipe and polyethylene. 2. Fit polyethylene film to contour of pipe to affect a snug, but not tight encasement with minimum space between polyethylene and pipe. a. Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. b. Secure overlaps and ends with adhesive tape and hold. 3. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. B. Tubular Type (Method A) 1. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 2. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears pipe ends. 3. Lower pipe into trench and make up pipe joint with preceding section of pipe. 4. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 5. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. 6. Secure overlap in place. 7. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. 8. Repair cuts, tears, punctures or other damage to polyethylene. 9. Proceed with installation of next pipe in same manner. C. Tubular Type (Method B) 1. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 2. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 3. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. 4. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashion lengthwise. 5. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. D. Sheet Type (Method C) – Applicable to Valves, Tees, Elbows and Other Fittings Only 1. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. City of Lubbock SECTION 02615 Low Pressure Supply Line Lining Ductile Iron Pipe KHA No. 063126034 Page 9 of 10 April 2021 2. Center length to provide 1-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. 3. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. 4. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 5. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. 6. Make shallow bell hole at joints to facilitate installation of polyethylene. 7. After completing joint, make overlap and secure ends. 8. Repair cuts, tears, punctures or other damage to polyethylene. 9. Proceed with installation of next section of pipe in same manner. E. Pipe-Shaped Appurtenances 1. Cover bends, reducers, offsets and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. F. Odd-Shaped Appurtenances 1. When it is not practical to wrap valves, tees, crosses, and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. 2. Make seams by bringing edges together, folding over twice and taping down. 3. Tape polyethylene securely in place at the valve stem and at any other penetrations. G. Repairs 1. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. H. Openings in Encasement 1. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. 2. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. 3. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. I. Hydrant Relief 1. Make a 2-inch diameter hole in the encasement at hydrant reliefs. Completely cover opening with overlapped tape having a hole aligned with the relief. J. Service Connections a. Wrap service lines of copper and other dissimilar metals with polyethylene of suitable dielectric tape for minimum clear distance of 3 feet away from cast or ductile iron pipe. K. Junctions between Wrapped and Unwrapped Pipe: 1. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 2. Secure end with circumferential turns of tape. City of Lubbock SECTION 02615 Low Pressure Supply Line Lining Ductile Iron Pipe KHA No. 063126034 Page 10 of 10 April 2021 3.05 FIELD QUALITY CONTROL: A. Purging, sterilization, and testing shall be performed in accordance with Section 01666 Hydrostatic Testing and Disinfection. END OF SECTION City of Lubbock SECTION 02616 Low Pressure Supply Line Lining Ductile Iron Fittings KHA No. 063126034 Page 1 of 6 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Furnish labor, materials, equipment, and incidentals necessary to install ductile-iron fittings, including connections and appurtenances as required for the proper installation and function of the system. B. Polyethylene encasement for ductile iron fittings is detailed in this Section. 1.02 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American National Standards Institute (ANSI)/American Water Works Association (AWWA) a. ANSI/AWWA C104/A21.4 - American National Standard for cement - Mortar Lining for Ductile-Iron Pipe and Fittings for water. b. ANSI/AWWA C105/A21.5 - American National Standard for Polyethylene Encasement. c. ANSI/AWWA C110/A21.10 - American National Standard for Ductile Iron and Grey Iron Fittings, 3-inch through 48 inches for water and other liquids. d. ANSI/AWWA C111/A21.11 - American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. e. ANSI/AWWA C153/A21.53, “Ductile-Iron Compact Fittings For Water Service” f. AWWA M-41 - Ductile-Iron Pipe and Fittings. 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery and/or fabrication for specials. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Product cut sheets 2. Exterior painting to include recommendation for preparation, application and storage. B. Certificates 1. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification. If requested by the Owner, the manufacturer shall submit City of Lubbock SECTION 02616 Low Pressure Supply Line Lining Ductile Iron Fittings KHA No. 063126034 Page 2 of 6 April 2021 certified reports of all testing. 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE A. Manufacturer: Fittings shall be the product of one (1) manufacturer. Fittings manufacturing operations (fittings, lining, coating) shall be performed at one (1) location. 1.09 DELIVERY, STORAGE, AND HANDLING A. Delivery and Storage shall be in accordance with AWWA M41. 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.01 DUCTILE IRON FITTINGS A. Manufacturers 1. The following manufacturers are acceptable a. American Cast Iron Pipe Company b. US Pipe c. Or Approved Equal B. Regulatory Requirements 2. ALL MATERIALS SHALL BE OF DOMESTIC MANUFACTURE. C. Performance/Design Criteria 1. Fittings shall be full body per AWWA C110/A21.10 or compact per AWWA C153/A21.53. a. Fittings shall have flanged, mechanical, restrained, push-on joints or any combination of these. b. Joints must comply with the latest version of ANSI/AWWA C111/A21.11 (AWWA C115/A21.15, ANSI B16.1, Class 125 for flanged joints) c. All joints at fittings and valves shall be mechanically restrained with Megalugs or approved equal. i. For sizes 24”-42”, mechanical restraint may be provided via restrained push on joints. ii. For sizes 48” and larger, mechanical restraint may be provided via LOK- Ring joints. 2. Pressure Rating: City of Lubbock SECTION 02616 Low Pressure Supply Line Lining Ductile Iron Fittings KHA No. 063126034 Page 3 of 6 April 2021 a. Unless specified otherwise, the rated working pressures for fittings are as follows: Ductile Iron Compact Fittings (AWWA C153/A21.53) Nominal Size (in) Pressure Rating (PSI) 3” – 24” 350 PSI 30” – 48” 250 PSI 54” – 64” 250 PSI Ductile-Iron Full Body Fittings (AWWA C110/A21.10) Nominal Size (in) Pressure Rating (PSI) 3” – 24” 350 PSI 30” – 48” 250 PSI b. Working pressure - 150 psi. c. Total pressure – 225 psi d. Test pressure shall be in accordance with Section 01666, HYDROSTATIC TESTING AND DISINFECTION 3. Dimensions and Thickness a. Fittings shall conform to the thickness and dimensions shown in the various standards referenced under Section 1.02.B. 4. Flange a. Unless specified otherwise, the bolt circle and the bolt-holes shall match those of ANSI B16.1 Class 125. All screwed-on flanges shall be ductile iron. Field fabrication of flanges shall be prohibited, unless approved otherwise. 5. Gland a. Glands shall be manufactured of ductile iron conforming to ASTM A536. Restraining devices shall be of ductile iron. Dimensions of the gland shall be such that it can be used with the standardized joint bell and tee-head bolts conforming to AWWA C110/A21.10 or AWWA C153/A21.53. 6. Accessories a. Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with mechanical joints, and gaskets and lubricant shall be furnished with push- on joints; all in sufficient quantity for assembly of each joint. 7. Marking: Fitting marking shall meet the requirements of ANSI/AWWA C110/A21.10 or ANSI/AWWA C153/A21.53 shall have distinctively cast on them the following information: a. C-153 or C-110, depending on which type of fitting provided. b. Pressure Rating c. Nominal diameter of openings d. Manufacturer’s identification e. Country where cast f. Number of degrees or fraction of the circle on all bends g. Letters “DI” or “DUCTILE” cast on them. D. Materials 1. Bolts and Nuts: a. Provide ASTM A193 Grade B8M bolts and ASTM A194 Grade 8M Nuts. b. All T-bolts shall be 316 stainless steel. City of Lubbock SECTION 02616 Low Pressure Supply Line Lining Ductile Iron Fittings KHA No. 063126034 Page 4 of 6 April 2021 E. Finishes 1. Finish Materials a. Exterior Coating 1. Buried i. Asphaltic coating, minimum of 1 mil thickness or; ii. Fusion bonded coatings in accordance with ANSI/AWWA C116/A21.16. Minimum dry film thickness of 4 mils and certified in accordance with ANSI/NSF 61. 2. Exposed, Above Ground i. Shop-coated with rust inhibitive primer and field-coated in accordance with Section 09905. Primer shall have a minimum dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61. 3. Exposed, Manhole i. Asphaltic coating, minimum of 1 mil thickness b. Interior Lining 1. All ductile iron fittings are to be furnished with a cement-mortar lining of standard thickness as defined in referenced ANSI/AWWA C104/A21.4 and given a seal coat of asphaltic material, unless otherwise specified. 2. Fusion bonded interior coatings shall comply with ANSI/AWWA C116/A21.16, shall have a minimum dry film thickness of 4 mils. 3. All surfaces in contact with potable water shall be certified in accordance with ANSI/NSF 61. 2.03 POLYETHYLENE ENCASEMENT: A. All buried ductile iron fittings shall be polyethylene encased in accordance with AWWA C105. B. Use only virgin polyethylene material. C. Encasement for buried fittings shall be 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA C105/A21.5. D. Polyethylene film must be marked as follows: 1. Manufacturer’s name or trademark 2. Year of manufacturer 3. ANSI/AWWA C105/A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter size(s). 6. Warning-Corrosion Protection-Repair Any Damage E. Special Markings/Colors 1. Reclaimed Water, perform one of the following: a. Label polyethylene encasement with “RECLAIMED WATER”, b. Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c. Attach purple reclaimed water marker tape to the polyethylene wrap. City of Lubbock SECTION 02616 Low Pressure Supply Line Lining Ductile Iron Fittings KHA No. 063126034 Page 5 of 6 April 2021 2. Wastewater, perform one of the following: a. Label polyethylene encasement with “WASTEWATER”; b. Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c. Attach green sanitary sewer marker tape to the polyethylene wrap. PART 3 - EXECUTION 3.01 GENERAL: A. Install fitting in accordance with AWWA M41 and in accordance with the pipe manufacturer’s recommendations. B. Polyethylene encasement shall be installed in accordance with AWWA C105 and AWWA M41. C. All pipe shall be mechanically restrained at fittings and valves. D. Polyethylene encasement shall be installed in accordance with AWWA C105 and AWWA M41, Method A or B. Method C will not be allowed. 3.02 JOINT MAKING A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 Appendix A, AWWA C600, and AWWA Manual M41 2. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. 3. Overstressing of bolts to compensate for poor installation practice will not be permitted. B. Push-on Joints 1. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 2. Wipe clean the gasket seat inside the bell of all extraneous matter. 3. Place the gasket in the bell in the position prescribed by the manufacturer. 4. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. 5. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. C. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. During assembly, tighten nuts gradually and equally using a three-pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. City of Lubbock SECTION 02616 Low Pressure Supply Line Lining Ductile Iron Fittings KHA No. 063126034 Page 6 of 6 April 2021 d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 3. The threads of the bolts should protrude a minimum of ½-inch from the nuts. 4. The fitting must be free to move in any direction while bolting. a. Install flange bolts with all bolt heads faced in one direction. 3.03 POLYETHYLENE ENCASEMENT INSTALLATION A. Sheet Type (Method C) – Applicable to Valves, Tees, Elbows and Other Fittings Only 1. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. 2. Center length to provide 1-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. 3. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. 4. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 5. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. 6. Make shallow bell hole at joints to facilitate installation of polyethylene. 7. After completing joint, make overlap and secure ends. 8. Repair cuts, tears, punctures or other damage to polyethylene. 9. Proceed with installation of next section of pipe in same manner. B. Odd-Shaped Appurtenances 1. When it is not practical to wrap valves, tees, crosses, and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. 2. Make seams by bringing edges together, folding over twice and taping down. 3. Tape polyethylene securely in place at the valve stem and at any other penetrations. C. Repairs 1. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. 3.04 FIELD QUALITY CONTROL A. Purging, sterilization, and testing shall be performed in accordance with Section 01666, HYDROSTATIC TESTING AND DISINFECTION. END OF SECTION City of Lubbock SECTION 02617 Low Pressure Supply Line Lining Fusible Polyvinylchloride Pipe KHA No. 063126034 Page 1 of 10 April 2021 PART 1 – GENERAL 1.01 SUMMARY A. Section Includes: 1. This section specifies fusible polyvinylchloride pipe, including standards for dimensionality, testing, quality, acceptable fusion practice, safe handling and storage. B. Pipe Requirements: 1. Pipe supplier shall furnish fusible polyvinylchloride pipe conforming to all standards and procedures and meeting all testing and material properties as described in this specification. 2. Pipe shall conform to the following dimensionality and general characteristics table: Pipe Description Nominal Diameter (in.)DR Color Pressure Class (psi) Required Inner Diameter (in.) 20” Water Main 20 18 Blue 235 19.06 1.02 REFERENCES A. Reference Standards 1. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those other standards are included as references under this section as if referenced directly. In the event of a conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of design, bid, or construction, whichever is earliest. If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. 3. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. 4. American National Standards Institute (ANSI)/American Water Works Association (AWWA) a. ANSI/AWWA C110/A21.10 - American National Standard for Ductile-Iron and Gray-Iron Fittings, 3-inch through 48-inch, for Water and Other Liquids City of Lubbock SECTION 02617 Low Pressure Supply Line Lining Fusible Polyvinylchloride Pipe KHA No. 063126034 Page 2 of 10 April 2021 b. ANSI/AWWA C111/A21.11 - American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings c. ANSI/AWWA C153/A21.53 - AWWA Standard for Ductile-Iron Compact Fittings for Water Service d. AWWA C605 - Standard for Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water e. AWWA C651 - Standard for Disinfecting Water Mains f. AWWA C900 - Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. through 12 in. (100mm Through 300mm), for Water Distribution g. AWWA C905 - Standard for Polyvinyl Chloride (PVC Pressure Pipe and Fabricated Fittings, 14 in. through 48 in. (350mm Through 1200mm), for Water Distribution and Transmission h. AWWA M23 - AWWA Manual of Supply Practices PVC Pipe—Design and Installation, Second Edition 5. American Society for Testing Materials (ASTM) a. ASTM C923 - Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals b. ASTM D1784 - Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds c. ASTM D1785 - Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 d. ASTM D2152 - Test Method for Degree of Fusion of Extruded Poly(Vinyl Chloride) (PVC) Pipe and Molded Fittings by Acetone Immersion e. ASTM D2241 - Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR PR) f. ASTM D2665 - Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent Pipe and Fittings g. ASTM D3034 - Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings h. ASTM F477 - Elastomeric Seals (Gaskets) for Joining Plastic Pipe i. ASTM F679 - Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings j. ASTM F1057 - Standard Practice for Estimating the Quality of Extruded Poly (Vinyl Chloride) (PVC) Pipe by the Heat Reversion Technique k. ASTM F1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air 6. Uni-Bell (UNI) PVC Pipe Association City of Lubbock SECTION 02617 Low Pressure Supply Line Lining Fusible Polyvinylchloride Pipe KHA No. 063126034 Page 3 of 10 April 2021 a. UNI-B-6 - Recommended Practice for Low-Pressure Air Testing of Installed Sewer Pipe b. UNI-PUB-08 - Tapping Guide for PVC Pressure Pipe 7. National Sanitation Foundation (NSF) a. NSF-14 - Plastics Piping System Components and Related Materials b. NSF-61 - Drinking Water System Components--Health Effects 8. Plastics Pipe Institute (PPI) a. PPI TR-2 - PVC Range Composition Listing of Qualified Ingredients 1.03 ADMINISTRATIVE REQUIREMENTS A. Manufacturer Requirements 1. All piping shall be made from PVC compound conforming to cell classification 12454 per ASTM D1784. B. FUSION TECHNICIAN REQUIREMENTS 1. Fusion Technician shall be fully qualified by the pipe supplier to install fusible polyvinylchloride pipe of the type(s) and size(s) being used. Qualification shall be current as of the actual date of fusion performance on the project. Refer to Section 02315 – Slipining of Water Main for additional experience requirements. C. SPECIFIED PIPE SUPPLIERS 1. Fusible polyvinylchloride pipe shall be used as manufactured under the trade names Fusible C-900®, Fusible C-905®, and FPVC®, for Underground Solutions, Inc., Poway, CA, (858) 679-9551. Fusion process shall be as patented by Underground Solutions, Inc., Poway, CA, Patent No. 6,982,051. Owner and engineer are aware of no other supplier of fusible polyvinylchloride pipe that is an equal to this specified pipe supplier and products. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery and/or fabrication for specials. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. PRE-CONSTRUCTION SUBMITTALS 1. The following PRODUCT DATA is required from the pipe supplier and/or fusion provider: a. Pipe Size b. Dimensionality c. Pressure Class per applicable standard City of Lubbock SECTION 02617 Low Pressure Supply Line Lining Fusible Polyvinylchloride Pipe KHA No. 063126034 Page 4 of 10 April 2021 d. Color e. Recommended Minimum Bending Radius f. Recommended Maximum Safe Pull Force g. Fusion technician qualification indicating conformance with this specification 1.06 CLOSEOUT SUBMITTALS B. POST-CONSTRUCTION SUBMITTALS 1. The following AS-RECORDED DATA is required from the contractor and/or fusion provider to the owner or pipe supplier upon request: a. Approved datalogger device reports b. Fusion joint documentation containing the following information: i. Pipe Size and Thickness ii. Machine Size iii. Fusion Technician Identification iv. Job Identification v. Fusion Joint Number vi. Fusion, Heating, and Drag Pressure Settings vii. Heat Plate Temperature viii. Time Stamp ix. Heating and Cool Down Time of Fusion x. Ambient Temperature 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE [NOT USED] 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY A. The pipe shall be warranted for two years from the date of final acceptance by the Owner, per the pipe supplier’s standard terms. B. In addition to the standard pipe warranty, the fusion services shall be warranted for two years from the date of final acceptance by the Owner, per the fusion service provider’s standard terms. City of Lubbock SECTION 02617 Low Pressure Supply Line Lining Fusible Polyvinylchloride Pipe KHA No. 063126034 Page 5 of 10 April 2021 PART 2 – PRODUCTS 2.01 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR WATER A. Fusible polyvinylchloride pipe shall conform to AWWA C900, ASTM D2241 or ASTM D1785 for standard dimensionality, as applicable. Testing shall be in accordance with the referenced AWWA standard. B. Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. C. Fusible polyvinylchloride pipe shall be manufactured in a standard 40’ nominal length, or custom lengths as specified. D. Fusible polyvinylchloride pipe shall be blue in color for water use. E. Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class, or standard pressure rating for non-AWWA pipe, as applicable 5. AWWA standard designation number, or pipe type for non-AWWA pipe, as applicable 6. Extrusion production-record code 7. Trademark or trade name 8. Cell Classification 12454 and/or PVC material code 1120 may also be included F. Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. 2.02 FUSION JOINTS A. Unless otherwise specified, fusible polyvinylchloride pipe lengths shall be assembled in the field with butt-fused joints. The Contractor shall follow the pipe supplier’s written guidelines for this procedure. All fusion joints shall be completed as described in this specification. 2.03 CONNECTIONS AND FITTINGS FOR PRESSURE APPLICATIONS A. Connections shall be defined in conjunction with the coupling of project piping, as well as the tie-ins to other piping systems. 2.04 DUCTILE IRON MECHANICAL AND FLANGED FITTINGS A. Acceptable fittings for use with fusible polyvinylchloride pipe shall include standard ductile iron fittings conforming to AWWA/ANSI C110/A21.10, or AWWA/ANSI C153/A21.53 and AWWA/ANSI C111/A21.11. 1. Connections to fusible polyvinylchloride pipe may be made using a restrained or non- City of Lubbock SECTION 02617 Low Pressure Supply Line Lining Fusible Polyvinylchloride Pipe KHA No. 063126034 Page 6 of 10 April 2021 restrained retainer gland product for PVC pipe, as well as for MJ or flanged fittings. 2. Bends, tees and other ductile iron fittings shall be restrained with the use of thrust blocking or other means as indicated in the construction documents. 3. Ductile iron fittings and glands must be installed per the manufacturer’s guidelines. 4. Linings for Ductile Iron fittings shall meet the following requirements for the following service environments: a. Wastewater: 1)Ceramic Epoxy shall be Tnemec Perma-Shield 431. 2)Polyurethane shall be DuraShield 210 or 310. 5. Coatings for Ductile Iron fittings shall meet the following requirements for buried and/or immersion service duty: a. Polyurethane shall be DuraShield 210 or 310. b. Liquid Epoxy shall be 100% solids liquid epoxy, Tnemec Epoxyline Series FC22. c. Coal tar epoxy shall be Sherwin Williams Targuard. B. SLEEVE-TYPE COUPLINGS 1. Sleeve-type mechanical couplings shall be manufactured for use with PVC pressure pipe, and shall be restrained or unrestrained as indicated in the construction documents. 2. Sleeve-type couplings shall be rated at the same or greater pressure carrying capacity as the pipe itself. C. EXPANSION AND FLEXIBLE COUPLINGS 1. Expansion-type mechanical couplings shall be manufactured for use with PVC pipe, and may be restrained or unrestrained as indicated in the construction documents. 2. Expansion-type mechanical couplings shall be rated at the same or greater pressure carrying capacity as the pipe itself. D. CONNECTION HARDWARE 1. Bolts and nuts for buried service shall be 316 stainless steel. PART 3 – EXECUTION 3.01 DELIVERY AND OFF-LOADING A. All pipe shall be bundled or packaged in such a manner as to provide adequate protection of the ends during transportation to the site. Any pipe damaged in shipment shall be replaced as directed by the owner or engineer. City of Lubbock SECTION 02617 Low Pressure Supply Line Lining Fusible Polyvinylchloride Pipe KHA No. 063126034 Page 7 of 10 April 2021 B. Each pipe shipment should be inspected prior to unloading to see if the load has shifted or otherwise been damaged. Notify owner or engineer immediately if more than immaterial damage is found. Each pipe shipment should be checked for quantity and proper pipe size, color, and type. C. Pipe should be loaded, off-loaded, and otherwise handled in accordance with AWWA M23, and all of the pipe supplier’s guidelines shall be followed. D. Off-loading devices such as chains, wire rope, chokers, or other pipe handling implements that may scratch, nick, cut, or gouge the pipe are strictly prohibited. E. During removal and handling, be sure that the pipe does not strike anything. Significant impact could cause damage, particularly during cold weather. F. If appropriate unloading equipment is not available, pipe may be unloaded by removing individual pieces. Care should be taken to insure that pipe is not dropped or damaged. Pipe should be carefully lowered, not dropped, from trucks. 3.02 HANDLING AND STORAGE A. Any length of pipe showing a crack or which has received a blow that may have caused an incident fracture, even though no such fracture can be seen, shall be marked as rejected and removed at once from the work. Damaged areas, or possible areas of damage may be removed by cutting out and removing the suspected incident fracture area. Limits of the acceptable length of pipe shall be determined by the owner or engineer. B. Any scratch or gouge greater than 10% of the wall thickness will be considered significant and can be rejected unless determined acceptable by the owner or engineer. C. Pipe lengths should be stored and placed on level ground. Pipe should be stored at the job site in the unit packaging provided by the manufacturer. Caution should be exercised to avoid compression, damage, or deformation to the ends of the pipe. The interior of the pipe, as well as all end surfaces, should be kept free from dirt and foreign matter. D. Pipe shall be handled and supported with the use of woven fiber pipe slings or approved equal. Care shall be exercised when handling the pipe to not cut, gouge, scratch or otherwise abrade the piping in any way. E. If pipe is to be stored for periods of 1 year or longer, the pipe should be shaded or otherwise shielded from direct sunlight. Covering of the pipe which allows for temperature build-up is strictly prohibited. Pipe should be covered with an opaque material while permitting adequate air circulation above and around the pipe as required to prevent excess heat accumulation. F. Pipe shall be stored and stacked per the pipe supplier’s guidelines. 3.03 FUSION PROCESS A. GENERAL 1. Fusible polyvinylchloride pipe will be handled in a safe and non-destructive manner before, during, and after the fusion process and in accordance with this specification and City of Lubbock SECTION 02617 Low Pressure Supply Line Lining Fusible Polyvinylchloride Pipe KHA No. 063126034 Page 8 of 10 April 2021 pipe supplier’s guidelines. 2. Fusible polyvinylchloride pipe will be fused by qualified fusion technicians, as documented by the pipe supplier. 3. Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. 4. Only appropriately sized and outfitted fusion machines that have been approved by the pipe supplier shall be used for the fusion process. Fusion machines must incorporate the following elements: a. HEAT PLATE - Heat plates shall be in good condition with no deep gouges or scratches. Plates shall be clean and free of any debris or contamination. Heater controls shall function properly; cord and plug shall be in good condition. The appropriately sized heat plate shall be capable of maintaining a uniform and consistent heat profile and temperature for the size of pipe being fused, per the pipe supplier’s guidelines. b. CARRIAGE – Carriage shall travel smoothly with no binding at less than 50 psi. Jaws shall be in good condition with proper inserts for the pipe size being fused. Insert pins shall be installed with no interference to carriage travel. c. GENERAL MACHINE - Overview of machine body shall yield no obvious defects, missing parts, or potential safety issues during fusion. d. DATA LOGGING DEVICE – An approved datalogging device with the current version of the pipe supplier’s recommended and compatible software shall be used. Datalogging device operations and maintenance manual shall be with the unit at all times. If fusing for extended periods of time, an independent 110V power source shall be available to extend battery life. 5. Other equipment specifically required for the fusion process shall include the following: a. Pipe rollers shall be used for support of pipe to either side of the machine b. A weather protection canopy that allows full machine motion of the heat plate, fusion assembly and carriage shall be provided for fusion in inclement, extreme temperatures, and /or windy weather, per the pipe supplier’s recommendations. c. An infrared (IR) pyrometer for checking pipe and heat plate temperatures. d. Fusion machine operations and maintenance manual shall be kept with the fusion machine at all times. e. Facing blades specifically designed for cutting fusible polyvinylchloride pipe shall be used. B. JOINT RECORDING 1. Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. The fusion data logging and joint report shall be generated by software developed specifically for the butt-fusion of fusible polyvinyl chloride pipe. The software shall register and/or record the parameters required by the City of Lubbock SECTION 02617 Low Pressure Supply Line Lining Fusible Polyvinylchloride Pipe KHA No. 063126034 Page 9 of 10 April 2021 pipe supplier and these specifications. Data not logged by the data logger shall be logged manually and be included in the Fusion Technician’s joint report. 3.04 GENERAL INSTALLATION A. Installation guidelines from the pipe supplier shall be followed for all installations. B. The fusible polyvinylchloride pipe will be installed in a manner so as not to exceed the recommended bending radius. C. Where fusible polyvinylchloride pipe is installed by pulling in tension, the recommended Safe Pulling Force established by the pipe supplier shall not be exceeded. 3.05 PREPARATION PRIOR TO MAKING CONNECTIONS INTO EXISTING PIPING SYSTEMS A. Approximate locations for existing piping systems are shown in the construction documents. Prior to making connections into existing piping systems, the contractor shall: 1. Field verify location, size, piping material, and piping system of the existing pipe. 2. Obtain all required fittings, which may include saddles, sleeve type couplings, flanges, tees, or others as shown in the construction documents. 3. Have installed all temporary pumps and/or pipes in accordance with established connection plans. B. Unless otherwise approved, new piping systems shall be completely assembled and successfully tested prior to making connections into existing pipe systems. 3.06 PIPE SYSTEM CONNECTIONS A. Pipe connections shall be installed per applicable standards and regulations, as well as per the connection manufacturer’s guidelines and as indicated in the construction documents. Pipe connections to structures shall be installed per applicable standards and regulations, as well as per the connection manufacturer’s guidelines. 3.07 TESTING A. Testing shall comply with all applicable jurisdictional building codes, statutes, standards, regulations, and laws. B. Hydrostatic Testing and Leakage Testing for Pressure Piping 1. Hydrostatic and leakage testing for piping systems that contain mechanical jointing as well as fused PVC jointing shall comply with AWWA C605. 2. Test pressure and duration of the pressure test shall meet Section 01666 – Hydrostatic Testing and Disinfection. 3. If hydrostatic testing and leakage testing are performed at separate times, follow procedures as outlined in AWWA C605. 4. In preparation for pressure testing the following parameters must be followed: a. All air must be vented from the pipeline prior to pressurization. This may be accomplished with the use of the air relief valves or corporation stop valves, vent City of Lubbock SECTION 02617 Low Pressure Supply Line Lining Fusible Polyvinylchloride Pipe KHA No. 063126034 Page 10 of 10 April 2021 piping in the testing hardware or end caps, or any other method which adequately allows air to escape the pipeline at all high points. Venting may also be accomplished by ‘flushing’ the pipeline in accordance with the parameters and procedures as described in AWWA C605. b. The pipeline must be fully restrained prior to pressurization. This includes complete installation of all mechanical restraints per the restraint manufacturer’s guidelines, whether permanent or temporary to the final installation. This also includes the installation and curing of any and all required thrust blocking. All appurtenances included in the pressure test, including valves, blow-offs, and air- relief valves shall be checked for proper installation and restraint prior to beginning the test. c. Temporary pipeline alignments that are being tested, such as those that are partially installed in their permanent location shall be configured to minimize the amount of potentially trapped air in the pipeline. C. PARTIAL TESTING 1. Segments of the pipe may be tested separately in accordance with standard testing procedure, as approved by the owner and engineer. END OF SECTION City of Lubbock SECTION 02640 Low Pressure Supply Line Lining Cleaning of Water Mains KHA No. 063126034 Page 1 of 5 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. General 1. Before any television inspection, any water main shall be cleaned to remove all debris, solids, sand, grease, grit, etc. from the water main. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 02763 – Closed Circuit Television (CCTV) Inspection 1.02 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.03 REFERENCES [NOT USED] 1.04 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.05 SUBMITTALS [NOT USED] 1.06 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.07 CLOSEOUT SUBMITTALS [NOT USED] 1.08 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.09 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.01 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 2.02 PRODUCT TYPES A. Use only the type of cleaning material which will not create hazards to health or property or affect treatment plant processes. City of Lubbock SECTION 02640 Low Pressure Supply Line Lining Cleaning of Water Mains KHA No. 063126034 Page 2 of 5 April 2021 2.03 ACCESSORIES 2.04 SOURCE QUALITY CONTROL PART 3 - EXECUTION 3.01 INSTALLERS [NOT USED] 3.02 EXAMINATION [NOT USED] 3.03 PREPARATION [NOT USED] 3.04 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.05 REPAIR/RESTORATION [NOT USED] 3.06 RE-INSTALLATION [NOT USED] 3.07 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.08 SYSTEM STARTUP [NOT USED] 3.09 ADJUSTING [NOT USED] 3.10 CLEANING A.General 1. All materials, equipment, and personnel necessary to complete the cleaning of the water main and appurtenances must be present on the jobsite prior to isolating the line segment and beginning the cleaning process. 2. Maintain clean work and surrounding premises within the work limits so as to comply with Federal, State, and local environmental and anti-pollution laws, ordinances, codes, and regulations when cleaning and disposing of waste materials, debris, and rubbish. 3. Keep the work and surrounding premises within work limits free of accumulations of dirt, dust, waste materials, debris, and rubbish. 4. Suitable containers for storage of waste materials, debris, and rubbish shall be provided until time of disposal. a. It is the sole responsibility of the Contractor to secure a licensed legal dump site for the disposal of this material. b. Under no circumstances shall water removed from the main be dumped onto streets or into ditches, catch basins, storm drains, or sanitary sewers. City of Lubbock SECTION 02640 Low Pressure Supply Line Lining Cleaning of Water Mains KHA No. 063126034 Page 3 of 5 April 2021 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. from each water main segment. 6. Selection of cleaning equipment and the method for cleaning shall be based on the condition of the water mains at the time work commences and will be subject to approval by the Owner. 7. All cleaning equipment and devices shall be operated by experienced personnel. 8. Satisfactory precautions shall be taken to protect the water mains from damage that might be inflicted by the improper use of the cleaning process or equipment. 9. Any damages done to a water main and/or structure by the Contractor shall be repaired by the Contractor at no additional cost and to the satisfaction of the Owner. 10. The Contractor may be required to demonstrate the performance capabilities of the cleaning equipment proposed for use on the project. a. If the results obtained by the proposed water main cleaning equipment are not satisfactory, the Contractor shall use different equipment and/or attachments, as required, to meet Owner satisfaction. b. More than 1 type of equipment/attachments may be required at a location. 11. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, weir, dam, or suction shall be constructed in the downstream access pit in such a manner that all the solids and debris are trapped for removal. 12. Whenever hydraulically-propelled cleaning tools which depend upon water pressure to provide their cleaning force, or any tool which retard the flow of water in the water lines are used, precautions shall be taken to insure that the water pressure created does not cause any damage or flooding to public or private property being served by the water main section involved. 13. Any damage of property, as a result of flooding, shall be the liability and responsibility of the Contractor. 14. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. a. No fire hydrant shall be obstructed or used when there is a fire in the area. b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter and all related charges for the set-up, including the water usage bills from respective water purveyor agency. City of Lubbock SECTION 02640 Low Pressure Supply Line Lining Cleaning of Water Mains KHA No. 063126034 Page 4 of 5 April 2021 c. All expenses shall be considered incidental to the cleaning of the existing water mains. B.Methods 1. Hydraulic Cleaning a. Hydraulic-propelled devices which require a head of water to operate must utilize a collapsible dam. b. The dam must be easily collapsible to prevent damage to the sewer main, property, etc. c. When using hydraulically-propelled devices, precautions shall be taken to insure that the water pressure created does not cause damage or flood public or private property. d. The flow of water present in the main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. High-Velocity Cleaning a. Cleaning equipment that uses a high velocity water jet for removing debris shall be capable of producing a minimum volume of 50 gpm, with a pressure of 1,500 psi, for the water line and 3,500 psi for the structure at the pump. 1. Any variations to this pumping rate must be approved, in advance, by the Owner. 2. To prevent damage to older water mains and property, a pressure less than 1500 psi can be used. 3. A working pressure gauge shall be used on the discharge of all high pressure water pumps. 4. For water mains 18 inches and larger in diameter, in addition to conventional nozzles, use a nozzle which directs the cleaning force to the bottom of the pipe. 5. Operate the equipment so that the pressurized nozzle continues to move at all times. 6. The pressurized nozzle shall be turned off or reduced anytime the hose is on hold or delayed in order to prevent damage to the line. City of Lubbock SECTION 02640 Low Pressure Supply Line Lining Cleaning of Water Mains KHA No. 063126034 Page 5 of 5 April 2021 3. Mechanical Cleaning a. Mechanical cleaning, in addition to normal cleaning when required, shall be with approved equipment and accessories driven by power winching devices. b. Submit the equipment manufacturer's operational manual and guidelines to the Owner, which shall be followed strictly unless modified by the Owner. c. All equipment and devices shall be operated by experienced operators so that they do not damage the pipe in the process of cleaning. d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other debris-removing equipment/accessories shall be used as appropriate and necessary in the field, in conjunction with the approved power machines. e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, snakes, scooters, sewer balls, kites, and other approved equipment, in conjunction with hand winching device, and/or gas, electric rod propelled devices, shall be considered normal cleaning equipment. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 02642 Low Pressure Supply Line Lining AWWA Butterfly Valve KHA No. 063126034 Page 1 of 7 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes 1. Furnish all labor, materials, equipment and incidentals required to completely install and put into operation, AWWA butterfly valves for buried and plant applications as specified herein and shown on the drawings. B. Related Specification Sections include but are not necessarily limited to 1. Drawings and general conditions of the Contract, including Special Conditions, apply to work of this section. 2. Division 1 – General Requirements 1.02 REFERENCES: A. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 1. American Water Works Association (AWWA). a. AWWA C504 Rubber Seated Butterfly Valves 2. American Society for Testing and Materials (ASTM). a. ASTM A48 Gray Iron Castings. b. ASTM A126 Gray Iron Castings for Valves, Flanges, and Pipe Fittings. c. ASTM A436 Austenitic Gray Iron Casting. d. ASTM A536 Ductile Iron Casings. 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submittals required after award of contract and prior to shipping. 1. Technical bulletins and brochures on butterfly valves. 2. Certification of compliance with the specifications. 1.06 CLOSEOUT SUBMITTALS 1. Operation and Maintenance Manual. 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE City of Lubbock SECTION 02642 Low Pressure Supply Line Lining AWWA Butterfly Valve KHA No. 063126034 Page 2 of 7 April 2021 A. The valve shall be the product of a manufacturer regularly engaged in the manufacture of Butterfly valves having similar service and size. The valves covered by the specifications are intended to be standard equipment of that has proven ability. B. The Contractor shall cause all equipment specified under this section to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all unit components including but not limited to the valve, actuator and extension stems. C. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested, and installed by factory-authorized representatives experienced in the design and manufacture of the equipment. This requirement, however, shall not be construed as relieving the Contractor of the overall responsibility for this portion of the work. 1.09 DELIVERY, STORAGE, AND HANDLING A. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 1. All equipment and parts must be properly protected against any damage during a prolonged period at the site. 2. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto. 3. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. B. Storage and Protection: Take special care to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation. 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY: A. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years and begin on the Date of Final Acceptance. PART 2 - PRODUCTS 2.01 BUTTERFLY VALVES: A. Manufacturers 1. The following manufacturers are acceptable a. DeZurik b. Mueller c. M & H d. No others will be allowed City of Lubbock SECTION 02642 Low Pressure Supply Line Lining AWWA Butterfly Valve KHA No. 063126034 Page 3 of 7 April 2021 2. The listing above does not imply that the valve or the manufacturer’s standard product is acceptable. The successful manufacturer will be required to conform to all specifications. B. Description 1. Regulatory Requirements a. Butterfly valves shall be in general conformance the latest revision of AWWA Standard C504 butterfly valves and shall meet or exceed the requirements of this specification. b. All valve components in contact with potable water shall conform to the requirements of ANSI/NSF Standard 61. c. Flange end valves shall be of the short body design with Class 125 Standard flanged ends faced and drilled per ANSI B16.1 standard for cast iron flanges. d. Mechanical joint end valves shall meet the requirements of AWWA C111/ANSI 21.11. C. Performance/Design Criteria 1. System Description a. The arrangement shown on the drawings is based upon the best information available to the Engineer at the time of design and is not intended to show exact dimensions to any specific equipment unless otherwise shown or specified. Therefore, it may be anticipated that the structural supports, foundations, and connected piping shown, in part or in whole, may have to be changed in order to accommodate the equipment furnished. No additional payment will be made for such changes. All necessary calculations and drawings for any related redesign shall be submitted to the Engineer for his approval prior to beginning the work. b. The valve shall be designed to operate with the following working conditions without damage to the valve. Size Min. Acceptable Valve Class Working Pressure Field Test Pressure Max. Flow Velocity (fps) Service 20”150 B 150 psi 100 psi 16 Buried 48”150 B 150 psi 100 psi 16 Buried c. The Butterfly valves shall operate satisfactorily over the complete operating range shown. The equipment to be provided under this section shall be suitable for installation and operation at elevations for about 3,236 feet above sea level inside weather-protected structures and in buried service. Outside ambient temperatures range between 10 and 110 degrees. F, and reported water temperatures vary between 50 and 105 degrees F. relative humidity is expected to range between 5 and 100 percent. 2. Joint Type a. Flanges 1) Flanged ends shall be provided for plant service or when joined to steel pipe or concrete pressure pipe bar wrapped steel cylinder type. City of Lubbock SECTION 02642 Low Pressure Supply Line Lining AWWA Butterfly Valve KHA No. 063126034 Page 4 of 7 April 2021 2) Flange Class a) Ductile Iron i. Flanges shall be designed for the test pressure of the valve. b) Steel i. Flanges shall be Class D with 150 psi working pressure for valves where the maximum pressure (test or total) is less than or equal to 225 psi and working pressure is less than or equal to 150 psi. ii. Flanges shall be Class E with 275 psi working pressure for valves where the maximum pressure (test or total) is greater than 225 psi or working pressure is between 150 psi and 275 psi. 3) Mechanical Joint a) Buried service with ductile iron pipe shall be mechanical joint. 3. Seats a. Shall provide a 360 degree continuous, uninterrupted seating surface. b. For valves smaller than 24” 1) Seats shall be vulcanized or mechanically retained with a stainless steel retaining ring and stainless steel cap screws which shall pass through both the resilient seat and the retaining ring. i. If mechanically retained, the resilient seat’s mating surface shall be to a 360 degree continuous uninterrupted stainless steel body seat ring. c. For valves 24” and larger 1) Seats shall be mechanically retained with a stainless steel retaining ring and stainless steel cap screws which shall pass through both the resilient seat and the retaining ring. 2) The resilient seat’s mating surface shall be to a 360 degree continuous uninterrupted stainless steel body seat ring. 3) Resilient seats shall be field adjustable and replaceable. i. Valves 30 inches and larger shall have in-line replaceable seats 4. Materials a. Valve bodies shall be of ductile iron per ASTM A536 Grade 65-45-12 or fabricated steel ASTM A36. b. Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM A36. Disc and shaft connection shall be made with tapered pins of either monel or stainless steel. c. Valve shaft shall be type 304 stainless steel. Valve shaft seals shall be self- compensating V-type packing with a minimum of 4 sealing rings. d. Valve shaft bearings shall be non-metallic and permanently lubricated. e. The seat shall be a Buna-N for water and shall be located on the valve body or disc. f. Bolts 1) For buried applications provide ASTM A193 Grade B8M Bolts and ASTM A194 Grade 8M Nuts. 2) All buried T-bolts shall be 316 stainless steel. 3) Bolts and nuts located within vaults shall be considered a buried application and shall be provided as stainless steel. 4) All non-buried bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-alloy steel in accordance with ANSI/AWWA C111/A21.11 and ASTM A307, “Standard Specification for Carbon Steel Bolts and Nuts”. City of Lubbock SECTION 02642 Low Pressure Supply Line Lining AWWA Butterfly Valve KHA No. 063126034 Page 5 of 7 April 2021 i. The bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. ii. Coated bolts and nuts shall be prepared “near white” or “white” when coated to manufacturer’s recommended thickness by a certified applicator. iii. Coating shall be Xylan®, as manufactured by Whitford Corporation, or approved equal. iv. Coating shall conform to the performance requirements of ASTM B117, “Salt Spray Test” and shall include, if required, a certificate of conformance” 5. Finishes a. Unless otherwise specified, exterior and interior metallic surfaces of each valve shall be shop painted per the latest revision of AWWA C504. b. All surfaces of the valve shall be clean, dry and free from grease before applying paint or coating, c. The valve interior and exterior surfaces, except for the seating surfaces, shall be provided with the manufacturer’s standard coating or as specified by contract. d. All internal exposed surfaces that are susceptible to corrosion shall be coated with a Polymide cured, rust inhibiting epoxy. e. Surfaces to be coated shall be prepared and sand-blasted per Steel Structures Painting Council Specification SSPC-SP-10-638 No. 10. f. Final coating thickness shall be 16 mils minimum. 6. Testing a. Shop Testing 1) Each valve shall be shop tested for leaks in the closed position with the valve horizontal. The upper surface of the valve disc shall be visible and covered with a pool of water at 0 psi pressure. Air pressure, equivalent to the design rating of the valve, shall be applied to the lower face of the disc for at least five minutes with no indication of leakage (i.e. bubbles in the water pool) during the test period. 2) The valve body shall be hydrostatically tested at twice the rated pressure for ten minutes with the valve in the slightly open position. During this test, there shall be no leakage or seeping through the valve body, weld or valve trunnions. b. All surfaces shall be inspected for proper dry film thickness using a magnetic dry film thickness gauge. Tests for invisible holidays shall be conducted using a low voltage, wet sponge holiday or leak detector. 2.02 MANUAL ACTUATORS: A. Manufacturer’s 1. The following manufacturers and models are acceptable. a. EIM 1) Type WO for non-buried applications 2) Type WB for direct-buried applications b. AUMA Type GS c. No others will be allowed B. Description 1. Worm gear manual operator shall comply fully with AWWA C-504, latest edition. City of Lubbock SECTION 02642 Low Pressure Supply Line Lining AWWA Butterfly Valve KHA No. 063126034 Page 6 of 7 April 2021 C. Performance/Design Criteria 1. Valves shall be provided with manual actuators unless otherwise specified or indicated on the plans. 2. Valves shall be opened by turning the actuator counter clockwise and close clockwise. 3. For buried valves, manual actuators shall be fully greased, packed and have stops in the open and closed position. The actuator shall have a mechanical stop which will withstand an input torque of 300 ft. lbs. against the stop. The actuator shall have a built in packing leak bypass to eliminate possible packing leakage into the actuator housing. 4. Butterfly valves for buried service shall be furnished with a 2” operating nut. The actuator shall be placed in a vault as indicated on the plans and have extension to the top of the vault. a. Buried butterfly valves shall be contained within a vault as shown on the plans. b. Butterfly valves within vaults shall be provided with extension bonnets such that the body is not within the vault wall. 5. Butterfly valves for plant service shall be provided with a 16” minimum diameter handwheel operator. A position indicator shall be provided. Handwheels shall be painted red. 6. Actuator shall be worm-gear type, as follows: a. Worm gear drive sleeve and worm shaft shall be of solid, one-piece design; bolted segments or pinned worms will not be acceptable. Drive sleeve shall include an integral spline to accept a removable bottom-entry spline bushing for valve shaft connection. b. If required for torque purposes, spur gear reducers may be provided for increased torque outputs and to reduce handwheel diameter. c. Worm gear operator shall include handwheel with maximum 80# rim pull. 7. Manual gears shall be capable of being field retrofit with an electric motor operator in the future without major modifications. With spur gear removed, splined worm gear input shaft and motor adapter flange shall be easily added to accept a multi-turn “torque-only” electric valve actuator. 8. Supplier shall include the Number of Turns required to complete on Open-to-Close stroke in the Equipment Submittal. D. Materials 1. Housing: Ductile Iron or Cast Iron 2. Drive sleeve: Ductile Iron 3. Worm: Bronze 4. Bearings: Heavy duty tapered roller bearings 5. Finish: Thermostatically Applied Polyester Powdercoat 6. Fasteners: Stainless steel PART 3 - EXECUTION 3.01. INSTALLATION A. All butterfly valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. B. Installation and adjustment shall be checked and approved by a manufacturer’s factory representative. Butterfly valve and actuator field inspection shall occur concurrently. 1. Butterfly Valves City of Lubbock SECTION 02642 Low Pressure Supply Line Lining AWWA Butterfly Valve KHA No. 063126034 Page 7 of 7 April 2021 a. For valves 36” and larger, verification shall include entering the pipe prior to pipe filling to inspect that the seats have been installed correctly. b. For valves smaller than 36”, manufacturer shall visit the site within 48 hours prior to installation and visually inspect the valve at the surface. Manufacturer shall run the valve through open/close and ensure that the seats have been installed correctly. c. For valves to be installed during a shutdown, manufacturer shall visit the site no later than 24 hours before the shutdown is scheduled to begin. 2. Actuators a. Manufacturer shall set the actuator limits in the field within 48 hours prior to installation. C. After acceptance, the representative shall address a letter to the Engineer outlining all installation and start up procedures. The letter shall include statement that the valves and actuators are installed per the manufacturer’s recommendations. The manufacturer or his qualified representative shall conduct training session for the Owner’s personnel in the operation and maintenance of the valve and actuator if requested by the Owner. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 02643 Low Pressure Supply Line Lining Air Release and Vacuum Valves KHA No. 063126034 Page 1 of 3 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Furnish all labor, materials, equipment and incidentals required to completely install and put into operation, combination air release/vacuum valves as specified herein and shown on the drawings. 1.02 REFERENCES [NOT USED] 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Technical bulletins and brochures on air release valves. 1.06 CLOSEOUT SUBMITTALS A. Operation and Maintenance Manual 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE A. The valve shall be the product of a manufacturer regularly engaged in the manufacture of Air release/air vacuum valves having similar service and size. The valves covered by the specifications are intended to be standard equipment that has proven ability. 1.09 DELIVERY, STORAGE, AND HANDLING A. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. All equipment and parts must be properly protected against any damage during a prolonged period at the site. C. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. D. Storage and Protection: Take special care to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation. 1.10 FIELD CONDITIONS City of Lubbock SECTION 02643 Low Pressure Supply Line Lining Air Release and Vacuum Valves KHA No. 063126034 Page 2 of 3 April 2021 A. The air release/air vacuum valve shall operate satisfactorily over the complete operating range shown. The equipment to be provided under this section shall be suitable for installation and operation at elevations for about 3,236 feet above sea level inside a vault structure and inside the pump room. Outside ambient temperatures range between 0 and 110 degrees F, and reported water temperatures vary between 50 and 105 degrees F. Relative humidity is expected to range between 5 and 100 percent. The valve shall be capable of being submerged periodically. 1.11 WARRANTY: A. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two (2) years and begin on the Date of Final Acceptance. PART 2 - PRODUCTS 2.01 AIR RELEASE/AIR VACUUM VALVE A. Manufacturers 1. The following manufacturers and models are acceptable a. APCO Series 140C b. ARI D Series c. Crispin C Series d. Approved equal 2. The listing above does not imply that the manufacturer’s standard product is acceptable. The successful manufacturer will be required to conform to all specifications. B. Description 1. The air vacuum valve shall achieve the following functions: a. High volume discharge during pipeline filling b. High volume intake through the large orifice c. Pressurized air discharge d. Surge Dampening – Controlled discharge rates 2. The valve shall have an integral surge alleviation mechanism which shall operate automatically to limit transient pressure rise or shock induced by closure due to high velocity air discharge or the subsequent rejoining of the separated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water prior to valve closure. 3. Intake/Discharge orifice area shall be equal to the nominal size of the valve 4. The valve shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. C. Performance/Design Criteria 1. The arrangement shown on the drawings is based upon the best information available to the Engineer at the time of design and is not intended to show exact dimensions to any specific equipment unless otherwise shown or specified. Therefore, it may be anticipated that the City of Lubbock SECTION 02643 Low Pressure Supply Line Lining Air Release and Vacuum Valves KHA No. 063126034 Page 3 of 3 April 2021 structural supports, foundations, and connected piping shown, in part or in whole, may have to be changed in order to accommodate the equipment furnished. No additional payment will be made for such changes. All necessary calculations and drawings for any related redesign shall be submitted to the Engineer for his approval prior to beginning the work. 2. The valve shall be designed to operate with the following working conditions without damage to the valve. Water Type Potable Water Working Pressure Range 50 psi – 150 psi Total (Working + Surge) Pressure 200 psi Flow Range 0 MGD – 10 MGD D. Materials 1. All internal parts shall be a non-corroding material such as stainless steel or High density polyethylene. 2. The valve body shall be constructed of stainless steel or ductile iron and equipped with intake and discharge flanges. PART 3 - EXECUTION 3.01. All air release valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 02644 Low Pressure Supply Line Lining Expansion Joints, Couplings and Tapping Sleeves KHA No. 063126034 Page 1 of 5 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Furnish all labor, materials, equipment and incidentals required to completely install and put into service expansion joints, couplings, and tapping sleeves as specified herein and shown on the drawings. 1.02 REFERENCES A. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 1. American Society for Testing and Materials (ASTM). a. ASTM A283 - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel b. ASTM A285 - Standard Specification for Pressure Vessel Plates, Carbon Steel Low and Intermediate Tensile Strength 2. American Water Works Association (AWWA). a. AWWA C115 – Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges b. AWWA C207 – Steel Pipe Flanges for Waterworks Service c. AWWA C219 - Bolted, Sleeve-Type Couplings for Plain End Pipe 3. American National Standards Institute (ANSI) a. ANSI/NSF Standard 61 - Drinking Water System Components b. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through NPS 24 Metric/Inch Standard c. B16.42 - Ductile Iron Pipe Flanges and Flanged Fittings, Classes 150 and 300 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Technical bulletins and brochures on expansion joints, couplings, and tapping sleeves. 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE [NOT USED] 1.09 DELIVERY, STORAGE, AND HANDLING City of Lubbock SECTION 02644 Low Pressure Supply Line Lining Expansion Joints, Couplings and Tapping Sleeves KHA No. 063126034 Page 2 of 5 April 2021 A. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. All equipment and parts must be properly protected against any damage during a prolonged period at the site. C. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. D. Storage and Protection: Take special care to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation. 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY A. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years and begin on the Date of Final Acceptance. PART 2 - PRODUCTS 2.01 EXPANSION JOINTS A. Manufacturers 1. Proco Model 240-C 2. Or Approved Equal B. Regulatory Requirements 1. All materials exposed to potable water shall meet the requirements of NSF 61. C. Description 1. The expansion joint shall be tied to the line and supported as shown on the plans. 2. Provide thrust restraint as specified in the drawings 3. Provide with single arch D. Performance/Design Criteria 1. Working pressure – 150 psi 2. Test pressure = In accordance with Section 01666 3. Total Pressure (Working + Surge) – 225 psi 4. Flanges a. Flanged ends shall meet requirements of AWWA C115 or AWWA C207 depending on pipe material. b. Shall be ANSI B16.5 class 150 drilling E. Materials 1. Flanges – Coated carbon steel City of Lubbock SECTION 02644 Low Pressure Supply Line Lining Expansion Joints, Couplings and Tapping Sleeves KHA No. 063126034 Page 3 of 5 April 2021 2.02 REDUCING EXPANSION JOINTS A. Manufacturers 1. Proco Style RE-231 2. Redflex Type J-11 3. Or Approved Equal B. Regulatory Requirements 1. All materials exposed to potable water shall meet the requirements of NSF 61. C. Description 1. The expansion joint shall be tied to the line and supported as shown on the plans. 2. Provide thrust restraint as specified in the drawings 3. Provide with single arch 4. Provide with eccentric reduction D. Performance/Design Criteria 1. Working pressure – 150 psi 2. Test pressure = In accordance with Section 01666 3. Total Pressure (Working + Surge) – 225 psi 4. Flanges a. Flanged ends shall meet requirements of AWWA C115 or AWWA C207 depending on pipe material. b. Shall be ANSI B16.5 class 150 drilling E. Materials 1. Flanges shall be rubber with a 304 stainless steel retaining ring 2.03 STEEL COUPLINGS A. Manufacturers 1. Steel couplings shall be Smith-Blair Series 411 or approved equal. B. Description 1. Provide control rods, control rod plates, washers and bolts and install according to the plans and manufacturer’s recommendations. Anchor studs are not allowed for restraint. C. Performance/Design Criteria 1. Working pressure = 150 psi 2. Test pressure = In accordance with Section 01666 3. Total Pressure (Working + Surge) = 225 psi 4. Sleeve length = 7-inches (unless specified) D. Finishes 1. Coupling interior and exterior shall be provided with NSF/ANSI 61 certified fusion bonded epoxy coating in accordance with AWWA C550. a. Final coatings shall be field applied as required by the painting specifications. 2. Apply paint to steel couplings as required for adjoining pipe. City of Lubbock SECTION 02644 Low Pressure Supply Line Lining Expansion Joints, Couplings and Tapping Sleeves KHA No. 063126034 Page 4 of 5 April 2021 2.04 TAPPING SLEEVES A. Manufacturers 1. Tapping sleeves shall be Smith–Blair Series 622 or approved equal. B. Performance/Design Criteria 1. Working pressure = 150 psi 2. Test pressure = In accordance with Section 01666 3. Total Pressure (Working + Surge) = 225 psi C. Materials 1. Bolts and nuts a. ASTM A193 Grade B8M bolts and ASTM A194 Grade 8M Nuts 2. Gaskets shall be Grade 60 (Nitrile ASTM D2000) 3. Body shall be Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal. 4. Flanges a. Flanged ends shall meet requirements of AWWA C115 or AWWA C207 depending on pipe material. b. Shall be ANSI B16.5 class 150 drilling c. For steel flanges 1) Class D with 150 psi working pressure for valves where the maximum pressure (test or total) is less than or equal to 225 psi and working pressure is less than or equal to 150 psi. 2) Class E with 275 psi working pressure for valves where the maximum pressure (test or total) is greater than 225 psi or working pressure is between 150 psi and 275 psi. d. Recessed to accept standard tapping valves per MSS SP-60 5. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. a. Polyethylene encasement shall be in accordance with Section 02615. 6. Test Plug a. ¾-inch NPT carbon steel with square head and fusion bonded epoxy coating D. Finishes 1. Coupling interior and exterior shall be provided with NSF/ANSI 61 certified fusion bonded epoxy coating in accordance with AWWA C550. a. Final coatings shall be field applied as required by the painting specifications. 2. Apply paint to steel couplings as required for adjoining pipe. 2.05 FLANGE COUPLING ADAPTERS A. Manufacturers 1. Flange coupling adapters shall be Smith–Blair Series 913 or approved equal for steel pipe and Smith-Blair Series 912 or approved equal for ductile iron pipe. B. Performance/Design Criteria 1. Working pressure = 150 psi 2. Test pressure = In accordance with Section 01666 City of Lubbock SECTION 02644 Low Pressure Supply Line Lining Expansion Joints, Couplings and Tapping Sleeves KHA No. 063126034 Page 5 of 5 April 2021 3. Total Pressure (Working + Surge) = 225 psi C. Materials 1. ASTM A193 Grade B8M bolts and ASTM A194 Grade 8M Nuts 2. Gaskets shall be Grade 30 standard 3. Body shall be ductile iron ASTM A536 or carbon steel per ASTM A53, A512, or carbon steel having a minimum yield of 30,000 psi. 4. Flanges a. Flanged ends shall meet requirements of AWWA C115 or AWWA C207 depending on pipe material. b. Shall be ANSI B16.5 or B16.42 class 150 drilling c. For steel flanges: 1) Class D with 150 psi working pressure for valves where the maximum pressure (test or total) is less than or equal to 225 psi and working pressure is less than or equal to 150 psi. 2) Class E with 275 psi working pressure for valves where the maximum pressure (test or total) is greater than 225 psi or working pressure is between 150 psi and 275 psi. D. Finishes 1. Coupling interior and exterior shall be provided with NSF/ANSI 61 certified fusion bonded epoxy coating in accordance with AWWA C550. a. Final coatings shall be field applied as required by the painting specifications. 2. Apply paint to steel couplings as required for adjoining pipe. PART 3 - EXECUTION 3.01. ERECTION/INSTALLATION/APPLICATION A. All tapping sleeves, expansion joints, and couplings shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. B. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with factory or field-applied polyurethane coatings, with petrolatum tape system consisting of densyl mastic, densyl paste, and densyl tape, as manufactured by Denso or approved equal. 3.02. TESTING A. All tapping sleeves, expansion joints, and couplings shall be pressure tested as a part of the pipe. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 02763 Low Pressure Supply Line Lining Closed Circuit Television (CCTV) Inspection KHA No. 063126034 Page 1 of 3 April 2021 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of water mains. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 02640 – Cleaning of Water Mains 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Meet with City Water Department staff to confirm that the equipment, software, standard templates, defect codes and defect rankings are being used, if required. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.5 INFORMATIONAL SUBMITTALS A. Pre-CCTV submittals for sanitary sewer lines 24 inches and larger, if required 1. Project schedule 2. Listing of cleaning equipment and procedures 3. Listing of flow diversion procedures 4. Listing of CCTV equipment 5. Listing of backup and standby equipment 6. Listing of safety precautions and traffic control measures 1.6 CLOSEOUT SUBMITTALS A. Post-CCTV submittals 1. 2 copies of CCTV video results on DVD 2. 2 hard copies of Inspection Report City of Lubbock SECTION 02763 Low Pressure Supply Line Lining Closed Circuit Television (CCTV) Inspection KHA No. 063126034 Page 2 of 3 April 2021 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 PREPARATION A. CCTV Equipment 1. Use equipment specifically designed and constructed for such inspection. 2. Use equipment designed to operate in 100 percent humidity conditions. 3. Use equipment with a pan (±270 degrees), tilt, and rotates (360 degrees). 4. Use camera with an accurate footage counter that displays on the monitor the distance of the camera (to the nearest 1/10 foot) from the centerline of the starting manhole. 5. Use camera with height adjustment so camera lens is always centered at 1/2 the inside diameter, or higher, in the televised pipe. 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 7. Provide color video. B. Temporary Bypass Pumping – Conform to Section 02750. 3.2 INSPECTION (CCTV) A. General 1. Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main’s condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. 5. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the camera to provide additional detail at: a. Manholes b. Service connections c. Joints d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris e. Infiltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe conditions 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than 1 DVD. City of Lubbock SECTION 02763 Low Pressure Supply Line Lining Closed Circuit Television (CCTV) Inspection KHA No. 063126034 Page 3 of 3 April 2021 B. Pre-Installation Inspection for Water Mains to be rehabilitated 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. C. Post-Installation Inspection 1. Complete appurtenances installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance with City Standards. D. Documentation of CCTV Inspection 1. Follow the CCTV Manual for the inspection video, data logging and reporting. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 02936 Low Pressure Supply Line Lining Seeding and Sodding KHA No. 063126034 Page 1 of 7 April 2021 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This section refers to establishment of seeding and sodding for developed and undeveloped areas damaged or removed by construction activities. All developed areas are to be sodded using approved methods and materials. All undeveloped areas are to be seeded using approved methods and materials. Where seeding is required the Contractor has the option of either planting seed with a drill or planting seed through hydroseeding, or a mixture of both methods, in accordance with these specifications. 1.3 RELATED DOCUMENTS A. Related Sections include the following: 1. Section 02221 – Trenching, Backfilling and Compaction 1.4 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Developed Areas: Areas disturbed by construction activities adjacent to homes apartments or businesses along the roadway. For the purposes of meeting the re-vegetation requirements required under this project, developed areas shall be defined as land with any type of improvement such as a home apartment building, storage building, fence, or any type of business. F. Undeveloped Areas: Area disturbed by construction activities where the land is not developed. For the purposes of meeting the re-vegetation requirements for this project, undeveloped areas shall be defined as land without improvements. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass-seed monostand or mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. City of Lubbock SECTION 02936 Low Pressure Supply Line Lining Seeding and Sodding KHA No. 063126034 Page 2 of 7 April 2021 1. Certification of each seed mixture for turfgrass, identifying source, including name and telephone number of supplier. 2. Certification that any trees, sod or seed are from nurseries that are certified to be fire ant free. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. E. Planting Schedule: Indicating anticipated planting dates for each type of planting. F. Preconstruction Condition Documentation: Prior to construction in any developed or undeveloped area, submit video or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the “preconstruction” condition of these areas. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 1.7 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements in TPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." 1.8 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Seeding: February - May 2. Sodding: March - September B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. C. When construction activities are completed outside planting periods for seeding or sodding operations, the Contractor shall overseed the areas disturbed by construction activities with annual rye grass as a temporary stabilization measure. The Contractor shall re-seed or re-sod areas overseeded with annual rye with approved permanent stabilization grasses as soon as practical during the following planting season. 1.9 UNDEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 “Satisfactory Grass Establishment”, but for not less than 40 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch. City of Lubbock SECTION 02936 Low Pressure Supply Line Lining Seeding and Sodding KHA No. 063126034 Page 3 of 7 April 2021 C. Watering: Provide and maintain temporary piping, hoses, or other lawn-watering equipment to convey water from sources to keep soil uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water seed at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass-leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 4 inches to 6 inches high. E. Seeding/Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to seeded area. 1.10 DEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 “Satisfactory Grass Establishment”, but for not less than the following periods: 1. Sodded Lawns: 30 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, or other lawn-watering equipment to convey water from sources to keep soil uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water grass at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass-leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 1-1/2 inch to 2 inches high. E. Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. City of Lubbock SECTION 02936 Low Pressure Supply Line Lining Seeding and Sodding KHA No. 063126034 Page 4 of 7 April 2021 PART 2 PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new-crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Use Bermuda grass seed for disturbed undeveloped areas. Choose a variety such as Sahara Bermuda or Yuma Bermuda and submit to the Engineer 60 days prior to planting for approval. 2.2 TURFGRASS SOD A. Turfgrass Sod: Approved, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Bermuda grass (Cynodon dactylon tiffway cultivar) 2.3 TOPSOIL A. Contractor shall use approved topsoil obtained from stripping ahead of construction activities. 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.5 FERTILIZER A. Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water-insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. PART 3 EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION City of Lubbock SECTION 02936 Low Pressure Supply Line Lining Seeding and Sodding KHA No. 063126034 Page 5 of 7 April 2021 A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. B. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. C. Remove weeds before seeding by applying selective herbicides as required do not use pre-emergence herbicides. D. Limit subgrade preparation to areas to be planted. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than one inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. 1. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. 2. Reduce elevation of planting soil to allow for soil thickness of sod. E. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. 2. Remove stones larger than one inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. F. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. G. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. H. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.3 DRILLED SEEDING A. Sow seed with drill specifically designed for type of seed to be used. Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Sow seed at the rate of 2 lb. of pure live seed (pls) per 1000 sf. C. Roll lightly, and water with fine spray. 3.4 TOPSOIL REUSE A. Disturbed TxDOT right-of-way shall be re-vegetated by placing the original topsoil removed from the area prior to excavation. 3.5 HYDROSEEDING City of Lubbock SECTION 02936 Low Pressure Supply Line Lining Seeding and Sodding KHA No. 063126034 Page 6 of 7 April 2021 A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic or asphalt-emulsion tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. 3.6 SODDING A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding three horizontal to one vertical. 2. Anchor sod on slopes exceeding six horizontal to one vertical with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.7 RENOVATION OF LAWNS A. Renovate existing grasses and landscaping damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles, at Contractor’s expense. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. 2. Contractor shall replace damaged grass or plants with grass or plants that are identical to those present in the existing lawn or landscaping. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre-emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established. 3.8 SATISFACTORY GRASS ESTABLISHMENT City of Lubbock SECTION 02936 Low Pressure Supply Line Lining Seeding and Sodding KHA No. 063126034 Page 7 of 7 April 2021 A. Satisfactory Seeded Area: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Satisfactory sodded Area: At end of maintenance period, a healthy, well-rooted, even-colored, viable stand of grass has been established, free of weeds, open joints, bare areas, and surface irregularities. C. Reestablish grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. 3.9 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion-control measures after grass establishment period in accordance with the Storm Water Pollution Prevention Plan. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 1 of 12 April 2021 PART 1 - GENERAL 1.01 REQUIREMENTS A. The Contractor shall provide joints in concrete, complete and in place, in accordance with the Contract Documents. B. Joints in concrete structures shall be the types defined below and will be permitted only where indicated, unless specifically accepted by the Engineer. C. Concrete pavement repair within TxDOT right-of-way must conform to TxDOT’s 2014 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges 1.02 TYPE OF JOINTS A. Construction Joints: When fresh concrete is placed against a hardened concrete surface, the joint between the pours is defined as a construction joint. Unless otherwise indicated, joints in water-bearing members shall be provided with a waterstop and/or sealant groove of the shape indicated. B. Contraction Joints: Contraction joints are similar to construction joints except that the fresh concrete shall not bond to the hardened surface of the earlier pour. The slab reinforcement shall be stopped 4-1/2 inches from the joint; which is provided with a sleeve-type dowel, to allow shrinkage of the concrete of the later pour. Waterstop and/or sealant groove shall also be provided where indicated. C. Expansion Joints: To allow the concrete to expand freely, a space is provided between the 2 pours, and the joint shall be formed as indicated. The space is obtained by placing a filler joint material against the earlier pour to act as a form for the later pour. Unless otherwise indicated, expansion joints in water bearing members shall be provided with a center-bulb type waterstop as indicated. 1. Pre-molded expansion joint material shall be installed with the edge at the indicated distance below or back from finished concrete surface and shall have a slightly tapered, dressed, and oiled wood strip secured to or placed at the edge thereof during concrete placement. The strip shall later be removed to form space for sealing material. 2. The space so formed shall be filled with a joint sealant material as indicated below. In order to keep the 2 wall or slab elements in line, the joint shall also be provided with a sleeve-type dowel as indicated. D. Control Joints: The function of the control joint is to provide a weaker plane in the concrete where shrinkage cracks will probably occur. A groove, of the shape and dimensions indicated, is formed or saw-cut in the concrete. This groove is afterward filled with a joint sealant material. 1.03 CONTRACTOR SUBMITTALS City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 2 of 12 April 2021 A. Furnish submittals in accordance with Section 01340. B. Shop Drawings. 1. Placement plans showing the location and types of joints for each structure. 2. Certified test reports from the sealant manufacturer on the actual batch of material supplied, indicating compliance with requirements. Furnish test report before using the sealant on the project. 3. Copies of the waterstop welding certification by manufacturer or authorized agent of the manufacturer. Every person who is to be involved with waterstop installation is required to have individual certification on file with Owner’s Project Representative, stating that the named individual is certified and trained to install waterstop per manufacturer’s recommendations and specifications. 4. Manufacturer’s information demonstrating compliance of the following with indicated requirements: a. Bearing Pad b. Neoprene Sponge c. Preformed Joint Filler d. Backing Rod e. Waterstop f. Slip Dowels g. PVC Tubing C. Samples 1. Prior to production of the material required under this Section, qualification samples of waterstops shall be submitted which represent accurately the material proposed. Such samples shall be extruded or molded sections of each size or shape to be installed. The balance of the material to be used shall not be produced until after the Engineer has reviewed the qualification samples. D. Certificates: Written certification from the manufacturer as an integral part of the shipping form, that the material shipped to the Site meets or exceed the physical property requirements of the Contract Documents. Supplier certificates are not acceptable. 1.04 QUALITY ASSURANCE City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 3 of 12 April 2021 A. Waterstop Inspection: Waterstop field joints shall be subject to inspection, and no such Work shall be scheduled or started without having made prior arrangement with the Owner’s Project Representative for the required inspections. Not less than 24 hours notice shall be given for scheduling such inspections. B. Field joints in waterstops shall be subject to inspection for misalignment, bubbles, inadequate bond, porosity, cracks, offsets, and other defects that would reduce the potential resistance of the material to water pressure at any point. Defective joints shall be replaced with material that passes inspection; faulty material shall be removed from the Site and destroyed. C. The following waterstop defects represent a partial list of defects which shall be grounds for rejection: 1. Offsets at joints greater than 1/16-inch or 15 percent of material thickness at any point, whichever is less. 2. Exterior cracking at joint, due to incomplete bond, which is deeper than 1/16-inch or 15 percent of material thickness at any point, whichever is less. 3. Any combination of offset or exterior cracking that will result in a net reduction in the cross section of the waterstop in excess of 1/16-inch or 15 percent of material thickness at any point, whichever is less. 4. Misalignment of joint which results in misalignment of the waterstop in excess of ½-inch in 10-feet. 5. Porosity in the welded joint as evidenced by visual inspection. 6. Bubbles or inadequate bonding which can be detected with a penknife test. (If, while prodding the entire joint with the points of a penknife, the knife breaks through the outer portion of the weld into a bubble, the joint shall be considered defective.) 7. Visible signs of separation when the cooled splice is bent by hand at any sharp angle. 8. Any evidence of burned material. D. Waterstop Samples: Prior to use of the waterstop material in the field, a sample of a prefabricated (shop made fitting) mitered cross and a tee constructed of each size or shape of material to be used shall be submitted. Samples shall be prefabricated (shop made fitting) so that the material and workmanship represent the fittings to be provided. Field samples of prefabricated fittings (crosses, tees, etc.) will also be selected at random by the Owner’s Project Representative for testing by a laboratory at the Owner’s expense. When tested, tensile strength across the joints shall be at least 1120 psi for PVC waterstop. E. Construction Joint Sealant: The Contractor shall prepare adhesion and cohesion test specimens at intervals of 5 Days while sealants are being installed. The sealant material shall City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 4 of 12 April 2021 show no signs of adhesive or cohesive failure when tested in accordance with the following procedure in laboratory and field tests: 1. Sealant specimen shall be prepared between 2 concrete blocks (1-inch by 2-inches by 3- inches). Spacing between the blocks shall be 1-inch. Coated spacers (2-inches by 1-1/2 inches by ½ inch) shall be used to set and hold sealant cross-sections of ½-inch by 2 inches with a width of 1-inch. 2. Sealant shall be cast and cured according to manufacturer’s recommendations except that curing period shall be not less than 24 hours. 3. Following the curing period, the gap between blocks shall be widened to 1-1/2 inches. Spaces shall be used to maintain this gap for 24 hours prior to inspection for failure. 1.05 SPECIAL WARRANTY REQUIREMENTS A. The Contractor shall furnish a 5 year written warranty of the entire sealant installation against faulty and/or incompatible materials and workmanship, together with a statement that it agrees to repair or replace, to the satisfaction of the Owner, any such defective areas which become evident within the 5 year period. PART 2 -PRODUCTS 2.01 WATERSTOPS A. PVC Waterstops: Waterstops shall be extruded from an elastomeric polyvinyl chloride compound containing the plasticizers, resins, stabilizers, and other materials necessary to meet the requirements of this Section. No reclaimed or scrap material shall be used. The Contractor shall obtain from the waterstop manufacturer and shall furnish to the Engineer for review, current test reports and a written certification of the manufacturer that the material to be shipped to the Site meets the physical requirements as outlined in the U.S. Army Corps of Engineers Specification CRD-C572-PVC Waterstops, and those listed herein. 1. Flatstrip and Center-Bulb Waterstops: Flatstrip and center-bulb waterstops shall be as manufactured by Greenstreak Plastic Products Co., Profiles Types 646, 679, 732, and 735; Tamms Horn/Durajoint Types 9, 10, 11, and 11A; or equal, provided that at no place shall the thickness of waterstops, including the center bulb type, be less than 3/8- inch. Waterstop shall be provided with factory installed hog rings at 12-inches on centers along waterstop. 2. Multi-Rib Waterstops: Multi-rib waterstops, where required, shall be as manufactured by Greenstreak Plastic Products Co., Profiles 789 and 790, Tamms Horn/Durajoint Types 25 and 26, or equal. Prefabricated joint fittings shall be used at intersections of the ribbed-type waterstops. City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 5 of 12 April 2021 3. Retrofit Waterstops: Retrofit waterstops and batten bars shall be as manufactured by Greenstreak Plastic Products, Co., Style #609, or equal. Waterstop shall be supplied as a complete system including waterstop, SS batten bar, SS anchor bolts, and epoxy gel. 4. Waterstop Testing Requirements: When tested in accordance with the test standards, the waterstop material shall meet or exceed the following requirements: Physical Property, Sheet Material Value ASTM Std Tensile Strength min, psi 2000 D 638, Type IV Ultimate Elongation-min, percent 350 D 638, Type IV Low Temp Brittleness, max degrees F -35 D 746 Stiffness in Flexure, min, psi 600 D 747 Accelerated Extraction (CRD-C572) Tensile Strength-min, psi 1500 D 638, Type IV Ultimate Elongation, min, percent 300 D 638, Type IV Effect of Alkalies (CRD-C572) Change in Weight, percent plus 0.25/minus 0.10 ----- Change in Durometer, Shore A plus and minus 5 D 2240 Finish Waterstop Tensile Strength-min, psi 1400 D 638, Type IV Ultimate Elongation, min percent 280 D 638, Type IV B. Preformed Hydrophilic Waterstop: Hydrophilic (bentonite-free) waterstops shall be Hydrotite CJ10202k as manufactured by Greenstreak Plastic Products, Co., or Adeka Ultraseal MC2010 as manufactured by Asahi Denka. 1. Hydrophilic waterstop shall be the type that expands in the presence of water to form a watertight joint seal without damaging the concrete in which it was cast. 2. Waterstop shall be manufactured from chloroprene rubber and modified chloroprene rubber with hydrophilic properties. Waterstop shall have a delay coating to inhibit initial expansion due to moisture present in fresh concrete. The minimum expansion ratio of City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 6 of 12 April 2021 modified chloroprene shall be not less than 2 to 1 volumetric change in distilled water at 70 degrees F (21 degrees C) Physical Property, Chloroprene Value ASTM Std Tensile Strength-min, psi 1275 D 412 Ultimate Elongation, min percent 350 D 412 Hardness, Shore A 55 plus and minus 5 D 2240 . Physical Property, Modified Chloroprene Value ASTM Std Tensile Strength-min, psi 300 D 412 Ultimate Elongation, min percent 600 D 412 Hardness, Shore A 55 plus and minus 5 D 2240 3. Bonding agent for hydrophilic waterstop shall be the manufacturer’s recommended adhesive for wet, rough concrete. C. Other Types of Waterstops: When types of waterstops not listed above are indicated, they shall be subjected to the same requirements as those listed herein. 2.02 JOINT SEALANT FOR WATER-BEARING JOINTS A. Joint sealant shall be polyurethane polymer designed for bonding to concrete which is continuously submerged in water. No material will be acceptable which has an unsatisfactory history as to bond or durability when used in the joints of water-retaining structures. B. Joint sealant material shall meet the following requirements (73 degrees F and 5 percent R.H.). Work Life, minutes 45-180 Time to Reach 20 Shore A Hardness (at 77 degrees F, 200 gram quantity), max 24 hours Ultimate Hardness (ASTM D 2240, Shore A)20-45 Tensile Strength (ASTM D 412), min 175 psi City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 7 of 12 April 2021 Ultimate Elongation (ASTM D 412), minimum 400 percent Tear Resistance (Die C, ASTM D 624), pounds per inch of thickness, min 75 Color Light Gray C. Polyurethane sealants for waterstop joints in concrete shall conform to the following requirements: 1. Sealant shall be 2 part polyurethane with the physical properties of the cured sealant conforming to or exceeding the requirements of ASTM C 920 – Elastomeric Joint Sealant, or Federal Specification TT-S-0227 E(3) – Sealing Compound, Elastomeric Type, Multicomponent, for Caulking, Sealing, and Glazing Buildings and Other Structures, for 2 part material, as applicable. 2. For vertical joints and overhead horizontal joints, only “non-sag” compounds shall be used. Such compounds shall conform to the requirements of ASTM C 920, Class 25, Grade NS, or Federal Specification TT-S-0227 E(3) Type II, Class A. 3. For plane horizontal joints, use the self-leveling compounds meeting the requirements of ASTM C 920 Class 25, Grade P, or Federal Specification TT-S-0227 E(3), Type I. For joints subject to either pedestrian or vehicular traffic, a compound providing non-tracking characteristics and having a Shore A hardness range of 35 to 45 shall be used. 4. Primer Materials, if recommended by the sealant manufacturer, shall conform to the printed recommendations of the manufacturer. D. Sealants shall be of PSI-270 as manufactured by Polymeric Systems, Inc., Sikafex 2C, as manufactured by Sika Coporation, or equal. E. Sealants for non-waterstop joints in concrete shall conform to Section 07920 – Sealants and Caulking. 2.03 JOINT MATERIALS A. Bearing Pad: Bearing pad shall be neoprene conforming to ASTM D 2000 – Standard Classification System for Rubber Products in Automotive Applications, BC 420, 40 durometer hardness unless otherwise indicated. B. Neoprene Sponge: Sponge shall be neoprene, closed-cell, expanded, conforming to ASTM D 1056 – Flexible Cellular Materials – Sponge or Expanded Rubber, type 2C5-E1. C. Joint Filler City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 8 of 12 April 2021 1. Joint filler for expansion joints in waterholding structures shall be neoprene conforming to ASTM D 1056, Type 2C5-E1. 2. Joint filler material in other locations shall be of the preformed non-extruding type, constructed of cellular neoprene sponge rubber or polyurethane of firm texture. Bituminous fiber type will not be permitted. Non-extruding and resilient-type preformed expansion joint fillers shall conform to the requirements and tests set forth in ASMT D 1752 – Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction, for Type I, except as otherwise indicated. 2.04 BACKING ROD A. Backing rod shall be an extruded closed-cell, polyethylene foam rod. The material shall be compatible with the joint sealant material and shall have a tensile strength of not less than 40 psi and a compression deflection of approximately 25 percent at 8 psi. The rod shall be 1/8- inch larger in diameter than the joint width except that a one-inch diameter rod shall be used for a ¾-inch wide joint. 2.05 SLIP DOWELS A. Slip dowels in joints shall be smooth epoxy-coated bars conforming to ASTM A 775 – Epoxy Coated Reinforcing Steel Bars. 2.06 PVC TUBING A. PVC tubing in joints shall be SDR 13.5, conforming to ASTM D 2241 – Poly (Vinyl Chloride) (PVC) Pressure-Rated Pipe (SDR Series) PART 3 -EXECUTION 3.01 GENERAL A. Waterstops shall be embedded in the concrete across joints as indicated. Waterstops shall be fully continuous for the extent of the joint. Splices necessary to provide such continuity shall conform to printed instructions of manufacturer of the waterstops. The Contractor shall take suitable precautions and provide means to support and protect the waterstops during the progress of the Work and shall repair or replace at its own expense any waterstops damaged during progress. Waterstops shall be stored so as to permit free circulation of air around the waterstop material. B. When any waterstop is installed in the concrete on one side of a joint while the other portion of the waterstop remains exposed to the atmosphere for more than 2 Days, suitable precautions shall be taken to shade and protect the exposed waterstop from direct rays of the sun during the entire exposure time until the exposed portion of waterstop is embedded in concrete. 3.02 SPLICES IN PVC WATERSTOPS City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 9 of 12 April 2021 A. Splices in PVC waterstops shall be performed by heat sealing the adjacent waterstop sections in accordance with the manufacturer’s printed recommendations. It is essential that: 1. The material not be damaged by heat sealing. 2. The splices have a tensile strength of not less than 80 percent of the unspliced material. 3. The continuity of the waterstop ribs and of its tubular center axis be maintained. No edge welding is allowed. B. Butt joints of the ends of 2 identical waterstop sections may be made while the material is in the forms. C. Joints with waterstops involving more than 2 ends to be jointed together, sand joints that involve an angle cut, alignment change, or the joining of 2 dissimilar waterstop sections shall be prefabricated prior to placement in the forms, allowing not less than 24-inch long strips of waterstop material beyond the joint. Upon inspection and approval, such prefabricated waterstop joint assemblies shall be installed in the forms and the ends of the 24-inch strips shall be butt-welded to the straight run portions of waterstop in place in the forms. D. Where a centerbulb waterstop intersects and is jointed with a non-centerbulb waterstop, care shall be taken to seal the end of the centerbulb, using additional PVC material if needed. 3.03 JOINT CONSTRUCTION A. Setting Waterstops: In order to eliminate faulty installation that may result in joint leakage, particular care shall be taken of the correct positioning of the waterstops during installation. Adequate provisions must be made to support and anchor the waterstops during the progress of the Work and to insure proper embedment in the concrete. The symmetrical halves of the waterstops shall be equally divided between the concrete pours at the joints. The center axis of the waterstops shall be coincident with the joint openings. Thoroughly work the concrete in the vicinity of joints for maximum density and imperviousness. B. In placing waterstops in the forms, means shall be provided to prevent them from being folded over by the concrete as it is placed. Waterstops shall be held in place with light wire ties on 12-inch centers which shall be passed through hog rings at the edge of the waterstop and tied to the curtain of reinforcing steel. Horizontal waterstops, with their flat face in a vertical plane, shall be held in place with continuous supports to which the top edge of the waterstop shall be tacked. In placing concrete around horizontal waterstops with their flat face in a horizontal plane, concrete shall be worked under the waterstops by hand so as to avoid the formation of air and rock pockets. C. In placing centerbulb waterstops in expansions joints, the centerbulb shall be centered on the joint filler material. City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 10 of 12 April 2021 D. Waterstop in vertical wall joints shall stop 6-inches from the top of the wall where such waterstop does not connect with any other waterstop and is not to be connected to a future concrete placement. E. Joint Location: Construction joints and other types of joints shall be provided where indicated. If not indicated, construction joints shall be provided at 25-foot maximum spacing. Where joints are indicated spaced greater than 40-feet apart, additional joints shall be provided to maintain the 25-foot maximum spacing. The location of joints, regardless of type, shall be submitted for acceptance by the Engineer. F. Joint Preparation: Special care shall be used in preparing concrete surfaces at joints where bonding between 2 sections of concrete is required. Unless otherwise indicated, such bonding will be required at every horizontal joint in walls. Surfaces shall be prepared in accordance with Section 03300 – Cast-in-Place Concrete. G. Retrofit Joint Preparation: Existing surfaces to receive a retrofit waterstop shall be clean and free from any loose or foreign material. Surface shall be given a light sandblast or hydroblast finish to 1/8-inch amplitude prior to application of epoxy and waterstop. H. Construction Joint Sealant: Construction joints in water-bearing floor slabs and elsewhere as indicated shall be provided with tapered grooves which shall be filled with a construction joint sealant. The material used to form the tapered grooves shall be left in the grooves until just before the grooves are cleaned and filled with joint sealant. After removing the forms from the grooves, laitance and fins shall be removed, and the grooves shall be sand blasted. The grooves shall be allowed to thoroughly dry, after which they shall be blown out and immediately thereafter they shall be primed and filled with the construction joint sealant. The primer shall be furnished by the sealant manufacturer. No sealant shall be used without a primer. Care shall be used to completely fill the sealant grooves. Areas designated to receive a sealant fillet shall be thoroughly cleaned as outlined for the tapered grooves prior to application of the sealant. I. The primer and sealant shall be placed strictly in accordance with the printed recommendations of the manufacturer, taking special care to properly mix the sealant prior to the application. The sides of the sealant groove shall not be coated with bond breaker, curing compound, or any other substance which would interfere with proper bonding of the sealant. Sealant shall achieve final cure at least 7 Days before the structure is filled with water. J. Sealant shall be installed by a competent waterproofing specialty contractor that has a successful record of performance in similar installations. K. Thorough, uniform mixing of 2 part, catalyst-cured materials is essential; special care shall be taken to properly mix the sealer before its application. Before any sealer is placed, the Contractor shall arrange to have the crew doing the Work carefully instructed on the proper method of mixing and application by a representative of the sealant manufacturer. L. Any joint sealant that fails to fully and properly cure after the manufacturer’s recommended curing time for the conditions of the Work shall be completely removed; the groove shall be City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 11 of 12 April 2021 thoroughly sandblasted to remove traces of the uncured or partially cured sealant and primer. The groove shall be re-sealed with the indicated joint sealant. Costs of such removal, joint treatment, re-sealing, and appurtenant Work shall be the Contractor’s responsibility as part of the Work. M. Hydrophilic Workshop 1. Where a hydrophilic waterstop is called for in the Contact Documents, it shall be installed per the manufacturer’s instructions and recommendations except as modified herein. 2. When requested by the Engineer, the Contractor shall arrange for the manufacturer to furnish technical assistance in the field. 3. Hydrophilic waterstop shall only be used where complete confinement by concrete is provided. Hydrophilic waterstop shall not be used in expansion or contraction joints nor in the first 6-inches of any non-intersecting joint. 4. They hydrophilic waterstop shall be located as near as possible to the center of the joint, and it shall be continuous around the entire joint. The minimum distance from the edge of the waterstop to the face of the member shall be 5-inches. 5. Where the thickness of the concrete member to be placed on the hydrophilic waterstop is less than 12-inches, the waterstop shall be placed in grooves formed or ground into the concrete. The groove shall be at least ¾-inch deep and 1-1/4 inches wide. When placed in the groove, the minimum distance from the edge of the waterstop to the face of the member shall be 2-1/2 inches. 6. Where a hydrophilic waterstop is used in combination with PVC waterstop, the hydrophilic waterstop shall overlap the PVC waterstop for a minimum of 6-inches and shall be adhered to PVC waterstop by a single component water-swelling sealant as recommended by manufacturer. 7. The hydrophilic waterstop shall not be installed where the air temperature falls outside the manufacturer’s recommended range. 8. The concrete surface under the hydrophilic waterstop shall be smooth and uniform. The concrete shall be ground smooth if needed. Alternately, the hydrophilic waterstop shall be bonded to the surface using an epoxy grout that completely fills voids and irregularities beneath the waterstop material. Prior to installation, the concrete surface shall be wire brushed to remove any laitance or other materials that may interfere with the bonding epoxy. 9. The hydrophilic waterstop shall be secured in place with concrete nails and washers at 12- inch maximum spacing. This shall be in addition to the adhesive recommended by the manufacturer. City of Lubbock SECTION 03290 Low Pressure Supply Line Lining Joints in Concrete KHA No. 063126034 Page 12 of 12 April 2021 N. Retrofit Waterstop: Retrofit waterstops shall be set in a bed of epoxy over a sandblasted surface with stainless steel batten bars and ¼-inch diameter stainless steel anchors at 6-inches on center, staggered, and in accordance with the manufacturer’s written recommendations. END OF THIS SECTION City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 1 of 14 April 2021 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes, but is not limited to castin place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Castinplace concrete includes but is not limited to the following: 1. Concrete Riprap. 2. Sign anchors. 3. ADA ramps. 4. Illumination pole foundations. 5. Headwalls, wingwalls, and aprons. 6. Utility encasements. 7. Castinplace manhole bases and manhole riser supports at pipe tee locations. C. Concrete for pavement, sidewalk, curb and gutter, driveways, and alleys shall meet the City of Lubbock Specifications. 1.3 SUBMITTALS A. Submit product data in accordance with Section 01330 – Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete mix. D. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. Include special reinforcing required for openings through concrete structures. E. Laboratory test reports for concrete materials and mix design test. F. Formwork shop drawings: Prepared by or under supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of formwork. Design and Engineering of formwork are Contractor’s responsibility. G. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork, shoring removal and installing and removing reshoring. City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 2 of 14 April 2021 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 4. American Concrete Institute (ACI) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACI) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, “Specifications for Tolerances for Concrete Construction and Materials.” B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material evaluation tests and to design concrete mixes. Agency shall be qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated. 1. Personnel conducting field test shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP1 or an equivalent certification program. C. Materials and installed Work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this project and whose work has resulted in construction with a record of successful inservice performance. E. Manufacturer Qualifications: A firm experienced in manufacturing readymixed concrete products complying with ASTM C 94, “Requirements for Production Facilities and Equipment.” 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. PART 2 -PRODUCTS 2.1 FORM MATERIALS A. Refer to City of Lubbock Specifications 2.2 REINFORCING MATERIALS A. Refer to City of Lubbock Specifications 2.3 CONCRETE MATERIALS City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 3 of 14 April 2021 A. Portland Cement: Refer to City of Lubbock Specifications B. Water: Refer to City of Lubbock Specifications E. Admixtures, General: Provide concrete admixtures that contain not more than 0.1 percent chloride ions. F. AirEntraining Admixture: Refer to City of Lubbock Specifications G. WaterReducing Admixture: Refer to City of Lubbock Specifications H. HighRange WaterReducing Admixture: Refer to City of Lubbock Specifications I. WaterReducing, Accelerating Admixture: Refer to City of Lubbock Specifications J. WaterReducing, Retarding Admixture: Refer to City of Lubbock Specifications K. Water Proofing Admixture: Refer to City of Lubbock Specifications 2.4 CURING COMPOUND A. Liquidtype membraneforming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 2.5 RELATED MATERIALS A. Dovetail Anchor Slots: Hotdip galvanized sheet steel, not less than 0.0336 inch thick with bent tab anchors. Fill slot with temporary filler or cover face opening to prevent intrusion of concrete or debris. B. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. C. Liquid MembraneForming Curing Compound: Liquidtype membraneforming curing compound complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 lb/sq.yd. when applied at 200 sq. ft./gal. D. Bonding Agent: Polyvinyl acetate or acrylic base. E. Epoxy Adhesive: ASTM C 881, twocomponent material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.6 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. 1. Do not use the same testing agency as Owner for field quality control testing. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by Engineer. Do not submit mix designs for other projects or that are over 60 days of age. Do not submit concrete cylinder strength reports from other projects that are older than 45 days, or that are not of the proposed mix design. City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 4 of 14 April 2021 C. Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: 1. 3000 psi, 28day compressive strength. 2. Type I cement. 3. Fly Ash: Allow up to 30% of cementitious material. 4. Minimum Slump: 4 inches. 5. Maximum Slump: 6 inches. 6. Maximum Water Cementitious Water Ratio: .55. 7. Add airentraining admixture at manufacturer’s prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. D. Water related structures mix design: Provide normal weight concrete with the following properties: 1. 4500 psi, 28day compressive strength. 2. Type I cement 3. Fly Ash: 30% of total cementitious weight. 4. Minimum slump: 6 inches 5. Maximum slump: 8 inches 6. Maximum water cementitious material ratio: .40 7. Add airentraining admixture at manufacturer’s prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. 8. Water proofing admixture. E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in Work. 2.7 ADMIXTURES A. Use waterreducing admixture or highrange waterreducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg Fahrenheit. C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. D. Use waterreducing admixture in pumped concrete, concrete required to be water tight, and concrete with a water cementitious materials ratio below 0.50. E. Limit watersoluble, chloride ion content in hardened concrete to 0.15 percent by weight of cement. 2.8 CONCRETE MIXING A. ReadyMixed Concrete: Comply with requirements of ASTM C 94, and as specified. City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 5 of 14 April 2021 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 11/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 -EXECUTION 3.1 GENERAL A. Coordinate the installation of joint materials, vapor retarder, and other related materials with placement of forms and reinforcing steel. Before concrete placement operations begin, the substrate shall be fully prepared. Contractor shall be responsible for verifying that all work which will be embedded is complete and necessary inspections have been performed. Pour stops or bulkheads shall be in place and reinforcement shall be secured in proper location. 3.2 FORMS A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 347 limits: 1. Provide Class A tolerances for concrete surfaces exposed to view. 2. Provide Class C tolerances for other concrete surfaces. B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent cement paste from leaking. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. D. Provide temporary openings for cleanouts and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 6 of 14 April 2021 G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified. 1. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Engineer. D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Do not weld reinforcing bars unless specifically shown. Where shown on the plans, comply with AWS D1.4. Bars to be welded shall conform to ASTM A706. 3.4 JOINTS A. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. B. Provide keyways at least 11/2 inches deep in construction joints in walls and slabs and between walls and footings. Bulkheads designed and accepted for this purpose may be used for slabs. C. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints except as indicated otherwise. Do not continue reinforcement through sides of strip placements. D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of work. Field fabricate joints in waterstops according to manufacturer’s printed instructions. City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 7 of 14 April 2021 F. Isolation Joints in SlabsonGrade: Construct isolation joints in slabsongrade at points of contact between slabsongrade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. G. Contraction (Control) Joints in SlabsonGrade: Construct contraction joints in slabsongrade to form panels of patterns as shown. 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by castinplace concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. B. Install dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strikeoff templates or compactingtype screeds. D. Ends of storm sewer pipe to be embedded in castinplace walls shall be in place prior to setting formwork and reinforcement, floor slab inclusive. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, nonresidual, lowVOC, formcoating compound before placing reinforcement. B. Do not allow excess formcoating material to accumulate in forms or come into contact with inplace concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. 1. Coat steel forms with a nonstaining, rustpreventative material. Ruststained steel formwork is not acceptable. 3.7 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 8 of 14 April 2021 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by handspading, rodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into corners. 2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in proper position on chairs during concrete placement. F. ColdWeather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. HotWeather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305R and as specified. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with watersoaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or dry areas. 4. Use waterreducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to Engineer. I. Water may be added to the concrete at the project site, subject to the following conditions: City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 9 of 14 April 2021 1. Truck tickets indicate maximum amount of water that can be added without exceeding the maximum specified water/cement ratio. 2. Water is added in a manner to control volume added. 3. Concrete is properly remixed after addition of water. 4. Inspector is notified, if concrete placement requires inspection. 5. Site added water should be done prior to taking concrete samples for testing. 6. Do not add water to concrete after adding high range waterreducing admixtures to mix. 3.8 FINISHING FORMED SURFACES A. RoughFormed Finish: Provide a roughformed finish on formed concrete surfaces not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by formfacing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off. B. SmoothFormed Finish: Provide a smoothformed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or another similar system. This is an ascast concrete surface obtained with selected formfacing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. C. SmoothRubbed Finish: Provide smoothrubbed finish on scheduled concrete surfaces that have received smoothformed finish treatment not later than 1 day after form removal. 1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strikeoff smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.9 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as specified; slab surfaces to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sandbed terrazzo; and where indicated. 1. After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating, using float blades or float shoes only, when surface water has disappeared, or when concrete has stiffened sufficiently to permit operation of powerdriven floats, or both. Consolidate surface with powerdriven floats or by handfloating if area is small or inaccessible to power units. Finish surfaces to City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 10 of 14 April 2021 tolerances of F(F) 18 (floor flatness) and F(L) 15 (floor levelness) measured according to ASTM E 1155 . Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. 2. Remove any efflorescence as soon as feasible after its appearance. If the efflorescence hardens, then remove with a mild detergent or a mild acid cleaner. B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or another thin filmfinish coating system. 1. After floating, begin first trowelfinish operation using a powerdriven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final handtroweling operation, free of trowel marks, uniform in texture and appearance, and finish surfaces to tolerances of F(F) 20 (floor flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1155. Grind smooth any surface defects that would telegraph through applied floor covering system. C. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen concrete surface by brooming with fiberbristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with inplace construction. Provide other miscellaneous concrete filling shown or required to complete Work. 3.11 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporationcontrol material. Apply according to manufacturer's instructions after screeding and bull floating, but before power floating and troweling. B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. C. Curing Methods: Cure concrete by curing compound, and moistureretaining cover curing. D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: 1. Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 1 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray. Recoat areas subjected to rainfall City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 11 of 14 April 2021 within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.12 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by formremoval operations, and provided curing and protection operations are maintained. 3.13 REUSING FORMS A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged formfacing material will not be acceptable for exposed surfaces. Apply new formcoating compound as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to Engineer. 3.14 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removing forms, when acceptable to Engineer. B. Mix drypack mortar, consisting of one part portland cement to 21/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. 1. Cut out honeycombs, rock pockets, voids over 1/4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brushcoat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried. 2. For surfaces exposed to view, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strikeoff slightly higher than surrounding surface. C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes and fill with drypack mortar or precast cement cone plugs secured in place with bonding agent. 1. Repair concealed formed surfaces, where possible, containing defects that affect the concrete's durability. If defects cannot be repaired, remove and replace the concrete. City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 12 of 14 April 2021 D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope. 1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to the reinforcement or completely through nonreinforced sections regardless of width, spalling, popouts, honeycombs, rock pockets, and other objectionable conditions. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may be used when acceptable to Engineer. 4. Repair defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. E. Repair isolated random cracks and single holes 1 inch or less in diameter by drypack method. Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding compound. Place drypack before bonding agent has dried. Compact drypack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. If random cracks and single holes indicate weeping and leakage under adjacent hydrostatic head, seal with Avanti International Scotch Seal 5600 urethane, wateractivated grout prior to dry packing. F. Perform structural repairs with prior approval of Engineer for method and procedure, using specified epoxy adhesive and mortar. G. Repair methods not specified above may be used, subject to acceptance of Engineer. 3.15 HYDRAULIC LEAKAGE REPAIR A. Joints, embedments and penetrations that exhibit leakage or weeping when under adjacent hydrostatic pressure shall be sealed with Avanti International Scotch Seal 5600 wateractivated urethane grout. Procedures and surface finish over urethane grout shall be as approved by the Engineer. 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Sampling and testing for quality control during concrete placement shall be performed by Contractor as follows: City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 13 of 14 April 2021 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. a. Slump: ASTM C 143; one test at point of discharge for each day's pour of each type of concrete; additional tests when concrete consistency seems to have changed. One test for each set of compressive strength cylinders cast. b. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete; ASTM C 231, pressure method for normal weight concrete; one for each day's pour of each type of airentrained concrete. c. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below, when 80 deg F and above, and one test for each set of compressivestrength specimens. One test for each set of compressive strength cylinders cast. d. Compression Test Specimen: ASTM C 31; one set of four standard cylinders for each compressivestrength test, unless otherwise directed. Mold and store cylinders for laboratorycured test specimens except when fieldcured test specimens are required. e. CompressiveStrength Tests: ASTM C 39; one set for each day's pour exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 2. When frequency of testing will provide fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used. 3. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi. B. Test results will be reported in writing to Engineer, readymix producer, and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7day tests and 28day tests. C. Additional Tests: The Contractor will make additional tests of inplace concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. The Owner may require the Contractor to conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. D. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: City of Lubbock SECTION 03300 Low Pressure Supply Line Lining Cast-In-Place Concrete KHA No. 063126034 Page 14 of 14 April 2021 a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders are not representative of concrete inplace in the structure; or c. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders for day’s concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the structure, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the structure. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. c. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified strength. END OF SECTION City of Lubbock SECTION 03360 Low Pressure Supply Line Lining Contact Grouting KHA No. 063126034 Page 1 of 6 April 2021 PART 1 -GENERAL 1.01 SUMMARY A. Section Includes 1. This Section includes requirements for contact grouting of all voids, created due to overexcavation or encountered outside the jacking pipe, after hand tunneling, around shafts as necessary to prevent surface settlements, and for abandonment grouting of boreholes for subsurface monitoring points after completion of hand tunneling. B. Related Specification Sections include but are not necessarily limited to 1. Drawings and general conditions of the Contract, including Special Conditions, apply to work of this section. 2. Division 1 – General Requirements 3. Section 02314 – Hand Tunneling 4. Section 02445 – Settlement Monitoring 1.02 REFERENCES A. The publications listed below form a part of this Specification to the extent referenced. Where conflicts between these specifications and the referenced Specification, code or standard occur, the more restrictive specification shall govern. The publications are referenced in the text by basic designation only. Where a date is given for referenced standards, that edition shall be used. Where no date is given for referenced standards, the latest edition available on the date of issue of contract documents shall be used. B. American Society for Testing and Materials (ASTM) 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 3. C109 - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (using 2-inch or 50-mm cube specimens). 4. C150 - Standard Specification for Portland Cement. 5. C937 - Standard Specification for Grout Fluidifier for Preplaced-Aggregate Concrete. 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery. C. Review and acceptance of the Contractor submittals by the Engineer shall not be construed in any way as relieving the Contractor of its responsibility under this Contract. City of Lubbock SECTION 03360 Low Pressure Supply Line Lining Contact Grouting KHA No. 063126034 Page 2 of 6 April 2021 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Grout mix details including: a. Proportions b. Admixtures including: i. Manufacturer’s literature ii. Laboratory test data verifying the strength of the proposed grout mix iii. Proposed grout densities iv. Viscosity v. Initial set time of grout 1. Data for these requirements shall be derived from trial batches from an approved testing laboratory. 2. Submit a minimum of 3 other similar projects where the proposed grout mix design was used. 3. Contact Grouting Work Plan and Methods including: a. Grouting methods b. Details of equipment c. Grouting procedures and sequences including: i. Injection methods ii. Injection pressures iii. Monitoring and recording equipment iv. Pressure gauge calibration data v. Materials vi. Method of transporting grouting equipment and materials within the pipe vii.Provisions to protect interior of pipe and shaft supports 4. Grout mix 5. Submit anticipated volumes of grout to be pumped for each application and reach grouted. B. Test and Evaluation Reports 1. Maintain and submit daily logs of grouting operations, including grouting locations, pressures, volumes, grout mix, and time of pumping. Note any problems or unusual observations on logs. a. Daily logs shall be submitted within one work day. 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE A. Preconstruction Testing 1. Grout Strength Tests: a. Prepare samples for 24-hour and 28-day compressive strength tests according to ASTM C 31 for cylinders or ASTM C 109 for cubes. b. Cylinder molds shall be at least two inches in diameter and four inches long. City of Lubbock SECTION 03360 Low Pressure Supply Line Lining Contact Grouting KHA No. 063126034 Page 3 of 6 April 2021 c. Grout cubes shall be either two inches or 50 millimeters square. d. Test samples according to ASTM C 39 or C 109 as applicable. e. Grout for the cylinders or cubes shall be taken from the nozzle of the grout injection line. f. Provide at least one set of four (4) samples for each 250 cubic feet of grout injected but not less than one set for each grouting shift, unless directed otherwise by the Engineer. 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.01 GROUT A. Description 1. Contact grout shall be used to fill any voids caused by overexcavation or encountered outside the jacking pipe, to fill any voids caused or encountered outside of shafts, and for abandonment or subsurface monitoring point boreholes. B. Performance/Design Criteria 1. Grout Mixes a. Develop one or more grout mixes designed to completely fill voids outside the pipe and to provide acceptable strength. All grout mix proportions shall be subject to review and acceptance by the Engineer. 2. Grout Composition a. Comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine sand with sufficient water added to provide a free flowing slurry. If desired to maintain solids in the mixture in suspension, one cubic foot of commercial grade bentonite may be added to each 12-15 cubic feet of slurry. 3. Compressive Strength a. The grout shall reach a minimum strength of 10 psi in 24 hours, 50 psi in 28 days. The maximum strength of grout injected at shaft entry and exit locations for pipejacking or microtunneling machines shall be compatible with excavation capabilities of the pipejacking or microtunneling machines. C. Materials 1. Cement a. Cement shall be Type II or Type V Portland cement conforming to ASTM C 150. i. Type II cement shall meet Table 4 false set requirements of ASTM C 150. b. Fly ash will not be allowed as a cement substitute. 2. Sand a. Natural, washed and screened sand having clean, hard, strong, durable, uncoated grains complying with the requirements of ASTM C 33. City of Lubbock SECTION 03360 Low Pressure Supply Line Lining Contact Grouting KHA No. 063126034 Page 4 of 6 April 2021 b. The sand shall generally be of such size that all will pass a 3/8” sieve, at least 95% passing a 1/4” screen and at least 80% passing a No. 8 sieve. c. Aggregate shall not contain strong alkali, or organic material which gives a color darker than the standard color when tested in accordance with ASTM C 40. 3. Bentonite a. Bentonite shall be a commercially processed powdered bentonite, Wyoming type, such as Baroid, Imacco-gel, Black Hills, or equal. 4. Admixtures a. Other admixtures may be used subject to the written approval of the Engineer to improve the pumpability, to control set time, to hold sand in suspension, and to prevent segregation and bleeding. PART 3 -EXECUTION 3.01 GENERAL A. The Contractor shall use contact grouting to fill any voids caused by overexcavation or encountered during the tunneling work. 1. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. B. The Contractor shall use contact grouting to fill any voids caused or encountered during shaft construction that could lead to shaft movements during tunneling, or that could lead to settlement and damage of installed pipe, surface features, or subsurface utilities. C. The Contractor shall use contact grouting to fill and abandon boreholes for subsurface monitoring points. D. All grouting operations are to be performed in the presence of the Engineer. Notify the Engineer at least 24 hours in advance of starting contact grouting operations. E. The Contractor shall take care to prevent the spill or escape of grout to the ground surface, into any water body, or into any sanitary or storm sewer. Any such spill shall be immediately contained and cleaned up by the Contractor at no additional cost to the Owner. F. During grouting work, provide for adequate disposal of all waste and wastewater. Remove and properly dispose of all waste grout resulting from grouting operations. The contents of grout lines shall not be discharged into the shafts or pipes. 3.02 EQUIPMENT A. Equipment for mixing and injecting grout shall be adequate to satisfactorily mix and agitate the grout and force it into the grout holes, in a continuous flow at the desired pressure. 1. Pumps shall be capable of continuously developing a sustained pressure of 15 pounds per square inch above groundwater pressure at the grout hole connection. City of Lubbock SECTION 03360 Low Pressure Supply Line Lining Contact Grouting KHA No. 063126034 Page 5 of 6 April 2021 B. Two pressure gauges shall be provided, one at the grout pump and one at the collar of each hole being grouted. The accuracy of the gauges shall be periodically checked with an accurately calibrated pressure gauge. 1. A minimum of two (2) spare pressure gauges shall be available on site at all times. C. The grouting equipment shall be provided with a meter to determine the volume of grout injected. The meter shall be calibrated in cubic feet to the nearest one-tenth of a cubic foot. D. The grouting equipment shall be maintained in satisfactory operating condition throughout the course of the work to ensure continuous and efficient performance during grouting operations. E. Suitable stop valves shall be provided at the collar of each pipe grout port or hole for use in maintaining pressure as required until the grout has set. F. Grout hoses shall have an inside diameter not less than 1-1/4 inches and capable of withstanding the maximum water and grout pressures to be used. 3.03 MIXING AND INJECTION OF GROUT A. All materials shall be free of lumps when put into the mixer and the grout mix shall be constantly agitated. Grout shall flow unimpeded and shall completely fill all voids. 1. Grout not injected after 90 minutes of mixing shall be wasted. B. The grouting process shall be operated and controlled so that the grout will be delivered uniformly and steadily. C. Recirculate grout mixes when any new mix is batched or after adding water or sand to mix. Recirculate mix for at least two (2) minutes prior to pumping grout into the grout port. D. In general, grouting will be considered complete when less than one cubic foot of grout of the accepted mix and consistency can be pumped in five (5) minutes under the specified maximum pressure. After the grouting is finished, the valve shall be closed before the grout header is removed and remain closed until grout has set. E. The maximum sustained grouting pressure shall be 15 pounds per square inch (psi) or one-half (1/2) psi per foot of earth cover above groundwater pressure, whichever is less, at the grout hole collar connection unless otherwise approved in writing by the Engineer. 3.04 GROUTING OUTSIDE OF TUNNELS A. Commence contact grouting outside of the steel casing pipe within 24 hours of the completion of each tunneling drive performed in accordance with Section 02310 – Guided Auger Boring. City of Lubbock SECTION 03360 Low Pressure Supply Line Lining Contact Grouting KHA No. 063126034 Page 6 of 6 April 2021 B. Inject grout through the pipe grout connections in such a manner as to completely fill all voids outside the liner plate resulting from overexcavation, or encountered, during tunneling operations. 1. Grout pressure shall be controlled so as to avoid damaging the liner plate and to avoid movement of the surrounding ground or improvements. 2. Install pressure grouting through grout fittings for the steel casing pipe 48-inches in diameter or larger. a. Grout fittings shall be fabricated into tunnel liner plate at a maximum spacing of 6 feet. b. Remove and plug grout fittings after pressure grouting. c. Pipe grout fittings shall be sealed with corrosion resistant screw type plugs upon completion of grouting. Dry pack mortar shall be used to fill any recesses, and to provide a smooth surface. C. Damaged or collapsed liner plate shall be replaced by Contractor if damage was caused by Contractor’s excessive grouting pressures. 1. No additional cost shall be paid to the Contractor by the Owner and no schedule extension shall be granted. D. Install pressure grout from the low end for all crossings where grout fittings are not used. 1. Seal the low end and pressure grout until grout is extruded from the opposite end. END OF SECTION City of Lubbock SECTION 03413 Low Pressure Supply Line Lining Controlled Low Strength Material KHA No. 063126034 Page 1 of 5 April 2021 PART 1 - GENERAL 1.01 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill. B. Related Sections include the following: 1. Drawings and general conditions of the Contract, including Special Conditions, apply to work of this section. 2. Division 1 – General Requirements 1.02 REFERENCES A. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. B. American Society for Testing and Materials International (ASTM): 1. C 31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C 33 - Standard Specification for Concrete Aggregates. 3. C 39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C 143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C 231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C 260 - Standard Specification for Air-Entraining Admixtures for Concrete. 7. C 618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 8. D 1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lb/ft3). 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01340. B. All submittals shall be approved by the Engineer or the Owner prior to delivery. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit data completely describing products. B. Shop Drawings 1. Submit full details, including mix design calculations for mix proposed for use. City of Lubbock SECTION 03413 Low Pressure Supply Line Lining Controlled Low Strength Material KHA No. 063126034 Page 2 of 5 April 2021 C. Test and Evaluation Reports 1. Sieve analysis a. Submit sieve analyses of fine and coarse aggregates being used. Resubmit at any time there is a significant change in grading of materials. 2. Trial batch test data a. Submit data for each test cylinder. b. Submit data that identifies mix and slump for each test cylinder. 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE [NOT USED] 1.09 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.01 MATERIALS A. Performance/Design Criteria 1. Total calculated air content a. Not less than 8.0 percent or greater than 12.0 percent. 2. Minimum unconfined compressive strength a. Not less than 50 pounds per square inch measured at 28 days. 3. Maximum unconfined compressive strength a. Not greater than 150 pounds per square inch measured at 28 days. b. The long-term strength (90 days) shall be limited to 200 psi such that material could be re-excavated with conventional excavation equipment in the future if necessary. 4. Wet density a. No greater than 132 pounds per cubic foot. 5. Color a. No coloration required unless noted. b. Submit dye or other coloration means for approval. B. Materials 1. Portland cement a. Type II low alkali portland cement as specified in the plans. 2. Fly ash a. Class F fly ash in accordance with ASTM C 618. 3. Admixture a. Air entraining admixture in accordance with ASTM C 260. 4. Fine aggregate City of Lubbock SECTION 03413 Low Pressure Supply Line Lining Controlled Low Strength Material KHA No. 063126034 Page 3 of 5 April 2021 a. Concrete sand (does not need to be in accordance with ASTM C 33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve c. No plastic fines shall be present. 5. Coarse aggregate a. Pea gravel no larger than 3/8 inch. C. Mixes 1. Suggested design mix: Material Weight Specific Gravity Absolute Volume Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 280 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces -2.70 TOTAL 3,543 pounds -27.00 PART 3 - EXECUTION 3.01 PRE-CONSTRUCTION TESTING A. Preparing Trial Batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. B. Trial Batch Test Cylinders 1. Prepare test cylinders in accordance with ASTM C 31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c. Strike off the excess material. 2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. City of Lubbock SECTION 03413 Low Pressure Supply Line Lining Controlled Low Strength Material KHA No. 063126034 Page 4 of 5 April 2021 C. Compression Testing 1. Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C 39 except as modified herein: a. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but shall not exceed maximum compression strength. b. If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. c. All the trial batches and acceptability of materials shall be paid in accordance with the Supplementary Conditions. d. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. D. Slump Testing 1. Determine slump in accordance with ASTM C 143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in one semi-continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. 3.02 INSTALLATION A. Prior to placement, soils located below controlled low strength material placement shall be scarified to a depth of 8 inches, uniform moisture conditioned to or above the optimum moisture content, and compacted to a minimum of 95 percent relative compaction in accordance with ASTM D 1557 at the direction of the Engineer. B. Place controlled low strength material by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within plus or minus 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. City of Lubbock SECTION 03413 Low Pressure Supply Line Lining Controlled Low Strength Material KHA No. 063126034 Page 5 of 5 April 2021 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 3.03 FIELD QUALITY CONTROL A. General: 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests: 1. During the progress of construction, the Owner will have tests made to determine whether the controlled low strength material, as being produced, complies with the requirements specified hereinbefore. Testing shall be in accordance with Supplementary Conditions. 2. Test cylinders: a. Prepare test cylinders in accordance with ASTM C 31 with the following exceptions: 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. 1) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. Not less than 3 cylinder specimens will be tested for each 150 cubic yards of controlled low strength material and not less than 3 specimens for each half day's placement: a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C 39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but shall not exceed maximum compression strength. END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 09905 Low Pressure Supply Line Lining Piping and Equipment Painting KHA No. 063126034 Page 1 of 11 April 2021 PART 1 - GENERAL 1.01 SUMMARY A.Section Includes 1.Furnish all labor, materials, tools and equipment required for painting of piping and equipment which are to receive finish as indicated in the schedule. This section applies to mechanical piping, valves, fittings, and electrical equipment. B.Related Specification Sections include but are not necessarily limited to 1.Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2.Division 1 - General Requirements. 1.02 REFERENCES A.Reference Standards 1.Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. a.Steel Structures Painting Council (SSPC) 1.03 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.04 SUBMITTALS A.Submittals shall be in accordance with Section 01340. B.All submittals shall be approved by the Engineer or the Owner prior to delivery and/or fabrication for specials. 1.05 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A.Product Data 1.For each paint system used herein, furnish a Paint System Data Sheet (PSDS), Technical Data Sheets, and paint colors available (where applicable) for each product used in the paint system, except for products applied by equipment manufacturers. A sample PSDS form is appended at the end of this Section. 2.The Contractor shall also provide copies of the paint system submittals to the coating applicator. 3.Indiscriminate submittal of manufacturer's literature only is not acceptable. B.Shop Drawings 1.Submit samples of finish for approval by Engineer. C.Certificates 1.Where ANSI/NSF Standard 60 and 61 approval is required, submit ANSI/NSF certification letter for each coating in the system indicating product application limits on size of tank or piping, dry film thickness, number of coats, specific product tested, colors certified, and approved additives. D.Test and Evaluation Reports 1.Provide TCLP test data for lead and other regulated heavy metals in non-recyclable, slag type abrasive blast media to be used on the Project. Acceptable abrasive test data shall indicate the abrasive manufacturer, location of manufacture, and media gradation and City of Lubbock SECTION 09905 Low Pressure Supply Line Lining Piping and Equipment Painting KHA No. 063126034 Page 2 of 11 April 2021 type. Surface preparation will not be permitted to begin until acceptable test data has been submitted. E.Source Quality Control Submittals 1.Applicator's Experience: List of references substantiating the requirements as specified. 2.Factory Applied Coatings: Manufacturer's certification stating factory applied coating systems meets or exceeds requirements specified herein. 3.If the manufacturer of finish coating differs from that of shop primer, provide both manufacturers’ written confirmation that materials are compatible. 1.06 CLOSEOUT SUBMITTALS [NOT USED] 1.07 MAINTANENCE MATERIAL SUBMITTALS [NOT USED] 1.08 QUALITY ASSURANCE A.Qualifications 1.Manufacturers a.The paint manufacturer shall provide a representative to visit the jobsite at intervals during surface preparation and painting as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions and the Contract Documents, and as may be necessary to resolve field problems attributable to, or associated with, the manufacturer's products furnished under this Contract. 2.Applicators a.Minimum of 5 years practical experience in application of specified products. Submit a list of recent projects and names of references for those projects. The Engineer will waive the requirement for 5 years’ experience, when at the discretion of the Engineer, the applicators’ experience and capabilities meet the intent of the experience requirement. B.Inspection 1.Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of paint manufacturer whose product is to be applied. 2.Provide Engineer minimum 3 days' advance notice prior to start of surface preparation work or coating application work. 3.Inspection by the Engineer, or the waiver of inspection of any particular portion of the Work, shall not be construed to relieve the Contractor of responsibility to perform the Work in accordance with the Contract Documents. 1.09 DELIVERY, STORAGE, AND HANDLING A.Delivery and Acceptance Requirements 1.Deliver paint materials in sealed original labeled containers bearing manufacturers name, type of paint, brand name, color designation and instructions for mixing. 2.Provide adequate storage facilities at minimum ambient temperature of minimum 45° F to a maximum of 90° F in well-ventilated area. 3.Where precoated items are to be shipped to the jobsite, protect coating from damage. Batten coated items to prevent abrasion. City of Lubbock SECTION 09905 Low Pressure Supply Line Lining Piping and Equipment Painting KHA No. 063126034 Page 3 of 11 April 2021 4.Use nonmetallic or padded slings and straps in handling. 5.Items will be rejected for excessive damage. B.Storage and Handling Requirements 1.Store paints in a suitable protected area that is heated or cooled as required to maintain temperatures within the range recommended by the paint manufacturer. 1.10 FIELD CONDITIONS A.Environmental Requirements 1.Comply with manufacturer's recommendations as to environmental conditions under which coatings and systems can be applied. 2.Do not apply finish in areas where dust is being generated. 3.Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent or whenever surface temperature is less than 5 degrees F above the dew point of the ambient air. 4.Surface preparation power tools and blast equipment shall contain dust collection equipment that will prevent discharge of dust particles into the atmosphere when surface preparation work is located within enclosures or confined areas with electrical equipment, motors, instrumentation, or other equipment that may be damaged by airborne dust and particles. 1.11 WARRANTY A.Manufacturer Warranty 1.The Contractor and coating manufacturer shall jointly and severally warrant to the Owner and guarantee the Work under this Section against defective workmanship and materials for a period of 2 years commencing on the date of final acceptance of the Work. 2.A warranty inspection shall be conducted 1 month prior to expiration of the warranty period. Any defective Work discovered at this date shall be corrected by the Contractor in accordance with the Contract Documents at no additional cost to the Owner. Other corrective measures may be required during the 2 year warranty period. PART 2 - PRODUCTS 2.01 COATINGS A.Manufacturers 1.Tnemec Coatings 2.Sherwin-Williams B.Description 1.Regulatory Requirements a.Products shall meet federal, state, and local requirements limiting the emission of volatile organic compounds. b.Coatings shall be free of lead and lead compounds. C.Materials City of Lubbock SECTION 09905 Low Pressure Supply Line Lining Piping and Equipment Painting KHA No. 063126034 Page 4 of 11 April 2021 1.General a.Whenever a material is identified by reference to manufacturer's or vendors' names, trade names, catalog number or the like, it is so identified for the purpose of establishing a standard, and material of other manufacturers or vendors which will perform adequately the duties imposed by the general design will be considered acceptable provided the material so proposed is substituted under provisions of the General Provisions. It shall not be purchased or installed by the Contractor without the Engineer’s written approval. b.Materials Including Primer and Finish Coats shall be produced by same paint manufacturer. c.Thinners, Cleaners, Driers, and Other Additives may be used as recommended by paint manufacturer of the particular coating. Where coatings are required to meet ANSI/NSF Standard 60 and 61, addition of thinners, driers, and other paint additives not approved under the ANSI/NSF certification letter will not be permitted without written approval from the Engineer. 2.Products a.See Painting Schedule below. 3.Colors a.Provide as selected by the Owner or Engineer. Color for all piping in potable water system shall be TNEMEC Delft Blue. Provide custom color if required to match this color when coatings provided by another manufacturer. b.The Contractor shall submit for approval samples of each color and finish, with the name of the manufacturer made on the same materials on which each is to be used. Approved samples will form a standard for acceptance or rejection of completed work as to color and finish. Most colors will be the inter-mixes and let downs. Mix paints as required to obtain the color scheduled. PART 3 - EXECUTION 3.01 INSPECTION A.Inspection 1.Thoroughly examine surfaces scheduled to be painted prior to commencement of work. 2.The application of finishes shall be held to denote the acceptance of surfaces and conditions by the painter and he will be responsible for producing results reasonably to be expected under the specifications. Rooms shall be swept out before application of paint, and no sweeping shall be done in or adjacent to places where the paint has not had sufficient time to dry dust-free. 3.Check each coat for the correct milage. Do not make measurement before a minimum of 8 hours after application of the coating. B.Inspection Test Equipment 1.Provide a magnetic type or electronic dry film thickness gauge to test coating thickness specified in mils, as manufactured by: City of Lubbock SECTION 09905 Low Pressure Supply Line Lining Piping and Equipment Painting KHA No. 063126034 Page 5 of 11 April 2021 a.Nordson Corp., Anaheim, CA, Mikrotest. b.DeFelsko Corp., Anaheim, CA, Positector. c.Or equal 2.Provide an electrical holiday detector, low voltage, wet sponge type to test finish coatings less than 20 mils in thickness, except zinc primer, high-build elastomeric coatings, and galvanizing, for holidays and discontinuities as manufactured by: a.Tinker and Razor, San Gabriel, CA, Model M-1. b.Or equal. 3.02 REGULATORY REQUIREMENTS A.Protect workers and comply with applicable federal, state, and local air pollution and environmental regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, coating application and dust prevention including, but not limited to the following Acts, Regulations, Standards, and Guidelines: 1.Clean Air Act. 2.National Ambient Air Quality Standard. 3.Resource Conservation and Recovery Act (RCRA). B.Comply with applicable federal, state, and local regulations for confined space entry. C.Provide and operate equipment that meets explosion proof requirements. D.Perform painting in accordance with recommendations of the following: 1.Paint manufacturer's instructions. 2.NACE contained in the publication, Manual for Painter Safety. 3.03 DEHUMIDIFICATION A.Where weather conditions or Project requirements dictate, Contractor shall provide and operate dehumidification equipment to maintain environmental conditions suitable for abrasive blasting and coating application as specified. B.Contractor shall provide dehumidification equipment sized to maintain dew point temperature 5 degrees F or more below surface temperature of metal surfaces to be cleaned and painted. C.Cleaned metal surfaces shall be prevented from flash rusting throughout the Project duration, condensation or icing shall be prevented throughout surface preparation and coating application. D.Equipment size and power requirements shall be designed and operated by personnel trained in the operation and setup of dehumidification equipment based on Project requirements and anticipated weather conditions. City of Lubbock SECTION 09905 Low Pressure Supply Line Lining Piping and Equipment Painting KHA No. 063126034 Page 6 of 11 April 2021 E.If required, dehumidification equipment shall operate 24 hours per day and continuously throughout surface preparation and coating application. F.Daily maintenance requirements of the equipment shall be documented in writing and posted near the equipment for review by the Engineer. G.Reabrasion of flash rusted metal surfaces or removal of damaged coatings, as a result of equipment malfunction, shutdown, or other events that result in the loss of environmental control, will be at the sole expense of the Contractor. 3.04 VENTILATION AND ILLUMINATION A.Adequate illumination shall be provided while work is in progress. Whenever required by the inspector, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination for inspection purposes shall be determined by the inspector. B.Ventilation shall be used to control potential dust and hazardous conditions within confined areas. Ventilation flow rates shall be in accordance with OSHA regulations and as required to reduce air contamination to nonhazardous conditions. 3.05 PREPARATION OF SURFACES A.General 1.All metal surfaces to be painted shall be sound, clean and free of mill scale, rust, dust, dirt, oil, grease, moisture or any other foreign matter which might, in any way, lessen the life or usefulness of the coating. 2.All metal surfaces shall be washed with mineral spirits to remove any dirt or grease, before applying materials. Where rust or scale is present, it shall be wire brushed, or sandpapered clean before painting. Shop coats of paint that become marred shall be cleaned and touched up. 3.Metal shall also be smooth and free from blisters, rough corners, pits, dents, or other imperfections before painting. Pits and dents shall be filled and the metal ground smooth where required. 4.When called for in the specifications or recommended by the paint manufacturer, the latest revisions of the following surface preparation specifications of the Steel Structures Painting Council shall apply: a.Solvent Cleaning (SSPC-SP1): Removal of oil, grease, soil and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning or similar materials and methods which involve a solvent or cleaning action. b.Hand Tool Cleaning (SSPC-SP2): Removal of loose rust, loose mill scale and other detrimental foreign matter to degree specified by hand chipping, scraping, sanding and wire brushing. City of Lubbock SECTION 09905 Low Pressure Supply Line Lining Piping and Equipment Painting KHA No. 063126034 Page 7 of 11 April 2021 c.Power Tool Cleaning (SSPC-SP3): Removal of loose rust, loose mill scale and other detrimental foreign matter to degree specified by power wire brushing, power impact tools or power sanders. d.White Metal Blast Cleaning (SSPC-SP5): Blast cleaning to a gray-white uniform metallic color until each element of surface area is free of all visible residues. e.Commercial Blast cleaning (SSPC-SP6): Blast cleaning until at least two-thirds of each element of surface area is free of all visible residues from each square inch. f.Brush-Off blast Cleaning (SSPC-SP7): Blast cleaning to remove loose rust, loose mill scale and other detrimental foreign matter to degree specified. g.Near White Blast Cleaning (SSPC-SP10): Blast cleaning to nearly white metal cleanliness, until at least 95 percent of each element of surface area is free of all visible residues from each square inch. 5.When called for in the specifications or recommended by the paint manufacturer, the latest revisions of the following surface preparation specifications of the National Association of Pipe Fabricators shall apply: a.NAPF 500-03-01 “Solvent Cleaning” b.NAPF 500-03-02 “Hand Tool Cleaning” c.NAPF 500-03-03 “Power Tool Cleaning” d.NAPF 500-03-04 “Abrasive Blast Cleaning of Ductile Iron Pipe” e.NAPF 500-03-05 “Abrasive Blast Cleaning of Cast Ductile Iron Fittings” 6.All surface preparation of new equipment and surfaces shall be assumed to be on a SSPC Grade A steel surface condition, unless specifically noted otherwise. 7.Coating manufacturers' recommendations for wet blast additives and first coat application shall apply. 8.Hand tool clean areas that cannot be cleaned by power tool cleaning. B.Welds and Adjacent Areas 1.Prepared such that there is: a.No undercutting or reverse ridges on the weld bead. b.No weld spatter on or adjacent to the weld or any other area to be painted. c.No sharp peaks or ridges along the weld bead. 2.Grind embedded pieces of electrode or wire flush with the adjacent surface of the weld bead. C.Cleaning Requirements 1.Abrade surface to create a profile that meets the coating manufacturer's recommendations for the particular coating to be applied or not less than 20 percent of the specified coating thickness, whichever is more stringent. 2.Meet applicable federal, state, and local air pollution control regulations for blast cleaning and disposition of spent aggregate and debris. 3.Do not reuse abrasive, unless abrasive is a recyclable abrasive. City of Lubbock SECTION 09905 Low Pressure Supply Line Lining Piping and Equipment Painting KHA No. 063126034 Page 8 of 11 April 2021 3.06 PROTECTION OF SURFACES NOT TO BE PAINTED A.Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. B.Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C.Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. D.Mask openings in motors to prevent paint and other materials from entering the motors. 3.07 PAINT MIXING A.Multiple-component coatings: 1.Prepare using all of the contents of the container for each component as packaged by the paint manufacturer. 2.No partial batches will be permitted. 3.Do not use multiple-component coatings that have been mixed shall not be used beyond their pot life. 4.Provide small quantity kits for touchup painting and for painting other small areas. 5.Mix only components specified and furnished by the paint manufacturer. 6.Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. B.Keep paint materials sealed when not in use. C.Where more than one coat of a material is applied within a given system, alternate color to provide a visual reference that the required number of coats have been applied. D.Paints and similar materials shall be mixed in vessels of adequate capacity. All paints shall be thoroughly stirred before being taken from the containers, shall be kept stirred while using, and all ready-mixed paints shall be applied exactly from the manufacturer without addition of any kind of a drier or thinner, except as provided in manufacturer’s directions or upon specific authorization. E.Mixing, thinning and application of the coating materials shall be in exact accordance with the manufacturer’s recommendations. 3.08 APPLICATION A.General City of Lubbock SECTION 09905 Low Pressure Supply Line Lining Piping and Equipment Painting KHA No. 063126034 Page 9 of 11 April 2021 1.All work shall be done by skilled mechanics. All materials shall be evenly spread and smoothly flowed on without sags or runs, and all coats shall be thoroughly dry per the manufacturer data sheet before applying succeeding coats. 2.Apply coatings in accordance with the paint manufacturer's recommendations. Finish applied metal shall be sanded between coats with fine sandpaper to produce an even, smooth finish. 3.No exterior painting shall be done in rainy, damp, or frosty weather per the manufacturer data sheet or until the surface is thoroughly dry. No interior painting or finishing shall be permitted until the building has thoroughly dried out by natural or artificial heat. 4.Inspection: Schedule with Engineer in advance for cleaned surfaces and all coats prior to the succeeding coat. 5.Paint units to be bolted together and to structures prior to assembly or installation. 6.Shop Primed or Factory Finished Surfaces a.Inspection: Schedule with Engineer in advance for shop primed or factory-finished items delivered to the Site for compliance with the Specifications. b.Power sand areas of chipped, peeled, or abraded coating, feathering the edges. Follow with a spot primer using specified primer. c.For two-package or converted coatings, consult the coatings manufacturer for specific procedures as relates to top coating of products. d.Prior to application of finish coats, clean shop primed surfaces of dirt, oil, and grease, and apply a mist coat of specified primer, 1.0 mil dry film thickness. e.After welding, prepare and prime holdback areas as required for the specified paint system. Apply primer in accordance with manufacturer's instructions. 7.Manufacturer Applied Paint Systems a.Repair abraded areas on factory-finished items in accordance with the equipment manufacturer's directions. b.Carefully blend repaired areas into the original finish. B.Film Thickness 1.Applied coating system film thickness per coat shall be applied at the specified coating thickness or the manufacturer’s recommended minimum thickness, whichever is greater. 2.Maximum film build per coat shall not exceed the coating manufacturer's recommendations. 3.Surfaces that are subject to immersion, condensing environments, or where specifically specified shall be stripe coated on all angles, edges, corners, threads, welds, and similar type surfaces. Stripe coat shall be an extra coat of the intermediate or topcoat material. The stripe coat shall be a separate coat of paint from coats specified under the coating system. Stripe coats shall be alternated in color similar to a full coat. C.Damaged Coatings, Pinholes, and Holidays 1.Feather edges and repair in accordance with the recommendations of the paint manufacturer. City of Lubbock SECTION 09905 Low Pressure Supply Line Lining Piping and Equipment Painting KHA No. 063126034 Page 10 of 11 April 2021 2.Apply finish coats, including touchup and damage-repair coats in a manner that will present a uniform texture and color-matched appearance. D.Unsatisfactory Application 1.If the item has an improper finish color, or insufficient film thickness, clean and topcoat surface with specified paint material to obtain the specified color and coverage. Obtain specific surface preparation information from the coating manufacturer. Hand or power sand visible areas of chipped, peeled, or abraded paint and feather the edges. Follow with primer and finish coat in accordance with the Specifications. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required. 2.Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for rejection. 3.Repair defects in coating system per written recommendations of coating manufacturer. 3.09 CLEANUP A.Place cloths and waste that might constitute a fire hazard in closed metal containers or destroyed at the end of each day. B.Upon completion of the Work, remove staging, scaffolding, and containers from the Site. C.Completely remove paint spots, oil, or stains upon adjacent surfaces and floors and leave entire job clean. D.Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to be painted would be the responsibility of the Contractor. 3.10 PAINTING AND FINISHING SCHEDULE A.The number of coats called for in this schedule shall be considered minimum. If more coats are required for complete coverage and uniform appearance, they shall be applied. B.Schedule A 1.Application a.All exposed steel surfaces located above ground. b.All surfaces with shop applied fusion bonded epoxy or other two component coating system shall be prepared as specified in Article 3.8.A.6 and top coated with the specified coating material. Final color shall be uniform in appearance. 2.Exposure Condition a.Submerged/Intermittently Submerged 3.Surface Preparation a.Power Tool Cleaning (SSPC-SP3): to remove all oil, grease, factory-applied tars and/or bitumastic coatings and all other soluble contaminants. b.White Metal Blast Cleaning (SSPC-SP5): Blast cleaning to a gray-white uniform metallic color until each element of surface area is free of all visible residues. 4.Painting System City of Lubbock SECTION 09905 Low Pressure Supply Line Lining Piping and Equipment Painting KHA No. 063126034 Page 11 of 11 April 2021 a.1st Coat – Zinc-Rich Urethane Primer 1)Tnemec Series 94-H20 applied at 3.0 to 3.5 dry mils 2)Sherwin Williams Corothane I Galvapac Zinc Primer, B65G11, applied at 3.0 to 5.0 dry mils b.2nd Coat - Epoxy 1)Tnemec Series N140 Pota-Pox Plus applied at 4.0 to 6.0 dry mils 2)Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 5.0 to 6.0 dry mils c.3rd Coat - Epoxy 1)Tnemec Series N140 Pota-Pox Plus applied at 4.0 to 6.0 dry mils 2)Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 5.0 to 6.0 dry mils C.Schedule B 1.Application a.All exposed ductile iron surfaces located above ground. b.All surfaces with shop applied fusion bonded epoxy or other two component coating system shall be prepared as specified in Article 3.8.A.6 and top coated with the specified coating material. Final color shall be uniform in appearance. 2.Exposure Condition a.Not Submerged 3.Surface Preparation NAPF 500-03-03 “Power Tool Cleaning” to remove all oil, grease, factory-applied tars and/or bitumastic coatings and all other soluble contaminants. 4.Painting System a.1st Coat – Epoxy 1)Tnemec Series N140 Pota-Pox Plus applied at 5.0 to 6.0 dry mils 2)Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 5.0 to 6.0 dry mils b.2nd Coat - Epoxy 1)Tnemec Series N140 Pota-Pox Plus applied at 5.0 to 6.0 dry mils 2)Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 5.0 to 6.0 dry mils c.3rd Coat – Epoxy 1)Tnemec Series N140 Pota-Pox Plus applied at 5.0 to 6.0 dry mils 2)Sherwin Williams Macropoxy 646 PW, B58-X-600 Series, applied at 5.0 to 6.0 dry mils END OF SECTION PAGE INTENTIONALLY LEFT BLANK City of Lubbock SECTION 13110 Low Pressure Supply Line Lining Electrical Isolation KHA No. 063126034 Page 1 of 3 April 2021 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Electrical isolation devices for installation at connections to existing piping and between dissimilar metals. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM D 1248 - Polyethylene Plastics Molding and Extrusion Material 3. AWWA C207 - Steel Pipe Flange for Waterworks Service 4. AWWA M9 - Concrete Pressure Pipe 5. AWWA M11 – Steel Water Pipe 6. ANSI B16.1 - Cast Iron Pipe Flanges and Flanged Fittings 7. ANSI B16.5 - Pipe Flange and Flanged Fittings 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the Owner prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Manufacturer's catalogue cut sheets shall be submitted for each item. The catalogue cut sheets shall include the manufacturer's name and provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalogue number appears on a catalogue cut sheet, clearly identify the item proposed. B. Test and Evaluation Reports 1. Flange isolation test results shall be submitted to the Owner or its designated representative. 1.7 CLOSEOUT SUBMITTALS [NOT USED] City of Lubbock SECTION 13110 Low Pressure Supply Line Lining Electrical Isolation KHA No. 063126034 Page 2 of 3 April 2021 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Provide manufacturer's certification that all pipeline isolation devices meet the published material specifications. B. Inspections 1. All materials, fabrication, and installations are subject to inspection and testing by the Owner or its designated representative. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 FLANGE ISOLATION ASSEMBLIES A. Required applications of dielectric flange isolation assemblies include but are not limited to selected locations where new piping is mechanically connected to existing piping and where a change in material occurs. B. Insulating Gasket 1. For all piping provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by GPT Industries or approved equal. 2. Phenolic gaskets will not be allowed. C. Sleeves and Washers: 1. For all piping, provide full length mylar sleeves with Pyrox G-10 washers, double washer sets as manufactured by GPT Industries or approved equal. D. Coatings for buried isolation flanges shall be Densyl Tape system manufactured by Denso, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION OF FLANGE ISOLATION ASSEMBLIES A. Placement 1. Install isolation joints at connection to existing pipe and where changes in material occur. B. Assembly 1. Place gasket, sleeves, and washers as recommended by the manufacturer. Follow manufacturer's recommendations for even tightening to proper torque. C. Painting 1. Do not use metal base paints on isolation fittings. City of Lubbock SECTION 13110 Low Pressure Supply Line Lining Electrical Isolation KHA No. 063126034 Page 3 of 3 April 2021 D. Encapsulation 1. Encapsulate below-grade isolation joints with the Densyl tape system, or approved equal, after the isolation joint has been tested for effectiveness. 3.2 TESTING OF ELECTRICALLY ISOLATED PIPELINE JOINTS A. General 1. After the completion of the installation of the flange electrical isolation kits at designated joints, but before the pipe is backfilled, each isolation joint shall be tested for electrical continuity. 2. A DC current shall be impressed on the pipe on one side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe-to-soil potential on the section of pipe that is in the test current circuit. 3. The pipe-to soil potential shall be measured on each side of the isolation joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current “on” and “off’. 4. A joint is considered electrically isolated if the “on” and “off’ potentials are not the same on either side of the joint under test. END OF SECTION PAGE INTENTIONALLY LEFT BLANK APPENDIX A City of Lubbock Public Works Engineering Design Standards and Specifications (Section 5-8) PAGE INTENTIONALLY LEFT BLANK City of Lubbock Engineering Minimum Design Standards and Specifications Department of Engineering City of Lubbock, Texas May 1, 2020 This document contains general standards and specifications for design work on public infrastructure. At all times these regulations are subject to the direct supervision and judgment of the City Engineer who may make modifications in their implementation as may be necessary on a case-by-case basis, acting in the best interest of the public. Approval of plans shall constitute general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer of Record or the Developer from the responsibility to comply with local, State, or Federal requirements, and/or any errors or omissions in plans and specifications. 2020 Design Standards and Specifications Water Specifications Section 5 29 SECTION 5 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.01 General 5.01.01 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. 5.02 Plan Requirements 5.02.01 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 Engineering Department. 5.02.02 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. 5.03 Plan Approval 5.03.01 The Engineering Department shall review, approve and issue plans stamped “Approved for Construction” to the Design Engineer. 5.04 Inspection 5.04.01 Engineer and/or Contractor shall notify the Engineering Department 48 hours prior to the planned construction is to commence and also before starting up when construction is interrupted for any reason. 5.04.02 All work shall be inspected by a representative of the 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. 5.04.03 Whenever any portion of these specifications is violated, the City Engineer or designee, 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. 5.05 Specifications 5.05.01 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. 5.06 Materials of Construction 5.06.01 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- 2020 Design Standards and Specifications Water Specifications 30 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: i. 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 City Engineer or designee in writing prior to use within the City of Lubbock service area. iii. 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. 2020 Design Standards and Specifications Water Specifications Section 5 31 5.06.02 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. 5.06.03 Tapping Procedures A. Tapping Sleeves i. General a. Clean, disinfect, and prepare the main line, valve, and tapping machine with NSF approved disinfectant prior to operation. b. Ensure shell cutter will clear valve walls. ii. Tapping Machine a. Use the appropriate pilot bit for the pipe material being tapped; follow pipe and bit manufacturer’s requirements. b. Upon request, contractor shall provide specification for pilot bit and shell cutter. c. If it is determined by the inspector that the bit or shell cutter is dull or damaged a new bit or shell cutter must be provided for all taps. d. If tapping machine is a solid body machine and the bit/shell cutter travels, the full weight of the tapping machine must be supported with cribbing. e. If the tapping machine is a two-piece body machine and moves with the bit/shell cutter, the valve must be supported with cribbing or concrete. iii. 4-inch through 12-inch Main Line Connection a. 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. b. 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. c. Bolts and hex nuts shall be stainless steel. iv. 16-inch through 24-inch Main Line Connection a. 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. b. Flanges shall be fabricated from steel plate conforming to ASTM Standard Designation A36 or A285, Grade C. c. Dimensions shall conform to AWWA Standard C207, "Steel Pipe Flanges," Class D. (1) 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." (2) Machined face shall be recessed for tapping valves in accordance with the MSS Standard SP-60. 2020 Design Standards and Specifications Water Specifications 32 Section 5 d. 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. e. Bolts and hex nuts shall be stainless steel. B. Testing Outlet i. A ¾-inch NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a ¾-inch square head pipe plug. C. 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. iii. Bolts and nuts shall be shipped bare (no paint or protective coating). 5.06.04 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. 5.06.05 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. 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 C500 standards. 5.06.06 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. 5.06.07 Butterfly Valves A. Butterfly valves 16-inch and larger shall be ductile iron and may be either short body or long body lengths. i. 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. 2020 Design Standards and Specifications Water Specifications Section 5 33 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 Engineering Department. 5.06.08 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. i. 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. 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. i. 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. i. Flanges and covers shall conform to ASTM A126, Class B. ii. 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. i. 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 TT-V-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. 2020 Design Standards and Specifications Water Specifications 34 Section 5 5.06.09 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 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. i. 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. iii. The valve body and cover shall be designed to operate under a maximum working pressure of 250 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 (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. 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. vii. For valves not found in the approved materials and vendors list, all other components shall conform to the following additional specifications: a. Float shall be stainless steel. b. All other internal parts shall be fabricated from bronze. c. Valve seat shall be fabricated from oil resistant synthetic rubber. B. Guard Valve and Connecting Pipe i. Guard valve to be used with air valve shall be bronze ball 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 250 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. 5.06.10 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. 2020 Design Standards and Specifications Water Specifications Section 5 35 i. Valves installed in vaults shall be in a horizontal position with exterior lever and adjustable spring or weight operation. ii. 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. Flat 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. i. 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 TT-V-51f. ii. Flange faces shall be shop coated with a rust preventive compound. 5.06.11 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. 5.06.12 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. 2020 Design Standards and Specifications Water Specifications 36 Section 5 5.06.13 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. Align riser pipe to ensure continuity between box and pipe, using couplers if spliced. 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. i. Valve vaults shall be constructed with the dimensions as called for on the plans or as approved by the City Engineer or designee. ii. Valve vault cover opening shall be centered over operating nut. 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. ii. Cover shall be furnished with lifting ring cast into the cover in such manner as to prevent leaking through. iii. The cover shall be marked "City of Lubbock Water". iv. Frame and cover shall be as specified in the Approved Materials List. 5.06.14 Boring Encasement Pipe A. Encasement pipe shall be smooth steel pipe conforming to the following: Casing Diameter Minimum Casing Thickness <24 inches 3/8 inch ≥24 inches 1/2 inch B. Boring encasement steel pipe shall have welded joints. 5.06.15 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. i. 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: i. 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. 2020 Design Standards and Specifications Water Specifications Section 5 37 C. Concrete shall be made with Portland cement which conforms to "Standard Specifications for Portland Cement", ASTM C150. D. Concrete aggregates shall consist of natural washed and screened sand, and washed and screened gravel or 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 City Engineer or designee 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 and shall conform to ASTM C1602/C1602M “Standard Specification for Mixing Water Used in the production of Hydraulic Cement Concrete.” 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 ASTM A615 “Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement” or ASTM A996 “Standard Specification for Rail-Steel and Axel-Steel Deformed Bars for Concrete Reinforcement” grade 40 or grade 50. i. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. 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. 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. 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. 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.C (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 2020 Design Standards and Specifications Water Specifications 38 Section 5 5.06.16 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. ii. 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, caliche or slag. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: Standard Crushed Rock Aggregate Cumulative Percent Retained (by weight) Retained on 1” Sieve 0 Retained on 1/2” Sieve 0-20 Retained on 3/8” Sieve 15-40 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 95-100 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. 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. 5.06.17 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. i. Utility ditches in Right of Way shall be backfilled in accordance with Details UEM-01 through UEM-07 in the appendix. 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 expense. 5.07 Methods of Construction 5.07.01 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 backfilling; and other related work. 2020 Design Standards and Specifications Water Specifications Section 5 39 5.07.02 Quality Standards Standard Topic ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort AWWA C600 (ANSI) Installation of Ductile Iron Mains and Their Appurtenances AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4-inch through 12-inch for Water Transmission and Distribution AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14-inch through 48-inch for Water Transmission and Distribution AWWA M23 Polyvinyl Chloride (PVC) Pipe Design and Installation ACPA Concrete Pipe Installation Manual (Published by American Concrete Pipe Association) ASTM C891 Installation of Underground Pre-cast Utility Structures 5.07.03 Materials 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 City Engineer or designee. 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. 5.07.04 Storm Water Pollution Prevention Plan (SWPPP) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Engineering Department to develop a site-specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria developed by the North Central Texas Council of Governments. C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 5.07.05 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. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. 2020 Design Standards and Specifications Water Specifications 40 Section 5 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. v. All spoil piles must be 3’ from travel lanes or have a traffic barrier that will prevent the soil from encroaching on travel lanes. vi. If roll off dumpsters are placed on street paving, then the paving must be protected from damage. 5.07.06 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 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. i. 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. 5.07.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. i. 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. 2020 Design Standards and Specifications Water Specifications Section 5 41 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. v. All water used shall be in accordance with City Ordinance, all water shall be used within City Limits. 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. 5.07.08 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 Engineering Department. i. When a service disruption is planned, the Contractor shall notify the 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. 2020 Design Standards and Specifications Water Specifications 42 Section 5 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. 5.07.09 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 City Engineer or designee 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. 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 bedding material shall be compacted to 95% Modified Proctor Density. iii. 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. 5.07.10 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 i. 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. iii. 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 2020 Design Standards and Specifications Water Specifications Section 5 43 i. 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 Engineering Department at least 24-hours prior to needing a valve operated. 5.07.11 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. i. 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. iii. 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. iii. 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. i. 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. iii. 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. 2020 Design Standards and Specifications Water Specifications 44 Section 5 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. 5.07.12 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. i. Trace wire shall be 12 gauge minimum solid copper with 30 mil HDPE insulation recommended for direct bury. ii. Trace wire shall be secured to the pipe as required to insure that the wire remains directly on top of the pipe. iii. 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 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. 5.07.13 Marking Tape A. 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. iii. Depth of bury shall be 18 inches below top of trench. 5.07.14 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. 5.07.15 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. 2020 Design Standards and Specifications Water Specifications Section 5 45 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. 5.07.16 Backfilling A. Backfilling of all trenches and excavations shall comply with the current City of Lubbock Street Ordinance as well as the City of Lubbock Utility Excavation Manual. 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 backfill 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 City Engineer or designee. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as repairs can be completed. 5.08 Pneumatic Testing for Tapping Sleeves 5.08.01 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. 5.08.02 Pneumatic Pressure Test A. Contractor shall be responsible for performing a pneumatic pressure test witnessed by a City Inspector. i. Tapping sleeve shall be pressurized through ¾-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. 5.09 Hydrostatic Pressure Testing 5.09.01 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. 5.09.02 Hydrostatic Pressure Test A. Contractor shall be responsible for performing a hydrostatic pressure test witnessed by a City Inspector. i. 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 City Engineer or designee. B. Hydrostatic Test Procedure 2020 Design Standards and Specifications Water Specifications 46 Section 5 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 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. 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: 7400 PNDL 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 including AWWA C651. A. Contractor shall notify City of Lubbock inspector a minimum of 24 hours in advance of intended filling, chlorinating or flushing a new water main. B. 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. C. Sterilization Procedure i. Contractor shall advise City Inspector of filling and chlorinating plan. 2020 Design Standards and Specifications Water Specifications Section 5 47 ii. 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, and only when a City of Lubbock inspector is on site. iii. Lines shall be sterilized by the application of an approved chlorinating agent. iv. Chlorinating agent may be liquid chlorine, or a calcium hypochlorite solution, which shall be fed into the lines through a suitable solution-feed device or other methods approved by the City Engineer or designee. v. All newly installed pipes and related products must conform to American National Standards Institute / National Sanitation Foundation (ANSI/NSF) Standard 61 and must be certified by an organization accredited by ANSI, including chlorine for disinfection. vi. 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. vii. Water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly. viii. Rate of application of the chlorinating agent shall be at least 50 parts per million. ix. Chlorinated water shall be retained in the pipe lines for a period of not less than 24 hours. D. Testing/Sampling Procedure i. Sample ports shall be protected from contamination. ii. Every sample port shall have a “NON-POTABLE WATER” tag and cap that require tools to remove. iii. 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. iv. 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. b. Initial samples may only be taken on Monday, Tuesday or Wednesday prior to 2:00 p.m. E. 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. ii. Under no circumstances shall chlorinated water used for sterilization be released directly into the storm drain system or a body of water. iii. Contractor must dechlorinate water before it reaches a curb and gutter, storm drain or body of water. iv. All flushing must conform with the City of Lubbock Storm Water Permit and SWP3 Best Practices. 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 City Engineer or designee. 2020 Design Standards and Specifications Water Specifications 48 Section 5 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 City Engineer or designee. 5.12 Warranty and Acceptance 5.12.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 1 year from the date of acceptance by the City of Lubbock. 2020 Design Standards and Specifications Sewer Specifications Section 6 49 SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.01 General 6.01.01 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. 6.02 Plan Requirements 6.02.01 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 Engineering Department. 6.02.02 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. 6.03 Plan Approval 6.03.01 The Engineering Department shall review, approve and issue plans stamped “Approved for Construction” to the Design Engineer. 6.04 Inspection 6.04.01 Engineer and/or Contractor shall notify the Engineering Department 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. 6.04.02 All work shall be inspected by a representative of the 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. 6.04.03 Whenever any portion of these specifications is violated, the City Engineer or designee, 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. 6.05 Specifications 6.05.01 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. 2020 Design Standards and Specifications Sewer Specifications 50 Section 6 6.06 Materials of Construction 6.06.01 Sewer Pipe 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. iii. Standard joint length shall be 14 or 20 feet ± 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. vi. 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. iii. 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 ± one inch. v. Pressure rated sewer pipe shall be green. D. PVC Pipe - Spiral Wound i. 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. 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. iii. The minimum pipe stiffness factor shall be 46 psi. E. High Density Polyethylene Pipe i. 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. iii. Polyethylene pipe shall be installed in accordance with the manufacturer's recommendations. 2020 Design Standards and Specifications Sewer Specifications Section 6 51 F. Ductile Iron Pipe i. Ductile iron pipe shall conform to ANSI/ASTM specifications A746 for Ductile Iron Sewer Pipe. 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. iii. 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 i. 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. iii. 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. 6.06.02 Pre-cast Reinforced Concrete Manholes A. Manhole barrel, cone, and extension sections shall be constructed of pre-cast concrete. i. 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. iii. A plant inspection may be required for production facility inspection and to review record-keeping for material certification. iv. Steps are prohibited in a manhole. B. Manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: Specification Material ASTM C-33 Aggregates ASTM C-150 Cement ASTM C-39 Sampling Specimens ASTM A-615 or A-996 Reinforcing ASTM C-144 Sand and Mortar C. Pre-cast Concrete Manhole Sections i. 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. 2020 Design Standards and Specifications Sewer Specifications 52 Section 6 iii. Coarse aggregate shall consist of 95% crushed limestone. 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 or inside wall of manhole. 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 i. 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. 6.06.03 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. i. 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 at one p.s.i. or less. E. IPDs shall comply with the Approved Materials List. 6.06.04 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. 6.06.05 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. i. 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: 2020 Design Standards and Specifications Sewer Specifications Section 6 53 i. Concrete for manholes, valve vaults and other reinforced concrete structures shall have a water-cement ratio of no more than ASTM C-478 max of 0.53 (by weight) and yield a 28-day compressive strength of not less than 3,000 psi. ii. 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 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 City Engineer or designee 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 ASTM A615 “Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement” or ASTM A996 “Standard Specification for Rail-Steel and Axel-Steel Deformed Bars for Concrete Reinforcement” grades 40, 50, or 60. i. 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. 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. 2020 Design Standards and Specifications Sewer Specifications 54 Section 6 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.C (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 6.06.06 Bedding, Embedment and Backfill A. Sewer Pipe, All Diameters i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 1/2-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. b. Bedding shall be 6 inches below pipe. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: Standard Crushed Rock Aggregate Cumulative Percent Retained (by weight) Retained on 1” Sieve 0 Retained on 1/2” Sieve 0-20 Retained on 3/8” Sieve 15-30 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 90-100 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. 6.06.07 Flowable Fill A. Flowable 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 Right of Way shall be backfilled in accordance with Details UEM-01 through UEM-07 in the appendix. 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. 6.07 Methods of Construction 6.07.01 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. 2020 Design Standards and Specifications Sewer Specifications Section 6 55 6.07.02 Quality Standards Standard Topic ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM A746 (ANSI) Ductile Iron Gravity Sewer Pipe AWWA C600 (ANSI) Installation of Ductile Iron Mains and Their Appurtenances AWWA M23 Polyvinyl Chloride (PVC) Pipe Design and Installation UNI B 5 Recommended Practice for Polyvinyl Chloride (PVC) Sewer Pipe ASTM C891 Installation of Underground Pre-cast Utility Structures 6.07.03 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 City Engineer or designee. 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. 6.07.04 Storm Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Engineering Department to develop a site-specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria developed by the North Central Texas Council of Governments. C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 6.07.05 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. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance and the City of Lubbock Engineering Minimum Design Standards and Specifications. 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. 2020 Design Standards and Specifications Sewer Specifications 56 Section 6 iii. Asphalt Paving 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. v. All spoil piles must be 3’ from travel lanes or have a traffic barrier that will prevent the soil from encroaching on travel lanes. vi. If roll off dumpsters are placed on street paving, then the paving must be protected from damage. 6.07.06 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 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. i. 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. 6.07.07 Water for Construction A. Water is available from fire hydrants for construction purposes. i. 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. 2020 Design Standards and Specifications Sewer Specifications Section 6 57 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 devices are installed. 6.07.08 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 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 2020 Design Standards and Specifications Sewer Specifications 58 Section 6 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. 6.07.09 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 Size Min. Trench Width Max. Trench Width 4” thru 12” Pipe O.D. +12” Pipe 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. i. 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. iii. 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 backfill 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. 6.07.10 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 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 backfill 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. 6.07.11 Methods of Connection 2020 Design Standards and Specifications Sewer Specifications Section 6 59 A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps i. Service taps on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. 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. 6.07.12 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 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. i. 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. Each time the instrument used to verify grades is moved, a shot off the hub is required to verify setup. v. 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. vi. 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. 2020 Design Standards and Specifications Sewer Specifications 60 Section 6 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. 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. vi. No trench water shall be permitted to enter the pipe. H. The Engineering Department shall be notified at least 24 hours in advance of when pipe is to be laid in any trench. i. No pipes shall be covered or authorized for cover until they have been inspected by the City's Inspector. 6.07.13 Marking Tape A. 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” for gravity mains or “Caution: Buried Sewer Force Main” for force mains. ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 6.07.14 Backfill around Pipe A. Bedding i. 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 i. 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 i. Bedding and embedment shall be compacted to in accordance with pipe manufacturer’s specifications and approved mechanical means. ii. Compaction shall be in maximum 6-inch compacted lifts. D. Backfill i. The remainder of the backfill shall conform to the current City of Lubbock Street Ordinance and the City of Lubbock Utility Excavation Manual. ii. In street or alley Right of Way or paved easements backfill shall be compacted to a minimum of 95% modified Proctor Density. iii. In unpaved easements the backfill shall be compacted to a minimum of 90% modified Proctor Density. Top 12” of backfill shall be uncompacted. Top 2” of backfill shall be top soil. 2020 Design Standards and Specifications Sewer Specifications Section 6 61 iv. A minimum of 12” flow fill cap under paving will be required with a minimum of 18” under Arterial paving. v. Flowable fill may be substituted for compacted backfill. vi. 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. vii. Water jetting will not be allowed. viii. See plates UEM-01 to UEM-05 for backfill details. 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. i. 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 City Engineer or designee and other work required to keep the streets and roads in satisfactory condition for traffic. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.07.15 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. Fiberglass manholes shall be installed per detail SS-5b. D. 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 expense. E. 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. iii. 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. vi. Pre-cast reinforced concrete bases shall be of the size and shape detailed on the Plans. F. Manhole Inverts i. 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. iii. 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. G. Manhole Barrels 2020 Design Standards and Specifications Sewer Specifications 62 Section 6 i. Manhole barrels shall be assembled of pre-cast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. ii. 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. iii. 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. H. 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 City Engineer or designee. I. Grade Rings i. 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. J. Manhole Frame and Cover i. 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. K. Inflow Prevention Device (IPD) i. 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. L. Water Tightness i. 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. M. Protective Lining System i. 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 2020 Design Standards and Specifications Sewer Specifications Section 6 63 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. N. Backfilling Around Manholes i. Backfilling 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. O. Following the completion of the backfilling, the Contractor shall maintain the excavated surfaces in a satisfactory manner until final completion and acceptance of the work. i. 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 City Engineer or designee and other work required to keep the streets and roads in satisfactory condition for traffic. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.07.16 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. iii. 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. 6.08 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes 6.08.01 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. 2020 Design Standards and Specifications Sewer Specifications 64 Section 6 6.08.02 Quality Standards A. The latest published revision of: Standard Topic ASTM C969 Infiltration and Exfiltration Acceptance Testing of Installed Sewer Lines ASTM C828 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 6.08.03 Materials A. Water used for exfiltration tests shall be potable or as otherwise approved by the City Inspector. 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. 6.08.04 Inspection A. City Inspector shall inspect and approve all work accomplished. i. 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 Engineering Department. 6.08.05 Cleaning A. Contractor shall remove all foreign matter from the interior of the system prior to testing any section of sewer pipe. i. 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. 6.08.06 Pipe Testing A. Contractor shall have the option of conducting a hydrostatic exfiltration 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. 2020 Design Standards and Specifications Sewer Specifications Section 6 65 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 i. 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. ii. 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. 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. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce exfiltration leakage to an acceptable rate. vii. Contractor shall repeat the 4 hour exfiltration 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-B-6, "Recommended Practice for Low-Pressure Air Testing of Installed Sewer Pipe," published by Uni-Bell Plastic Pipe Association. ii. 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. 2020 Design Standards and Specifications Sewer Specifications 66 Section 6 vi. Time shall not be less than that outlined in the following table: Pipe Diameter (inches) Minimum Time (seconds) Max Length for Min Time (feet) Time for Longer Length (seconds/foot 6 340 398 0.855 8 454 298 1.520 10 567 239 2.374 12 680 199 3.419 15 850 159 5.342 18 1020 133 7.693 21 1190 114 10.471 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. ix. 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. xi. Repairs required shall be at the Contractor's expense. H. Infiltration Test 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 City Engineer or designee and shall continue to test the conduit until it is proven satisfactory. 2020 Design Standards and Specifications Sewer Specifications Section 6 67 6.08.07 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. i. 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. 6.08.08 Deflection Test A. Deflection tests shall be conducted in the presence of the City Inspector after the pipe has been installed and backfilled. i. The deflection test shall be conducted by pulling a mandrel (go no-go device) through 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. iii. 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. vi. Deflection test cannot be performed until 30 days after final backfill per Title 30 Texas Administrative Code Chapter 217.57(b)(4). 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. 6.08.09 Manhole Testing A. Manholes shall be tested for leakage separately and independently of the sanitary sewer lines by vacuum testing, hydrostatic exfiltration 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. 2020 Design Standards and Specifications Sewer Specifications 68 Section 6 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. 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. iii. The manhole opening shall be sealed by a method approved by the City Inspector. iv. Vacuum test shall be in accordance with ASTM 1244-11. v. The Contractor shall have the option to repeat the vacuum test one time after repairs vi. If a vacuum test is failed twice, the manhole shall be repaired and an exfiltration test shall be performed. vii. All repairs required shall be at the Contractor's own expense. G. Exfiltration 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 exfiltration test after repairs until an acceptable leakage rate is attained. vi. 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. vi. All repairs required shall be at the Contractor's own expense. 6.08.10 Approval 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 City Engineer or designee. 2020 Design Standards and Specifications Sewer Specifications Section 6 69 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. 6.08.11 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 City Engineer or designee. 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 City Engineer or designee. 6.09 Lift Station 6.09.01 Lift station design must conform to the most recent TCEQ design criteria. 6.09.02 Site Layout A. Lift station site location shall be approved by the City Engineer or designee. 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. ii. 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. J. Lift station shall be fitted with SCADA antennae. 6.09.03 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. 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. 2020 Design Standards and Specifications Sewer Specifications 70 Section 6 6.09.04 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 Up 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 City Engineer or designee. 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 City Engineer or designee. 2020 Design Standards and Specifications Sewer Specifications Section 6 71 6.11 Warranty and Acceptance 6.11.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 1 year from the date of acceptance by the City of Lubbock. 2020 Design Standards and Specifications Sewer Specifications 72 Section 6 2020 Design Standards and Specifications Approved Materials List Section 7 73 SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7.01 Introduction 7.01.01 This section lists specific products and manufacturers that have been approved for use within the City of Lubbock water and sanitary sewer system. 7.01.02 This listing is intended to be used as a reference source for Water Utilities employees, design engineers, developers, contractors and vendors. 7.01.03 Materials produced by manufacturers not listed herein are not acceptable for use within the City's system. 7.01.04 Manufacturers interested in submitting products for evaluation and possible approval should submit a written request in accordance with the procedures listed below. 7.02 Product Submittal Procedures 7.02.01 Written requests should be sent to the attention of “City Engineer, City of Lubbock, PO Box 2000, Lubbock, Texas 79401”. 7.02.02 Written requests shall include the following: A. A complete Application for New Product(s) (See Appendix A-1) B. Four (4) copies of the following documents: i. 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 of Texas) xi. Life cycle costs (where appropriate) xii. A statement of why the approval of the product would be beneficial to City of Lubbock C. Applicant shall send a formal review meeting request to the City Engineer or designee. D. All submissions shall be made at least 30 days prior to the meeting at which review is requested. 2020 Design Standards and Specifications Approved Materials List 74 Section 7 7.03 Evaluation Process 7.03.01 Product evaluation will be conducted by the City Engineer or designee or their designee. A. Review shall include: i. Conformance with the City of Lubbock Minimum Design Standards and Specifications. ii. Comments made by contractors, engineers, developers, suppliers, etc. iii. 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. 7.04 Approval Process 7.04.01 The decision of the City Engineer or designee is final. 7.04.02 For each product that has been submitted, one of the following recommendations will be made: A. Approval for Use i. This approves a product for use throughout the City’s service area. ii. The City Engineer or designee may withdraw the Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. iii. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. B. Conditional Approval for Use i. 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 City Engineer or designee. iii. If, during the field observation period, problems with installation, operation or maintenance of the product are observed, the City Engineer or designee may downgrade the status of the product to Disapproved for Use. iv. The City Engineer or designee may withdraw the Conditional Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. v. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. C. Limited Approval for Use i. This approves a product for use only in certain sites or projects within the City's service area. The City Engineer or designee 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. iii. 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 2020 Design Standards and Specifications Approved Materials List Section 7 75 the length of the field observation period will be determined by the City Engineer or designee. iv. If, during the field observation period, problems with the installation, operation or maintenance of the product are observed, the City Engineer or designee may downgrade the status of the product to Disapproved for Use. v. The City Engineer or designee may withdraw the Limited Approval for Use status for violation of the City of Lubbock Minimum 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 i. 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 City Engineer or designee, the product may not be resubmitted for review unless significant changes have been made to the product. iii. The City Engineer or designee will not reconsider a product Disapproved for Use until at least twelve (12) months have passed from the date of disapproval. E. Insufficient Information i. Not enough information was provided to evaluate the product. ii. Upon receipt of requested additional information, the City Engineer or designee 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. 7.04.03 Design Changes of Approved Products A. After the approval of a product, the manufacturer or their representative shall inform the City Engineer or designee, in writing, of any modifications in design or material. Such changes may require further evaluation and approval. 7.04.04 Withdrawal of Approval A. The City Engineer or designee may withdraw any approval as a result of a design change, field observation, testing, product failure, or other factors that, in the opinion City Engineer or designee, warrant such withdrawal. 2020 Design Standards and Specifications Approved Materials List 76 Section 7 7.05 Water System 7.05.01 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. VinylPlex, Inc. h. Royal Building Products B. High Density Polyethylene (HDPE) i. AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco 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 i. AWWA C301, Pre-stressed Concrete Steel Cylinder Pressure Pipe ii. AWWA C303, Concrete Bar-wrapped Steel Cylinder Pressure Pipe iii. Manufacturers: a. Forterra 7.05.02 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 2020 Design Standards and Specifications Approved Materials List Section 7 77 iii. McWane Pipe iv. Sigma Corporation v. Star Pipe Products, Inc. vi. Tyler Pipe and Foundry Utilities vii. U.S. Pipe and Foundry 7.05.03 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 7.05.04 Resilient Wedge 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 4067 7.05.05 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 i. DeZurik ii. Mueller iii. M & H 7.05.06 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. East Jordan Iron Works 2020 Design Standards and Specifications Approved Materials List 78 Section 7 iii. Clow Medallion iv. Mueller Centurion v. M & H Style 129-09 vi. American AVK 7.05.07 Fire Hydrant Raised Pavement Marker A. Manufacturer i. Stimsonite Model 80 7.05.08 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 f. PowerSeal Pipeline Products D. 2-inch i. Female iron pipe threads ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith-Blair f. PowerSeal Pipeline Products 7.05.09 Corporation Stops A. Full Port Ball 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 2020 Design Standards and Specifications Approved Materials List Section 7 79 b. Ford c. Mueller 7.05.10 Service Tubing A. Copper Tubing i. ASTM B88 ii. Flared copper fittings iii. 1-inch a. Type K - Soft iv. 2-inch a. Type K - Hard B. Polyethylene Tubing (PET and PEXa); i. ASTM D2737 - Copper Tube Size (CTS), 200 PSI Minimum, Black or Blue ii. Slip Fittings a. Ford - Ultratite b. Mueller - Instatite iii. Manufacturers a. Endot – Endopure PE 4710 – 1-inch only b. NuMex PE 4710 – 1-inch only c. Rehau – Municipex PEXa – 1-inch, 1.5-inch or 2-inch d. Silverline – Sil-O-Flex PE 3408 or 4710 – 1-inch only e. Ultraline – Driscoplex 5100 Series PE 4710 – 1-inch only 7.05.11 Curb Stops A. Full Port Ball Valve B. 360 degree rotation C. AWWA C800 D. 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. E. Reductions for smaller meter sizes shall be accomplished by use of appropriately sized iron pipe threaded brass bushing on outlet side of curb stop. F. 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 7.05.12 Compression Fittings A. Compression fittings shall be quick joint type. B. Manufacturers i. Mueller Insta-Tite Connection ii. Ford Ultra-Tite Connection 2020 Design Standards and Specifications Approved Materials List 80 Section 7 7.05.13 Tapping Sleeves A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange B. Epoxy coated with stainless steel bolts and nuts C. Manufacturers i. Ford FAST ii. JCM Industries #469 iii. Smith Blair #662 iv. ROMAC #SST v. PowerSeal Pipeline Products 7.05.14 Resilient Seat Wedge Tapping Valves A. AWWA C509 B. Manufacturers: i. American ii. Clow iii. EJIW iv. Mueller v. M & H vi. U. S. Pipe 7.05.15 Water Meter Boxes and Vaults A. Manufacturers i. Boxes for 1” meters a. DFW Plastics model DFW38FWP-18-AF1QF1 SMALL LID ii. Boxes for 1.5” or 2” meters a. DFW Plastics model DFW1324C-AF1QF SMALL LID 7.05.16 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 i. Ames ii. Febco iii. Watts iv. Wilkins 7.05.17 Backflow Preventer Box A. Polyester or Aluminum Enclosure, Heated and Insulated ASSE 1060 B. Manufacturers i. EZ Box Model HEZ ii. Hot Box iii. Safe-T-Cover 2020 Design Standards and Specifications Approved Materials List Section 7 81 7.05.18 Air Release Valves A. Manufacturers i. APCO ii. ARI iii. Crespin 7.05.19 Flushing Hydrants A. Manufacturers i. Kupferle 7.05.20 Sampling Stations A. Manufacturers i. Kupferle 7.05.21 Valve boxes A. Cast-Iron slip type B. Manufacturers i. EJIW ii. Sigma iii. Star Pipe 7.05.22 Pipe Restraints A. ASTM F1674 B. Manufacturers i. EBAA Iron, Inc. ii. Ford iii. Romac iv. Sigma v. Smith-Blair vi. Star Pipe Products, Inc. vii. Tyler Union viii. AccuCast 7.05.23 Casing Spacers A. Manufacturers i. Advance Products ii. BMW iii. Cascade iv. CCI Pipeline v. Culpico vi. PSI 7.05.24 Precast Concrete Vaults, HS-20 Rated A. Manufacturers i. Hanson Pipe and Products 2020 Design Standards and Specifications Approved Materials List 82 Section 7 ii. Vaughn Concrete Products 7.05.25 Waterline Marker i. Manufacturers a. Blackburn b. Carsonite International 2020 Design Standards and Specifications Approved Materials List Section 7 83 7.06 Sanitary Sewer System 7.06.01 Gravity Sewer Pipe A. Polyvinyl Chloride (PVC) Pipe i. 6-inch thru 15-inch: ASTM D3034, Minimum Class SDR 35 ii. 18-inch thru 48-inch: ASTM F679, Minimum Class PS-46 iii. 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 i. Plastic Trend (Fittings Only) j. VINYL Plex (Fittings Only) k. Royal Building Products 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 i. ASTM D6783 ii. Manufacturers a. U. S. Composite Pipe F. Polypropylene Corrugated Dual Wall and Triple Wall i. 12-inch thru 30-inch: ASTM F2736 2020 Design Standards and Specifications Approved Materials List 84 Section 7 ii. 30-inch thru 60-inch: ASTM F2764 iii. Manufacturer a. ADS Sanitite HP 7.06.02 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) JM Eagle (3) North American Pipe B. Ductile Iron (DIP) i. 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 7.06.03 Manholes A. Precast Concrete Manholes i. 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 C. Composite Manholes i. Amarok 2020 Design Standards and Specifications Approved Materials List Section 7 85 ii. US Composite Pipe 7.06.04 Manhole Frames and Covers A. ASTM A48, Class 35B, AASHTO M-306 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 7.06.05 Manhole Coatings/Protective Lining System A. Manufacturers i. A-Lok - Dura Plate 100 PVC Liner ii. Raven 405 iii. Tnemec – Series 436 PermaShield 7.06.06 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. ii. A-Lok iii. International Precast Supply iv. NPC 7.06.07 Internal Chimney Seals A. ASTM C923 B. Manufacturers i. Cretex ii. NPC 7.06.08 Manhole Joint Seals A. Sealant per ASTM C990 B. O-ring gaskets meeting ASTM C443 and ASTM C1628. 7.06.09 Manhole Joint Wrap (in addition to O-ring specified above) A. Manufacturers i. Ram Nek ii. ConSeal CS 102 7.06.10 Manhole Joint Sealers A. Butyl Mastic 2020 Design Standards and Specifications Approved Materials List 86 Section 7 B. Manufacturers i. Ram Nek 7.06.11 ConSeal CS 102Inflow Prevention Device A. Non-Corrodible with self cleaning gas relief and vacuum relief valves 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 7.06.12 Polyethylene Slope Adjusting Ring A. ASTM D1248 B. Manufacturers i. Ladtech 7.06.13 Saddles A. Manufacturer i. NDS 7.06.14 Cleanout Cover A. Manufacturer i. East Jordan Iron Works 7.06.15 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 7.06.16 Backwater Valve for Manhole Vent A. Manufacturer 2020 Design Standards and Specifications Approved Materials List Section 7 87 i. Josam 7.06.17 Lateral Backwater Valve A. Diaphram Operated Stainless Steel Knife Valve ASME Al 12.14.1 B. Manufacturer i. John Stephens ii. Plastic Trends iii. Smith Floodgate 7.06.18 Sewage Combination Air/Vacuum Valve A. Manufacturers i. APCO/Willamette ii. ARI iii. Golden Anderson Industries 7.06.19 Sanitary Sewer Marker A. Manufacturers i. Blackburn ii. Carsonite International 7.06.20 Wastewater Pumps A. Manufacturer i. Flygt N-Pump 2020 Design Standards and Specifications Approved Materials List 88 Section 7 7.07 Water and Sanitary Sewer Systems 7.07.01 Modular Wall Seal A. EPDM with stainless steel nuts and bolts B. Manufacturer i. Thunderline ii. Pipe Seal iii. Link Seal 7.07.02 Vault Doors A. Type K heavy duty aluminum double leaf door, H-20 rated B. Manufacturers i. Bilco ii. Halliday iii. USF Fabrication, Inc. 7.07.03 Tracer Wire A. 12-gauge B. Manufacturers i. Copperhead ii. Southwire 7.07.04 Marking Tape A. 3-inch width, Sewer – green, Water - blue B. Manufacturers i. Presco Prodcuts ii. Terra Tape 2020 Design Standards and Specifications Approved Materials List Section 7 89 7.08 Street Construction 7.08.01 Detectable warning surface for handicap ramps A. Manufacturers i. StronGo Industries – Tek Way Dome Tiles 7.08.02 Fiber Reinforcement A. Manufacturers i. BASF macro fibers 2020 Design Standards and Specifications Approved Materials List 90 Section 7 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 91 SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.01 General 8.01.01 The construction and materials for any City of Lubbock Engineering paving or drainage improvements project shall conform to the following specifications and associated standard details. A. Any construction or materials failing to meet the requirements of these specifications or the standard details 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 not in conformance with these specifications and the plan sheets. 8.01.02 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. 8.01.03 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. 8.01.04 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. 8.01.05 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. 8.01.06 Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, 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 the plan sheets is in conflict with these specifications, the more stringent requirement shall govern, unless the City Engineer or designee gives written approval for a specific variance. 8.01.07 Storm Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Engineering Department to develop a site-specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria developed by the North Central Texas Council of Governments. 2020 Design Standards and Specifications Streets and Drainage Specifications 92 Section 8 C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 8.02 Design Standards 8.02.01 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. 8.02.02 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: Pavement Width (Face of Curb to Face of Curb) Finished Paving Surface Above Gutter 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 i. The widths listed above refer to the total proposed future full width of street. ii. 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 percent minimum and 4.0 percent maximum. 8.02.03 Minimum Grades A. All street paving shall comply with the following minimum slopes unless otherwise approved by the City Engineer: Location Finished Grade Slope (%) 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. 8.02.04 Vertical Alignment Requirements A. Vertical curves are required if the change in grade is greater than the following maximums: Street Classification Maximum change in grade (%) Residential 2 Collector 1 Thoroughfare 0.5 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 93 B. Vertical curves are to be a minimum of 100’ long and shall be designed for a speed of 5 MPH greater than the posted speed limit. C. The minimum gutter slope in a sag vertical curve shall be 0.2%, while a crest vertical curve has no minimum. 8.03 Testing and Inspection 8.03.01 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. 8.03.02 Contractor shall cooperate with the Engineer in providing for sampling and testing procedures. A. The contractor shall provide at least a 2 hour notification to the City Inspection Staff prior to requesting any inspection services. B. In the event the City tests indicate out of specification materials, additional tests may be provided by the contractor at their own expense. C. 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. 8.03.03 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. 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. 8.03.04 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. 8.04 Notification of Property Owners 8.04.01 The contractor shall be responsible for maintaining positive communication with adjacent property owners. 8.04.02 The contractor shall provide two days notice to all affected property owners with respect to pending construction, and restriction of access or driveway locations. 8.05 Protection of Utilities and Irrigation Systems 8.05.01 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. 8.05.02 It is the contractor’s responsibility to become familiar with all utilities and locations. 2020 Design Standards and Specifications Streets and Drainage Specifications 94 Section 8 A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification 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. 8.05.03 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. 8.05.04 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. 8.05.05 If construction activities block the flow of water, then standing water shall be pumped off existing paving daily. 8.06 Water for Construction 8.06.01 Water is available 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. 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. 8.06.02 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 and close a fire hydrant. 8.06.03 For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. B. 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. 8.06.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. A. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. B. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. 8.06.05 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. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 95 8.07 Concrete 8.07.01 These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters and fillets, alley paving, sidewalks, street paving, curb ramps, medians, and drainage improvements. A. The concrete shall be produced at a Ready-Mix Concrete Batch Plant conforming to ASTM C94. B. The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during transit. C. Concrete shall have a temperature of less than 90 degrees at time of placement. Concrete above this temperature will be rejected and shall be removed from the job site. D. No more than eight cubic yards of concrete shall be loaded in a Revolving Drum Agitator Truck and transported to the job site. Loads in excess of eight cubic yards will be rejected and shall be removed from the job site. E. Admixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. F. No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. G. All concrete shall have 5 percent, minus 1.5 percent to plus 1.5 percent, air content in conformance with ASTM C231. H. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. I. Load tickets must be computer generated. 8.07.02 Classification A. The following City of Lubbock classes of concrete shall be used: Class Typical Uses A Curb and gutter, sidewalks, curb ramps, drainage channels, medians, inlet boxes, headwalls, junction boxes, driveways, and retaining walls. B Valley gutters and fillets, alley returns, and alley paving. C Concrete street pavement. D Utility encasements E Fast setting concrete pavement such as “Fast Track” Concrete Pavement or, other special design. 8.07.03 Thickness of Concrete Pavement A. The following City of Lubbock minimum concrete pavement thickness shall be used: Street Classification Minimum Concrete Pavement Thickness Residential and Collector (R-1/R-1A/R-2/C-1/Industrial) 6” Minor Arterial 7” Principal Arterial 9” 2020 Design Standards and Specifications Streets and Drainage Specifications 96 Section 8 B. Concrete alley paving shall have a minimum thickness of 7-1/2 inches at edge and 5 inches at flow line. i. No tolerance on minimum thickness will be allowed. ii. No additional compensation will be made to the contractor for thickness greater than specified. C. All other proposed concrete pavement thickness and steel requirements not meeting the COL minimum design standards and specifications shall be approved in writing by the City Engineer. 8.07.04 Drainage Easements A. All drainage easements shall have, at a minimum, a 10-foot wide concrete flow line to be constructed with the street and alley paving improvements. B. Drainage easements shall not be used as alleys or garbage collection. 8.07.05 Mix Design A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit an engineer’s recommended concrete mix design. The following shall be included in the submittal: i. Test certificates from an approved commercial testing laboratory on all proposed aggregate. (1) Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate test not to exceed 25 percent. ii. Mix design based on water-cement ratio. iii. Results of compressive strength tests in conformance with ASTM C 39 and/or flexural strength tests in conformance with ASTM C78, made by an approved commercial testing laboratory. (1) Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. B. The Engineer will approve or reject the mix design and materials based on these submittals. C. Mix design approval shall be subject to additional testing during construction. D. Mix designs for various classes of concrete shall conform to the following: Class Min. Sacks Cement per cubic yard Water/Cement Ratio Max. Slump (Inches) A 5.0 0.40 – 0.60 5 B 5.5 0.40 – 0.60 5 C 6.0 0.35 – 0.45 3 D 4.5 0.40 – 0.60 5 E As required for specific cure time and strength. i. New mix designs shall be submitted annually, or when material properties or sources change. ii. New mix design submittal will be required for any deviation from the mix design during construction. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 97 8.07.06 Strength Requirements A. The various classes of concrete shall conform to the following minimum strengths in pounds per square inch (psi) as determined by the average of two test cylinders or beams: Class Min. Compressive Strength 3 Day 7 Day 28 Day A - 2100 3000 B - 2500 3600 C - 2500 3600 D - - 2500 E 3000 psi at 24 hours B. ACI Testing will be followed. C. When cores are subsequently used to prove compressive strength where test cylinders indicate failures or the quality of installation is of concern, the cores shall be tested in accordance with ACI C42. The cores shall meet the minimum 28 day compressive strength in the table above and meet 85% of the mix design strength. D. To place concrete in service the strength must meet 75% of the 28 day minimum compressive strength in the table above. 8.07.07 Cement A. Cement shall be Type I, Type II, or Type I-II cements, conforming to ASTM C150 “Standard Specification for Portland Cement”. B. The contractor shall notify the Engineer prior to any changes of the cement supplier or source during construction. The Engineer may require a new mix design if changes of supplier or source occur. C. Supplementary Cementitious Materials may replace up to 50% of the Cement with the following limits. i. Fly Ash conforming to ASTM C618, Class C or F no more than 30% by weight. ii. Slag Cement conforming to ASTM C989, Class 100 or 120 no more than 50% by weight. iii. Silica Fume conforming to ASTM C1240 no more than 10% by weight. iv. Metakaolin conforming to ASTM C618 no more than 10% by weight. 8.07.08 Aggregate A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C33. B. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, organic impurities, or other deleterious materials. C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136. i. The gradation for fine aggregate shall meet the following requirements: Fine Aggregate Cumulative Percent Passing (by weight) 3/8” Sieve 100 No. 4 Sieve 95-100 No. 8 Sieve 80-100 No. 16 Sieve 50-85 No. 30 Sieve 25-65 2020 Design Standards and Specifications Streets and Drainage Specifications 98 Section 8 No. 50 Sieve 10-35 No. 100 Sieve 0-10 No. 200 Sieve 0-3 D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to ASTM C136. i. The gradation for coarse aggregate shall meet the following requirements: Coarse Aggregate Cumulative Percent Passing (by weight) 1-3/4” Sieve 100 1-1/2” Sieve 95-100 3/4” Sieve 60-90 1/2" Sieve 25-60 No. 4 Sieve 0-5 E. Coarse aggregate for Class C or E concrete shall be crushed limestone . Crushed gravel will be allowed if on the TxDOT Quarterly Monitoring Program, or if specifically approved by the engineer. F. Aggregate shall comply with the following limits: Material Property Max. Allowable Limit Deleterious Material 2.0% Decantation 1.5% Flakiness Index 17 Magnesium Sulfate Soundness 25% G. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. i. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. ii. Stockpiles shall be built in layers of uniform thickness. iii. Equipment shall not be permitted to operate over the same lift repeatedly. 8.07.09 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 (141 lbs) per cubic yard. B. Utility ditches in Right of Way shall be backfilled in accordance with Details UEM-01 through UEM-07 in the appendix. C. 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 expense. 8.07.10 Water A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26. 8.07.11 Admixtures A. Admixtures may be included in the concrete mix when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C494 or ASTM C260. Chemical admixtures shall not be used as a substitute for Cement. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 99 B. Admixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. 8.07.12 Reinforcing Material A. All concrete shall incorporate reinforcement as follows: i. Curb and gutter - horizontal paving steel shall extend to within 2” of back of curb. When poured monolithically with adjacent concrete pavement. ii. Residential (R-1/R-1A/R-2) and Collector (C-1/Industrial) Street Pavement – Refer to Plate No. 38-7 through Plate No. 38-11 for more information. iii. Valley Gutters and Fillets – A minimum of #4 deformed bars 12 inches on center both ways. iv. Drainage Channel – A minimum of #5 deformed steel bars 12 inches on center both ways or design approved in writing by the City Engineer. v. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets and fiber reinforcement as specified in section 8.07.12 (C). vi. Alley Returns - #4 deformed steel bars 12 inch on centers both ways or 6-inch x 6-inch - 6 gauge welded wire fabric. vii. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber reinforcement, or as required by the City of Lubbock Building Official, or design approved in writing by the City Engineer. viii. Commercial driveways, including pedestrian crossing area – #3 deformed steel bars through the gutter section as indicated on the detail sheets and either #4 deformed bards 12 inches on center both ways or 6 -inch x 6-inch – 6 gauge welded wire fabric. B. Steel i. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. ii. Welded wire reinforcement shall conform to ASTM A1064, and shall be 6-inch x 6-inch - 6 gauge welded wire fabric as specified. iii. Reinforcing bars shall be grade 60 (60 KSI), open-hearth, basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A615. a. Steel reinforcing materials shall be stored off the ground in a manner as to be protected from accumulations of grease, mud, other foreign matter and rust producing materials. b. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. iv. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets. v. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. C. Fiber a. Fiber reinforcement shall be either 100 percent virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers. b. The manufacturer shall provide calculations for equivalent amounts of fiber to replace steel reinforcement, with a minimum of 1.5 pounds per cubic yard. The amount of fiber used may be less than the equivalent steel for residential streets if approved by the City Engineer or designee. When submitting less fiber than the equivalent steel, the design must be stamped by a licensed engineer. 2020 Design Standards and Specifications Streets and Drainage Specifications 100 Section 8 c. Fiber calculations must be done in accordance with ACI standards. d. The physical characteristics on the fiber shall be as follows: Physical Characteristic Value Specific Gravity 0.91 Tensile Strength 70,000 psi to 110,000 psi Minimum Length 3/4 inch 8.07.13 Joints A. Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. i. Construction joints formed by removable metal templates accurately shaped to the cross-section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or as directed by the Engineer. ii. Tooled contraction joints cut at least one quarter the concrete depth shall be placed at 10 foot intervals. iii. Expansion joint material shall be placed full depth of the concrete curb. B. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint and at a maximum spacing of 130 feet. i. Alley returns shall be poured monolithically with curb radii and fillets with joints as indicated in Standard Detail 36-7. ii. Tooled contraction joints, cut 1/2 inch wide 2 inch deep, shall be placed as shown on Standard Detail 36-11. iii. Alley paving contraction joints shall be sealed with an elastomeric sealer. iv. Expansion joints shall include bituminous pre-molded expansion joint board. C. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. i. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. ii. Joints shall be saw cut within 12 hours of placement of the concrete paving. iii. Joints shall be sealed with an elastomeric sealer. iv. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. D. Valley gutters and fillets shall be constructed with tooled construction joints. i. Joints shall be sealed with an elastomeric sealer. ii. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. E. Joint Sealing Materials i. Zip Strip or Bituminous pre-molded expansion joint board material shall conform to ASTM D1751 and shall be placed as indicated on plan sheets or in these specifications. a. Expansion joint material shall be placed full depth of the concrete slab. ii. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R.Meadows “SOF-SEAL”, W.R. Meadows #158 cold applied, or “GARDOX” as required by plan sheets. a. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D3405. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 101 b. Hot poured joint sealant for all other joints in Portland cement concrete pavement shall conform to ASTM D3406. c. Cold poured joint sealant shall conform to ASTM C920. iii. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer’s recommendations. a. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. b. The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of local conditions. iv. Backer rod used with elastomeric sealant shall be 25 percent greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. a. Compression of the backer rod material shall be approximately 25 percent shrinkage at 8 psi applied stress. b. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 8.07.14 Curing Compounds A. All fresh concrete surfaces shall be completely sprayed with a liquid membrane forming curing compound at a rate of one gallon per every 180 square feet. Its application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials”. i. Fresh concrete is defined as less than 10 minutes after finishing B. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 8.07.15 Forms A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the concrete section formed. B. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least 12 hours after placing of the concrete. C. Forms shall be treated with a light oil or release agent before each use, and forms which are to be re-used shall be cleaned immediately after each use and maintained in good condition. D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. E. Forms used for curb radii shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow line can be obtained by other methods approved by the Engineer. F. In no case will concrete placement be started without the approval of the Engineer. G. No forms shall be placed until the subgrade is within one inch of its finished grade. H. Forms for paving slabs may be used as a guide for screeding. I. Where longitudinal construction joints are required, the form shall be so constructed as to provide an approved load transfer mechanism in the face. 2020 Design Standards and Specifications Streets and Drainage Specifications 102 Section 8 8.07.16 Placing and Finishing Concrete A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. i. Concrete shall be placed as close to its proper location as practical. ii. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. iii. The concrete shall be floated and troweled to the approximate section. iv. When water is needed for finishing purposes it must be dispensed by a pressurized canister with a misting nozzle. B. Removal of face forms and finishing of curb and gutter shall be started only after a partial set occurs. i. Only construction approved forms, templates, and tools shall be used to form the cross-sections indicated on plan or detail sheets. C. Concrete shall not be placed when the ambient temperature and the surface temperature is below 40 degrees F or if sustained winds are 25 mph or higher as determined by field measurements by city inspector, or if field measurement is not available then the Texas Tech University Mesonet sites in Lubbock. If the sustained winds exceed the 25 miles per hour all placement operations will cease immediately. i. The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect concrete should the air temperature fall below 33 degrees F. This protection and forms shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. ii. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. D. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. i. Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with forms. ii. Vibrators shall not be used to move concrete within the forms. E. The surface of concrete street paving shall incorporate a tined finish perpendicular to the travel direction. F. All other concrete surfaces shall be completed with a light broom finish. G. When forms are used for concrete paving the forms must stay in place for a minimum of 12 hours. H. No equipment shall be placed on concrete until it has reached 75 percent of the specified 28 day compressive strength. I. Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge using the TxDOT Item 585 Surface Test Type A. J. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to determine locations of ponding. i. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. K. Where the surface of Major or Minor Arterial paving is noticeably uneven, the City may require measurement of the ride quality using the TxDOT Surface Test Type B. i. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods acceptable to the Engineer. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 103 ii. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. L. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor’s own expense. 8.07.17 Tolerance in Elevation and Grade A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed and replaced at the correct elevations as indicated on the plans, unless curb and gutter surfaces drain with flood testing and approved in writing by the City Engineer or designated staff. 8.07.18 Concrete Alley Paving Cuts A. Refer to Standard Detail UEM-06. B. Transverse Cuts i. Minimum width between transverse joints shall be 4 feet. ii. No more than 2 transverse joints shall be added between existing 13 foot tooled joints. iii. Transverse joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. When installed at expansion joints, slip dowels shall be used. C. Longitudinal Cuts i. Longitudinal cuts along the edge of existing alley pavement shall be a minimum width of 3 feet. ii. Maximum width of longitudinal cuts shall be 4 feet. iii. Longitudinal cuts wider than 4 feet, regardless of location, shall replace the full width of existing alley paving. iv. Longitudinal joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. D. Potholing for Locating Existing Utilities i. Pavement cuts for potholing purposes shall be circular cored holes or clean square cutouts. a. Cored holes in asphalt pavement shall be filled with cold-mix asphalt to match the depth of existing pavement. b. Cored holes in concrete pavement shall be filled with concrete to match the depth of existing pavement. c. Cutouts shall be repaired as specified in Plate No. UEM-02 8.08 Subgrade and Base 8.08.01 Subgrade A. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off-site soil, free from vegetation or other objectionable matter. B. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. 2020 Design Standards and Specifications Streets and Drainage Specifications 104 Section 8 C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: Material Property Wet (ASTM 4318 – 05.10.1 Dry (ASTM 4318 – 05.10.2 Liquid Limit Max 45 Max 45 Plasticity Index Min 5; Max 20 Min 10; Max 25 Linear Shrinkage Min 2; Max 10 Min 2; Max 10 D. Subgrade Construction i. All testing of subgrade will be completed prior to any placement of curb and gutter. Subgrade will be processed the entire width of the roadway including under the curb and gutter section. ii. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95 percent of Modified Proctor Density at optimum moisture content, plus or minus 2 percent. iii. Subgrade shall be constructed in maximum of 6 inch lifts, and each 6 inch lift tested for moisture and density. iv. Subgrade thickness shall be a minimum of 12 inches for all streets, regardless of street width or classification. v. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. a. After each section of subgrade is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. b. At any time the City Engineer may require proof rolling on streets or alleys with a 25 ton pneumatic roller, to test the uniformity of compaction. c. Rollers will be completely loaded with water or wet sand to ensure they meet the manufacturer's weight requirements. vi. All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch. vii. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall be in compliance with these specifications for materials and construction. a. Cut and fill operations shall comply with Chapter 38 of the City of Lubbock Code of Ordinances. viii. Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface, and so that the compacted subgrade thickness will not be less than specified above. a. Crown section shall begin transition at a distance equal to one-half of the lip-to-lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. E. Rejected Subgrade Material i. Rejected subgrade material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 105 a. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. b. No payment will be made for rejected material or construction. 8.08.02 Flexible Base (Caliche) A. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay particles produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. i. All base material sources are subject to approval by the Engineer. ii. If material characteristics within an approved source change, the material shall be subject to retesting and re-approval prior to continued use. iii. The Contractor shall not change material sources without approval by the Engineer. B. Crushed concrete may be blended with quarried material only to the extent necessary to produce material in compliance with these specifications, to a maximum of 20 percent crushed concrete by weight. i. Crushed concrete shall be produced from parent material consisting of structural strength concrete, such as City of Lubbock Class A, B, and C. ii. Lower strength materials, such as flowable fill, are not acceptable. iii. Crushed concrete shall be free of reinforcing steel and any objectionable material, and have a maximum of 1.5 percent deleterious material when tested in accordance with Tex-413-A. iv. When crushed concrete is used, the final product shall be entirely in compliance with the specifications for single source material. C. Recycled Asphalt Pavement (RAP) will not be approved for use in flexible base. D. Prior to construction the contractor shall build stockpiles of sufficient quantity of base material as required to complete the entire project or subdivision. i. Each stockpile shall be dedicated, and identified as to the project or subdivision it is for. ii. Stockpiles may be on site or at the plant. iii. After a stockpile is completed the contractor shall not add material to that stockpile. iv. The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce stockpiles in compliance with these specifications. E. Material Tests i. Flexible base material shall be tested yearly to confirm that the material conforms to the following requirements: a. Sieve Analysis Standard Crushed Rock Aggregate Cumulative Percent Passing(by weight) 1-3/4” Sieve 100 7/8” Sieve 65-90 3/8” Sieve 50-70 No. 4 Sieve 45-55 No. 40 Sieve 15-30 2020 Design Standards and Specifications Streets and Drainage Specifications 106 Section 8 b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as “Soil Binder” and shall meet the following requirements: Material Property Value Liquid Limit Max 35 Plasticity Index Min 3; Max 15 c. Wet Ball Mill (1) When tested in accordance with Tex-116-E (Wet Ball Mill) the base material shall have a value not to exceed 45. (2) The percent of material passing the #40 sieve shall not increase by more than 20 during the test. F. Flexible Base Construction i. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. ii. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. iii. Flexible base thickness shall be a minimum of 6 inches for R1a, R1 and R2 streets. Flexible base thickness shall be a minimum of 8” for collector streets. Flexible base thickness shall be 10” for industrial Streets. Flexible base thickness shall be 12” for arterial streets. Alternative designs may be approved by the City Engineer. iv. Processing shall be accomplished in lifts of 6 inches compacted thickness. v. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction to a minimum of 95 percent of Modified Proctor Density with a moisture content of 2 percent above to 2 percent below optimum a. Densities will be taken by City of Lubbock inspection staff b. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. c. Processing for compaction of caliche base with a sheep's foot type roller will not be permitted. vi. The base shall be allowed to cure a minimum of 3 days, or until determined by the Engineer to be adequately cured, before placing prime or surface course. a. During the cure time the base shall be maintained by blading or other methods until the wearing surface is placed. b. Windrow caliche shall not be removed until the base has passed finish inspection. c. Base which becomes wet, or otherwise altered, may be subject to retesting and reprocessing as determined by the Engineer. vii. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment a. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. b. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. viii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than 6 inches, or thickness otherwise specified by the engineer. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 107 a. Crown section shall begin transition at a distance equal to one-half of the lip-to-lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. ix. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. x. The compaction method for flexible base shall provide for each lift to be compacted to the specified density using appropriate equipment. xi. After each section of flexbase is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. a. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the contractor. G. Rejected Flexible Base Material i. Rejected material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.08.03 Asphalt Stabilized Base (ASB) A. Asphalt stabilized base shall consist of a uniform mixture of mineral aggregate and asphalt cement mixed hot in a mixing plant in accordance with these specifications. i. Caliche is not an acceptable aggregate for ASB. B. The contractor’s plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the base material consistently in compliance with these specifications. C. In place compaction control is required for all ASB. i. Locations of Cores, when required, will be determined by City of Lubbock personnel and marked ii. The ASB will be cored by the City inspection staff to determine composition, compaction, thickness, and density. iii. The contractor shall replace the pavement removed from core holes at no cost to the City. iv. ASB found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor’s expense as directed by the Engineer. D. ASB Mix Design i. The contractor shall submit an ASB mix design less than one year old, prepared by a qualified lab, in compliance with these specifications using approved materials indicating gradation and optimum asphalt content. 2020 Design Standards and Specifications Streets and Drainage Specifications 108 Section 8 ii. The aggregate mixture shall conform to the following master gradation: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing 1” Sieve 98-100 Passing 3/4” Sieve 84-98 Passing 3/8” Sieve 60-80 Passing No. 4 Sieve 40-60 Passing No. 8 Sieve 29-34 Passing No. 30 Sieve 13-28 Passing No. 50 Sieve 6-20 Passing No. 200 Sieve 2-7 a. Design produced Minimum VMA 13.0 percent b. Plant produced Minimum VMA 12.0 percent iii. Material passing the No. 40 sieve shall be known as “soil binder” and shall meet the following requirements: Material Property Value Liquid Limit Max 45 Plasticity Index Max 15 Linear Shrinkage Max 5 iv. The mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pug mill for mixing with asphalt. v. The mix design shall have optimum asphalt content determined in accordance with Tex-204-F, with a target lab molded density of 96.5 percent. vi. Asphalt content of the Job Mix Formula shall not vary during construction from the design by more than 0.3 percent. vii. Asphalt for the mixture shall be a Performance Grade (PG) 64-28, or better. viii. New mix designs must be submitted annually, or when material properties change. ix. A maximum of 20 percent approved rap material can be added to ASB. E. ASB Placement i. The ASB material shall be placed on the approved prepared surface using an approved lay down machine. ii. ASB thickness shall be a minimum of 9 inches, or as required by the Engineer. iii. Asphalt Stabilized Base shall be placed and compacted in 4 inch lifts to form the specified thickness of compacted base, unless otherwise directed by the Engineer. a. Prior to placing ASB, the subgrade shall be prepared as previously specified. iv. The cross-section shall be constructed to form the specified crown on the ASB surface at the centerline of the street, or as indicated on the plans. v. ASB shall not be placed when the air temperature, as measured by city inspector in field or if field measurement is not avalible as reported by the Texas Tech University Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees surface temperature. vi. ASB maximum temperature is 350 degrees. ASB minimum temperature in truck is 325 degrees. ASB minimum lay down temperature is 265 degrees. vii. Any ASB material that is outside the specified temperature ranges, shall be rejected by the Engineer. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 109 viii. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross- sections and grades shown on the associated plans. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness is not less than 9 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip-to-lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. F. ASB Compaction i. ASB shall be compacted thoroughly and uniformly with approved rollers to a density between 93 percent and 98 percent of the maximum theoretical gravity, with a lab molded target of 96.5 percent using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. ii. Compaction less than 93 percent or greater than 98 percent will be considered deficient. All deficient pavement shall be removed and replaced as determined by the Engineer at the contractor's expense. iii. ASB shall meet all compaction requirements at the time of inspection. Re-rolling is not an approved method for achieving compaction requirements. iv. Contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure maximum compaction. v. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. G. Rejected ASB Material i. Rejected ASB material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.09 Hot Mix Asphalt Concrete Surface (HMAC) 8.09.01 Hot mix asphalt concrete surface shall consist of a uniform mixture of mineral aggregate (coarse aggregate, fine aggregate, mineral filler) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. 8.09.02 The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface material consistently in compliance with these specifications. 8.09.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving requirements of the platting process. Strip paving may be used only in special circumstances and must be approved by the City Council. If strip paving is used, the developer is still responsible for providing for the required permanent curb and gutter and paving. A. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 - Dense-Graded-Hot-Mix Asphalt (Method). 2020 Design Standards and Specifications Streets and Drainage Specifications 110 Section 8 B. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. i. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex-203-F. ii. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25 percent when tested in accordance with Test Method Tex-224-F. iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either minimum 1 percent lime in accordance with DMS-6350, or liquid anti-stripping agent approved by the Engineer. a. Anti-stripping agents shall meet requirements of TXDOT Item 301 - Asphalt Anti- stripping Agents, and shall be added at the manufacturer’s recommended dosage and temperature range. 8.09.04 A minimum of two sets of cores per day will be taken to determine thickness and density of HMAC surfaces. A. Core locations will be marked and cored at random locations by City of Lubbock inspection staff. B. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. C. HMAC surface found to be deficient shall be corrected at the contractor’s own expense as directed by the Engineer. D. The contractor shall replace the pavement removed from core holes immediately after testing at no cost to the City. 8.09.05 Thickness of HMAC Surfaces A. HMAC thickness shall be a minimum of 2 inches for Residential and Collector, 2.5 inches for industrial, 3” for minor arterial and 5” for principal arterial, or as indicated on the plans. i. No tolerance on minimum thickness will be allowed. B. If a core shows less than the specified minimum thickness, prior to being trimmed, the HMAC surface shall be considered deficient with respect to thickness, and the deficiency shall be rectified by removal and replacement at the specified thickness. i. Additional cores will be taken at 25 foot spacing to define the limits of deficiency. C. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. 8.09.06 HMAC Mix Design A. The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Test Method Tex-204-F. i. The mix design shall have a lab molded density of 96.5 percent using the Texas Gyratory compaction method. ii. New designs shall be submitted annually, or when material properties change. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 111 iii. The aggregate mixture shall conform to the following master gradation: a. Type “C” Coarse Graded Surface Course – Curb and gutter street widths greater than 36 feet: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing 3/4” Sieve 95-100 Passing 3/8” Sieve 70-85 Passing No. 4 Sieve 43-63 Passing No. 8 Sieve 32-44 Passing No. 30 Sieve 14-28 Passing No. 50 Sieve 7-21 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 14 percent (2) Plant Produced Minimum VMA 13 percent b. Type “D” Fine Graded Surface Course – Curb and gutter street widths of 36 feet or less and strip paved streets of any width: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing 1/2” Sieve 98-100 Passing 3/8” Sieve 85-100 Passing No. 4 Sieve 50-70 Passing No. 8 Sieve 35-46 Passing No. 30 Sieve 15-29 Passing No. 50 Sieve 7-20 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 15 percent (2) Plant Produced Minimum VMA 14 percent c. HMAC Type is in reference to the ultimate full width street, not half width. iv. Material passing the No. 40 sieve shall be known as “soil binder” and shall maximum linear shrinkage value of 5. v. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. vi. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. vii. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. B. Coarse Aggregate i. Coarse aggregate must be approved for use by the Engineer and must be on the TXDOT source rating catalog or approved in writing by the City Engineer. ii. Coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality. a. Mixing or combining of crushed gravel and crushed stone will not be permitted. iii. Coarse aggregate shall be crushed to the extent that produces a minimum of 80 percent crushed faces for both Type “C” HMAC, and Type “D” HMAC, when tested in accordance with Test Method Tex-460-A Part I "Determination of Crushed Face Count". iv. Decantation shall be a maximum of 1.5 percent when tested in accordance with Tex- 217-F. 2020 Design Standards and Specifications Streets and Drainage Specifications 112 Section 8 v. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance with Tex-217-F. vi. Coarse aggregate shall have a maximum loss of 25 percent when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. vii. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. C. Fine Aggregate i. Fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. ii. A maximum of 15 percent of the total virgin aggregate may be field sand or other crushed fine aggregate. iii. Sand which exhibits no variation in particle size shall be limited to a maximum of 7 percent of the total virgin aggregate. iv. Screenings shall be of the same or similar material as specified for coarse aggregate. v. Linear shrinkage shall be a maximum of 3 percent. vi. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. a. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing No. 8 Sieve 100 Passing No. 200 Sieve 55-100 D. Asphalt i. Asphalt shall be a Performance Graded (PG) 64-28, or better, unless otherwise shown on plans. ii. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. a. The contractor shall notify the Engineer prior to any changes of the asphalt supplier or source. b. The Engineer may require a new mix design if changes of supplier or source occur. iii. Asphalt content shall not vary more than plus or minus 0.3 percent of design during production a. Asphalt content within that range is considered to be acceptable if no other defects are noted, with the requirement that adjustments shall be made during production to achieve the optimum asphalt content. b. If the asphalt content falls outside these parameters immediate action is required. c. If at any time the asphalt content varies to plus or minus 0.5 percent of optimum, production shall immediately cease and all affected material shall be removed. d. Production shall not be resumed until the contractor has provided sufficient evidence of the problem being corrected. e. A maximum of 10 percent approved RAP will be allowed within the surface course, as included in the submitted design. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 113 8.09.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for the mix design proposed to be run on that project. The JMF will be held to tolerances as outlined. B. Prime and Tack Coats i. Prior to placing HMAC on flexible base, the surface shall be primed and cured 48 hours or until determined by the Engineer to be adequately cured, using an application of 0.20 gallons of asphalt per square yard of surface. a. The contractor shall strap the asphalt distributor in the presence of the inspector to verify the application rate. ii. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned, primed, and tacked to the satisfaction of the Engineer. a. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. (1) Prime coat will not be used as a tack coat. b. The tack coat shall be evenly and thoroughly applied with an approved sprayer as directed by the Engineer. (1) Mopping or brooming of tack coat is not allowed, unless prior approval by City Inspection Staff. (2) Minimum thickness shall be no less than 2 mil. thickness. c. All contact surfaces of curb and gutter, structures, and joints shall be sprayed with a thin uniform tack coat. iii. The prime coat shall be MC 30, and shall be applied in accordance with TxDOT Item 310 Prime Coat. iv. The tack coat shall be an asphalt material such as PG, AC-10. a. Asphalt materials cut with kerosene, diesel, or other petroleum solvent may not be used. C. HMAC Installation Requirements i. Pavement shall only be constructed on previously approved base. ii. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. iii. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all equipment off the right of way 30 minutes prior to sunset. iv. Air temperature requirements for placing HMAC shall be as follows: a. HMAC shall not be placed when the air temperature is below 45 degrees F and falling. b. HMAC may be placed when the air temperature is above 45 degrees F and rising. c. The forecasted high must be 50 degrees or above for the day by the National Weather Service. v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as determined in the field. vi. Air temperature and wind speed shall be determined by City of Lubbock inspector field measurement. If field measurement by inspector is not available the Texas Tech University Mesonet sites in Lubbock shall be used. vii. HMAC shall be placed at a temperature between 265 and 325 degrees F. a. Any HMAC material that is above or below the specified temperature range, measured at any point, shall be rejected by the Engineer. 2020 Design Standards and Specifications Streets and Drainage Specifications 114 Section 8 viii. When high winds occur, contractor must provide a water truck in order to minimize blowing dust. a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease production immediately. ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. a. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross- sections and grades shown on the associated plans. b. Wings of the laydown machine may not be dumped unless they are dumped after every load. c. The loose aggregate along the edge may not be raked back onto the mat. x. A level up course 1/2 inch to 2 inch in thickness shall require the use of Type D HMAC. xi. A level up course greater than 2 inch shall require the use of ASB. xii. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. xiii. Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1/4 inch above the curb or other concrete surface. xiv. All concrete structures shall be complete before asphalt is placed. xv. All joints shall present the same texture, density, and smoothness as other sections of the course. a. The joints between old and new pavements or between successive day’s work shall be made to insure a continuous bond between the old and new sections of the course. xvi. The transverse edges of old pavement and, if required by the Engineer, the successive day’s pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. xvii. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of approved tack coat before the fresh mixture is placed. xviii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted asphalt thickness is not less than 2 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip-to-lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. xix. If the laydown machine is idling, the temperature of the asphalt shall remain between 230 and 345 degrees. If the temperature is outside this range the contractor must create a clean joint in the asphalt. xx. Any Utilities installed after placement of pavement but before certificate of completion will require pavement to be removed to the next joint. All edges shall be sawcut. D. HMAC Compaction i. HMAC surfaces shall be constructed to the following compacted thickness stated in 8.09.05(A) with a maximum of 0.5 inches more thickness for Type D and a maximum of 1.0 inches more thickness for Type C. No allowance will be made for less than minimum thicknesses. ii. Using appropriate rollers approved by the Engineer, the HMAC surface shall be compacted thoroughly and uniformly to a density between 94 percent and 98 percent 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 115 of the theoretical maximum gravity, with a lab molded target of 96.5 percent using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. iii. Compaction less than 94 percent or greater than 98 percent will be considered deficient. iv. All deficient HMAC shall be removed and replaced as determined by the Engineer at the contractor's expense. v. HMAC shall meet all compaction requirements at the time of inspection. Re-rolling is not an approved method for achieving compaction requirements. vi. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure correct compaction. vii. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. viii. Places inaccessible to the rollers may be compacted using lightly oiled tamps. ix. Trenches and other limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. x. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. xi. Finished surfaces, including asphalt and concrete, shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge. xii. Prior to acceptance, the contractor shall apply sufficient water to all paving surfaces, asphalt and concrete, to determine location of ponding. a. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. xiii. Where the surface of Major or Minor Arterial paving is noticeably uneven the City may require measurement of the ride quality using the TxDOT Surface Test Type B. a. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods approved by the Engineer. b. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. E. Emulsified Asphalt Sealer i. All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-1H, or 20/80 SS-1, liquid anionic asphalt and distilled water. ii. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. F. Release Agents i. Diesel shall not be used as a release agent. ii. Only approved agents (such as Black Magic or equivalent) will be used. iii. Diesel will not be permitted to be used on any tools or machinery that comes into contact with the HMAC. 8.09.08 Sampling of HMAC A. When sampling HMAC for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the contractor (at the contractor's request). B. A "referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. 2020 Design Standards and Specifications Streets and Drainage Specifications 116 Section 8 C. If the contractor's results differ from the City's results the referee will be utilized and it will be run at an independent laboratory at the expense of the contractor, at which time all tests are final. D. If the contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. 8.09.09 Rejected HMAC Material A. Rejected HMAC material, either from the construction area or delivered to the job site shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. B. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. C. No payment will be made for rejected material or construction. 8.09.10 Islands In Streets A. Islands in streets require City Council approval. i. As a condition of approval, persons requesting approval of islands within a street shall be required to submit to the City Engineer a street pavement structural design that exceeds the minimum standard specifications for street paving. ii. In general that shall mean an approved reinforced concrete pavement design. iii. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any proposed island. B. The submitted request shall include the proposed pavement design, surface treatment of the island, types of plant materials, and methods and details of irrigation systems. 8.10 Micro-Surfacing 8.10.01 Micro-surfacing materials and construction shall conform to TxDOT Specification Item # 350. There shall be no deviation from these specifications unless so directed by the Street Superintendent. 8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro- surfacing pavement and to ensure that the finished surface has a uniform texture and the micro-surfacing mat is fully adhered to the existing roadway surface. 8.10.03 Materials of Construction A. All materials that are to be stockpiled shall be protected from dust and other contamination. B. Mineral filler shall be stored in a manner that will keep it dry and free from contamination. C. All asphalt materials shall be kept free from contamination. D. Cationic Polymer-Modified Asphalt Emulsion i. Provide CSS-1P in accordance with TxDOT Item # 300.2.D “Emulsified Asphalt”. E. Aggregate i. Aggregate shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality and from a single source. ii. Aggregate shall meet TxDOT Class “A” surfacing classification. iii. Contractor shall include the amount of mineral filler added to the mix determining the total minus No. 200 sieve aggregate fraction. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 117 iv. Aggregate shall meet the following gradation requirements: Standard Crushed Rock Aggregate Cumulative Percent Retained (by weight) Retained on 1/2” Sieve 0 Retained on 3/8” Sieve 0-1 Retained on No. 4 Sieve 6-14 Retained on No. 8 Sieve 35-55 Retained on No. 16 Sieve 54-75 Retained on No. 30 Sieve 65-85 Retained on No. 50 Sieve 75-90 Retained on No. 100 Sieve 82-93 Retained on No. 200 Sieve 85-95 v. Maximum Magnesium Sulfate Soundness shall be 30 percent (5 cycles) based upon TxDOT Test Method Tex-411-A vi. Minimum Sand Equivalent shall be 70 percent based upon TxDOT Test Method Tex- 203-F. F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. G. Contractor shall adjust the mix design to attenuate the usage of Lime. H. Water shall be potable and free of harmful soluble salts. I. Use only approved additives as recommended by the emulsion manufacturer in the emulsion mix or in any of the component materials when necessary to adjust mix time in field. 8.10.04 Methods of Construction A. Equipment i. Equipment shall be kept in good working conditions with no leaks. ii. Any equipment that shows signs of leaks shall be fixed immediately and shall not be used until such leaks are fixed. iii. The mixing machine shall be a self-propelled micro-surfacing mixing machine with self- loading devices to promote continuous laying operations. iv. Mixing machine shall have sufficient storage capacity for mixture materials with individual volume or weight controls that will proportion each material to be added to the mixture. v. Mixing machine shall have a water pressure system and nozzle-type spray bar immediately ahead of spreader box capable of spraying the roadway for the width of the spreader box. vi. Scales used for weighing materials and emulsion must be calibrated and meet the requirements of TxDOT Item # 520. vii. Electronic Monitoring System a. The micro-surfacing machine shall be equipped with an electronic monitoring system that consists of pulse sensors measuring material delivery rates, a radar gun to monitor distance traveled, and programmable micro-controller, and operators display/input board and an on-board printer. b. System shall be capable of monitoring and displaying application rates and use of aggregate, emulsion, fines, water and additives. c. System shall be capable of calculating and displaying ratios of emulsion to aggregate, fines to aggregate, additive to aggregate, water to aggregate, and application rate in pounds per square yard. 2020 Design Standards and Specifications Streets and Drainage Specifications 118 Section 8 d. System shall be capable of printing a hard copy report on demand which displays the date, weight of aggregate, emulsion, fines, number of gallons of additive and gallons of water, and all of the above mentioned ratios since last reset. e. A computer-generated report providing statistics for the full work day shall be provided with each hand calculated daily run sheet. f. This system shall be accurate to within 1/2 of a percent of actual weights and measures for all parameters noted above. The system is not expected to calculate quantities and ratios for materials used in handwork and cul-de-sac areas. B. Air temperature requirements for placing micro-surfacing pavement shall be as follows: i. November 1 to April 1 a. Micro-surfacing shall not be placed when the air temperature is below 60 degrees F and falling. b. Micro-surfacing may be placed when the air temperature is above 50 degrees F and rising. ii. April 1 to November 1 a. Micro-surfacing shall not be placed when the air temperature is below 50 degrees F and falling. b. Micro-surfacing may be placed when the air temperature is above 50 degrees and rising. iii. Surface of roadway must be 60 degrees or higher prior to placing micro-surfacing pavement, as determined in the field. iv. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock, Texas. C. Placement of Micro-Surfacing i. The existing roadway surface shall be thoroughly clean and free of all vegetation, loose aggregate, and soil. ii. Existing raised pavement markers and thermoplastic markings shall be thoroughly removed. iii. When existing roadway surface conditions require, provide a water spray immediately ahead of the spreader box. a. Apply water at a rate that dampens the entire surface without any free-flowing water ahead of the spreader box. iv. Micro-surfacing shall be spread uniformly at a rate of not less than 25 pounds per square yard and no more than 30 pounds per square yard, or as directed. v. The spreader box shall be kept clean to minimize lumps. vi. Set and maintain the skis on the spreader box as to prevent chatter in the finished mat. vii. Adjust the rear seal to provide the desired spread viii. Adjust the secondary strike-off to provide the desired surface texture. ix. The finished mat shall be protected from traffic until it has cured and traffic will not harm it. x. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in one hour. xi. Locations with turning or stop-and-go traffic shall be protected for longer periods of time. xii. Special care shall be taken by the Contractor to ensure that all manholes, water valves, and other surface structures are sufficiently protected from the micro-surfacing process by the use of a plastic membrane covering or other approved method. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 119 xiii. The Contractor shall be responsible for uncovering each manhole, water valve, and other structure after the micro-surfacing pavement has been applied to the roadway surface. D. Rutting on Major Thoroughfares and Collector Streets i. Shallow ruts that are less than ½ inch in depth may be covered by a full width scratch box utilizing a steel primary strike-off plate. ii. Ruts that are between ½ inch and 1 inch in depth shall be filled independently with a fixed width spreader box no more than 6 feet wide. The rut filling box shall have a steel primary strike-off plate that is the same width as the spreader box. iii. Ruts that are in excess of 1 inch in depth shall be filled with a 5-foot wide rut filling spreader box specifically designed to fill wheel path ruts. This operation will require multiple placement passes to restore the pavement to its original cross section. Special care shall be used by the Contractor to ensure that the material has proper time to dry between applications to promote bonding between the original pavement and the micro-surfacing pavement. iv. Maximum micro-surfacing thickness applied as rut filling shall not exceed 1 inch for each pass required to restore pavement to the original profile. E. Asphalt Milling at Concrete Intersections i. All thoroughfares and collector streets which have concrete intersections or where concrete valley gutters intersect the street shall have the asphalt surface milled to such a depth as to allow a smooth transition between concrete and the completed micro- surfacing pavement. F. Scratch Course i. All “Scratch Course” applications shall be performed utilizing a steel primary strike-off plate. ii. This will allow the bottom, or “scratch course”, to mitigate any irregularities and have a more uniform profile for the micro-surfacing pavement to be applied to. G. Finished Surface i. Micro-surfacing pavement finished grade shall be uniform in texture and free from excessive scratch marks, tears, and other surface irregularities. a. All such irregularities shall be repaired by the Contractor at their own expense. ii. Longitudinal joints shall be place on lane lines unless otherwise directed by the Engineer. iii. Joints shall be uniform in appearance when placed adjacent to existing joints. iv. Joints and edges shall be uniform and neat in appearance. v. All ruts, utility cuts, and depressions in the surface shall be filled in a separate pass from the final pass. 8.10.05 Hours of Operation A. Operating hours will be Monday through Saturday as outlined in Section 8.15 of these Specifications, unless otherwise directed by the Engineer. B. Hours of operation shall be: i. Major Thoroughfare: 7:00pm to 7:00am (Night) ii. Residential Areas: 7:00am to 7:00pm (Day) C. On major thoroughfares the micro-surfacing pavement shall be traffic ready by 7:00am, including all traffic control devices and barricades being removed from the roadway. 2020 Design Standards and Specifications Streets and Drainage Specifications 120 Section 8 8.11 Storm Sewer 8.11.01 Storm sewer shall include installation of pipe, manholes, inlet structures, outlet structures, and all appurtenances associated with these items. 8.11.02 Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the Engineer. 8.11.03 Grade and horizontal alignment shall be maintained using a laser or batter boards. 8.11.04 Materials of Construction A. Storm Sewer Pipe i. As a standard, storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. ii. Pipe shall conform to the requirements of AASHTO M170 or ASTM C76. Pipe shall be Class III unless otherwise noted on plan sheets. iii. Other pipe materials may be considered for approval by the Engineer based on engineering and design criteria. B. Mortar i. Mortar shall be used for grouting and filling between pipe and drainage structures. ii. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. a. Portland cement shall conform to the requirements of ASTM C150, Type I. b. Sand shall conform to the requirements of ASTM C144. iii. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15 percent of the weight of cement used. a. Hydrated lime shall meet the requirements of ASTM C6. iv. Mortar which has not been used after 45 minutes of having water added shall be discarded. a. Mortar may not be retempered by having water added. C. Preformed Bituminous Gasket Joints i. Preformed bituminous gaskets for concrete non-pressure pipe shall conform to the requirements ASTM D994, and shall be Ram-Nek or approved equal. ii. Gaskets shall be installed in accordance with manufacturer’s recommendations and shall form a water-tight joint. D. Manholes, Frames, and Covers i. Manhole barrel, cone and extension sections shall be constructed of precast concrete. ii. A plant inspection may be required for production facility inspection and to review record-keeping for material certification. iii. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: ASTM Specification Material ASTM C33 Aggregates ASTM C150 Cement ASTM C39 Sampling Specimens ASTM A-615 or A-996 Reinforcing ASTM C144 Sand and Mortar 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 121 iv. Precast concrete sections for manholes shall conform to ASTM C478 specifications. a. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. v. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. a. Joints shall be effectively jointed to prevent leakage and infiltration. b. Connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. (1) Sealant will be provided by supplier and will be considered an essential part of each shipment. vi. Cones and adjusting rings shall maintain a clear 30-inch opening. a. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C478 specifications. b. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. vii. Manholes shall be designed to withstand H-20 AASHTO loading. viii. Manholes shall also have lifting holes that do not protrude through manhole wall. a. One full inch of concrete thickness must remain between lift hole and outside wall of manhole. ix. Manhole barrels shall be assembled of precast riser section. a. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. x. Invert channels shall be smooth and semi-circular in shape conforming to the inside of the adjacent pipe section. a. Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole will permit. b. Changes in size and grade of the channels shall be made gradually and evenly. c. Invert channels may be formed directly in the concrete of the manhole base or may be half-pipe laid in concrete. d. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. xi. 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 cast into the riser or base section are acceptable. b. Preformed flexible plastic sealing compounds equivalent to “Ram-nek” or “Kent Seal” may be used provided a watertight seal is achieved. xii. Adjusting rings may be used for adjusting the top elevation of manholes. a. Each manhole shall have a minimum of 6 inches of grade adjustment. b. Total height of the adjusting rings shall not exceed 12 inches at any manhole. c. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. xiii. Frames and Covers a. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A48, having a clear opening of not less than 22 inches. b. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. 2020 Design Standards and Specifications Streets and Drainage Specifications 122 Section 8 c. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. d. Frame and cover shall have a weight of not less than 275 pounds. e. The manhole ring and cover shall conform with Plate SS-2. 8.11.05 Methods of Construction A. All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. B. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. C. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backfill, as specified. D. Excavation and Trenching i. The Contractor shall do all excavation to the depth shown on the plans. ii. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance with the requirements of one of the classes of bedding, and the hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three-fourths the nominal diameter of the pipe. a. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. b. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in place. c. The bottom of the trench shall be excavated to a horizontal section as far as practicable. iii. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. iv. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by AASHTO T180. v. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. a. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. vi. Backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. vii. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. viii. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. ix. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. x. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 123 a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: Pipe Size Min. Trench Width Max. Trench Width Less than 18” Pipe O.D. +12” Pipe O.D. +18” 18” thru 36” Pipe O.D. +18” Pipe O.D. +24” 37” thru 60” Pipe O.D. + 24” Pipe O.D. + 30” b. The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation of the pipe. c. Excavation in paved areas shall be confined to a minimum practical width. xi. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. xii. Manholes a. The excavation for manholes shall be essentially the same as that for the piping. b. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. c. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to applicable laws and regulations. d. Bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfilling operations. e. The cost of the bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe. xiii. Surface water shall be prevented from entering the excavation. xiv. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. xv. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. E. Pipe Installation i. Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. ii. Contractor's method for lowering pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. iii. The Engineer shall inspect all pipe before it is placed in the trench. iv. Any section that is damaged by handling or is defective to a degree which, in the opinion of the Engineer, will materially affect the function and service of the pipe shall be rejected and removed from the job site. v. Installing pipe in the finished trench shall be started at the lowest point and laid upgrade. a. For tongue and groove pipe, the grooved end shall be laid upgrade. vi. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. vii. The pipe shall be protected from water during placing and until the concrete, for cast- in-place pipe, or the mortar, for joints of precast or cast in place pipe, has thoroughly set. a. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. viii. Pipe shall not be laid or installed on frozen ground. 2020 Design Standards and Specifications Streets and Drainage Specifications 124 Section 8 ix. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re-installed without additional compensation. x. Mortar shall be used for caulking and filling between the pipe and the drainage structures. xi. Mortar that is not used within 45 minutes after water has been added shall be discarded. a. Retempering of mortar shall not be permitted. xii. Pipe joints for precast concrete pipe shall be of the tongue and groove type. xiii. Joints shall be made water tight by means of a preformed bituminous gasket. a. Gaskets shall be installed as recommended by the pipe manufacturer. xiv. 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. xv. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. xvi. Concrete placement shall conform to ACI and good construction practices. xvii. Concrete shall be consolidated and struck-off to a horizontal surface within the forms or pouring rings. xviii. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. xix. Manholes shall be constructed to ASTM C-891 standards. xx. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. F. Backfilling i. All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the Engineer. ii. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be material which can be readily compacted. a. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. b. The material shall be moistened or dried, if necessary, to be compacted by the method in use. c. Backfill material shall be approved by the Engineer. iii. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole. a. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole. b. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. c. Backfilling shall be done in a manner as to avoid injurious top or side pressures on the pipe and manhole. d. Backfill shall be compacted to minimum 95 percent Modified Proctor Density. iv. Unless otherwise directed by the Engineer or plans, excavation within street right of way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 2 inches below the asphalt surface. a. The pipe shall be restrained so that during the pour the pipe shall not be displaced. v. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 125 a. Any damaged construction shall be removed and replaced at the Contractor’s own expense. 8.11.06 Trench Protection A. Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and local requirements. B. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. i. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. ii. The Contractor shall be responsible for complying with all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. iii. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. iv. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items. v. The contractor shall provide detailed drawings for proposed trench safety systems. a. The drawings shall identify where each system is proposed for use and type of system to be used. vi. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. vii. If trench boxes are to be used, the contractor shall submit manufacturer’s standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. viii. If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. ix. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: a. Steel – Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. b. Aluminum – Type 6061-T6, thickness as required. c. Wood in Contact with Earth – Pressure treated woods. d. Wood not in Contact with Earth – Soft or hardwood as required. 8.12 Fences 8.12.01 Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials, height, and construction in the proper location. 8.12.02 The contractor shall remove existing fences and either store for reuse or legally dispose of the fence materials, as directed by the Engineer. 8.12.03 New fence construction shall be in accordance with specifications and details included on plan sheets. 2020 Design Standards and Specifications Streets and Drainage Specifications 126 Section 8 8.13 Salvage of Asphalt Paving 8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. 8.13.02 Any non-asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 8.14 Traffic Control 8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. A. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD). 8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. A. The contractor shall provide additional devices as determined to be necessary during the project. B. 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 to correct the unsatisfactory conditions. 8.14.03 The contractor shall provide and maintain at least one driveway to each property open directly to the project corridor, at all times during construction. A. Driveway width to remain open shall be appropriate for the character and volume of traffic accessing the property, and shall require approval by the Engineer. B. No driveways shall be closed along the project corridor without either a comprehensive access management plan approved by the Engineer, or approval for individual closures from the Engineer. C. The contractor shall notify affected property owners a minimum of two (2) days in advance of any driveway restriction or closure. 8.14.04 All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. A. All hazards shall be clearly marked and adequately protected. 8.14.05 If pedestrian walkways are blocked, pedestrian control shall conform to “Typical Sidewalk and Curb-Lane Closure for Pedestrian Control” as indicated in Texas MUTCD. 8.14.06 If traffic control is not specifically stated in the bid proposal, no separate payment will be made for traffic control. The required plan and devices shall be considered to be subsidiary to pay items. 8.14.07 During the period the Contractor is directing traffic over the base, the surface shall be satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard will result. A. The base course shall be maintained until the wearing surface is placed thereon. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 127 B. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley’s shall remain closed not more than 4 days. C. Contractor shall give a minimum of one (1) day advance notice of the work schedule to affected property owners, and shall conduct construction efforts so as not to create a disturbance or nuisance. 8.14.08 All spoil piles must be 3’ from travel lanes or have a traffic barrier that will prevent the soil from encroaching on travel lanes. 8.14.09 If roll off dumpsters are placed on street paving, then the paving must be protected from damage. 8.15 Prosecution of the Work and Working Days 8.15.01 As a standard, no work will be performed on weekends, nights, or holidays. A. Requests by the contractor to work evenings, weekends, or holidays must be made and processed in accordance with current City of Lubbock Administrative Policies and Procedures "Construction on Weekends, Nights, or Holidays". B. If the request is approved, the contractor shall be responsible for all City personnel costs associated with the work. C. If the Engineer determines that it is necessary and appropriate to work after dark or before daylight, the contractor shall provide adequate lighting as required to allow prosecution of the work equivalent to that in daylight hours. 8.15.02 Working Days Definition A. City contracted paving projects will be based on working days allowed. i. No requests for extensions of time will be considered. B. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. i. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer. ii. For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the contract working time. iii. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. C. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is unable to begin work on that date due to factors beyond their control as determined by the Engineer. i. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. D. The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. i. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. 2020 Design Standards and Specifications Streets and Drainage Specifications 128 Section 8 ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of the protest. iii. The Engineer shall respond to the protest within 10 calendar days of receiving the protest. iv. Failure to file a protest within the allotted 10 days for any statement shall indicate the contractor’s approval of the time charges as shown on that period’s time statement, and future consideration of that time statement will not be permitted. 8.15.03 Work Between November 1 and January 2, and on Other City Holidays A. If conditions are such that, in the opinion of the Engineer, construction will negatively affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. B. The City of Lubbock observes specific holidays, and City staff is not required to work those days. i. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. ii. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. iii. The request shall state the reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. iv. If City personnel are available, the Engineer may approve the request. 8.16 Measurement and Payment 8.16.01 The unit price bid for all bid items shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. A. Cost of work or materials shown on the plans or called for in the specifications and for which no bid item is indicated shall be considered subsidiary to the various bid items. i. No separate payment shall be made for such subsidiary work or materials. B. Payment will not be made for any item that is not complete, including all associated incidental work. C. All of the items covered by these standard specifications may not be included in a particular project. D. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 8.16.02 Separate Curb and Gutter A. Measurement will be made of the linear feet of separate curb and gutter actually constructed. B. Separate curb and gutter will be paid for at the unit price bid per linear foot. C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall be used only if specifically indicated on plans or bid documents. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 129 D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and fillets, drainage channel, or wheelchair ramp will be considered to be subsidiary to those items, and no separate payment will be made for such curb. 8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Alley Paving, and Valley Gutters and Fillets A. Measurement will be made of the area, in square feet, of flat slab actually constructed. B. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. C. Curb on sidewalks, driveways, alley returns, alley paving and valley gutters and fillets shall be included in the area measured for the slab and will not be paid for as a separate item as curb and gutter. 8.16.04 Curb Ramps (Handicap Ramps) A. Measurement will be made of the area, in square feet, of curb ramp actually constructed, including surface treatments and top surface area of any curb above the slab. B. Landings, wings, and ramps will be paid for per square foot as 4 inch thick sidewalk. C. Curb ramps will be paid for at the unit price bid per square foot. No separate payment will be made for curb as part of a ramp. 8.16.05 Concrete Drainage Channel A. Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any curb above the slab. B. Drainage channel will be paid for at the unit price bid per square foot. 8.16.06 Retaining Walls A. Retaining wall will be considered as that portion of concrete construction which constitutes a separate reinforced structural member for soil retention, extending above and below a surface slab. B. Measurement will be made of the linear feet of retaining wall actually constructed. C. Retaining wall will be paid for at the unit price bid per linear foot. 8.16.07 Concrete Median A. Measurement will be made of the area, in square feet, of median actually constructed. B. Median will be paid for at the unit price bid per square foot. 8.16.08 Concrete Street Paving A. Measurement will be made of the area, in square yards, of concrete street paving actually constructed. B. Concrete street paving will be paid for at the unit price bid per square yard. 8.16.09 Sawing and Sealing of Joints in Concrete Street Paving A. Measurement will be made of the linear feet of sawed and sealed joints actually constructed. B. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. 8.16.10 Curb and Gutter Removal A. Measurement will be made of the linear feet of curb and gutter actually removed. 2020 Design Standards and Specifications Streets and Drainage Specifications 130 Section 8 B. Payment will be made at the unit price bid per linear foot of curb and gutter removed. C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. D. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. 8.16.11 Concrete Slab Removal and Disposal A. Measurement will be made of the area in square feet of concrete slab actually removed and legally disposed of. B. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. C. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal and disposal. D. Payment will be made at the unit price bid per square foot of concrete slab removed and disposed of. 8.16.12 1-1/2 Sack (141 lbs) Flowable Fill A. Quantities of 1-1/2 sack (141 lbs) flowable fill will be determined from tickets provided by the drivers of the delivery trucks. B. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack (120 lbs) flowable fill. 8.16.13 Asphalt Paving A. Measurement will be made of the area, in square yards, of asphalt paving actually constructed. B. The unit price bid shall include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work C. Payment will be made at the unit price bid per square yard of asphalt paving. 8.16.14 Asphalt Paving Repair A. Measurement will be made of the area, in square yards, of in place asphalt paving repair. B. The unit price bid shall include removal of existing surface materials, furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, tack and prime coats, compaction, and all incidentals necessary to complete the work. C. Payment will be made at the unit price bid per square yard of paving repair. 8.16.15 Micro-Surfacing A. Micro-surfacing will be measured by the ton of composite micro-surfacing mixture used, defined as the asphalt emulsion, aggregate, and mineral filler. B. The unit price bid shall include surface preparation, furnishing, hauling, preparing, and placing materials, and all required equipment, labor, tools and incidentals necessary to complete the work. C. Payment will be made at the unit price per ton of composite micro-surfacing mixture used. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 131 8.16.16 Excavation and Grading Outside Limits of Construction A. Volume of excavation or fill, in cubic yards, will be determined by average end area method. B. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades established by the Engineer. C. No separate payment will be made for disposing of excess material. D. Payment will be made at the unit price bid per cubic yard of completed excavation or fill. 8.16.17 Ditch Grading and Unpaved Street Surface Grading A. Measurement will be made of the linear feet of ditch or street grading. B. No separate payment will be made for disposing of excess material. C. Payment will be made at the unit price bid per linear foot of completed ditch or street grading. 8.16.18 Traffic Control A. Set up and maintenance of traffic control plans indicated as a bid item in the contract will be paid for on a per day basis for each day the control plan devices are required to be in place. B. If no bid item for traffic control is included in the contract it shall be considered to be subsidiary to bid items, and no separate payment shall be made for traffic control. 8.16.19 Mobilization A. Contractor mobilization indicated as a bid item in the contract shall be paid for as a lump sum. B. If no separate bid item for mobilization is included in the contract it shall be considered subsidiary to contract bid items, and no separate payment shall be made for mobilization. 8.17 Restoration and Clean Up 8.17.01 After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. 8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and turf or landscaping disturbed outside the defined construction area. 8.18 Certificate of Completion and Warranty 8.18.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum Design Standards and Specifications). B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. 2020 Design Standards and Specifications Streets and Drainage Specifications 132 Section 8 C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the date of acceptance by the City of Lubbock. PAGE INTENTIONALLY LEFT BLANK APPENDIX B City of Lubbock Utility Excavation Manual (UEM) PAGE INTENTIONALLY LEFT BLANK UTILITY EXCAVATION MANUAL (UEM) GENERAL REQUIREMENTS AND PROCEDURES FOR EXCAVATION IN THE CITY OF LUBBOCK PUBLIC RIGHTS-OF-WAY CITY OF LUBBOCK ENGINEERING DATE: October 26, 2018 � City of ubbock Tf%AS NOTICE TO ALL EXCAVATORS IN THE CITY OF LUBBOCK PUBLIC RIGHT-OF-WAY The Utility Excavation Manual (UEM) has been prepared as a guide for City agencies, utility companies, contractors, Right -of -Way (ROW) Users and other excavators in the public right-of-way in the City of Lubbock, Texas. The primary purpose of the Manual is to compile the various details, drawings, rules and regulations governing excavations in the public right-of-way into a single document. The primary regulation related to these excavations is Article 36.09 of the City of Lubbock Code of Ordinances, "Utility Construction in Public Rights -of -Way". To assist the ROW Users, Article 36.09 is copied in its entirety, and is a part of this Manual. Certain specifications, such as materials and methods of concrete and asphalt construction, are not a part of this manual, but are available in the "City of Lubbock Public Works Engineering Design Standards and Specifications". The primary issues of concern related to these regulations and this manual are: • Public health, safety and welfare • Protection of the traveling public • Improve coordination of work in the ROW • Reduce damages to paved streets and alleys due to utility excavations Before excavating in any public right-of-way within the City, ROW Users are encouraged to familiarize themselves with the requirements of this manual. If you have any questions regarding work in the public right-of-way, please contact the City ROW Management Coordinator at 806-775-3157. Date Michael G. Keenum, P.E. City Engineer City of Lubbock 3 Utility Excavation Manual Table of Contents Description Page Notice to Excavators 2 Table of Contents 3 Contact Information 4 Plate UEM-1 – Asphalt Pavement Cut Repairs 5 Plate UEM-2 – Concrete Street and Alley Cut Repairs 6 Plate UEM-3 – Brick Street Cut Repairs 7 Plate UEM-4 – Trench Backfill Requirements on Alleys to be Paved 8 Plate UEM-5– Trench Backfill Requirements on Unpaved Streets and Alleys 9 Plate UEM-6– Concrete Paving, Cap, or Alley Paving 10 Plate UEM-7 – Concrete Thoroughfare Pavement Repair 11 Plate G-1– Typical Locations for Utilities in Alleys 12 Plate 36-4(a) – Asphalt Pavement Repair Adjacent to Curb or Driveway 13 Plate 36-4(b) – Concrete Pavement Repair Adjacent to Curb or Driveway 14 Compaction of Trenches 15-16 Survey of Location of Installed Utility 17-18 Sample Drawing of Permitted Work 19 Barricade Plan & Traffic Control 20 Storm Sewers 21 Excerpt from City of Lubbock Engineering Minimum Design Standards and Spec. 22 Section 36.09, Code of Ordinances, “Utility Construction in Public ROW” 23-43 Section 36.10, Code of Ordinances, “Wireless Communications Facilities in ROW” 44-46 Public Right-of-Way Wireless Communications Facilities Design Manual 47-66 4 CONTACT INFORMATION ROW Management Coordinator 775-3157 City Engineer 775-2347 Assistant City Engineer 775-2347 Senior Construction Inspector - Public Works Engineering 775-3751 Stormwater Management Department 775-2347 Street Maintenance Department 775-2358 Water Customer Service (Dispatch) 775-2588 Water Engineering Department 775-2347 Solid Waste Department (Dispatch) 775-2495 Traffic Engineering Department 775-2132 LP&L Emergency Service 775-2555 TxDOT 745-4411 Police Department (24 Hour) 775-2865 Fire Department (24 Hour) 775-2635 EMS 775-9925 TYPE'C' HMAC lV L MINIMUM OF THE UPPER 12" (18" MINIMUM ON THOROUGHFARE STREETS) OF TRENCH BACKFILL- 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL, IF USING COMPACTED BACKFILL. BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR(ASTM D 698) 2% OF OPTIMUMMOISTURE CONTENT.(MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. ASPHALT PAVEMENT CUT REPAIRS 2' MIN. N NO SCALE 6" r/-- ASPHALT TACK COAT. ALL JOINTS TO BE SAWCUT. ASPHALT TACK COAT. COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. GREATER THAN 5' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. Lub*bock REVISED FEB. 2017 PLATE NO. UEM-01 7 w °i SPLICE LENGTH 4" SAW CUT EXISTING CONCRETE PAVING COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT BACKFILL COMPACTED TO 95%± MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) FULL DEPTH CUTS T MIN CONCRETE PAVING PREFERED METHOD EXISTING CONCRETE PAVING MAKE FULL DEPTH CUTS THEN REPAIR UTILITY. BACKFILL OR COMPACT TRENCH. SAW CUT 18" PERIMETER AND JACK OUT CONCRETE TIE STEEL TO MATCH EXISTING. DRILL AND DRIVE DEFORMED TIE BARS 10" CLASS 'B' CONCRETE 3000 PSI INTO EXISTING PAVING. EPDXY GROUT BAR AT 7 DAYS. THOROUGHFARE INTO EXISTING PAVING MATCH EXISTING BAR STREETS; CLASS "C" CONCRETE SIZE AND SPACING. SPLICE ALL CONCRETE JOINTS LENGTH 10" TO BE SAW CUT. EXISTING CONCRETE EXISTING CONCRETE PAVING • • • • PAVING 7 8" MINIMUM w O' �O tn} WJ ZJ COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT BACKFILL COMPACTED TO 95%± MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL -T BAR SIZE MIN. SPLICE LENGTH 3 18" 4 18" 5 21" 6 25" 7 29" 8 i 33" PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). FULL DEPTH OF TRENCH 1. MIN RESIDENTIAL CUT TX 4' SEE UEM-07 FOR COLLECTOR BACKFILL; 1 1/2 SACK AND THROUGHFARE CONTROLLED LOW STRENGTH 2. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN MATERIAL (FLOWABLE FILL) CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING WITH PEA GRAVEL. SPECIFICATIONS. CONCRETE STREET REVISED AND ALLEY City of FEB. 2017 Lubbock PLATE NO. CUT REPAIRS T E x R 5 UEM-02 CONCRETE CAP CLASS 'B' CONCRETE 3000 PSI AT 7 DAYS. n u # 4 BARS, 12" O.C. MAX. SPACING IN BOTH DIRECTIONS. BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: BRICK PAVING 1. SEE CONCRETE CAP DETAIL. PLATE NO. 36.09.05 2. #5 DOWELS NEEDED IF TIED INTO EXISTING CONCRETE BASE. 3. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. BRICK STREET CUT REPAIRS BRICK JOINTS TO BE FILLED WITH SAND/CEMENT AT A 50-50 BLEND, OR AS APPROVED BY THE STREET SUPERINTENDENT. DRILL AND DRIVE DEFORMED TIE BARS 10" INTO EXISTING PAVING. EPDXY GROUT BAR INTO EXISTING PAVING MATCH EXISTING BAR SIZE AND SPACING. 7 1" SAND CUSHION MINIMUM. 8" MIN COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT BAR SIZE MIN. SPLICE LENGTH 3 18" 4 18" 5 21" 6 25" 7 29" 8 33" PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). *Lubbock T E X A 5 REVISED FEB. 2017 PLATE NO. UEM-03 Z O <z w0.> dQ ad w>- a� �J Q CONCRETE ALLEY PAVING. mw `n z o o 0 0 0 0 o e — — — — — — — — — — — — — BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1#2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. THE ALLEY PAVING CONTRACTOR SHALL BE REQUIRED TO OBTAIN 95%f MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. TRENCH BACKFILL REQUIREMENT ON ALLEYS TO BE PAVED WITHIN RIGHT-OF-WAY THE ALLEY PAVING CONTRACTORS SHALL BE REQUIRED TO OBTAIN 95%± MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). Lubbock T E X A 5 REVISED DEC. 2012 PLATE NO. UEM-04 BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 116 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. TRENCH BACKFILL REQUIREMENTS ON UNPAVED STREETS AND ALLEYS WITHIN RIGHT-OF-WAY EXISTING GROUND SURFACE. 12" PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). Lubbock TEXAS REVISED FEB. 2017 PLATE NO. UEM-05 PLACE #4 BARS BOTH WAYS ALONG PAVING 6„ CUT AT 12" MAX. SPACING. AT LEAST 2 6" #4 BARS EACH WAY ARE REQUIRED. LIE #4 BARS, 12" O.C. MAX V NO SCALE DRILL AND DRIVE 12" SPACING IN BOTH DEFORMED #5 DOWEL DIRECTIONS, CENTERED BARS 6" INTO EXISTING IN SLAB SLAB ON 3' SPACING NOTE: 1. ALL MATERIALS AND CONSTRUCTION 2. ALL JOINTS SHALL BE PRACTICES SHALL BE IN CONFORMANCE DOWELED AS SPECIFIED WITH CITY OF LUBBOCK PUBLIC WORKS 3. MAXIMUM OF TWO TRANSVERSE ENGINEERING DESIGN STANDARDS AND CUT JOINTS BETWEEN EXISTING SPECIFICATIONS 13' TOOLED JOINTS (ONE SLAB). REVISED TYPICAL ALLEY PAVING CUT C4of FEB. 2017 *Lubbock PLATE NO. TEXAS UEM-06 LEGEND ® UTILITY/STREET CUT .CITY STANDARD RESTORATION REQUREMENTS FOR CONCRETE PAVEMENT BAR SIZE MIN. SPLICE LENGTH 3 18" 4 18" 5 21" 6 25" 7 29" 8 33" DOWEL MAY BE USED IN LIEU OF SPLICING REBAR WITH APPROVAL. SEE UEM-02 FOR DOWEL SIZE SPACING. J = SPACING BETWEEN JOINTS CONCRETE THOROUGHFARE REVISED AND COLLECTOR C4of FEB. 2017 *Lubbock PLATE NO. PAVEMENT REPAIR TEXAS UEM-07 HOUSE SERVICE II TYPI&L LOT 5' 5' WATER LINE WATER GAS LINE SEWER LINE 51, i P�_ TYPICAL LOT 1� 4 10' 7 6" 5' 2' w w w z z z w ¢ w a C7 20' 0 N LINE 10' 7- S' 5' 3- 9" 2' z IAIIIYNRfII IIIIIIIIIIITfII m Pi UTILITY POLE FINISHED 'r BURIED ELECTRICAL CABLE N z v I r/ I I HOUSE SERVICE BURIED m T.V. CABLE BURIED AT&T CABLE J BURIED GAS MAIN 10 NTS CABLE z CONCRETE PAD v OVER BURIED WATER MAIN ELECTRIC CONDUIT TYPICAL LOCATIONS FOR UTILITIES IN ALLEYS BURIED ELECTRICAL CABLE 9' MINIMUM SEWER 2 MAIN Lub*bock REVISED MAY 2014 DRAWING NUMBER G-1 6" 18"TYPICAL 2" H.M. NEW CONCRETE DRIVEWAY NOTES: TOE FORM - TO BE REMOVED PRIOR TO INSTALLATION OF FLOWABLE FILL AND PAVING SURFACE. 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY 12" MIN. TYPE "C" A.C. SURFACE. VERTICAL SURFACES -J TO RECEIVE TACK COAT SMOOTH H.M.A.C. SURFACE, SAWCUT TO REMAIN IN PLACE. -� - BASE FLOWABLE FILL REVISED City of FEB. 2017 *Lubbock PLATE NO. TEXAS 36-4(A) 6" 18" TYPICAL NEW CONCRETE DRIVEWAY NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. CONCRETE PAVING REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY SMOOTH SAWCUT -7 EXISTING CONCRETE PAVING Lub*bock REVISED DEC. 2012 PLATE NO. 36-4(B) 15 COMPACTION OF TRENCHES General The requirement for trench compaction shown on the plates in this Manual is ninety five percent (95%) of Modified Proctor density. However, it is not the intent of the City to require the ROW User to have Modified Proctor tests and density testing performed on all trench compaction. The discussion below outline methods the ROW User and the City can utilize in performing “quick” checks of adequate trench compaction. The purpose of allowing these “quick” checks is an attempt to secure proper backfill compaction while not being overly burdensome in requiring the ROW User to enlist a Materials Testing Laboratory to perform Proctor and density tests. Moisture Content Moisture content is a vital ingredient in the ability to make density of compacted soil. The City Engineer or his designee will be available to schedule training sessions for the ROW User to view typical soils at optimum moisture content. Probe Tests City Inspectors, as a standard, will be performing probe rod tests as a “quick” check of adequate compaction of trench backfill. The probe rod being used is a thirty six inch (36”) long metal rod, having a one half inch (½”) diameter, with a “tee” handle. The training sessions can include a demonstration of the procedures City Inspectors will utilize in performing these probe tests. ROW Users are encouraged to acquire a probe rod for each of their crews so they can “self” test their backfill compaction results. Properly compacted typical soils, compacted at optimum moisture content, should not have a probe rod penetrate the soil more than two inches (2”). The top layers of the trench backfill may be removed or penetrated using a hammer probe, and testing performed in the lower portions of the trench, to assure that all lifts of the backfill were properly compacted. 16 Density Testing City Inspectors may also perform spot testing with a nuclear density gauge. Typical soils within the City have a Modified Proctor density in the range of one hundred ten pounds (110 lbs.) to one hundred twenty-five pounds (125 lbs.) per cubic foot. This range will be used in checking ninety five percent (95%) of Modified Proctor density on soils that a Proctor test has not been performed. Failed Tests Areas of the trench that have failed backfill compaction tests, either by the probe rod or nuclear gauge test, shall be removed and re-compacted by the ROW User at their expense. ROW User Appeal of Failed Tests The ROW User may appeal the direction to remove and re-compact the failed backfill by engaging a Materials and Testing Laboratory to re-test the failed area. The City’s ROW Management Coordinator shall be notified of when the Lab will be collecting samples for Proctor tests, or performing density testing, so a City Inspector may be present to view the locations of the samples or tests. Conflicting test results by the ROW User will not automatically be considered as compliance with specifications, but will be considered only as additional information to be used by the City to determine the compliance of the material or construction in question. Narrow Trenches The ability to properly compact narrow trenches, with mechanical compaction methods, is extremely difficult, and often labor intensive. However, if the ROW User can demonstrate that they have adequate equipment and methodology to properly obtain the required density of the trench backfill, mechanical backfill of narrow trenches will be allowed. Suggested practice is to utilize full depth one and one half (1½) sack controlled low strength material (flowable fill) for any trenches less than twelve inches (12”) in width. Specialized compaction equipment will be needed if mechanical compaction is attempted to backfill narrow trenches. 17 Survey of Location of Installed Utility (Section 36.09.043(a)) The following methods will be allowed to describe the location of the utility facility installed with a permit: (1) Submit coordinates of the beginning and ending points of the permitted work by use of Geographic Positioning System (GPS) equipment. The equipment used must have an accuracy resulting in less than one-half meter (½) error. (2) A survey tied to known property corners. (3) Submit measured distances from beginning and ending points of the permitted work from known points. For example, from lot corners or street right-of-way (ROW) lines. Examples: 1. The beginning point of an underground utility is located in an alley behind 4501 77th Street. The point is seven feet (7’) south of the fence line at the rear of the lot, and twenty three feet (23’) east of the cross fence between 4501 and 4503 77th Street. The beginning point would be identified as seven feet (7’) south and twenty three feet (23’) east of the southwest corner of the property located at 4501 77th Street. The property could be described by either address or legal lot description (lot number and subdivision name). 2. The beginning point of an underground utility is located in a street on the east side of 4501 77th Street. The point is twenty feet (20’) east of the fence line of the property located at 4501 77th Street, or if the center line of the street is determined by measurement, it could be described as eight feet (8’) west of the center line of Richmond Avenue. The north-south dimension could be described as the number of feet south of the center line of 77th Street or the south ROW line of 77th Street, or the number of feet north of the north 18 ROW line of the alley south of 77th Street or the number of feet north of the center line of the alley south of 77th Street. So the beginning point in this example could be measured and identified as being eight feet (8’) west of the center line of Richmond Avenue and thirty seven and one half feet (37 ½’) north of the center line of the alley south of 77th Street. If there are fence lines that do not appear to be on the street or alley ROW lines, other identified locations, such as center lines of paved streets, will have to be used as a reference to measure from. The City ROW Management Coordinator can assist with helping determine adequate reference points to measure from in locating the utility beginning and end points. Note: The dimensions of the beginning and ending points of the permitted work from any reference points must be measured distances using a fifty foot (50’) or one hundred foot (100’) tape. Approximate or stepped off distances are not allowed. 19 20 BARRICADE PLAN & TRAFFIC CONTROL (Sec. 36.09.131 & 132) Reference the most current Texas Manual on Uniform Traffic Control Devices (TMUTCD). Texas Department of Transportation (TxDOT) http://txdot.gov/txdot_library/publication/tmutcd.htm Training for utility and contractor personnel may be available through Texas Engineering Extension Service (TEES). Texas Engineering Extension Service http://www.teex.org 800-723-3811 21 STORM SEWERS The City does not participate in a One Call Excavation Call Center for storm sewers. Storm sewers are scattered through most of the City. ROW Users are encouraged to look closely at areas they propose to excavate for storm sewer inlets, manhole covers indicating a storm sewer system, or other indicators that may be an alert of a storm sewer in the area. If the ROW User suspects there may be a storm sewer within their proposed work area, they should contact the City’s Stormwater Management Department. A map is also available from the Stormwater Management Department indicating the general locations of storm sewers within the City. The ROW User is encouraged to furnish one of these maps to each of the crews they have excavating in the public ROW. 2018 Design Standards and Specifications Streets and Drainage Check List Section 9 105 surfaces drain with flood testing and approved in writing by the City Engineer or designated staff. 8.07.18 Concrete Alley Paving Cuts A. Refer to Standard Detail 37-2. B. Transverse Cuts i. Minimum width between transverse joints shall be 4 feet. ii. No more than 2 transverse joints shall be added between existing 13 foot tooled joints. iii. Transverse joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. When installed at expansion joints, slip dowels shall be used. C. Longitudinal Cuts i. Longitudinal cuts along the edge of existing alley pavement shall be a minimum width of 3 feet. ii. Maximum width of longitudinal cuts shall be 4 feet. iii. Longitudinal cuts wider than 4 feet, regardless of location, shall replace the full width of existing alley paving. iv. Longitudinal joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. D. Potholing for Locating Existing Utilities i. Pavement cuts for potholing purposes shall be circular cored holes or clean square cutouts. a. Cored holes in asphalt pavement shall be filled with cold-mix asphalt to match the depth of existing pavement. b. Cored holes in concrete pavement shall be filled with concrete to match the depth of existing pavement. c. Cutouts shall be repaired as specified in Plate No. 37-3. 8.08 Subgrade and Base 8.08.01 Subgrade A. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off-site soil, free from vegetation or other objectionable matter. B. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: Material Property Wet (ASTM 4318 – 05.10.1 Dry (ASTM 4318 – 05.10.2 Liquid Limit Max 45 Max 45 Plasticity Index Min 5; Max 20 Min 10; Max 25 Linear Shrinkage Min 2; Max 10 Min 2; Max 10 D. Subgrade Construction i. All testing of subgrade will be completed prior to any placement of curb and gutter. Subgrade will be processed the entire width of the roadway including under the curb and gutter section. 23 ARTICLE 36.09 UTILITY CONSTRUCTION IN PUBLIC RIGHTS-OF-WAY Division 1. Generally Sec. 36.09.001 Definitions For purposes of this article, the following definitions shall apply: Business day shall mean a day when the municipal building of the City of Lubbock is open to the public for business. Emergency shall mean operations and repairs necessary to respond to a situation that endangers life, health and safety, or property, or a situation in which the public need for uninterrupted service and reestablishment of service, if the service is interrupted compels immediate action. Upgrading of facilities, new service installation and neighborhood improvement projects are not emergency operations. Excavation shall mean an activity that removes or otherwise disturbs soil in the right-of- way at a depth of sixteen inches (16") or more, or disturbs any street or alley pavement of any depth. Major project shall mean a utility project requiring installation or replacement of utility facilities in the right-of-way for a distance greater than one (1) mile. New street shall mean the paved portion of the street right-of-way that has been constructed or reconstructed in the last five (5) years. Pavement condition index (PCI) shall mean a measure of the condition of the street, on a scale of 1 to 100. The PCI is available from the pavement management office of the city’s street maintenance department. Permit holder shall mean any person, partnership, corporation, utility, ROW user or any other legal entity that has been granted a permit for construction work in the city’s right- of-way or other public property. ROW user shall mean a franchised utility, a certificated telecommunications company, or any other privately or publicly owned utility authorized to conduct business using city right-of-way in order to install, construct, maintain or repair their facilities in the city right-of-way. The term “ROW user” shall also include any contractor or other agent or person engaged by a ROW user to work on facilities located in city right-of-way. The granting of a permit to a contractor or agent of a ROW user shall be deemed to be the granting of a permit to the ROW user for purposes of this article. Sanitary sewer service line shall mean a service line that is a privately owned (typically) 4" diameter underground gravity pipe that extends from the city’s municipal sewer main to the residential/commercial/industrial structure receiving service. The service line conveys the wastewater generated by customers to the municipal wastewater collection system. Sewer main line shall mean a municipally owned and maintained 6" or greater underground gravity pipeline located within public ROW or easement that collects 24 wastewater from sewer service lines via sewer taps and conveys wastewater toward sewer trunk lines and interceptors. Street in good condition shall mean the paved portion of the street right-of-way that has a PCI of 92 or above. TMUTCD shall mean the Texas Manual on Uniform Traffic-Control Devices, latest edition. Traffic control shall mean the planning and installation of all signs, signals, markings, and other devices used to regulate, warn, or guide traffic placed on, over, or adjacent to a street, highway, pedestrian facility, bikeway, or private road open to public travel, the purpose of which is to promote highway safety and efficiency by providing for the orderly movement of all road users on streets, highways, bikeways, and private roads open to public travel throughout the state and the nation. Trenchless technology shall mean a type of subsurface construction work that requires few trenches or no continuous trenches, utilizing various methods, materials, and equipment for the installation of new, replacement, or rehabilitation of existing underground infrastructure with minimal disruption to surface traffic, business, and other activities. Utility shall mean any privately or publicly owned entity which uses public rights-of-way to furnish to the public any general public service, including, without limitation, sanitary sewer, storm sewer, gas, electricity, water, telephone, telecommunications, petroleum products, telegraph, heat, steam or chilled water, together with the equipment, structures, and appurtenances belonging to such entity and located within and near the right-of-way. White lining means marking an excavation site with washable marking paint or flags prior to requesting a utility locate in order to further identify the site. (1983 Code, sec. 24-172; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.002 Penalties and correction of deficiencies (a) Any person who violates any provisions of this article shall be guilty of a misdemeanor in accordance with section 1.01.004 of the Code of Ordinances and upon conviction shall be subject to a fine not to exceed the amount specified by state law for such offenses. Each day of such violation shall constitute a separate offense. Said penalty is cumulative, and not exclusive, of any other rights or remedies said city may have. (b) Any person who shall perform work on or about a public right-of-way and who shall violate any provision of this article or fail to comply with the barricade plan made a part of such permit shall cause said work to be subject to a cease work order and/or revocation of permit or civil legal remedies as provided by this article. (c) Utility owner and the permittee are responsible to ensure that all utility construction work performed on its behalf is done in accordance with all requirements of this article and in conformance with all City of Lubbock Code of Ordinances, and correction is made to any deficiencies identified by the City of 25 Lubbock. All utility owners and/or their agent(s) are required to document all phases of work, including pre- and post-construction, with photographs from a construction inspector hired on behalf of the utility owner to oversee all excavation(s) within the public right-of-way and dedicated city easements. (1983 Code, sec. 24-216; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Secs. 36.09.003–36.09.030 Reserved Division 2. Permits; Registration Sec. 36.09.031 Permit required (a) It shall be unlawful for any person, partnership, corporation, utility, ROW user or other business entity to engage in utility construction activities of any nature that will encroach upon or be located in, on or within a street, alley or other public right-of-way or other public property within the City of Lubbock without having first obtained a “construction permit” from the city engineer to perform the work unless said work is commenced in an emergency situation as authorized by this article. (b) A permit shall be required for utility installations in the streets and alleys of new subdivisions that have been accepted by the city or that are in the process of being accepted by the city through the platting procedures for new subdivisions as described by chapter 38 of this code. This permit does not grant access rights to private property. Any access needed by the permit holder to private property will require permission and/or coordination of any construction activities with the developer or property owner. In the event of a joint trench for multiple utilities, the contractor excavating the trench will be responsible for securing the permit. (c) However, no permit shall be required for the installation and connections necessary to initiate service to a customer’s property or routine repair and maintenance of existing facilities that will interfere with traffic for less than one hour or excavate less than sixteen (16) inches in depth, unless such activity requires the breaking of pavement, boring, or excavating with equipment greater than hand tools or a vibrating plow designed to install lines up to a three-inch diameter. (d) Failure to provide any of the required information listed on the permit application will result in denial of the permit. (e) The city engineer also may issue an annual “general permit” for routine maintenance or repair of existing and new facilities or service line utility work in the right-of-way for excavations that exceed sixteen (16) inches in depth or work that interferes with traffic for more than one (1) hour or an activity that requires breaking the pavement or boring. Notification of routine work shall be given to the city on a daily, weekly or such other schedule as may be prescribed by the city engineer. 26 (f) A permit issued under this section grants access to the city’s public right-of- way only on business days between the hours of 7:00 a.m. to 5:00 p.m. The utility owner and/or their contractor shall notify the City of Lubbock water/sewer dispatch at 806-775-2588 to report any emergency situations that will require work to be performed beyond 5:00 p.m. or any time on the weekend or holidays. (g) A permit is required for installations in the downtown underground duct system of the central business district. (1983 Code, sec. 24-173; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.032 Backfilling, compaction, etc. All backfilling, compaction, pavement restoration, barricading and other traffic-control measures for work within the public right-of-way, and other city-owned properties, shall strictly comply with the requirements of this article. (1983 Code, sec. 24-174; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.033 Notice Notice for purposes of this article shall be made to city and emergency service providers via electronic message (e-mail), overnight courier (generally used carrier with tracing available), or hand delivery with signed receipt or facsimile to the city department or emergency service provider. (1983 Code, sec. 24-175; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.034 Registration required All ROW users and other persons obtaining a permit under section 36.09.031 must first register with the city and supply contact information and other requested information before they will be issued an initial permit. Registration information must be renewed annually thereafter. All ROW users or other registered persons shall report any changes in its registration information within thirty (30) days of such change. No ROW user or other person shall be authorized to engage in any utility construction activities without first registering and obtaining the applicable permit for the work from the city. (1983 Code, sec. 24-176; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018- O0100 adopted 8/23/2018) Sec. 36.09.035 Registration information The information required for registration includes the following: (1) Identity and legal status of ROW user and names of all operators of any facilities on or in the right-of-way; (2) Name, address, telephone number, fax number and email address of officer, agent or employee responsible for the accuracy of the registration information; (3) Name, address, telephone number, fax number and email address of the local representative of the right-of-way user who shall be available at all times to act on behalf of the ROW user in the event of an emergency; (4) If applicable, certification number issued by the public utility commission; 27 (5) General description of services to be provided; and (6) Insurance information. (1983 Code, sec. 24-177; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.036 Permit application (a) Applications for a construction permit that will affect public right-of-way shall be made on forms provided by the City of Lubbock and such applications shall be accompanied by drawings, plans and specifications in sufficient detail to demonstrate: (1) That construction will be in accordance with all applicable codes, rules and regulations. (2) The location of all aboveground facilities to be installed, including poles. (3) The location, depth and other characteristics of all facilities to be installed under the surface of the ground, including lines which are within the public right- of-way. (4) The location of all existing underground utilities, conduits, ducts, pipes, mains and installations which are known by the applicant at the time of application to be within the right-of-way along the underground route proposed by the applicant. (b) The city engineer or his or her designee may, in his or her discretion, require additional information to determine whether: (1) The construction methods to be employed will adequately protect existing structures, fixtures, facilities within or adjacent to the public rights-of-way. (2) A landscape plan for protecting or restoring any areas to be disturbed during construction is necessary. (c) All permit applications shall be accompanied by a certification that the drawings, plans and specifications submitted with the application comply with applicable technical codes, rules and regulations. (d) Should a contractor be engaged by a franchised utility, utility or certificated telecommunications company authorized to perform work in the city’s public right-of-way, the contractor’s registration information shall include information applicable to both the franchised utility, utility or telecommunications company and the contractor if the employer is not already registered with the city. The permit will be issued to the person, contractor or legal entity actually performing the work in the right-of-way. (1983 Code, sec. 24-178; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.037 Insurance (a) The applicant for permit shall furnish a certificate of insurance evidencing general liability provided by an insurance company that carries an AM Best Rating A or better. The company, or companies, must be authorized to do 28 business in this state, or evidence of self-insurance satisfactory to the city evidencing that the city is adequately protected from any liability or damages resulting by virtue of applicant’s construction. The certificate of insurance shall be filed with each application for a permit. The general liability required herein shall have a minimum limit of one million dollars ($1,000,000.00) per occurrence limit with a two million ($2,000,000.00) general aggregate limit. The general liability will also extend additional insured status to the City of Lubbock. (b) By acceptance of a permit, the applicant agrees to indemnify and hold harmless the city, its officers, agents, servants, and employees from any and all claims, damages, suits, attorneys’ fees, causes of action, and judgments which may result in any manner from the construction or laying of any improvements upon any public street, alley, or right-of-way in the city. (c) By acceptance of a permit, the applicant agrees to, during the period of construction and prior to the acceptance of such improvements by the city, maintain such public street, alley, or right-of-way in a safe condition and issue all necessary instructions and take all precautions as may be reasonably required to maintain such public streets or alleys in a safe condition for all public use. (d) Permits for utility work performed by city crews within the public right-of- way or on public property shall not require insurance. (1983 Code, sec. 24-179; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.038 Issuance (a) The city engineer shall issue a permit under this section within five (5) business days of the submittal of the application when the following conditions are met: (1) The plans for the proposed construction are in conformity with the standards and specifications of the city for such work, and the applicant has paid such fees required by section 36.09.036. (2) The applicant has submitted a duly executed application, containing all of the information and data called for by section 36.09.036, including the proposal by the applicant, as part of such application, to indemnify the city against all loss, damages and liability as provided in subsection (b) of section 36.09.037, and to maintain the streets or alleys in safe condition and to issue instructions and take the precautions for public safety as provided in subsection (c) of section 36.09.037. (3) That the certificates of public liability and property damage insurance have been furnished to the city engineer for permits issued under section 36.09.031 all in accordance with the provisions of section 36.09.037. (4) The operation will not unreasonably interfere with vehicular and pedestrian traffic, the demand and necessity for parking spaces, and the means and access to and from the property affected and adjacent properties. 29 (5) That the health, welfare, and safety of the public will not be unreasonably impaired. (b) The city engineer may require more time than five (5) days to issue the permit for major utility projects in the ROW. A major project is installation or replacement of a utility facility greater than one (1) mile in length. Meetings to review the project may be required between the permit applicant and the city engineer or his or her designee for major projects. (1983 Code, sec. 24-180; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.039 Construction schedule The permit holder shall submit a written construction schedule if required by the permit to the city engineer or his or her designee two (2) business days before commencing any work in or about the public rights-of-way. (1983 Code, sec. 24-181; Ordinance 2007- O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.040 Notice to affected property owners and emergency responders (a) The permit holder shall notify property owners of intended work if the work may impact the owner’s ability to access their property, or impact their normal daily activities, such as accessing their solid waste dumpster to dispose of household trash. (b) The permit holder shall place door hangers on the front door of businesses and residences adjacent to the affected route that shall include: the name of the franchise utility for which the work is being performed, the type of work, expected work schedule, and a name and contact information, including daytime and emergency contact names and numbers, for both the permit holder and the franchise utility. Such notification shall be done at least five (5) business days prior to commencing the permitted work and record of such notifications shall be retained by the permit holder. (c) Should damage occur to abutting private property, or damage occur to utility service to the private property, the permit holder will contact the property owner immediately and coordinate the repairs to the property or service with the owner. (d) The permit holder shall contact emergency response agencies, such as police, fire and ambulance service prior to commencement of any work that may impact access to a street or alley. Emergency response agencies shall be notified by the permit holder if a residential or commercial street is to be closed for any length of time, or one lane or more of a collector or thoroughfare street is to be closed for any length of time, or if an alley is to be blocked for more than 48 hours. Service agencies that may be impacted, such as solid waste collection, shall be contacted, and alternate service coordinated, prior to the beginning of work that may impact these services. (e) Service shall be returned to the city customer within twenty-four hours from notice of damage and the cost of repairs shall be borne by the utility owner. Only a licensed plumber registered with the City of Lubbock Building Safety 30 Department shall perform temporary repairs to city water and sewer taps and repair private water lines and gas lines in the alleys and streets. The licensed plumber shall certify in writing that repairs to these service line(s) were performed in accordance with the most recent version of City of Lubbock Plumbing Ordinance (Article 28.10). (f) The utility owner and/or their contractor shall notify the City of Lubbock water/sewer dispatch at 806-775-2588 to report all Orangeburg service lines encountered. The City of Lubbock will replace Orangeburg sewer lines at no cost to the utility owner and/or their contractor. (g) Damaged main lines will be repaired by the City of Lubbock. The City of Lubbock will issue a claim to the utility owner, contractor, or their insurance company for cost reimbursement. (h) If solid waste dumpsters have to be relocated in the alleys due to construction activates the utility owner and/or contractor shall notify the affected customers and the City of Lubbock Solid Waste dispatch at 806-775-2482. The notice shall specify the address, number of the dumpster being relocated, and the duration of service interruption. (1983 Code, sec. 24-182; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.041 Compliance with permit All construction activities shall be in accordance with the permit and approved final plans and specifications for the facilities. The city engineer and his or her representatives shall be provided access to the work and such further information as he or she may require to ensure compliance with such requirements. (1983 Code, sec. 24-183; Ordinance 2007- O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.042 Display of permit and signage (a) The permit holder shall maintain a copy of the construction permit and approved plans at the construction site, which shall be displayed and made available for inspection by the city engineer or his or her representatives at all times when construction work is occurring. (b) All permitted utility owner and contractor vehicles and equipment must be clearly marked with the company name while performing construction or other work. Signage, with minimum dimensions of 4 feet by 4 feet, with the utility’s name and contact phone number must be displayed at the beginning and the end of the traffic-control work zone on the thoroughfare. (1983 Code, sec. 24-184; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.043 Survey of underground facilities If the construction permit specifies the location of new facilities by depth, line, grade, proximity to other facilities or other standard, the city engineer or his or her designee may require the permit holder to provide written verification, if reasonably necessary, of the location of such facilities by a registered surveyor. If requested by the city engineer or his 31 or her designee, the permit holder shall relocate any facilities that are not located in compliance with permit requirements. (1983 Code, sec. 24-185; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.044 Noncomplying work Upon order of the city engineer or his or her designee, all work that does not comply with the permit, the approved plans and specifications for the work, or the requirements of this article, shall be removed. (1983 Code, sec. 24-186; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.045 Completion of construction The permit holder shall promptly complete all construction activities so as to minimize disruption of the public rights-of-way and other public and private property. All construction work authorized by a permit within the public rights-of-way, including restoration, must be completed within one hundred twenty (120) calendar days of issuance, or by such other date as may be agreed upon by the city engineer and his or her designee. (1983 Code, sec. 24-187; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.046 Utility construction as-built drawings Within sixty (60) calendar days after completion of construction, the permit holder shall furnish the city engineer with a complete set of plans, certifying to the city that they accurately depict the location of all utility facilities constructed pursuant to the permit. (1983 Code, sec. 24-188; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.047 Restoration of right-of-way improvements (a) Upon completion of any construction work, the permit holder shall promptly repair or restore any and all public street rights-of-way, including any and all public and private fixtures, structures and facilities lawfully located therein, to as good as or better a condition as before the start of construction. Unpaved portions of alley rights-of-way shall be leveled, filled, bladed and worked in such a manner as to leave the alley in a safe and usable condition. Complete preconstruction photographs or videos of the work site are required of all permit holders and shall be submitted to the city engineer upon request. (b) Persons placing physical obstructions such as landscaping objects, irrigation systems and fences within the right-of-way without legal authorization shall bear the risk of damage to such obstructions due to utility construction work. The repair or replacement of such unauthorized physical obstructions unavoidably damaged by utility construction work shall be the sole responsibility of the adjacent property owner or other person placing such unauthorized physical obstruction in the right-of-way. (1983 Code, sec. 24-189; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.048 Restoration of trees, shrubs and other vegetation 32 (a) All landscaping trees, shrubs and other vegetation damaged or disturbed within the street right-of-way as a result of the construction, installation, maintenance, repair or replacement of utility facilities in the street right-of-way shall be replaced or restored as nearly as may be practicable, to at least as good a condition as prior to performance of work by the permit holder. Trees may be replaced with trees of similar size and the same or similar species up to four (4) inches in caliper. Trees larger than four (4) inches in caliper shall be replaced with trees of the same or similar species with a caliper of no less than three (3) inches and no more than four (4) inches. (b) All restoration work within the public rights-of-way shall be done in accordance with landscape plans approved by the city engineer or his or her designee, if such landscape plan is required by section 36.09.036(b)(2) of this article. (c) Pruning or trimming of trees or shrubs by the city, a ROW user or a utility deemed necessary due to any imminent threat to public safety or that may potentially damage overhead utility lines does not require a permit under this article. (1983 Code, sec. 24-190; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.049 Responsibility of permit holder or ROW user The permit holder, ROW user or a contractor hired by the permit holder or ROW user shall be responsible for performance of and compliance with all provisions of this article. (1983 Code, sec. 24-191; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.050 Conformance with master thoroughfare plan A permit holder or ROW user shall consult the city’s master thoroughfare plan (“MTP”) prior to the acquisition of any interest in real property in the city for the installation or relocation of utility service lines or other utility equipment or facilities along or adjacent to any street, right-of-way, thoroughfare, highway, or any proposed street, right-of-way, highway or thoroughfare to attempt to minimize any future conflict regarding the location of such facilities. All permit holders or ROW users are charged at all times with constructive notice of the MTP. The city shall have no liability for the value of or loss by a permit holder or ROW user for any improvements constructed in the area shown in the MTP subsequent to the effective date of this article. All permit holders and ROW users placing utility equipment or facilities that conflict with the MTP at the time of permit issuance shall be responsible for moving such equipment or facilities without cost to the city. (1983 Code, sec. 24-192; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.051 Rights of utility in event of closure or abandonment of right-of-way In the event the city closes, vacates, abandons or conveys any right-of-way containing facilities of a ROW user, any such closure, vacation, abandonment or conveyance of land shall be subject to the rights of the ROW user. (1983 Code, sec. 24-193; Ordinance 2007- O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) 33 Sec. 36.09.052 Denial of permit A permit may be denied for any of the following reasons: (1) Failure to provide proof of liability insurance acceptable to the city. (2) Failure to secure any required permit for work of the nature required. (3) Failure to perform in accordance with the requirements of these provisions and to correct any deficiencies after notice. (4) The excavation would be in a new street and not otherwise permitted by this article. (5) The proposed warning or other traffic-control procedures or equipment do not comply with the requirements of the TMUTCD or the requirements of the city engineer. (6) The proposed activity would violate a city ordinance or state or federal statute. (7) The permit application contains false or misleading information. (8) The activity would cause a public health or safety hazard. (9) The ROW user is not authorized to do business within the city. (10) The ROW user is in violation of this article relative to work in progress. (1983 Code, sec. 24-194; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.053 Revocation or suspension of permit (a) The city reserves its right, as provided herein, to revoke or suspend any permits of the utility owner and/or contractor, without refund of the permit fee, in the event of a breach by the permit holder of the terms and/or conditions of the permit or of this chapter or any city ordinance. A breach of the terms of the permit shall include, but not be limited to, the following: (1) The violation of any provision of this article; (2) An evasion or attempt to evade any provision of the permit, or the perpetration or attempt to perpetrate any fraud or deceit upon the city or its citizens; (3) Any material misrepresentation of any fact in the permit application; (4) The failure to meet insurance or indemnification requirements; (5) The failure to complete the work in a timely manner; (6) The failure to correct a condition indicated on an order issued pursuant to this article; (7) Repeated offenses, including but not limited to, traffic-control violations; (8) Failure to repair facilities damaged in the right-of-way; or (9) Violation of any provision of this article. 34 (b) If the city engineer, or his or her designee, determines that the permit holder has committed a breach of any law or condition of the right-of-way construction permit, the city engineer shall first make a written demand upon the permit holder to remedy such violation. The city engineer may provide specifications to cure the breach. Continued violation may be cause for suspension or revocation of the permit, civil legal action, or both. The city engineer may suspend the permit upon failure to correct the breach. Within five (5) business days of receiving notification of the breach, the permit holder shall contact the city engineer with a plan, acceptable to the city engineer, for correction of the breach. The permit holder’s failure to provide a plan or the permit holder’s failure to implement the approved plan within the time stated in the written demand for remedy shall be cause for revocation of the permit. (c) The city engineer, or his or her designee, may immediately suspend the work and issue an immediate stop-work order for all current permits issued if there is major damage to another utility caused by the utility owner or its contractor on or about a public right-of-way and/or there is an imminent and immediate threat to the health, safety and welfare of the public in his or her opinion. In the event the stop-work order is not obeyed, the failure to immediately stop work shall be deemed a criminal violation of this article and the permit may be revoked. In addition, civil legal action for trespass, injunction and damages may result. (d) Utility permits may be denied or a stop-work order issued to the utility owner for failure to relocate its utilities within six months of notification from the city in order for the city to complete its capital improvement projects. (1983 Code, sec. 24-195; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.054 Appeal of permit denial or revocation A ROW user or other applicant that has been denied a permit or a permit holder that has had a permit revoked may appeal the denial or revocation upon written request as follows: (1) Appellant shall provide, within five (5) business days of denial or revocation, a written notice of appeal filed with the city engineer. The notice must state the alternatives available and routes explored, hardship encountered, cost comparison of other alternatives and a statement of any other significant factors. The city engineer shall provide a written decision within five (5) business days of receipt of the appeal. Failure to render a decision within five (5) business days shall constitute a denial. (2) If a further denial is given or the revocation upheld, the appellant may thereafter file a written notice of appeal with the director of public works within five (5) business days. The notice must state the alternatives available and routes explored, hardship encountered, cost comparison of other alternatives and a statement of any other significant factors. The director of public works shall provide a written decision within the ten (10) business days. Failure to render a decision within ten (10) business days shall constitute a denial. 35 (3) If a further denial is given or the revocation upheld, the appellant may thereafter file a written notice of appeal to the permit and license appeal board of the City of Lubbock with the city secretary within five (5) business days of receipt of the director of public works’ written decision. The city secretary shall notify the director of public works and the appellant of the time and place of hearing of the appeal by the permit and license appeal board of the City of Lubbock. (1983 Code, sec. 24-196; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.055 Utility emergency excavations (a) Nothing in this article shall be construed to prevent any person, utility, permit holder or ROW user from maintaining any pipe, conduit, or duct in or under any street, or right-of-way by virtue of any law, ordinance or permit, from making an emergency excavation as may be necessary for compliance with law or in response to a situation endangering life, health and safety, or property, or in a situation in which the public need to reestablish interrupted service compels immediate action. The excavator is required to notify the city engineer, with submittal of the permit application information, the next business day following an emergency excavation within the public right-of-way. Except as specifically provided otherwise in this section, excavations authorized by this section shall be subject to all requirements of this article. (b) If a permit holder in the course of an excavation cuts or damages another ROW user’s facilities, the damaged ROW user may perform the work necessary to repair their facility without obtaining a permit. The original permit holder for the excavation is the responsible party for ensuring that the backfilling and paving repairs meet the requirements of this article. (1983 Code, sec. 24-197; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.056 Reporting When the work under any permit hereunder is completed, the permit holder shall contact the City of Lubbock’s Construction Inspector Supervisor at 806-775-3751 and furnish the city engineer a completion certificate. (1983 Code, sec. 24-198; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.057 Work done without permit No cut, excavation, grading or disturbing of the right-of-way in any way shall be made other than excavations necessary for emergency work without first securing a permit. No permit holder, utility or ROW user shall at any time open or encumber more of the right- of-way than shall be reasonably necessary to complete a project in the most expeditious manner. (1983 Code, sec. 24-199; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Secs. 36.09.058–36.09.090 Reserved Division 3. Standards for Excavation, Backfill and Paving Repairs 36 Sec. 36.09.091 Excavation under supervision of city engineer (a) Any permit holder, utility or ROW user engaged in making or backfilling any excavation in any right-of-way shall at all times while such work is in progress keep at the job location the permit, or a copy thereof, and shall, on demand, exhibit the permit to the city engineer or his or her designee. At all times while the work is in progress the permit holder, utility or ROW user shall also maintain at the job location, a sign, barricade, or other device bearing the permit holder’s, utility’s or ROW user’s name. (b) All excavations and other construction in the rights-of-way, streets and alleys shall be conducted so as to interfere as little as practicable with the use of rights-of-way and with the use of private property, in accordance with any lawful and reasonable direction given by or under the authority of the governing body of the city under the policy and regulatory powers of the city necessary to provide for public convenience. The permit holder, utility or ROW user shall reasonably protect and prevent any damage to utility facilities, sewer facilities, water facilities, lawns, shrubbery, trees, fences, structures, or other property encountered in his work. The permit holder, utility or ROW user shall not trespass upon private property. The permit holders, utilities or ROW users shall determine the boundary between public right-of-way and private property. (c) All transmission and distribution structures, lines, equipment and facilities erected by a permit holder, utility or ROW user within the city shall be so located as to cause minimum interference with the proper use of the public rights-of-way, and to cause minimum interference with the rights and reasonable convenience of property owners who join any of the said streets. (d) The city reserves the right to lay, and allow to be laid, electricity, sewer, gas, water and other pipelines or cables and facilities, as well as drainage pipes and channels and streets and to perform, and allow to be performed, any underground and overhead installation or improvement that may be deemed necessary or proper by the governing body of the city, in, across, along, over or under any right-of-way or public place occupied by a utility or ROW user and to change any curb or sidewalk or the grade of any street and to maintain all of the city’s facilities. In allowing such work to be performed by others, the city shall not be liable to a utility or ROW user for any damage caused by those persons or entities. Nothing herein shall relieve any third party from responsibility for damages caused to a permit holder, utility or ROW user by such third party. (e) If the city requires a utility, permit holder or ROW user to adapt or conform its facilities, or in any way or manner to alter, relocate or change its property to enable any other corporation or person, except the city, to use, or to use with greater convenience, any right-of-way or public place, the utility or ROW user shall not be required to make any such changes until such other corporation or person shall have undertaken, with solvent bond or cash payment, to reimburse a utility or ROW user for any loss and expense which will be caused by or arise out of such removal, change, adaptation, alteration, conformance or relocation of a utility or ROW user’s facilities; provided, however, that the city shall never be liable for such reimbursement. 37 (f) Any utility owner and/or their contractor performing construction in any city right-of-way have maintain a representative at the site at all times while such work is in progress, and who shall be able to clearly communicate with the city staff and the citizens of Lubbock. (g) In dedicated easements, only the dedicated utility shall be allowed into such easements, unless the land owner and city engineer grant written approval. (h) Utility construction in city-dedicated easements shall require a ROW utility construction permit. (i) All excavation work shall be performed during business hours of 7:00 a.m. to 5:00 p.m. Monday through Friday, unless written approval is granted by the city engineer, or in the case of an emergency. Installations by boring will not be allowed after 2:00 p.m. on Fridays. (1983 Code, sec. 24-200; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.092 Field utility coordination (a) The permit holder, utility or ROW user shall notify the department at each of the following times during a project: (1) Two (2) business days before the start of construction; (2) Two (2) hours before beginning the initial backfill; (3) Two (2) hours before beginning the paving of the street or alley; (4) Twenty-four (24) hours prior to commencement of any boring activities, by calling the City of Lubbock Construction Inspector Supervisor at 806-775-3751; and (5) Upon completion of the project. (b) The permit holder, utility or ROW user shall mark the site of the proposed excavation with white lining and/or flags prior to making a request for locates and actual excavation. (c) The permit holder, utility or ROW user shall make a request for a utility locate not more than 14 days and not less than 48 hours prior to the commencement of the proposed excavation. Such request shall be made to the state one-call center. Such requests shall be made by telephone or facsimile and shall include the date, location, extent and reason for such proposed excavation. (d) The use of markers, stakes, poles, barricades or other devices shall be used in such a way to avoid damage to adjoining property. The use of “nonpermanent” or “biodegradable” markers is required. (e) The permit holder, utility or ROW user shall mark the proposed excavation site with paint and/or flags in colors established by the one-call system. The markings shall be placed a distance of not less than five (5) feet in all directions from the outside boundary of the site to be excavated. 38 (f) All excavations shall commence within 14 day of the date of the utility locate. In the event that the excavator fails to commence work within 14 days or the utility locate marks are not visible at the time the excavation is scheduled to commence, the permit holder, utility or ROW user is required to request a new utility locate. (g) Compliance with the Texas Utilities Code is required at all times. (h) All barricades, plates, cones, traffic directional equipment, and all other traffic-control devices owned by the permit holder, utility or ROW user and used on or near any excavation shall be clearly and visibly marked with the name of the permit holder, utility or ROW user, as applicable, at all times such equipment is used on or near the right-of-way. An exception to the marking requirement may be made in the event the traffic-control equipment is not owned by the permit holder, utility or ROW user. (i) If work is being performed that will block any lanes of traffic in a street or deny access to an alley or driveway and the work site will be left unattended, the permit holder, utility or ROW user shall place a sign at each end of the work site with the name and contact information of the permit holder, utility or ROW user performing the work. Such signs may be placed on barricades or freestanding. (j) The permit holder shall prominently display the utility owner’s and contractor’s names and phone numbers on a sign, having minimum dimensions of 4 ft. by 4 ft., at the beginning and ending of the traffic-control work zone. (k) All open pits shall be backfilled within three (3) calendar days or covered with materials of sufficient strength and construction (H 20 load rated steel plate(s)) to permit vehicular traffic to pass over such excavation(s). (l) All existing water and sewer mains shall be physically located prior to boring by way of potholing with a hydro excavation method. (1983 Code, sec. 24-201; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.093 Excavation details; backfill; compaction; pavement restoration (a) Details related to trench excavation, backfill, compaction and pavement restoration are described in plates 1-07, 2-07, 3-07, 4-07, 5-07, 6-07, and 7-07. These plates are included in and a part of this article. (b) Paving shall be repaired in accordance with the City of Lubbock Utility Excavation Manual and the City of Lubbock Minimum Design Standards and Specifications. (1983 Code, sec. 24-202; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.094 Standard location of utilities in alleys The standard location for municipally owned utilities, public utilities, and telecommunications are shown on plate 8-07, included in this article. (1983 Code, sec. 24-203; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) 39 Sec. 36.09.095 Supervision by city of location of poles and conduits (a) All poles in the right-of-way shall be of sound material and straight, and all other utility facilities, either along the ground surface or above ground, such as manholes, valve boxes, vault covers, risers, boxes, etc., shall not interfere with the flow of water in any gutter or drain, and shall be placed so as not to unduly interfere with either vehicular or pedestrian travel. (b) Any aboveground utility facility shall be placed in a manner that will be compliant with the Americans with Disabilities Act (ADA) in order to maintain the required clear width for pedestrians with disabilities. Should a utility facility encroach into an existing sidewalk, additional sidewalk construction shall be required if necessary to maintain clear width for an ADA accessible route. Aboveground facilities shall also be located so they will not violate the city’s right- of-way visibility requirements. (c) The location and route of all conduits, fiber, cables, utilities and facilities placed and constructed within the city’s rights-of-way by a utility, permit holder or ROW user in the construction and maintenance of its system within the City of Lubbock shall be subject to the reasonable and proper control, direction and approval of the city. (1983 Code, sec. 24-204; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.096 Backfill of excavated area (a) Open trenches may be temporarily backfilled for the convenience of the permit holder or the public safety. At least two (2) hours prior to beginning permanent backfill operations, the permit holder shall notify the city engineer of the time the backfill will begin. (b) All excess water and mud shall be removed from the trench prior to backfilling. Any backfill placed during a rainy period or at any other times, where water cannot be prevented from entering the trench, will be considered temporary and shall be removed as soon as weather permits. All disturbed base material or any base that has been undermined shall be removed and discarded. (1983 Code, sec. 24-205; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.097 Restoration of pavement (a) Unless otherwise specified in the permit, restoration of the asphalt pavement of any street, alley, right-of-way or other public place shall be performed by the permit holder, utility, ROW user or by the city street maintenance department, upon request by the permit holder, utility or ROW user. Nothing in this section shall relieve the permit holder, utility or ROW user from the responsibility to maintain the excavation or installation in a safe condition until it is repaved by the city or otherwise restored. If the permit holder, utility or ROW user making the excavation requests repaving by the city, the permit holder, utility or ROW user shall pay for repaving at a rate to be established by the city. 40 (b) No trench shall be opened in any street for the purpose of laying pipes, conduits or ducts more than four hundred (400) feet in advance of the pipe, conduit or ducts being placed in the trench, other than with the prior written consent of the city engineer. (c) All excavations shall comply with the standards and requirements established from time to time by the city engineer for compaction, backfill and pavement restoration. (d) Any excavated pavement, debris and other rubble shall be removed, together with any surplus material, during the same business day from the time such material is placed upon the street. After backfilling is completed, and prior to repaving the cut, the permit holder, utility or ROW user shall remove all loose paving material and saw cut the edges of the excavation at the street surface to the satisfaction of the city engineer. (e) Whenever any caving occurs in the sidewalls of any excavation, the pavements above such caving shall be cut away, trench backfilled and pavement restored. In no case shall any side or lateral tamping fill any void under a pavement. (f) All materials and construction practices shall be in conformance with City of Lubbock Standard Paving Specifications. (g) Any paving failures, including surface, base, or subgrade failures that occurred due to the ROW user’s work in the street shall be repaired by the ROW user, regardless of whether the damage is caused by equipment, construction methods, detour of traffic or any other reason. (1983 Code, sec. 24-206; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.098 Cleanup of right-of-way (a) In every case and at all times, the work of removing from the right-of-way all obstructions, surplus materials, debris and waste matter of every description caused by and accumulated from the excavation shall be the responsibility of the permit holder, utility or ROW user. Streets shall be cleaned by use of a street sweeper or other acceptable means. The permit holder, utility or ROW user shall clean the surrounding area, as outlined above, within one (1) business day upon completion and approval of all trench work and pavement restoration unless the city engineer, sufficient reason therefore having been given to his satisfaction, grants an extension of time. (b) Phasing of construction clean-up must be done in a manner to completely clean the alleyway prior to moving into the next alleyway. Any hand holes left open to pull cable after clean-up must be covered to protect the public. (1983 Code, sec. 24-207; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.099 Substandard repair of pavement or right-of-way due to utility work 41 In case the pavement or the surface of the street, alley, or right-of-way in, over or near any excavation should become depressed, cracked, or broken any time or fails in any way at any time after the excavation has been made and during the remaining life of the street, the permit holder, utility or ROW user who performed the excavation shall be required to repair such defective work commencing within fifteen (15) business days after receipt of notification from the city to bring the work into compliance with applicable obligations of this article. Failure to complete the repair within a reasonable time after notification may result in the permit holder, utility or ROW user being required to reimburse the city for the cost to restore the street, right-of-way or alley. “Life of the street” is defined as until such time as the street is reconstructed or the PCI (pavement condition index) of the street has a value of less than 50. (1983 Code, sec. 24-208; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.100 Inspection The permit holder, utility or ROW user shall make the work site accessible to the city, and others as authorized by law, for inspection at all reasonable times during performance of the work. (1983 Code, sec. 24-209; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.101 Materials testing The city engineer or his or her designee may require testing of materials used in construction in or near the right-of-way to determine conformance to required specifications, including, but not limited to, compaction tests on backfill materials, subgrade, concrete, asphaltic concrete and other construction materials as may be deemed necessary. (1983 Code, sec. 24-210; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.102 Utility excavation in ROW restored to good condition (a) The permit holder, utility or ROW user shall complete pavement restoration of the excavated area within thirty (30) days on thoroughfare streets, collector streets, industrial streets, residential streets and alleys after final backfill is completed and accepted by the city engineer. The permit holder, utility or ROW user shall conduct the work with a minimum disturbance to existing utilities and shall coordinate all work in or near the existing utilities with the utility owners. (b) Excavation in new streets. There shall be no excavation in new streets (less than five years of age) without the prior approval of the city engineer. Any request for a permit to excavate a new street shall include a description of the proposed work and proposed restoration of the area, as well as a statement as to why alternate procedures cannot or should not be used in lieu of excavating a new street. However, prior approval will not be required for excavations of up to fifty (50) linear feet for utility tie-ins needed from an existing subdivision to a new subdivision during development. (c) Excavation of streets in good condition. A permit holder, utility or ROW user shall perform jacking and boring operations in a manner that does not weaken or impair the right-of-way upon completion of restoration of the excavation. 42 (1) Excavation in all streets in good condition regardless of age shall not occur without a permit and prior approval of the city engineer. Streets assigned to a PCI (pavement condition index) of 92 or above by the pavement management system are deemed to be in good condition and are subject to the same review procedures as excavation of new streets. The PCI can be obtained from the city’s pavement management office of the street maintenance department. (2) Restoration of the excavated area of streets in good condition shall be in accordance with this article. (3) If excavation of an asphalt street in good condition is approved, and 25% or more of the asphalt street surface (50% of more of a designated thoroughfare street) is disturbed, a complete block to block, curb to curb pavement repair, including removal and replacement of the complete pavement surface, will be required. An alternative surface treatment may be submitted for consideration by the city engineer. (d) Excavation in Portland cement concrete (PCC) pavement surface. If the existing pavement is PCC, the concrete shall be cut first with a saw to a minimum depth of half the thickness of the concrete which shall also cut the reinforcing steel. The concrete can then be broken out with an air chisel or pavement breaker. No more than 6" of PCC shall be broken back beneath the saw cut. (e) Responsibility for excavated area maintenance. A permit holder, utility or ROW user shall maintain their repairs in the right-of-way for the life of the street as defined in this article. (1983 Code, sec. 24-211; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Secs. 36.09.103–36.09.130 Reserved Division 4. Barricades Sec. 36.09.131 Submission of plan (a) After the issuance of a right-of-way construction permit, or any other permit involving the placement of barricades, the contractor, subcontractor, corporation, firm, company, utility, permit holder, ROW user or other person who shall undertake to perform any work upon, in, under, above, or about any street, alley, curb, gutter, sidewalk, or any public right-of-way or for any other reason desires to place barricades on right-of-way within the city, shall furnish the city traffic engineer with a scale “barricade plan” or sketch showing the work area, the space within the right-of-way required for the work, and a proposed plan, referred to in this section as a “barricade plan” for the use of barricades, signals, signs, flags, flares, and other traffic-control and safety devices about the work area. (b) The barricade plan shall conform to the requirements set forth in the barricade manual adopted below, and such plan shall be deemed a part of said permit. 43 (c) This section shall not apply to the utility companies or the city when either are engaged in work involving overhead signals, communications, and/or electric circuits; provided that said utility companies or city shall establish and maintain adequate warning devices when engaging in work involving overhead signals, communications, and/or electric circuits. (1983 Code, sec. 24-212; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.132 Adoption of manual The “Texas Manual on Uniform Traffic-Control Devices for Streets and Highways,” as prepared by the Texas Department of Transportation (TXDOT), and all later revisions thereto, shall be the official barricade manual for the city. (1983 Code, sec. 24-213; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.133 Additional requirements (a) The city may require that the work be done only at certain hours during the day or night, that materials or equipment used in such work and dirt and materials removed from any excavation be located other than adjacent to the work area where feasible, and that any excavation be covered with materials of sufficient strength and construction to permit vehicular traffic to pass over such excavation at peak traffic hours, where such requirement shall be deemed necessary in the interest of safety and to avoid traffic congestion. (b) Traffic control shall be placed on site no more than twenty-four (24) hours prior to construction beginning. Traffic control will be taken down, and the street reopened, if permit holder is not onsite for two business days. Traffic-control devices shall only be placed around the current construction area, and not around the entire project. (1983 Code, sec. 24-214; Ordinance 2007-O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) Sec. 36.09.134 Continuing validity of permit Prior to or upon institution of or during the proceeding of or prior to completion of any work for which a permit is required hereunder, as an express condition precedent to the continuing validity of said permit, all specifications of the barricade plan and all regulations set forth in the barricade manual in connection therewith including, but not restricted to, proper maintenance of barricades, signals, signs or other traffic-control or safety devices, must be complied with, carried out and conformed to in their entirety. Failure to do so will render said permit null and void and of no further force or effect as if no permit had ever been issued or granted. (1983 Code, sec. 24-215; Ordinance 2007- O0122, sec. 1, adopted 12/6/2007; Ordinance 2018-O0100 adopted 8/23/2018) 44 ARTICLE 36.10 WIRELESS COMMUNICATION FACILITIES IN THE PUBLIC RIGHTS-OF-WAY Sec. 36.10.001 Definitions City. The City of Lubbock, Texas and its officers and employees. Collocation. The installation, mounting, maintenance, modification, operation, or replacement of network nodes in a public right-of-way on or adjacent to a pole. Design manual. The City of Lubbock, Texas Public Right-of-Way Communication Facilities Design Manual. The design manual is incorporated by reference into this article and the terms and conditions of the design manual are binding upon any entity acting under any portion of this article. In the event of any discrepancy or ambiguity between this article, this code, or the design manual, the design manual will control. Director. The City of Lubbock Public Works Director or his designee. Entity. Means, but is not limited to, any person, business, company, agency, or other group or individual, whether or not formally established, that acts or affects any activity contemplated under this article. Network node. Equipment at a fixed location that enables wireless communications between user equipment and a communications network. The term includes, but is not limited to: Equipment associated with wireless communications; a radio transceiver, an antenna, a battery-only backup power supply, or comparable equipment, regardless of technological configuration; and Coaxial or Fiber-optic cable that is immediately adjacent to and directly associated with a particular collocation. The term does not include: an electric generator; a pole; or a macro tower. Node support pole. A pole installed by a network provider for the primary purpose of supporting a network node. Permit. A new wireless communication facility permit issued by the city authorizing the installation, removal, modification, or other work in accordance with the design manual. Pole. A service pole, municipally owned utility pole, node support pole, or utility pole. Right-of-way. The area on, below, or above a public roadway, highway, street, public sidewalk, alley, or waterway. The term does not include a private easement, private property, publicly-owned property, or the airwaves above the city’s right-of-way with regard to wireless telecommunications. (Ordinance 2017-O0091 adopted 8/10/2017) Sec. 36.10.002 Design manual incorporated into this article The design manual is incorporated by reference into this article, and the terms and conditions of the design manual are binding upon any entity acting under any portion of this article. In the event of any discrepancy or ambiguity between this article, this code, the design manual, or chapter 284 of the Texas Local Government Code, the later shall control. (Ordinance 2017-O0091 adopted 8/10/2017) Sec. 36.10.003 Penalties and correction of deficiencies 45 (a) Any entity that violates any provision of this article shall be guilty of a misdemeanor in accordance with section 1.01.004 of the Code of Ordinances and upon conviction shall be subject to a fine not to exceed the amount specified by state law for such offenses. Each day of such violation shall constitute a separate offense. Said penalty is cumulative, and not exclusive, of any other rights or remedies the city may have. (b) Any entity who shall perform work on or about a public right-of-way and who shall violate any provision of this article shall cause said work to be subject to a cease work order and revocation of permit or civil legal remedies as provided by this article. (Ordinance 2017-O0091 adopted 8/10/2017) Sec. 36.10.004 Permit required It shall be unlawful for any entity to engage in the installation, modification, or repair of a network node, node support pole, pole, or other wireless communication facility that will encroach upon or be located in, on, or within a street, alley, or other public right-of-way within the city without having first obtained a permit in order to perform the work, unless said work is commenced in an emergency situation as authorized by this article. (Ordinance 2017-O0091 adopted 8/10/2017) Sec. 36.10.005 Permit application; fee (a) Applications for a permit required under this article shall be made on forms provided by the city and such applications shall be accompanied by drawings, plans, and other responsive documents, with such application forms and documents being subject to the design manual, which is incorporated into this article by reference. (b) The director or his designee may, in his sole discretion, require additional information from the applicant of a permit required under this article before the director issues said permit. (c) All applications for a permit under this article shall be subject to an application fee, with such fee being listed in the design manual, which is incorporated into this article by reference. City departments and contractors hired by the city for work related to this article shall be exempted from payment of the application fee. (Ordinance 2017-O0091 adopted 8/10/2017) Sec. 36.10.006 Insurance The applicant for a permit shall furnish a certificate of insurance for public liability and property damage, issued by a solvent insurance company or companies authorized to do business in this state, or evidence of self-insurance satisfactory to the city evidencing that the city is adequately protected from any liability or damages resulting by virtue of applicant’s construction. The insurance requirements of this article are subject to the insurance requirements listed in the design manual which is incorporated into this article by reference. Upon receipt of the permit, an applicant assumes the insurance and indemnity requirements provided in the design manual. (Ordinance 2017-O0091 adopted 8/10/2017) 46 Sec. 36.10.007 Issuance According to the design manual, the director shall issue a permit to an applicant upon the applicant’s submission to the director of a complete application including any application documents required under the design manual. (Ordinance 2017-O0091 adopted 8/10/2017) Sec. 36.10.008 Other fees and regulations provided in the design manual The design manual contains fees and charges applicable to work performed under this article. The design manual also contains all allowable regulations for any work related to this article. An applicant for a permit is responsible for the applicable fees and regulations provided in the design manual. (Ordinance 2017-O0091 adopted 8/10/2017) City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 1 City of Lubbock, Texas Public Right-of-Way Wireless Communication Facilities Design Manual I. Purpose A. The standards and procedures provided in this Public Right-of-Way Wireless Communication Facilities Design Manual (this “Design Manual”) are adopted to protect the health, safety, and welfare of the public by minimizing and reducing impacts to public safety within the City’s Right-of-Way, and to minimize and reduce impacts to the City, its residents, and visitors. B. This Design Manual is applicable to all Wireless Service Providers, Network Providers, or any entity desiring to use the City’s Right-of-Way in any way related to Wireless Communication (collectively, the “Provider”) as defined by Chapter 284 of the Texas Local Government Code. C. In addition, the City has adopted this Design Manual to provide technical criteria and details necessary for a Provider seeking to install and construct network nodes and node support poles in the City’s Right-of-Way. D. To the extent of any conflict with other City Right-of-Way permitting requirements, this Design Manual shall control with regard to a Provider. II. Definitions For purposes of this Design Manual the following terms shall have the same meanings herein. When not inconsistent with the context, words used in the present tense include the future; words in the plural number include the singular number, and words in the singular include the plural. The word "shall" is always mandatory and not merely permissive. A. “Abandon” means the network nodes and node support poles, or portion thereof, that have been left by the Provider in an unused or non-functioning condition for more than sixty (60) consecutive days unless, after notice to the Provider, the Provider has established to the reasonable satisfaction of the City, that the network node or node support pole, or portion thereof, has the ability to provide communications. B. “City” means the City of Lubbock, Texas and its officers and employees. C. “Colocation” means the installation, mounting, maintenance, modification, operation, or replacement of network nodes in a public Right-of-Way on or adjacent to a pole. D. “Director” means the City of Lubbock City Engineer or his designee. E. “Height” shall be measured from top of the curb or crown of roadway if no curb to the top of all appurtenances. City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 2 F. “Interference” means physically or electronically affecting the operation, views, signals or functions of City equipment or third party equipment. G. “Network node” means equipment at a fixed location that enables wireless communications between user equipment and a communications network. The term includes, but is not limited to: 1. Equipment associated with wireless communications; 2. A radio transceiver, an antenna, a battery-only backup power supply, or comparable equipment, regardless of technological configuration; and 3. Coaxial or Fiber-optic cable that is immediately adjacent to and directly associated with a particular collocation. Does not include: 1. An electric generator; 2. A pole; or 3. A macro tower. H. “Node support pole” means a pole installed by a network provider for the primary purpose of supporting a network node. I. “Park” means the various properties under the direction, control, and supervision of the City’s Parks and Recreation Director pursuant to the authority granted by City Council and the City Code of Ordinances. J. “Permit” means a document issued by the City authorizing the installation, removal, modification, or other work for a Provider’s network nodes or node support poles in accordance with the approved plans and specifications. K. “Pole” means a service pole, municipally owned utility pole, node support pole, or utility pole. L. “Right-of-Way” means the area on, below, or above a public roadway, highway, street, public sidewalk, alley, or waterway. The term does not include a private easement, private property, publicly-owned property, or the airwaves above the City’s Right-of-Way with regard to wireless telecommunications. M. “Storm Water Pollution Prevention Plans (SWPPP)” means a document that outlines how a construction project will minimize stormwater pollution. Construction sites are a well- known source of sediment and other pollutants which can cause significant harm to rivers, lakes, coastal waters, and flood control facilities. N. “Substantial Change” – Occurs when: City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 3 1. The modification of the proposed WCF installation would increase the structure’s existing height by more than ten percent (10%) or ten feet (10’), whichever is greater; 2. The modification of the proposed WCF installation would protrude from the edge of the structure by more than six feet (6’) or would encroach on private property unless the applicant has a letter of authorization from the land owner where the encroachment occurs; 3. The modification of the proposed WCF installation involves the installation of more than the standard number of new equipment cabinets for the technology involved, but not to exceed four (4) cabinets, or more than one (1) new equipment shelter; 4. The modification of the proposed WCF installation would entail any excavation or deployment outside the current site; 5. The modification would defeat the existing concealment elements of the WCF installation; or 6. The modification does not comply with conditions associated with the prior approval of the WCF unless the non-compliance is due to an increase in existing height, width, addition of cabinets, or new excavation that does not exceed the corresponding substantial change thresholds. O. “Traffic Signal” means any device, whether manually, electrically, or mechanically operated by which traffic is alternately directed to stop and to proceed. P. “Transport Facility” means each transmission path physically within a public right-of- way, extending with a physical line from a network node directly to the network, for the purpose of providing backhaul for network nodes. Q. “Underground Utility District (UUD)” means an area where poles, overhead wires, and associated overhead or above ground structures have been removed and buried or have been approved for burial underground. R. “Wireless Communication Facility (WCF)” means any facility established for the purpose of providing wireless transmission of voice, data, images or other information, including, but not limited to, cellular telephone service, personal communications service, and paging service. A WCF can consist of one (1) or more antennas and accessory equipment III. Permitting 3.1 Attachment to Existing Poles Prior to installation or modification of a network node or node support pole, the applicant shall submit an application on a City-approved form to the Director that is substantially similar to the Sample Permit Application that is attached to this Design Manual as “Exhibit B.” The application must satisfy the requirements of this Design Manual and include all required attachments. An City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 4 application will be rejected if all required attachments are not included with it at the time of submittal. The Director has the discretion to require an application to be submitted by appointment only and to set the frequency and number of appointments that will be granted each day. If approved, the Permit authorizes the Provider to use of the City’s Right-of-Way, but neither the Permit nor this Design Manual authorize the Provider to use for any purpose any private property, State property, or City property located outside of the City’s Right -of-Way. The Provider shall complete and submit to the City a Right-of-Way permit application along with the following items: A. Permit Fee. The City of Lubbock’s Right-of-Way Department shall govern all application fees according to the Permit Fee Schedule attached to this Design Manual as “Exhibit A” (the “Fee Schedule”). All fees must be paid in full before any permit shall be issued by the City. Review fees must be paid at the time that the application is submitted. Review fees are for permit processing and issuance only, and are in addition to any other applicable fee or any separate payments that may be required for rent of City infrastructure. B. Attachments. Unless otherwise required by the City, the Provider shall submit attachments to the permit application that relate to the following: 1. Documentation that the Provider shall not locate, or cause to be located, more than three (3) network nodes on any pole unless otherwise approved by the City in writing; 2. Documentation that the Provider’s proposed nodes are in compliance with Section 40.02.002(h) of the City of Lubbock Code of Ordinances; 3. An aerial map showing the specific location of the existing pole to which the network node is proposed to be attached, and a street view image, with such map being in XY Grid coordinates or latitude and longitude coordinates; 4. Plans and drawings prepared by a professional engineer licensed in the State of Texas that can confirm that the existing pole or infrastructure has the structural stability to carry proposed network nodes, can bear the local wind load without pole modification, and whether the installation will require pole reinforcement; and, if pole reinforcement is necessary, then the Provider shall provide engineering design and specification drawings for the proposed alteration to the existing pole; 5. Scaled dimensioned drawings or pictures, including a before-and-after image of the pole and all proposed attachments and standalone equipment, of the proposed attachments of the network node to the existing poles or structures as well as any other proposed equipment, which indicates the spacing from existing curb, driveways, sidewalk, and other existing light poles and any other poles or appurtenances; 6. Scaled dimensioned construction plans indicating the current Right-of-Way line and showing the proposed underground conduit and equipment, and its spacing from existing utilities, with such construction plans showing a sectional profile of the Right-of-Way and identifying all existing utilities and existing utility conflicts; 7. Analysis that the proposed network node shall not cause any interference with City public safety radio system, traffic signal light system, or other communications components; City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 5 8. A traffic control plan, a SWPPP, and a trench safety plan if requested by the Director; 9. Documentation showing that facilities above ground or on a pole or structure shall be concealed or enclosed to the maximum extent practicable in an equipment box, cabinet, or other unit that may include ventilation openings, and that all cabling and wiring must be contained in conduit affixed directly to the face of the pole, and no aerial wire or cable extending from the pole or structure; 10. Documentation showing that all projecting pole attachments, any equipment, or appurtenance mounted on the ground, shall comply with the Texas Accessibility Standards, American Disabilities Act as amended and shall not obstruct an existing or planned sidewalk or walkway; 11. Documentation showing that all proposed projecting pole attachments shall provide a minimum vertical clearance of eight feet (8’); 12. Documentation showing that the color of the network node shall match the existing pole color such that the network node blends with the color of the pole to the maximum extent practicable; and 13. Any other documentation or analysis that the Director shall require that does not conflict with any applicable law. 3.2 Installation of New Poles Prior to the installation or modification of any pole, the Provider shall complete and submit to the City a permit application for the pole on a City-approved form to the Director that is substantially similar to the Sample Permit Application that is attached to this Design Manual as “Exhibit B,” as well as a Right-of-Way permit application as required in section 3.1 of this Design Manual. Along with the standard required documents, the following items will also be required for the Public Right-of-Way Permit application: A. Permit Fee. The City of Lubbock’s Right-of-Way Department shall govern all application fees according to the Permit Fee Schedule attached to this Design Manual as “Exhibit A” (the “Fee Schedule”). All fees must be paid in full before any permit shall be issued by the City. Review fees must be paid at the time that the application is submitted. Review fees are for permit processing and issuance only, and are in addition to any other applicable fee or any separate payments that may be required for rent of City infrastructure. At the City’s discretion, the City may charge the Provider a lower fee if the lower fee is: 1. Nondiscriminatory; 2. Related to the use of the City’s Right-of-Way; and 3. Not a prohibited gift of the public property. B. Attachments. Unless otherwise required by the City, the Provider shall submit attachments to the permit application that relate to the following: City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 6 1. A scaled site plan, a sealed elevation view, supporting drawings, calculations, and other documentation, signed and sealed by appropriate professional engineers, showing the location and dimensions of all improvements, including information concerning topography, radio frequency coverage, tower height requirements, setbacks, drives, parking, fencing, landscaping, adjacent uses, and other information necessary to ensure compliance with this Design Manual; 2. An aerial map showing the specific location of the new pole to which the network node is proposed to be attached, and a street view image, with such map being in XY Grid coordinates or latitude and longitude coordinates; 3. Documentation showing that the Provider pole shall not be within three hundred feet (300’) of an existing pole unless otherwise approved by the City in writing, and that the proposed new node support pole is spaced at least three hundred linear feet (300 LF) from another pole that is capable of supporting network nodes along the proposed location; 4. Plans and drawings prepared by a professional engineer licensed in the State of Texas showing that the new network pole has the structural stability to carry proposed network nodes and can bear the local wind loads; 5. Scaled dimensioned drawings or pictures, including a before-and-after image of the pole and all proposed attachments and standalone equipment, of the proposed attachments of the network node to the existing poles or structures as well as any other proposed equipment, which indicates the spacing from existing curb, driveways, sidewalk, and other existing light poles and any other poles or appurtenances; 6. Scaled dimensioned construction plans indicating the current Right-of-Way line and showing the proposed underground conduit and equipment, and its spacing from existing utilities, with such construction plans showing a sectional profile of the Right-of-Way and identifying all existing utilities and existing utility conflicts; 7. A traffic control plan, a SWPPP, and a trench safety plan if requested by the Director; 8. Analysis that the proposed network node shall not cause any interference with City public safety radio system, traffic signal light system, or other communications components; 9. Plans and drawings showing that a proposed pole is set back a distance equal to the height of the pole from any off-site residential structure; 10. A Street Use License issued by the City to the Provider, if required for the Provider’s activities in the City’s Right-of-Way; 11. Documentation showing that facilities above ground or on a pole or structure shall be concealed or enclosed to the maximum extent practicable in an equipment box, cabinet, or other unit that may include ventilation openings, and that there shall be no external cable or wire on any pole or structure, and no aerial wire or cable extending from the pole or structure; City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 7 12. Documentation showing that all projecting pole attachments, any equipment, or appurtenance mounted on the ground, shall comply with the Texas Accessibility Standards, American Disabilities Act as amended and shall not obstruct an existing or planned sidewalk or walkway; 13. Documentation showing that all proposed projecting pole attachments shall provide a minimum vertical clearance of eight feet (8’); 14. Documentation showing that the proposed poles are not wooden poles, are breakaway; and are black powder-coated; 15. Documentation showing that the color of the network node shall match the existing pole color such that the network node blends with the color of the pole to the maximum extent practicable; and 16. Any other documentation or analysis that the Director shall require that does not conflict with any applicable law. 3.3. Installation of Transport Facilities The Provider shall not install or modify a new transport facility within the City’s Right-of-Way without first obtaining a Permit from the City. Before beginning excavation in an y of the City’s Right-of-Way, the Provider shall be responsible for complying with all laws relating to verifying the location of existing utility lines and facilities and avoiding encroachment thereon. If the work proposed in the Right-of-Way Permit application involves more than three hundred feet (300’) of continuous trenching or boring or the installation of a node support pole or an electrical meter pedestal or ground box, then the Provider shall coordinate its work schedule with the Director before work can begin. 3.4. Electrical Permit The Provider shall be responsible for coordinating with the appropriate electrical utility to ensure compliance with any rules or regulations affecting a node or pole. IV. Network Node and Node Support Pole Requirements 4.1. Installation The Provider shall, at its own cost and expense, install the network nodes and node support poles in a good and workmanlike manner and in accordance with the requirements promulgated by this Design Manual within six (6) months of City approval of the Permit Application, and all other applicable laws, ordinances, codes, rules, and regulations of the City, the State, and the United States, as such may be amended from time to time. As provided by this Design Manual and all applicable laws, the Provider’s work shall be subject to the regulation, control, and direction of the City. All work done in connection with the installation, operation, maintenance, repair, modification, or replacement of the network nodes and node support poles shall be in compliance with all applicable laws. City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 8 4.2 Inspections The City may perform visual inspections of any network nodes and node support poles located in the Right-of-Way, as the City deems appropriate without notice. If the inspection requires physical contact with the network nodes or node support poles, the City shall provide written notice to the Provider within five (5) business days of the planned inspection. The Provider may have a representative present during such inspection. In the event of an emergency situation, the City may, but is not required to, notify the Provider of an inspection. The City may take action necessary to remediate the emergency situation and the City shall notify the Provider as soon as practically possible after remediation is complete. 4.3. Placement A. Parks. The placement of network nodes and node support poles in any park, park road, sidewalk, or property is prohibited unless such placement is specifically allowed in Chapter 284 of the Texas Local Government Code and the placement complies with all other applicable laws, private deed restrictions, and other public or private restrictions on the use of the park. B. City Infrastructure. The Provider shall neither allow nor install network nodes or node support poles on any City property that falls outside the definition of Public Right-of-Way in Chapter 284 of the Texas Local Government Code. C. Residential Streets. The Provider shall neither allow nor install network nodes or node support poles in Right-of-Way that are adjacent to a street or thoroughfare that is not more than fifty feet (50’) wide and adjacent to single-family residential lots or other multifamily residences or undeveloped land that is designated for residential use by zoning or deed restrictions, unless otherwise approved by the City in writing. In no case shall placement be anywhere other than alleys in residential areas. D. Historic District. The Provider shall neither allow nor install network nodes or node support poles in Right-of-Way that is within a Historic District as defined by Chapter 284 of the Texas Local Government Code, unless approved by the City in writing. E. Decorative Poles. The Provider shall neither allow nor install network nodes on a Decorative Pole as defined by Chapter 284 of the Texas Local Government Code, unless approved by the City in writing. This standard shall be applicable to all proposed nodes and poles in the Central Business District, the North Overton District, the South Overton National Registered District, the 34th Street Corridor, and all other applicable districts as they now exist or may be created subsequent to the implementation of this Design Manual. The City will only approve applications affecting the districts considered in this section if the applications use camouflage techniques approved by the City. See examples below. City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 9 F. Poles. Wireless Facilities on node support poles shall be installed at least eight feet (8’) above the ground. G. Right-of-Way. Unless otherwise approved in writing by the City, node support poles and ground equipment shall be placed within eighteen inches (18”) of the outer edge or eighteen inches (18”) from the back of curb of the Right-of-Way line. Node support poles and ground equipment or network nodes shall not impede pedestrian or vehicular traffic in the Right-of-Way. If a node support pole and ground equipment or network node is installed in a location that is not in accordance with the plans approved by the City and impedes pedestrian or vehicular traffic or does not comply or otherwise renders the Right-of-Way non-compliant with applicable laws, including the American Disabilities Act as Amended, then the Provider shall remove the noncompliant node support poles, ground equipment, or network nodes. 4.4 Fiber Connection The Provider shall be responsible for obtaining access and connection to fiber optic lines or other backhaul solutions that may be required for its node support poles or network nodes. 4.5 Generators. The Provider shall not allow or install generators or back-up generators in the Right-of-Way. 4.6 Equipment Dimensions The Provider’s node support poles and network nodes shall comply with the dimensions set forth in Chapter 284 of the Texas Local Government Code. 4.7 Tree Maintenance The Provider and its contractors and agents shall obtain written permission from the City before trimming trees hanging over its node support poles and network nodes to prevent branches of such trees from contacting node support poles and network nodes. When directed by the City, however, City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 10 the Provider shall trim under the supervision and direction of the Parks Director. The City shall not be liable for any damages, injuries, or claims arising from the Provider’s actions under this section. 4.8 Signage A. The Provider shall post its name, location, identifying information, and emergency telephone number in an area on the node support pole and network node that is visible to the public. Such signage required under this section shall not exceed four inches by six inches (4” x 6”) unless otherwise required by law or the City. B. Except as required by law or by the utility pole owner, the Provider shall not post any other signage or advertising on any node support pole, network node, or utility pole. 4.9 Overhead Lines Prohibited In an UUD, the Provider shall neither allow nor install any overhead lines connecting to a node support pole. All overhead lines connecting to the node support pole where other overhead telecommunications or utility lines are or planned to be buried below ground as part of a project shall be buried below ground. 4.10 Repair Whenever the installation, placement, attachment, repair, modification, removal, operation, use, or relocation of a node support pole, network node, or any portion thereof is required and such installation, placement, attachment, repair, modification, removal, operation, use, or relocation causes any property of the City to be damaged in any way or to have been altered in such a manner as to make it unusable, unsafe, or in violation of any law, then the Provider, at its sole cost and expense, shall promptly repair and return such property to its original condition. If the Provider does not repair such property or perform such work as described in this section, then the City shall have the option, upon ten (10) days’ prior written notice to the Provider, or immediately if there is an imminent danger to the public, to perform or cause to be performed such reasonable and necessary work on behalf of the Provider and to charge the Provider for the reasonable and actual costs incurred by the City for such repair and work. The Provider shall reimburse the City for the costs associated with this section. 4.11 Graffiti Abatement As soon as practical, but not later than ten (10) days from the date the Provider receives notice thereof, the Provider shall remove all graffiti on any of its node support poles and network nodes located in the Right of Way. 4.12 Inventory A. The Provider shall maintain a list of its network nodes and node support poles, and shall provide to the City an inventory of the locations of such nodes and poles within ten (10) City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 11 days of their installation. The inventory of network nodes and node support poles shall include GIS coordinates, date of installation, City pole ID number (if applicable), type of pole used for installation, pole owner, and a description of the type of installation for each network node and node support pole installation. B. The Provider shall provide an inventory of its network nodes and node support poles within thirty (30) days of City’s written request. Concerning network nodes and node support poles that become inactive, the inventory shall include the same information as active installations in addition to the date the network node or node support pole was deactivated and the date the network node or node support pole was removed from the Right-of-Way. The City may compare the inventory to its records to identify any discrepancies. 4.13 Reservation of Rights The City reserves the right to install, and to permit others to install, utility facilities in the Rights- of-Way. In permitting such work to be done by others, the City shall not be liable to the Provider for any damage caused by those persons or entities. The City reserves the right to locate, operate, maintain, and remove City traffic signal poles in the manner that best enables the operation of its traffic signal system and to protect the public safety. The City reserves the right to locate, operate, maintain, and remove any City pole or structure located within the Right-of-Way in the manner that best enables the City’s operations. V. Interference with Operations 5.1 No Liability A. The City shall not be liable to the Provider for any damage caused by other Providers with Wireless Facilities sharing the same pole, or for failure of the Provider’s network nodes for whatever reason, including but not limited to damage resulting from vehicular collisions, weather related events, or malicious attacks. B. The City shall not be liable to the Provider by reason of inconvenience, annoyance, or injury to a network node, node support pole, or activity conducted by the Provider therefrom, arising from the necessity of repairing any portion of the Right-of-Way, or from the making of any necessary alteration or improvement in, or to, any portion of the Right- of-Way, or in or to the City’s fixtures, appurtenances, or equipment. The City will use reasonable efforts not to cause material interference to the Provider’s operation of its network nodes or node support poles. 5.2 Signal Interference with City's Communications Infrastructure Prohibited A. No interference. In the event that any of the Provider's network nodes interferes with the City's traffic signal system, public safety radio system, or other City communications infrastructure operating on a spectrum where the City is legally authorized to operate, then the Provider shall promptly cease operation of the network nodes causing said interference upon receiving notice from the City and refrain from operating. The Provider shall respond City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 12 to the City's request to address the source of the interference as soon as practicable, but in no event later than twenty-four (24) hours of receiving notice. B. Protocol for Responding to Event of Interference. The protocol for responding to events of interference will require the Provider to provide to the City an Interference Remediation Report that includes the following items: 1. A remediation plan that outlines a plan to stop the event of inference; 2. A time frame for execution that provides the expected time frame for execution of the remediation plan; and 3. Any additional information that is relevant to the execution of the remediation plan. In the event that interference with the City facilities cannot be eliminated, the Provider shall shut down the network nodes and remove or relocate the network node that is the source of the interference as soon as possible to a suitable alternative location made available by the City. C. Following installation or modification of a network node, the City may require the Provider to test the network node’s radio frequency and other functions to confirm it does not interfere with the City’s operations. VI. Abandonment, Relocation and Removal 6.1 Abandonment of Obsolete Network Nodes and Node Support Poles The Provider shall remove any network node or node support pole when such facility is abandoned, regardless of whether or not the Provider receives notice from the City. Unless the City sends notice that removal must be completed immediately to ensure public health, safety, and welfare, the removal must be completed within the earlier of sixty (60) days of the network node or node support pole being abandoned, or within ninety (90) days of receipt of written notice from the City. When the Provider removes or abandons permanent structures in the Right-of-Way, the Provider shall notify the City in writing of such removal or abandonment and shall file with the City the location and description of each network node or node support pole removed or abandoned. The City may require the Provider to complete additional remedial measures necessary for public safety and the integrity of the Right-of-Way. 6.2 Relocation and Removal at the Provider’s Expense A. The Provider shall remove and relocate its network nodes and node support poles at its own expense to an alternative location not later than sixty (60) days, or as otherwise specified, after receiving written notice that removal, relocation, or alteration of the network nodes or node support poles is necessary due to: 1. Construction, completion, repair, widening, relocation, or maintenance of, or use in connection with, any City construction or maintenance project or other public improvement project; City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 13 2. Maintenance, upgrade, expansion, replacement, removal or relocation of the City’s pole or structure upon which the Provider’s network nodes are attached; 3. The network node or node support pole, or portion thereof, is adversely affecting proper operation of traffic signals, streetlights, or other City property as described in section 5.2 of this Design Manual; 4. Closure of a street or sale of City property; 5. Projects and programs undertaken to protect or preserve the public health or safety; 6. Activities undertaken to eliminate a public nuisance; 7. The Provider fails to obtain all applicable licenses, permits, or certifications required by law for its network nodes or node support poles; or 8. Any duty otherwise arising from any applicable law. B. The Provider's duty to remove and relocate its network nodes and node support poles at its expense is not contingent on the availability of an alternative location acceptable for relocation. The City will make reasonable efforts to provide an alternative location within the Right-of-Way for relocation, but regardless of the availability of an alternative site acceptable to the Provider, the Provider shall comply with the notice to remove its network nodes and node support poles as instructed. C. The City may remove the network node or node support pole if the Provider does not remove such network node or node support pole within sixty (60) days. In such case, the Provider shall reimburse the City for the City’s actual cost of removal of its network nodes and node support poles within thirty (30) days of receiving the invoice from the City. 6.3 Removal or Relocation by Provider A. If the Provider removes or relocates at its own discretion, it shall notify the City in writing not less than ten (10) business days prior to such removal or relocation. The Provider shall obtain all permits required for the relocation or removal of its network nodes and node support poles prior to such relocation or removal. B. The City shall not issue any refunds for any amounts paid by the Provider for network nodes and node support poles that have been removed. 6.4 Restoration The Provider shall repair any damage to the Right-of-Way, and the property of any third party, resulting from the Provider’s removal or relocation activities, or for any other of Provider’s activities hereunder, within ten (10) days following the date of such removal or relocation, at the Provider’s sole cost and expense, including the restoration of the Right-of-Way and such property to substantially the same condition as it was immediately before the date the Provider was granted a permit for the applicable location, including restoration or replacement of any damaged trees, City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 14 shrubs, or other vegetation. Such repair, restoration, and replacement shall be subject to the sole, reasonable approval of the City. 6.5 Provider Responsible The Provider shall be responsible and liable for the acts and omissions of the Provider’s employees, temporary employees, officers, directors, consultants, agents, affiliates, subsidiaries, sub-lessees, and subcontractors in connection with the performance o f activities within the City’s Right-of- Way, as if such acts or omissions were the Provider’s acts or omissions. VII. Insurance and Indemnity 7.1 Insurance A. Each Provider shall procure and carry, at its sole cost and expense, throughout the duration of the Permit, insurance protection in a form and substance satisfactory to the City, carried with an insurance company authorized to transact business in the State of Texas, covering all foreseeable aspects and operations in connection with the Permit, including, but not limited to, all aspects, operations, or occurrences to which the Provider has indemnified the City as required in this Design Manual. A Certificate of Insurance specifying each and all coverages shall be submitted to the City prior to the provision of any Permit. The Provider shall provide to the City proof of the below-described insurance on or before thirty (30) days prior to the expiration date of each expiring policy, and cause each required policy to require the insurer to (i) give notice to the City, as specified herein, of termination of any such policy sixty (60) days before such termination is to be effective; and (ii) contain a waiver of any and all of the insurer's rights to subrogation that any such insurer or insurers may acquire by virtue of payment of any loss under such insurance. Each Provider is required to obtain the following coverage: 1. Commercial General Liability Insurance. The Provider shall have commercial general liability insurance and such coverage must have either a minimum limit of five hundred thousand dollars ($500,000) bodily injury per person, five hundred thousand dollars ($500,000) bodily injury per occurrence, and five hundred thousand dollars ($500,000) property damage; or one million dollars ($1,000,000) combined single limit coverage. The City shall be named as an additional insured on a primary and non-contributory basis in such policy. 2. Automotive Liability Insurance. The Provider shall have auto liability insurance, with limits of five hundred thousand dollars ($500,000) combined single limit. The City shall be named as an additional insured on a primary and non -contributory basis in such policy. B. If the City’s Right-of-Way or any fixture or property located in the City’s Right -of-Way shall be partially destroyed by any casualty insurable under the Provider’s insurance policy, the Provider shall, upon receipt of the insurance proceeds, repair the same. If the City’s Right-of-Way or any fixture or property located in the City’s Right-of-Way shall be damaged as a result of a risk which is not fully covered by the Provider’s insurance, then City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 15 the Provider shall either (a) repair or rebuild the damaged improvements to the extent of available insurance proceeds, or (b) terminate the Permit and assign the insurance proceeds to the City. If the Provider fails to repair or rebuild the damaged improvements to the extent of available insurance proceeds or terminate the Permit and assign any insurance proceeds to the City, the City shall have the right to terminate the Permit. 7.2 Indemnity A. THE PROVIDER SHALL INDEMNIFY AND HOLD THE CITY AND ITS OFFICERS AND EMPLOYEES HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, JUDGMENTS, COSTS, LIENS, LOSSES, EXPENSES, FEES (INCLUDING REASONABLE ATTORNEY'S FEES AND COSTS OF DEFENSE), PROCEEDINGS, ACTIONS, DEMANDS, CAUSES OF ACTION, LIABILITY, AND SUITS OF ANY KIND AND NATURE, INCLUDING PERSONAL OR BODILY INJURY (INCLUDING DEATH), PROPERTY DAMAGE, OR OTHER HARM FOR WHICH RECOVERY OF DAMAGES IS SOUGHT THAT IS FOUND BY A COURT OF COMPETENT JURISDICTION TO BE CAUSED SOLELY BY THE NEGLIGENT ACT, ERROR, OR OMISSION OF THE PROVIDER, ANY AGENT, OFFICER, DIRECTOR, REPRESENTATIVE, EMPLOYEE, AFFILIATE, OR SUBCONTRACTOR OF THE PROVIDER, OR ITS RESPECTIVE OFFICERS, AGENTS, EMPLOYEES, DIRECTORS, OR REPRESENTATIVES, WHILE INSTALLING, REPAIRING, OR MAINTAINING FACILITIES IN A PUBLIC RIGHT-OF-WAY. THE INDEMNITY PROVIDED BY THIS SUBSECTION DOES NOT APPLY TO ANY LIABILITY RESULTING FROM THE NEGLIGENCE OF THE MUNICIPALITY, ITS OFFICERS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. IF A PROVIDER AND THE CITY ARE FOUND JOINTLY LIABLE BY A COURT OF COMPETENT JURISDICTION, LIABILITY SHALL BE APPORTIONED COMPARATIVELY IN ACCORDANCE WITH THE LAWS OF THIS STATE WITHOUT, HOWEVER, WAIVING ANY GOVERNMENTAL IMMUNITY AVAILABLE TO THE MUNICIPALITY UNDER STATE LAW AND WITHOUT WAIVING ANY DEFENSES OF THE PARTIES UNDER STATE LAW. THIS SECTION IS SOLELY FOR THE BENEFIT OF THE CITY AND THE PROVIDER AND DOES NOT CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY. B. A PROVIDER OR CITY SHALL PROMPTLY ADVISE THE OTHER IN WRITING OF ANY KNOWN CLAIM OR DEMAND AGAINST THE PROVIDER OR THE CITY RELATED TO OR ARISING OUT OF THE PROVIDER'S ACTIVITIES IN A PUBLIC RIGHT-OF-WAY. C. THE CITY SHALL NOT BE LIABLE FOR, FROM, OR AGAINST, AND THE PROVIDER HEREBY RELEASES THE CITY FOR, FROM, AND AGAINST, ANY LOSSES, DAMAGES, CLAIMS, OR LIABILITIES TO THE PROVIDER, ON ANY THEORY OF LEGAL LIABILITY, INCLUDING, BUT NOT LIMITED TO, THE NEGLIGENCE, OF ANY TYPE OF DEGREE OR FAULT, OF THE CITY ARISING FROM, OR RELATED TO, IN ANY WAY, MANNER, OR FORM, THE UNENFORCEABILITY OR VOIDANCE, FOR ANY REASON, OF ALL OR ANY PORTION OF, THE PERMIT. D. THE INDEMNITY AND RELEASE PROVIDED HEREIN SHALL SURVIVE THE TERMINATION OR VOIDANCE OF THE PERMIT. City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 16 VIII. Miscellaneous A. Termination 1. The Permit may be terminated by the City upon five (5) days' written notice to the Provider, should the Provider fail to substantially perform in accordance with this Design Manual through no fault of the City. A Permit may be terminated with or without cause by the City upon thirty (30) days’ written notice to the Provider. 2. The termination of the Permit shall not relieve the Provider from the payment of any sum or sums that shall then be due and payable or become due and payable to the City, or any claim for damages then or therefore accruing against the Provider, and any such sums or claim for damages by any remedy provided for by law, or from recovering damages plus reasonable attorney’s fees from the Provider for any default hereunder. All rights, options, and remedies of the City contained in this Design Manual shall be cumulative, and the City shall have the right to pursue any one or all of such remedies or any other remedy or relief available to it by law or in equity, whether or not stated in this Design Manual. No waiver by the City of a breach of any of the covenants, conditions, or restrictions of this Design Manual shall be construed or held to be a waiver of any succeeding or preceding breach of the same or any other covenant condition, or restriction herein contained. 3. In the event a Permit is terminated for any reason, the Provider shall vacate the area associated with the Permit immediately upon receipt of the written notice by the City. If the Provider fails to vacate the area associated with the Permit upon termination of the Permit, the City shall not be responsible for any damage that might occur to the Provider’s property by virtue of the City forcibly removing the Provider’s property from the Permitted Area. B. Force Majeure The City is not responsible for the delay, interruption, damage, or termination of the Provider’s work that occurs as a result of force majeure. Force Majeure shall mean an act of God, fire, calamity, strike, lockout, material or labor restriction by any governmental authority, civil unrest, riot, flood, or any other cause not reasonably within the control of the City by which the City is unable, wholly or in part, to prevent or overcome. In such event, the Provider’s work authorized by the Permit will be suspended until, in the City’s sole discretion, the force majeure no longer affects the Provider’s ability to perform its work. The Provider waives any claim against the City for damages by reason of such suspension. C. Reservation of Rights 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 City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 17 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, the Permit, the former shall control. D. Public Information The Permit is public information. To the extent, if any, that any provision of this Design Manual is in conflict with the “Texas Public Information Act” the same shall be of no force and effect. E. No Joint Enterprise A Permit is entered solely by and between, and may be enforced only by and among the City and the Vendor. Except as set forth above, the Permit shall not be deemed to create any rights in or obligations to any third parties. The Permit is not intended, and shall not be construed, to create any joint enterprise between or among the Parties. F. No Personal Liability Nothing in the Permit is construed as creating any personal liability on the part of any employee, officer or agent of any public body that may be a party to the Permit. G. No Waiver EACH PARTY EXPRESSLY ACKNOWLEDGES AND AGREES THAT NO PROVISION OF THE PERMIT OR THIS DESIGN MANUAL IS IN ANY WAY INTENDED TO CONSTITUTE A WAIVER BY A PARTY OF ITS IMMUNITIES FROM SUIT OR LIABILITY THAT IT MAY HAVE BY OPERATION OF LAW. THE CITY RETAINS ALL OF ITS GOVERNMENTAL IMMUNITIES. City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 18 Exhibit A – Permit Fee Schedule Any fee, rate, or charge required under this Design Manual shall be subject to the statutory limits provided in Chapter 284 of the Texas Local Government Code. Type of Facility Fee Annual Public Right-of-Way Fee $250 per node/year Collocation of a Node on a Pole $20 per pole/year Transport Facility $28 per node/year Application Type Fee Basic Node Bundle (5 or less Nodes) $500 Extra Node (Every Node beyond the Bundle) $250 Pole (For every new Pole) $1,000 City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 19 Exhibit B – Sample Permit Application City of Lubbock - Public Right-of-Way Wireless Communication Facilities Design Manual Page 20 Page Intentionally Left Blank Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS HIGHWAY SHEET NO. CONT Standard Division Design C TxDOT:TxDOT assumes no responsibility for the conversion of this standard to other formats or for incorrect results or damages resulting from its use.The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. DISCLAIMER:DATE:FILE:2"6" 3" •T T 3" 24" 2"6"2"RT 3" •T 3" 24" 2"6"6"R2"6"2"RT 8" •T T •T 3" 8"6"R2"6" 2" to 4" 8" 2"6"2"R8" •T 2 •" 2 •" 3 •"•" 2" to 4"2" to 4" T Bar C 3" 2" - 4" HEIGHT TYPE I CURB (MONOLITHIC)2" - 4" HEIGHT TYPE I CURB AND GUTTER 5" - 5 ƒ" HEIGHT TYPE II CURB 5" - 5 ƒ" HEIGHT TYPE II CURB AND GUTTER 5" or 5 ƒ"5" or 5 ƒ" 5" or 5 ƒ" 5" - 5 ƒ" HEIGHT TYPE II CURB (MONOLITHIC) (See Note 12) Joint Construction Permissible 2" - 4" HEIGHT TYPE I CURB (See Note 10) Profile Grade Line (See Note 10) Profile Grade Line (See Note 10) Profile Grade Line (See Note 10) Profile Grade Line (See Note 10) Profile Grade Line plans,or as directed by the Engineer. shall be shown elsewhere in the longer or shorter transition, and Field conditions may require a CURB TRANSITION NOTE: BAR C BAR B Varies 12" CURB TRANSITION T Top of Curb Top of Pavement Height Change in (See Curb Transition Note) 10'-0" Curb Transition (0" to 2"), Note: To be paid for as Highest Curb 3" 2" 3" 2" 3" •T T 6" T •T Bar C 7"1" 2" 8"3"R3"R8" 6" 7" 2" 1"3"R3"R24" 5" or 5 ƒ"5" or 5 ƒ" (See Note 10) Profile Grade Line (See Note 10) Profile Grade Line 5" - 5 ƒ" HEIGHT TYPE IIa CURB 5" - 5 ƒ" HEIGHT TYPE IIa CURB AND GUTTER 2"6" 2" to 4" 8" 2"2"R8" 5" or 5 ƒ" (See Note 10) Profile Grade Line (See Note 10) Profile Grade Line 6"R 6" 5" 5" 1" 1" 2" - 4" HEIGHT TYPE III CURB (KEYED) 5" - 5 ƒ" HEIGHT TYPE IV CURB (KEYED) 2" 3" 3" 2 •" 2 •" EXPANSION JOINT DETAIL •T Joint Material •" Wide Expansion T 10"14"1•" to wrap bars and plug end Use 2 layers of roofing felt Top of Pavement Smooth Dowels 2 ea ~ ‡"x 24" Top of Curb Bar C GENERAL NOTES Joint Construction Permissible Joint Construction Permissible Joint Construction Permissible Steel Usual Pavement cccg21.dgn CCCG-21 TXDOT AN SS KM Asphalt Asphalt FEBRUARY 2021 Steel Usual Pavement (See Note 10) Profile Grade Line 6"RFor Curb Height= 5 ƒ" For Curb Height= 5"For Curb Height= 5" For Curb Height= 5 ƒ" AND CONCRETE CURB CURB AND GUTTER T concrete placement. 13. Bar B used as needed to support curb reinforcing steel during conform to that required for concrete curb. plans. Reinforcing steel for curb section shall then accordance with pavement details shown elsewhere in the the longitudinal pavement steel shall be placed in 12. When horizontal permissible construction joints are used, or riprap. where curb or curb and gutter is adjacent to sidewalk 11. One-half inch expansion joint material shall be provided and plan-profile sheets for exact locations. 10. Usual profile grade line. Refer to typical sections pavement dimension 'T' is 8" maximum. pavement. When curb is installed adjacent to flexible 9. Dimension 'T' shown is the thickness of concrete reinforcing bars shall be placed at four feet C~C. 8. Vertical and horizontal dowel bars and transverse at locations directed by The Engineer. provided at structures, curb returns at streets, and to concrete pavement, expansion joints shall be placement of curb or curb and gutter is not adjacent gutter adjacent to jointed concrete pavement. Where to match pavement joints in all curbs and curb and 7. Expansion and contraction joints shall be constructed or may be inserted into fresh concrete. pavement, Bar B may be drilled and the grouted in place, 6. Where concrete curb is to be placed on existing concrete sawed or removed at existing joints. 5. All existing curbs and driveways to be removed shall be minimum radius of ‚ inch. 4. Round exposed sharp edges with a rounding tool, to a "Fibers for Class A and B Concrete Applications." dose fibers in accordance with Material Producers List (MPL) the requirements of DMS 4550, "Fibers for Concrete," and lieu of reinforcing steel is acceptable. Use fibers meeting otherwise shown. The use of fiber reinforced concrete in 3. When reinforcing bars are used, they shall be No.4 unless 2. Concrete shall be Class A. Curb and Gutter." with Item 529, "Concrete Curb, Gutter, and Combined 1. All materials and construction shall be in accordance •T c, - 0 I'n a) L L 0 N a) o9 X v a0 D H- E 7 a L•- L ID c0 -L Y L L cO 0c � 0 L O T.r C L 00 0. E Z0 aLr ac O U O 0 D L 0. 00 c m c c cl w 0 a c 00 m U) H l a, c 0 u >, D } c N L � w ot u ao 00 od ♦ L a ac c a �w PREFERRED LOCATION OF PEDESTRIAN TYPE 1 �lN S MjN PUSH BUTTON (TYP) RgMp / � W / JSQ PLE \ W W / O F�' �O / / / �F,FiN• GRADE BREAK PERPENDICULAR CURB RAMP (TYP) ggMA i 44, RgM,o � I M,e93i FLARE �` CURB RAMPS AT MEDIAN ISLANDS INSTALL DETECTABLE WARNING SURFACE AT EACH END OF THE CUT -THROUGH RAMP WITH A MINIMUM 2' USUAL SIDEWALK SURFACE BETWEEN. IF MEDIAN IS LESS TYPE 21 THAN 6' WIDE, ELIMINATE DETECTABLE WARNING SURFACES. F 6' OR R FjN, ALIGN CURB PARALLEL WITH CROSSWALK.— �.... NOTE: CURB DETAILS ARE SHOWN ELSEWHERE IN THE PLANS. �XNh FLARE r` RAMP 8.3% MAX. TYPE 22 FLARE RAMP /-8. 3% MAX. 5'X 5'(MIN.) TURNING SPACE FLARE y \—FLARE RAMP 8. 3% MAX. COMBINATION ISLAND RAMPS PLANTING OR OTHER NON -WALKING SURFACE OR PROTECT DROP OFF (TYP) TYPE 2 EXTRA WIDTH MAY BE REQUIRED FOR CLEAR SPACE AT rPEDESTRIAN PUSH BUTTON. 5' MIN. RAM' RAMP 5'MIN• TSPACE W �W RAMP TURNING SPACE W y � 8. 3% MAX. 8.3% MaxiMAXy� 2iMaX 8. 3% 5'MIN. MAX. 8.3% 6'DESIRABLE 5'MIN.^ Max. 6'DESIRABLE WITHOUT PEDESTRIAN WITH PEDESTRIAN PARALLEL CURB RAMP TYPE 3 5'MIN• / 8. 3% / MAX. / RAMP / 5'PREFERRED 4' MIN. / LIZ N. MAX./ / / TURNINGSPACE 8. 3% / FLARE ` MAX. / RAMP 5'MIN, 6'DESIRABLE CROSS SLOPE NOT TO EXCEED 2% St TYPE T W ON ANY PORTION OF RAMP, TURNING /� DEWALK _SIDEWALK SPACE OR TRANSITION TO STREET. (SIDEWALK SET BACK FROM CURB) _ 7 / / TURNI �/ / / SPATURCE / / SPACE / / / / W / �P� W / lb" / 2;' MAX. — ' — BOTTOM GRADE — BREAK LINE — — BOTTOM GRADE — — BREAK LINE AMP WIDTH GUTTER LINE SIDEWALK WIDTHSRAM WIDTH GUTTER LINE 5 MIN, QLK WIDTH SI SIDEWALK DEWALK SMIN. l000l- TYPE 10 W / W � W CROSS SLOPE NOT TO EXCEED 2% (SIDEWALK ADJACENT TO CURB) / ON ANY PORTION OF RAMP, TURNING / TURNING W % / TURNING / SPACE OR TRANSITION TO STREET. / / Q SPACE G / / W// Pp�Q�ool, pQ �p+• // h �P� W / �QJp�•°e��l gyp+ / , l000l ^'I° / / 0 / / l000l lool loll lool BOTTOM GRADE L — i BOTTOM GRADE BREAK LINE BREAK LINE RAMP GUTTER LINE RAMP WI SIDEW WIDTH 6 PRE fRRE IDT GUTTER LINDIRECTIONAL RAMPS WITHIN RADIUSEFERRED,5 ALK WIDTH N 51 N, BOTTOM GRADE BREAK OF CURB RAMP NOTES / LEGEND: WILL NORMALLY BE AT GUTTER LINE. SEE GENERAL NOTES ON SHEET 2 OF 4 FOR MORE INFORMATION. SURFACE SLOPES AT GRADE BREAKS SHALL BE FLUSH. CONTINUOUS CURB DENOTES PLANTING OR V_ V_ TYPE 6 y RAMP 5' MIN. W IMIN.I I 5 MAX. TURNING �+ SPACE W I 8. 3% NN MAX. F L A R 5PREFERRED 4' MIN. COMBINATION CURB RAMPS PEDESTRIAN CIRCULATION PATH PREFERRED LOCATION OF PEDESTRIAN TYPE 5 PUSH BUTTON (TYP) 2i A�v GUTTER LINE PROJECTED BACK OF CURB I � 5' MIN• � wvV�\� w��� / I N 2'MI BLENDED TRANSITION IBEYOND NON -WALKING SURFACE V_ V_ V_ GUTTER LINE — NOT PART OF PEDESTRIAN V- V_ R T P T RAMP SLOPE I I/ I/ COUNTER SLOPE 5% MAX. TYPICAL SECTION OF PERPENDICULAR CURB RAMP AT CONNECTION TO ROADWAY CI CAION DETECTABLE WARNING SURFACE DENOTES PREFERRED LOCATION OF PEDESTRIAN PUSH BUTTON IF APPLICABLE. GRADE BREAK RAMP LIMITS — OF PAYMENT (FLUSH LANDING) SHEET I OF 4 ® ,Texas Department of Transportation Design Division Standard PEDESTRIAN FACILITIES CURB RAMPS PED-18 FILE: PeC118 DN:TXDOT I DW:VP CK:KM I CK:PK&JG © TXDOT: MARCH, 2002 CONT SECT JOB HIGHWAY REVISIONS REVISED 08,20 REVISED 06, 2012 12 REVISED Oi,2018 DIST COUNTY SHEET N0. C, - O LL wa) 00 o9 Xv a0 o+ c� Y L L TO C U OC O L T 0 C L 00 L m 0+ 3 E O L Z 0 a aL) aC O U O O D O L a o C •- m L u, m Cc a c« w O 0 c Oo x •- N N me °u >. D L C O + N L � a C 0 ao 00 vo 0 44) +q L 0 a C c a &w 5 GENERAL NOTES rnoa oeuoc 1. Install a curb romp or blended transition at each pedestrian street crossing. 2. All slopes shown are maximum allowable. Cross slopes of 1.5% and lesser running should be used. Adjust curb romp length or grade of approach sidewalks as directed. 3. Maximum allowable cross slope on sidewalk and curb romp surfaces is 2%. 4. The minimum sidewalk width is 5'. Where the sidewalk is adjacent to the back of curb, a 6' sidewalk width is desirable. Where a 5' sidewalk cannot be provided due to site constraints, sidewalk width may be reduced to 4' for short distances. 5'x 5' passing areas at intervals not to exceed 200' ore required. 5. Turning Spaces shall be 5'x 5' minimum. Cross slope shall be maximum 2%. 6. Clear space at the bottom of curb romps sholl be a minimum of 4'x 4' wholly contained within the crosswalk and wholly outside the parallel vehicular travel path. 7. Provide flared sides where the pedestrian circulation path crosses the curb romp. Flared sides shall be sloped at 10% maximum, measured parallel to the curb. Returned curbs may be used only where pedestrians would not normally walk across the ramp, either because the adjacent surface is planted, substantially obstructed, or otherwise protected. 8. Additional information on curb ramp location, design, light reflective value and texture may be found in the latest draft of the Proposed Guidelines for Pedestrian Facilities in the Public Right of Way (PROWAG) as published by the U.S. Architectural and Transportation Barriers Compliance Board (Access Board). 9. To serve as a pedestrian refuge area, the median should be a minimum of 6' wide, measured from back of curbs. Medians should be designed to provide accessible passage over or through them. 10. Small channelization islands, which do not provide o minimum 5'x 5' landing at the top of curb romps, shall be cut through level with the surface of the street. 11. Crosswalk dimensions, crosswalk markings and stop bar locations Shall be as Shown elsewhere in the plans. At intersections where crosswalk markings are not required, curb romps sholl align with theoretical crosswalks unless otherwise directed. 12. Provide curb romps to connect the pedestrian access route at each pedestrian street crossing. Handrails are not required on curb romps. 13. Curb romps and landings shall be constructed and paid for in accordance with Item 531 "Sidewolks". 14. Place concrete at a minimum depth of 5" for romps, flares and landings, unless otherwise directed. 15. Furnish and install No. 3 reinforcing steel bars at 18" o.c. both ways, unless otherwise directed. 16. Provide a Smooth transition where the curb romps connect to the Street. 17. Curbs Shown on sheet 1 within the limits of payment are considered port of the curb romp for payment, whether it is concrete curb, gutter, or combined curb and gutter. 18. Existing features that comply with applicolble standards may remain in place unless otherwise shown on the plans. DETECTABLE WARNING MATERIAL 19. Curb romps must contain a detectable warning surface that consists of raised truncated domes complying with PROWAG. The surface must contrast visually with adjoining surfaces, including side flares. Furnish and install an approved cast -in -place dark brown or dark red detectable warning surface material adjacent to uncolored concrete, unless specified elsewhere in the plans. 20. Detectable Warning Materials must meet TxDOT Departmental Materials Specification DMS 4350 and be listed on the Material Producer List. Install products in accordance with manufacturer's specifications. 21. Detectable warning surfaces must be firm, stable and slip resistant. 22. Detectable warning Surfaces Shall be a minimum of 24 inches in depth in the direction of pedestrian travel, and extend the full width of the curb romp or landing where the pedestrian access route enters the street. 23. Detectable warning surfaces Shall be located So that the edge nearest the curb line is at the back of curb and neither end of that edge is greater than 5 feet from the back of curb. Detectable warning surfaces may be curved along the corner radius. 24. Shaded areas on Sheet 1 of 4 indicate the approximate location for the detectable warning surface for each curb romp type. DETECTABLE WARNING PAVERS (IF USED) 25. Furnish detectable warning paver units meeting all requirements of ASTM C-936, C-33. - Lay in a two by two unit basket weave pattern or as directed. 26. Loy full-size units first followed by closure units consisting of at least 25 percent (25%) of o full unit. Cut detectable warning paver units using a power saw. cinrWAi rc 27. Provide clear ground space at operable parts, including pedestrian push buttons. Operable parts parts shall be placed within unobstructed reach range specified in - PROWAG section R406. 28. Place traffic signal or illuminotion poles, ground boxes, controller boxes, signs, drainage facilities and other items so as not to obstruct the pedestrian access route or clear ground space. 29. Street grades and cross slopes shall be as shown elsewhere in the plans. 30. Changes in level greater than 114 inch ore not permitted. 31. The least possible grade should be used to maximize accessibility. The running slope of sidewalks and crosswalks within the public right of way may follow the grade of the parallel roadway. Where a continuous grade greater than five percent (5%) must be provided, handrails may be desirable to improve accessibility. Handrails may also be needed to protect pedestrians from potentially hazardous conditions. If provided, handrails sholl comply with PROWAG R409. 32. Handrail extensions shall not protrude into the usable landing area or into intersecting pedestrian routes. 33. Driveways and turnouts shall be constructed and paid for in accordance with Item "Intersections, Driveways and Turnouts". Sidewalks sholl be constructed and paid for in accordance with Item, "Sidewalks". - 34. Sidewalk details are shown elsewhere in the plans. DETECTABLE WARNING PAVERI PREFABRICATED DETECTABLE WITH TRUNCATED DOMES WARNING PANEL SIDE FLARE (TYP) NO.3 REBAR AT 18" (MAX) ON -CENTER (MIN.) 5" DEPTH EXCLUSIVE BOTH WAYS OR AS DIRECTED OF DETECTABLE WARNING CLASS A CONCRETE - SHALL CONFORM TO APPLICABLE SPECIFICATIONS SECTION VIEW DETAIL CURB RAMP AT DETECTIBLE WARNINGS DETECTABLE WARNING SURFACE DETAILS PEDESTRIAN TRAVEL DETECTABLE WARNING DIRECTION SURFACE TURNING RAMPS SPACE RAMP 2' (Min. oo <<oi00000 PARALLEL CURB RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON LANDING AT STREET EDGE. PEDESTRIAN TRAVEL DIRECTION TURNING SPACE RAMP 2' (MIN.) o0000000..000000....000 PERPENDICULAR CURB RAMP BACK OF CURB TECTABLE WARNING SURFACE TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN. PEDESTRIAN TRAVEL DIRECTION TURNING SPACE SIDE FLARE (TYP) BACK OF CURB VIDE *NOTE: BOTH ENDS OF THE RAMP DETECTABLE WARNING SURFACE SHALL BE 5' OR LESS FROM BACK OF CURB. TABLE WARNING SURFACE 2' MIN. * 5' MAX. BACK OF CURB DIRECTIONAL CURB RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN. SHEET 2 OF 4 c, - O ` d ow d o9 �v Do 0 + E D wL c� Y L TO c U Oc w 00 T:r 00 L w 0. 3 E Z O +d O c Q + O N U O O D O 0 0. o c c+ cc cc a c« w O 0 c 00 x •- N w H l y N .c0 O + U >. D } c 4) L � w o- � a •- D ow 00 o awi +L w w c c w + �i &w 5 SIDEWALK TREATMENT AT DRIVEWAYS PLANTING OR OTHER NON -WALKING SURFACE DRIVEWAY PAYMENT o�PQ ON 2..W. o- �Mqk S.G 'SIN i SETBACK SIDEWALK PLANTING OR OTHER NON -WALKING SURFACE DRIVEWAY PAYMENT-\ ALK DRIVEWAY PAYMENT DRIVEWAY PAYMENT-\ fy S � MjN i S'44 WIf1i G111i WAI It NOTES: WHERE DRIVEWAYS CROSS THE PEDESTRIAN ROUTE, SIDES SHALL BE FLARED AT 10% MAX SLOPE. iE iE IF CURB HEIGHT IS GREATER THAN 6 INCHES, USE GRADE LESS THAN OR EQUAL TO 5%. HANDRAIL AND DETECTABLE WARNING ARE NOT REQUIRED. I CAFE I 80" I PROTECTED I ZONE I 4" MAX. POST 53"r I PROJECTION PROTECTED ZONE 27" 4" MAX. WALL PROJECTION II CANE DETECTABLE RANGE PROTECTED ZONE NOTE: IN PEDESTRIAN CIRCULATION AREA, MAXIMUM 4" PROJECTION FOR POST OR WALL MOUNTED OBJECTS BETWEEN 27" AND 80" ABOVE THE SURFACE. MAX. LENGTH OF OBSTRUCTION MIN. DISTANCE 2'-0" BETWEEN OBSTRUCTIONS CURB 5 O OBSTRUCTION (POLE, HYDRANT, ETC.) 4'MIN. AT 7 5'SIDEWALK OBSTRUCTION 5'SIDEWALK MIN. 4'MIN. AT MIN. OBSTRUCTION PLAN VIEW OBSTRUCTION (CONTROLLER CABINET, MAILBOX, ETC.) PLACEMENT OF STREET FIXTURES NOTE: ITEMS NOT INTENDED FOR PUBLIC USE. MINIMUM 4' X 4' CLEAR GROUND SPACE REQUIRED AT PUBLIC USE FIXTURES. M" A CLEAR SPACE ADJACENT TO PEDESTRIAN PUSH BUTTON FRIAN DE Ci WHEN AN OBSTRUCTION OF A HEIGHT GREATER THAN 27" FROM THE SURFACE WOULD CREATE A PROTRUSION OF MORE THAN 4" INTO THE PEDESTRIAN CIRCULATION AREA, CONSTRUCT ADDITIONAL CURB OR FOUNDATION AT THE BOTTOM TO PROVIDE A MAXIMUM 4" OVERHANG. PROTRUDING OBJECTS OF A HEIGHT <_ 27" ARE DETECTABLE BY CANE AND DO NOT REQUIRE ADDITIONAL TREATMENT. DETECTION BARRIER FOR VERTICAL CLEARANCE< 80" SHEET 3 OF 4 ® Design Division ,Texas Department of Transportation Standard PEDESTRIAN FACILITIES CURB RAMPS - FILE: ped18 DN:TxDOT I DW:VP CK:KM CK:PK&JG © TxDOT: MARCH, 2002 CONT SECT JOB I HIGHWAY REVISIONS REVISED 08, 2005 REVISED 06, 2012 DIST COUNTY SHEET NO. REVISED 01,2018 >a 0 3 7 0 L- 09 0 L �« n0 � c n •- c r- 7 0.) L L oN a) 00 o 9 x a`o c� Y L TO 0c w 00 T.r 0 0 0. O L Z O w + L u c a 0 U O t + 0 D L a o0 c cc cc a� w O 0 c 0 o N N H L + O u D } r N L c o L� o+ a- ao oC 00 vo 0 44) + L �O a c c a &w PREFERRED LOCATION OF PEDESTRIAN PUSH BUTTON (TYP) 5'X 5'(MIN.) TURNING SPACE SPLIT RADIAL RAMP PLACEMENT SIDEWALK SIDEWALK ADJACENT - I - /_STOP BAR / / \ / CROSSWALK • TYPICAL CROSSING LAYOUTS SEE SHEET 1 OF 4 FOR DETAILS AND DIMENSIONS SIDEWALK 41X 4' (MIN. ) SIDEWALK ADJACENT MANEUVERING SPACES TO CURB CROSSWALK y y y y y 5' X 5' (MIN. > y y TURNING SPACE y y y y � y yOFAt- 5'X 5'(MIN.) SHARED SKEWED INTERSECTION WITH "LARGE" RADIUS TURNING SPACE N STOP BAR r STOP BAR E EE AT INTERSECTION 5'(MIN.) W/FREE RIGHT TURN & ISLAND UR TURNING SPACE E \ ti CROSSWALK / SIDEWALK SIDEWALK y y y Z_ SIDEWALK ADJACENT I 4'x 4'(MIN.) SIDEWALK REMOTE TO CURB MANEUVERING FROM CURB 5'X 5' (MIN. ) SPACES TURNING SPACE 4'(MIN.) AT OBSTRUCTION SKEWED INTERSECTION WITH "SMALL" RADIUS SIDEWALK 5 ' MIN. 5'MIN. SIDEWALK 6' PREFERRED. y y y y y yy yy y yy y y y y + y y y I I SIDEWALK ADJACENT I SIDEWALK REMOTE TO CURB FROM CURB yV' STOP BAR MID -BLOCK PLACEMENT yy PERPENDICULAR RAMPS 5'X 5'(MIN.) y TURNING SPACE y ti CROSSWALK SIDEWALK y SIDEWALK — — — — — — -, SHEET 4 OF 4 SIDEWALK REMOTE 4'x 4'(MIN.) SIDEWALK ADJACENT ,Texas Department of Transportation FROM CURB MANEUVERING TO CURB SPACES LEGEND: NORMAL INTERSECTION WITH "SMALL" RADIUS SHOWS DOWNWARD SLOPE. DENOTES PREFERRED LOCATION OF PEDESTRIAN PUSH BUTTON (IF APPLICABLE). DENOTES PLANTING OR NON -WALKING SURFACE V_\i�- NOT PART OF PEDESTRIAN CIRCULATION PATH. V_ V_ V_ V_ V_ V_ V_ V C ~ W O N c x° dL H l .d L O + V T N ac D + N L c o L k > T o+ N — LCL C D n 0 Q, l N o N c JOINT JOINT /2 METHOD B. JOINT SEALING COMPOUND{ I /8 /4 SEALING1 /2" SEALING /8" -'/4" COMPOUND COMPOUND rl /4" z 7 JOINT ='Q % _ I/2 : SEALING JOINT /4 /8 1/4 JOINT 1/4 /8 " 1/4 =N - O COMPOUND N \ BACKER ROD SEALING SEALING COMPOUND COMPOUND - BACKER BACKER PREFORMED T � ROD ROD BITUMINOUS FIBER o \ N � \ O \ MATERIAL BOARDS JOINT SEALING PREFORMED OR EQUIVALENT. COMPOUND 1/16 °- I/q BITUMINOUS FIBER MATERIAL BOARDS E OR EQUIVALENT. LONGITUDINAL SAWED LONGITUDINAL OR TRANSVERSE TRANSVERSE SAWED TRANSVERSE FORMED FORMED CONTRACTION JOINT CONSTRUCTION JOINT CONTRACTION JOINT EXPANSION JOINT ISOLATION JOINT GENERAL NOTES METHOD A. PREFORMED COMPRESSION SEALS (PCS) (DMS-6310 CLASS 6) l d3 LONGITUDINAL SAWED CONTRACTION JOINT 31 I T: PCS L) V116 _ 1/4 TRANSVERSE SAWED CONTRACTION JOINT H d3 LONGITUDINAL CONSTRUCTION JOINT 1 I/2 - 1 5/8S/8 d 3 I T PCS PREFORMED BITUMINOUS FIBER MATERIAL BOARDS EQUIVALENT TRANSVERSE FORMED EXPANSION JOINT 1. UNLESS OTHERWISE SHOWN IN THE PLANS, EITHER METHOD ''A'' OR METHOD "B'' MAY BE USED. 2. THE LOCATION OF JOINTS SHALL BE AS SHOWN ELSEWHERE IN THE PLANS. 3. THE JOINT RESERVOIR FOR SEALANT OR PCS SHALL BE SAWED UNLESS OTHERWISE SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE CONSTRUCTION JOINTS AND THE SAWED JOINTS. 4. DIMENSIONS d1, d2, AND d3 SHOWN IN METHOD A SHALL BE IN ACCORDANCE WITH THE PREFORMED COMPRESSION SEAL MANUFACTURER'S RECOMMENDATION. 5. REFER TO DMS-6310 ''JOINT SEALANTS AND FILLERS" FOR THE CLASSIFICATIONS. 6. FOR SAWED LONGITUDINAL JOINT, LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT, USE JOINT SEALANT CLASS 5 OR 8 UNLESS OTHERWISE SHOWN ON THE PLAN OR APPROVED. 7. FOR TRANSVERSE SAWED CONTRACTION, TRANSVERSE FORMED EXPANSION JOINT, AND ISOLATION JOINT USE JOINT SEALANT CLASS 5 OR 8 AT NEW JOINTS. USE JOINT SEALANT CLASS 4,5,7,OR 8 FOR MAINTAINING EXISTING JOINTS. 8. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE ITEM 438 "CLEANING AND SEALING JOINTS'' OR ITEM 713 ''CLEANING AND SEALING JOINTS AND CRACKS (CONCRETE PAVEMENT) 9. ISOLATION JOINTS ACCOMMODATE HORIZONTAL AND VERTICAL MOVEMENTS THAT OCCUR BETWEEN A PAVEMENT AND A STRUCTURE. ISOLATION JOINTS MAY BE USED FOR BRIDGE ABUTMENTS, INTERSECTIONS, CURB AND GUTTER, OLD AND NEW PAVEMENTS, OR AROUND DRAINAGE INLETS, MANHOLES, FOOTINGS AND LIGHTING STRUCTURES. moo-, Deslgn Divls on ,Texas Department of Transportation Standard CONCRETE PAVING DETAILS JOINT SEALS JS-14 FILE: j s14. dgn DN: TxDOT DN: HC I Dw: HC CK: AN © TxDOT: DECEMBER 2014 coNT SECT JOB HIGHWAY REVISIONS DIST COUNTY SHEET NO. Standard Division Bridge DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS HIGHWAY SHEET NO. C TxDOT CONT of this standard to other formats or for incorrect results or damages resulting from its use.kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of anyDISCLAIMER:FILE:DATE:FW-0 0° SKEW BOX CULVERTS WITH FLARED WINGS FOR CONCRETE WINGWALLS February 2020 GAF CAT TxDOT EF MP 3 R 12"3"Max8 3"CMax7 T4"Z2'-0"SL TG 1 HwTypH4"D 4 INSIDE ELEVATION BARS D 2'-0" 60° 2'-0" 2'-0" 2'-0" 30°A(T yp )30 Details See Corner LwS UU Ltw 1'-0"U S X 5 (Showing dimensions.) Y W B 8"X8"WYPLAN R L P Q V 1 J14"2"2R D V 2" EZ 2'-0"R F or G DHwF V P (Typ) M Wingwall toewall 6" SECTION A-A BARS R AND TOEWALL FOOTING WINGWALL CORNER DETAILS 6 2'-0" L 2'-0"6" R J2 J1 Q E BARS L Z + 20"X 2'-0" G W 8"Y W - 4"Z (shortest)Length varies ~Y + 4"Length varies ~Z (shortest)BARS V 5 Culvert toewall J2 J1 or V J2 J1 SECTION B-B 7 6 8 2 1 3 5 4 B B slab reinforcing Culvert bottom "2 11 BARS J2 BARS J1slope Toe ofthis line. slope along based on SL:1 Length of wings Const joint (roadway slope) Finished grade reinforcing not shown for clarity.) (Culvert and culvert toewall " 2 11 A A const joint Permiss toewall reinforcing not shown for clarity.) (Showing reinforcing. Culvert and culvert TxDOT WING DIMENSION FORMULAS:Hw + Z - 4" (longest)Hw + Z - 4" (longest)MATERIAL NOTES: GENERAL NOTES: compensation will be allowed for this work. No changes will be made in quantities and no additional Reduce curb heights, if necessary, to meet the above requirements. with finished grade. · For structures with bridge rail, construct curbs flush no more than 3" above finished grade. · For structures without bridge rail, construct curbs For vehicle safety, the following requirements must be met: sheet for structures with bridge rail other than T631 or T631LS. Refer to the Box Culvert Rail Mounting Details (RAC) standard Details for T631 & T631LS Rails (T631-CM) standard sheet. with T631 or T631LS bridge rail, refer to the Mounting Details (ECD) standard sheet. For structures rail or curbs taller than 1'-0, refer to the Extended Curb elsewhere in the plans. For structures with pedestrian 0" Min to 5'-0" Max. Estimated curb heights are shown as needed. flush with wingwall toewall. Adjust reinforcing At Contractor's option, culvert toewall may be ended shown in SECTION B-B will not be required. When such riprap is provided, the culvert toewall distance of the riprap at intervals of approximately 20'. oriented in the direction of flow across the full extend construction joints or grooved joints extending typical riprap reinforcing into the toewall; and adjacent to natural ground; reinforce the toewall by concrete toewall along all edges of the riprap provide a 6" wide by 1'-6" deep reinforced shown on the plans or directed by the Engineer, as required by Item 432, "Riprap". Unless otherwise 5" deep concrete riprap. Payment for riprap is When shown elsewhere on the plans, construct Recommended values of side slope are: 2:1, 3:1, 4:1, and 6:1. by Lw. quantities for two wings, multiply the tabulated values for two wings (one structure end). To determine total Quantities shown are based on an average wing height cover and 4" minimum between bars. Adjust as necessary to maintain 1 1#2" clear box culvert. Extend Bars P 3'-0" minimum into bottom slab of See applicable box culvert standard sheet for H, S, T, and U values. N = Number of culvert spans Ltw = Culvert toewall length Lw = Length of wingwall SL:1 = Side slope ratio (horizontal:1 vertical) Hw = Height of wingwall Total wingwall area (two wings ~ SF) = (Hw + 0.333') (Lw) Ltw = (N) (2U + S) + (N - 1) (0.5') For precast culverts: Ltw = (N) (S) + (N + 1) (U) For cast-in-place culverts: Lw = (A) ÷ cosine (30°) B = (A) tangent (30°) A = (Hw - 0.333') (SL) Hw = H + T + C - 0.250' (All values are in feet.) for Contractor's information only. resulting from the formulas given on this sheet are The quantities for concrete and reinforcing steel additional dimensions and information. See Box Culvert Supplement (BCS) standard sheet for or eliminated as directed by the Engineer. toewalls for culverts and wingwalls may be reduced When structure is founded on solid rock, depth of Specifications. Designed according to AASHTO LRFD Bridge Design noted otherwise. may be used in lieu of steel reinforcing unless "Fibers for Concrete" Material Producer List (MPL) In riprap concrete synthetic fibers listed on the elsewhere in the plans. Provide galvanized reinforcing steel if required Provide Grade 60 reinforcing steel. Provide Class C concrete (f'c=3,600 psi). Reinforcing dimensions are out-to-out of bars. Cover dimensions are clear dimensions, unless noted otherwise. Dimensions Variable Reinforcing Hw Height Wingwall Maximum W X Y Z Bars J1 Bars J2 SizeSpa SizeSpa (Lb/Ft) Reinf (CY/Ft) Conc 2'-6"2'-5"1'-0"9"7"#4 1'-0"#4 1'-0"33.73 0.248 3'-0"2'-5"1'-0"9"7"#4 1'-0"#4 1'-0"37.07 0.261 3'-6"2'-5"1'-0"9"7"#4 1'-0"#4 1'-0"37.74 0.273 4'-0"2'-5"1'-0"9"7"#4 1'-0"#4 1'-0"38.41 0.285 4'-6"3'-2"1'-6"1'-0"7"#4 1'-0"#4 1'-0"41.75 0.330 5'-0"3'-2"1'-6"1'-0"7"#4 1'-0"#4 1'-0"45.09 0.343 5'-6"3'-2"1'-6"1'-0"7"#4 1'-0"#4 1'-0"45.75 0.355 6'-0"3'-2"1'-6"1'-0"7"#4 1'-0"#4 1'-0"46.42 0.367 7'-0"3'-8"1'-9"1'-3"7"#4 1'-0"#4 1'-0"52.77 0.414 8'-0"4'-2"2'-0"1'-6"8"#5 1'-0"#4 1'-0"60.19 0.486 9'-0"4'-8"2'-3"1'-9"8"#4 6"#4 6"81.49 0.535 10'-0"5'-2"2'-6"2'-0"8"#5 6"#4 6"97.25 0.584 11'-0"5'-8"2'-9"2'-3"8"#6 6"#5 6"133.65 0.634 12'-0"6'-2"3'-0"2'-6"9"#7 6"#5 6"162.29 0.721 13'-0"6'-8"3'-3"2'-9"11"#7 6"#5 6"178.80 0.856 14'-0"7'-2"3'-6"3'-0"1'-0"#8 6"#5 6"216.78 0.959 15'-0"7'-8"4'-0"3'-0"1'-1"#9 6"#6 6"283.06 1.068 16'-0"8'-2"4'-6"3'-0"1'-3"#9 6"#6 6"297.02 1.234 (2~wings) wing length per ft of Quantities Estimated (Wings for one structure end) TABLE OF DIMENSIONS AND REINFORCING STEEL Bar Size No.Spa D #5 ~1'-0" E #4 ~1'-0" F #4 ~1'-0" G #6 4 ~ M #4 4 ~ P #4 ~1'-0" R #5 6 ~ V #4 ~1'-0" QUANTITIES CULVERT TOEWALL TABLE OF ESTIMATED Bar Size No.Spa L #4 ~1'-6" Q #4 1 ~ Reinf (Lb/Ft)2.45 Conc (CY/Ft)0.037 (2~wings) REINFORCING TABLE OF WINGWALL perpendicular to roadway Conforms to slope fw-0stde-20.dgn Standard Division Bridgeof this standard to other formats or for incorrect results or damages resulting from its use.kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of anyDISCLAIMER:FILE:DATE:DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS HIGHWAY SHEET NO. C TxDOT CONT SHEET 1 OF 2 MULTIPLE BOX CULVERTS MC-5-20 5'-0" SPAN 0' TO 20' FILL CAST-IN-PLACE mc520ste-20.dgn TBE TxDOT"X"BARS YBARS Z 4" 4" HL93 LOADING BARS DBARS C"X""Y" "Y" 5" BARS K 3" 9" 3 4"(#4) (Length = 4'-2") (Spa = 1'-0" Max)"211'-2 TxDOT (Typ)8"(Typ)(Typ)6" Permissible Y(Typ)Z B8"(Typ)6"(Typ)4"4"C F1 F2 D B M S HTTUU (Typ) F2 F2 E F1 E E B F2 F2 F2 (Typ)0" or 1"1'-0"K 13"2 4 (Typ)Max"211 TYPICAL SECTION SECTION THRU CURB H TOP SLAB PART PLANS BOTTOM SLAB (Top)Bars Z (Bottom) (Bottom) Bars Y Bars B (Top)SUU4 USUSBars C Bars C Bars M Bars E Bars M Bars B Bars D Bars H Bars D Bars E Bars K Length of box Bars F2 Bars F2 Bars F1 (Bottom) Bars F2Bars F2 Bars F2 Bars F2 "2 11 "2 11 (roadway slope) Finished grade (Top & bottom) joint (Typ) construction Bars F2 ~ Equal Spacing (Typ) Construction joint (Typ)(usual)NOTES.) (See CONSTRUCTION 3" chamfer BMP 3 3 H "X""Y" BAR DIMENSIONS TABLE OF "411'-4 2'-7"2'-2"5'-0" 4'-0" 3'-0" 2'-0" "2 15'-6 "2 14'-6 "2 13'-6 "2 12'-6 "2 13'-8 "2 13'-8 "2 13'-8 "2 13'-8 4 3 2 1 to elsewhere in the plans. 1'-0" typical. 2'-3" when the Rail Anchorage Curb (RAC) standard sheet is referred maintain cover. For curbs less than 3" high, Bars K may be omitted. For curbs less than 1'-0" high, tilt Bars K or reduce bar height as necessary to be made in quantities and no additional compensation will be allowed for this work. Reduce curb heights, if necessary, to meet the above requirements. No changes will · For structures with bridge rail, construct curbs flush with finished grade. finished grade. · For structures without bridge rail, construct curbs no more than 3" above For vehicle safety, the following requirements must be met: than T631 or T631LS. to the Rail Anchorage Curb (RAC) standard sheet for structures with bridge rail other to the Mounting Details for T631 & T631LS Rails (T631-CM) standard sheet. Refer Details (ECD) standard sheet. For structures with T631 or T631LS bridge rail, refer structures with pedestrian rail or curbs taller than 1'-0", refer to the Extended Curb 0" Min to 5'-0" Max. Estimated curb heights are shown elsewhere in the plans. For minimum lap length required for uncoated #5 bars, as listed under MATERIAL NOTES). Max spacing. Required lap length for the provided D30.6 wire is 2'-1" (the same the required spacing = (0.306 sq. in.) / (0.755 sq. in. per ft.) x (12 in. per ft.) = 4.86" If D30.6 wire is used to meet the 0.755 sq. in. per ft. requirement in this example, Required WWR = (0.44 sq. in. per 0.5 ft.) x (60 ksi / 70 ksi) = 0.755 sq. in. per ft. Example conversion: Replacing No. 6 Gr 60 at 6" Spacing with WWR never less than the lap length required for uncoated #4 bars. wire sizes between conventional bar sizes. The lap length required for WWR is in the WWR of the same length required for the equivalent bar size, rounded up for Spacing of WWR is limited to 4" Min and 18" Max. When required, provide lap splices area of required reinforcement may be reduced by the ratio of 60 ksi / 70 ksi. welded wire reinforcement (WWR) meeting the requirements of ASTM A1064. The The Contractor may replace Bars B, C, D, E, F1, F2, M, Y, and/or Z with deformed CONSTRUCTION NOTES: MATERIAL NOTES: GENERAL NOTES: Reinforcing bar dimensions shown are out-to-out of bar. Cover dimensions are clear dimensions, unless noted otherwise. sheet for details pertaining to skewed ends, angle sections, and lengthening. See the Multiple Box Culverts Cast-In-Place Miscellaneous Detail (MC-MD) standard fill heights shown. Designed according to AASHTO LRFD Bridge Design Specifications for the range of · Uncoated or galvanized ~ #6 = 2'-6" Min · Uncoated or galvanized ~ #5 = 2'-1" Min · Uncoated or galvanized ~ #4 = 1'-8" Min Provide bar laps, where required, as follows: · culverts with the top slab as the final riding surface. · culverts with 1-to-2 course surface treatment, or · culverts with overlay, following exceptions: provide Class S concrete (f'c = 4,000 psi) for top slabs of: Provide Class C concrete (f'c = 3,600 psi) for culvert barrel and curb, with the Provide galvanized reinforcing steel if required elsewhere in the plans. Provide Grade 60 reinforcing steel. and Bars Y and Z may be reversed. this option is taken, Bars M may be cut off or raised, Bars C and D may be reversed, Optionally, raise construction joints shown at the flow line by a maximum of 6". If Chamfer the bottom edge of the top slab 3" at the entrance. Do not use permanent forms. February 2020 Standard Division Bridgeof this standard to other formats or for incorrect results or damages resulting from its use.kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of anyDISCLAIMER:FILE:DATE:DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS HIGHWAY SHEET NO. C TxDOT CONT SHEET 2 OF 2 MC-5-20 0' TO 20' FILL 5'-0" SPAN MULTIPLE BOX CULVERTS CAST-IN-PLACE mc520ste-20.dgn HL93 LOADING TxDOTTxDOTBMPTBENUMBER OF SPANSDIMENSIONS SECTION BILLS OF REINFORCING STEEL (For Box Length = 40 feet)QUANTITIES Bars B Bars C & D Bars E Bars F1 ~ #4 Bars F2 ~ #4 Bars M ~ #4 Bars Y & Z ~ #4 Bars H Bars K Per Foot Curb Total4 ~ #4 of Barrel S H T U No.SizeSpaLength Wt No.SizeSpaBars C Bars D No.SizeSpaLength Wt No.SpaLength Wt No.SpaLength Wt No.SpaLength Wt No.SpaBars Y Bars Z Length Wt No.Wt Conc Renf Conc Renf Conc Renf Length Wt Length Wt Length Wt Length Wt (CY)(Lb)(CY)(Lb)(CY)(Lb) 2 5'-0"2'-0"8"7"108 #5 9''11'-6''1,295 108 #5 9''6'-3''704 6'-4''713 108 #5 9''8'-8''976 8 18''39'-9''212 38 18''39'-9''1,009 108 9''2'-0''144 54 9''4'-7''165 5'-3''189 11'-6''31 26 72 0.710 135.2 0.9 103 29.3 5,510 3 5'-0"2'-0"8"7"108 #5 9''17'-1''1,924 108 #5 9''6'-3''704 6'-4''713 108 #5 9''14'-3''1,605 12 18''39'-9''319 54 18''39'-9''1,434 108 9''2'-0''144 108 9''4'-7''331 5'-3''379 17'-1''46 38 106 1.029 188.8 1.3 152 42.4 7,705 4 5'-0"2'-0"8"7"108 #5 9''22'-8''2,553 108 #5 9''6'-3''704 6'-4''713 108 #5 9''19'-10''2,234 16 18''39'-9''425 70 18''39'-9''1,859 108 9''2'-0''144 162 9''4'-7''496 5'-3''568 22'-8''61 48 134 1.348 242.4 1.7 195 55.6 9,891 5 5'-0"2'-0"8"7"108 #5 9''28'-3''3,182 108 #5 9''6'-3''704 6'-4''713 108 #5 9''25'-5''2,863 20 18''39'-9''531 86 18''39'-9''2,284 108 9''2'-0''144 216 9''4'-7''661 5'-3''758 28'-3''75 60 167 1.667 296.0 2.1 242 68.8 12,082 6 5'-0"2'-0"8"7"108 #5 9''33'-10''3,811 108 #5 9''6'-3''704 6'-4''713 108 #5 9''31'-0''3,492 24 18''39'-9''637 102 18''39'-9''2,708 108 9''2'-0''144 270 9''4'-7''827 5'-3''947 33'-10''90 70 195 1.986 349.6 2.5 285 82.0 14,268 2 5'-0"3'-0"8"7"108 #6 9''11'-6''1,865 108 #5 9''7'-3''817 6'-4''713 108 #5 9''8'-8''976 8 18''39'-9''212 44 18''39'-9''1,168 108 9''3'-0''216 54 9''4'-7''165 7'-3''262 11'-6''31 26 72 0.775 159.9 0.9 103 31.9 6,497 3 5'-0"3'-0"8"7"108 #6 9''17'-1''2,771 108 #5 9''7'-3''817 6'-4''713 108 #5 9''14'-3''1,605 12 18''39'-9''319 62 18''39'-9''1,646 108 9''3'-0''216 108 9''4'-7''331 7'-3''523 17'-1''46 38 106 1.115 223.5 1.3 152 45.9 9,093 4 5'-0"3'-0"8"7"108 #6 9''22'-8''3,677 108 #5 9''7'-3''817 6'-4''713 108 #5 9''19'-10''2,234 16 18''39'-9''425 80 18''39'-9''2,124 108 9''3'-0''216 162 9''4'-7''496 7'-3''785 22'-8''61 48 134 1.456 287.2 1.7 195 59.9 11,682 5 5'-0"3'-0"8"7"108 #6 9''28'-3''4,583 108 #5 9''7'-3''817 6'-4''713 108 #5 9''25'-5''2,863 20 18''39'-9''531 98 18''39'-9''2,602 108 9''3'-0''216 216 9''4'-7''661 7'-3''1,046 28'-3''75 60 167 1.796 350.8 2.1 242 73.9 14,274 6 5'-0"3'-0"8"7"108 #6 9''33'-10''5,488 108 #5 9''7'-3''817 6'-4''713 108 #5 9''31'-0''3,492 24 18''39'-9''637 116 18''39'-9''3,080 108 9''3'-0''216 270 9''4'-7''827 7'-3''1,308 33'-10''90 70 195 2.137 414.5 2.5 285 88.0 16,863 2 5'-0"4'-0"8"7"108 #6 9''11'-6''1,865 108 #5 9''8'-3''929 6'-4''713 108 #5 9''8'-8''976 8 18''39'-9''212 44 18''39'-9''1,168 108 9''4'-0''289 54 9''4'-7''165 9'-3''334 11'-6''31 26 72 0.840 166.3 0.9 103 34.5 6,754 3 5'-0"4'-0"8"7"108 #6 9''17'-1''2,771 108 #5 9''8'-3''929 6'-4''713 108 #5 9''14'-3''1,605 12 18''39'-9''319 62 18''39'-9''1,646 108 9''4'-0''289 108 9''4'-7''331 9'-3''667 17'-1''46 38 106 1.202 231.8 1.3 152 49.4 9,422 4 5'-0"4'-0"8"7"108 #6 9''22'-8''3,677 108 #5 9''8'-3''929 6'-4''713 108 #5 9''19'-10''2,234 16 18''39'-9''425 80 18''39'-9''2,124 108 9''4'-0''289 162 9''4'-7''496 9'-3''1,001 22'-8''61 48 134 1.564 297.2 1.7 195 64.3 12,083 5 5'-0"4'-0"8"7"108 #6 9''28'-3''4,583 108 #5 9''8'-3''929 6'-4''713 108 #5 9''25'-5''2,863 20 18''39'-9''531 98 18''39'-9''2,602 108 9''4'-0''289 216 9''4'-7''661 9'-3''1,335 28'-3''75 60 167 1.926 362.7 2.1 242 79.1 14,748 6 5'-0"4'-0"8"7"108 #6 9''33'-10''5,488 108 #5 9''8'-3''929 6'-4''713 108 #5 9''31'-0''3,492 24 18''39'-9''637 116 18''39'-9''3,080 108 9''4'-0''289 270 9''4'-7''827 9'-3''1,668 33'-10''90 70 195 2.288 428.1 2.5 285 94.0 17,408 2 5'-0"5'-0"8"7"108 #6 9''11'-6''1,865 108 #5 9''9'-3''1,042 6'-4''713 108 #5 9''8'-8''976 8 18''39'-9''212 50 18''39'-9''1,328 108 9''5'-0''361 54 9''4'-7''165 11'-3''406 11'-6''31 26 72 0.904 176.7 0.9 103 37.0 7,171 3 5'-0"5'-0"8"7"108 #6 9''17'-1''2,771 108 #5 9''9'-3''1,042 6'-4''713 108 #5 9''14'-3''1,605 12 18''39'-9''319 70 18''39'-9''1,859 108 9''5'-0''361 108 9''4'-7''331 11'-3''812 17'-1''46 38 106 1.288 245.3 1.3 152 52.8 9,965 4 5'-0"5'-0"8"7"108 #6 9''22'-8''3,677 108 #5 9''9'-3''1,042 6'-4''713 108 #5 9''19'-10''2,234 16 18''39'-9''425 90 18''39'-9''2,390 108 9''5'-0''361 162 9''4'-7''496 11'-3''1,217 22'-8''61 48 134 1.672 313.9 1.7 195 68.6 12,750 5 5'-0"5'-0"8"7"108 #6 9''28'-3''4,583 108 #5 9''9'-3''1,042 6'-4''713 108 #5 9''25'-5''2,863 20 18''39'-9''531 110 18''39'-9''2,921 108 9''5'-0''361 216 9''4'-7''661 11'-3''1,623 28'-3''75 60 167 2.056 382.5 2.1 242 84.3 15,540 6 5'-0"5'-0"8"7"108 #6 9''33'-10''5,488 108 #5 9''9'-3''1,042 6'-4''713 108 #5 9''31'-0''3,492 24 18''39'-9''637 130 18''39'-9''3,452 108 9''5'-0''361 270 9''4'-7''827 11'-3''2,029 33'-10''90 70 195 2.439 451.0 2.5 285 100.1 18,326 February 2020 Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR.