Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2022-R0324 - Contract 16529 with Tom's Tree Place 7.26.22
Resolution No. 2022-RO324 Item No. 5.13 July 26, 2022 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 16529/RFP 22-16529-KM for Roy Furr Pioneer Park Improvements, by and between the City of Lubbock and West Texas Services, Inc. d/b/a Tom's Tree Place, of Lubbock, 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 ATTEST: R t�4� A Rebe ca Garza, City Secr APPROVED AS TO CONTENT: Jesica McEachern, Assistant City Manager APPROVED AS TO FORM: RES.Contract- 16529 Tom's Tree Place 06.23.22 July 26, 2022 071- TV.k-V'P7, MAYOR PROPOSAL SUBMITTAL FORM LUMP SUM PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 22-16529-KM Roy Furr Pioneer Park Improvements Proposal of W (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for construction of the referenced project, having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: li5 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS:__ Z 00 (to Final Completion) (not to exceed 270 consecutive calendar days to Substantial Completion /284 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 270 Consecutive Calendar Days with final completion within 284 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$1,000 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $1,000 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. City of Lubbock, RFP 22-16529-KM Roy Fun Pioneer Park Improvements BAFO West Texas Services, Inc. dba Tom's Tree Place Location Lubbock, TX Total Cost $1,701,999.00 Lump . Quantity Sum Total # Items Required Price Cost #0-1 Base bid consists of the materials and labor for the 1.00 1,622,000.00 1,622,000.00 construction of Roy Furr Pioneer Park Improvements # 1-1 ALTERNATE # 1 PROPOSAL: Add an amount to include furnishing and installing Bermuda sod as 1.00 79,999.00 79,999.00 specified in lieu of seed mix and Bermuda seed in natural turf areas, complete and in place. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of °,, n_ Gtbko 0 A L2i91 Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. :L Dated 17 oZ,E Addenda No. Date Addenda No. Date Addenda No. Date k 1Q-�c ScO (. bo, -ou e,-k (Printed or Typed Name) Company MG -TO fY'1qee V W- e d Address _ Lkjo c--t , "LQCk City, Count State Zip Code Telephone: 8 OG - `I C( q — Fax: 90C, - -G - Email: Q ms*m-e p (ue e. FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2022-904811 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. West Texas Services, Inc. Lubbock, TX United States Date Filed: 06/28/2022 Name of governmental entity or state agency that is a party to the contract for which e to rm s being filed. City of Lubbock Date Acknowledged: 3 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. 16529 Materials and labor for construction of Roy Furr Pioneer Park improvements 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION (� My name is �4h l� ��(r CC ��� (���' 1 and my date of birth is My address is :?77O© "lQ C ,6oct 1 3 (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Q m Executed in {/.)() ric County, State of , on the—W-i) day of 20, (monttr) (year) a Signature of authorized agent of contracting buiWess entity (Declarant) r• -^-�� �Y -w va,mm11oaw11 www.Cu1c5.5RUt:.oc.u5 version V1.1.191b5cdc CERTIFICATE OF INTERESTED PARTIES FORM 1295 l of l 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: 2022-904811 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. West Texas Services, Inc. Lubbock, TX United States Date Filed: 06/28/2022 2 Name of govemmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 06/29/2022 3 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. 16529 Materials and labor for construction of Roy Furr Pioneer Park improvements 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controllinig7 Intermediary 5 Check only if there is NO Interested Party. El 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) rorms provtueu oy i exas ttnics Commission www.etnics.state.tx.us Version V1.1.191b5cdc BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: July 26, 2022 CITY OF LUBBOCK SPECIFICATIONS FOR Roy Furr Pioneer Park Improvements RFP 22-16529-KM CONTRACT 16529 PROJECT NUMBER: 92593.8302.30000 Plans & Specifications may be obtained from https:Hci-lubbock-tx.bonfirehub.com/ City of bock TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank ADDENDA Page Intentionally Left Blank �ub City of bock TEXAS ADDENDUM] Revised Pre -Proposal Meeting Date REP 22-16529-KM Roy Furr DATE ISSUED: May 17, 2022 CLOSING DATE: June 2, 2022 at 3:00 p.m. The following items take precedence over the proposal dates for the above named Request for Proposal (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. The following date in the Request for Qualifications has been revised. Revised Pre -Proposal Meeting Date 1. Please change from Tuesday May 24, 2022, at 10:00AM CST to Tuesday, May 24, 2022, at 11:00AM CST. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions maybe emailed to kmorgan(&mylubbock.us Questions are preferred to be posted on hllps:Hci-lbbock-tx.bonfirehub.com/ THANK YOU, CITY OF LUBBOCK Kiara Morgan Buyer III 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 proposer'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. Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12 13 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. PROPOSAL SUBMITTAL FORM 4-2. SUBMITTAL OF DOCUMENTS 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank City of Lubbock RFP 22-16529-KM Roy Furr Pioneer Park Improvements 1. NOTICE TO OFFERORS 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in submitting an offer for the specified services. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 13 14 Avenue K, 9th Floor Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 3:00 PM on June 2, 2022, 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/99552816707?pwd=ODZOMExxWVY5eHIEK3VvMW9tZlITZz09 Meeting ID: 995 5281 6707 Passcode: 1314 1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. 1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all. If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of proposals, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made before RFP closing must be initialed by offeror guaranteeing authenticity. 1.8. Proposals are due at 3:00 PM on June 2, 2022 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 28, 2022, 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. 1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF THE CONTRACT BY THE LUBBOCK CITY COUNCIL. 1.10. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.11. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON- RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.12. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from https://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.13. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at hqp://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. 1.14. 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 10:00AM, May 24, 2022, via teleconference. The Zoom meeting information is as follows: Website: https: [/zoom.us/,j/91857393822?pwd=aTdISGYrNHZuU3loSXdNSndxR3BzdzO9 Meeting ID: 918 5739 3822 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 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 made. 1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Kiara Morgan, Buyer III City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: KMorgangMylubbock.us Website: https://ci-lbbock-tx.bonfirehub.copi/portal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 270 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 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, 30 points for Contractor Qualifications, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past experience with the contractor, the "Safety Record Questionnaire", and the Contractor's Experience Modification Ratio (EMR). The City may also interview the job superintendent at a time to be named after receipt of proposals. 4.1.3 Five (5) points of the overall points for this criteria are based on the Experience Modification Ration (EMR) and supporting documentation submitted by the contractor. 4.1.3.1 The lowest EMR of all the proposals becomes the standard by which all the EMRs are evaluated. One at a time, each proposal is evaluated by taking the lowest EMR and dividing it by the EMR of the proposal being evaluated. That fraction is then multiplied by 5 for the EMR score. For example: (Lowest EMR/Current EMR) x 5 = EMR Score portion of this criteria) 4.1.3.2 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. 4.1.4 For the remaining portion of this criteria, each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications", any past experience with the contractor, and on safety record information submitted. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed 4.1.5 The "Contractor's Statement of Qualifications" is a minimum. 4.1.5.1 You may provide additional pertinent information relevant to the project for which you are submitting this proposal in an appendix. 4.1.6 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) 4.1.7 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, to discuss the individual scores of each evaluator. If the individual scores are similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. 4.1.8 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 $1,500,000.00 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 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:Hlubbocktx.govga.us/WEBAPP/ rs/(S(guiyirflbtihahjnyceg)ypcs))/SupportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https:Hci.lubbock.tx.us/pies/public-information-act 9. LICENSES. PERMITS. Taxes 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 11. CONFLICT OF INTEREST 11.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 11.3 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 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: hlt2s://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, 79457 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. 12. CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_ info_forml295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 14. PLANS FOR USE BY OFFERORS 14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 17. MATERIALS AND WORKMANSHIP 17.1 The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 18. PLANS FOR THE CONTRACTOR 18.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19. PROTECTION OF THE WORK 19.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of an offeror the following information: (a) The experience record of the offeror showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the offeror. (c) Equipment schedule. 20. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 21.1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22. BARRICADES AND SAFETY MEASURES 22.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24. CONTRACTOR'S REPRESENTATIVE 24.1 The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The offeror's attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 27.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28. PROVISIONS CONCERNING ESCALATION CLAUSES 28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the offeror without being considered. 29. PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Pursuant to Texas Local Government Code 252.043(2), a competitive sealed proposal that has been opened may not be 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. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. 30.2 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. 31. (QUALIFICATIONS OF OFFERORS 31.1 The offeror may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub -contractors. (a) If no sub -contractors will be used please indicate so. 31.3 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32. SELECTION 32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 32.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 32.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 32.4In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 32.5 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. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34. PROTEST 34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 35. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank DATE: ft\Au 0'" t2l, PROJECT NUMBER: RFP 22-16529-KM Roy Furr Pioneer Park Improvements Proposal of W1, I na () Ir La (hereinafter 7rR e C 0 "' c Ob , I A L - nu n ' 5 Tr o - P- called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for construction of the referenced project, having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The price to cover all expenses incurred in performing the work required under the contract documents. i1llil i tl�llilliiiii iiilllil 1. Contractors Pro -posed CONSTRUCTION TIME for completion- � X TOTAL CONSECUTIVE CALENDAR DAYS: � �'' _(to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: z 00 (to Final Completion) (not to exceed 270 consecutive calendar dLvs.to Substantial Completion /284 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 270 Consecutive Calendar Days with Final completion within 284 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 $1,000 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $1,000 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty J60) 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 perfornnance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. City of Lubbock, RFP 22-16529-KM Roy Furr Pioneer Park Improvements AFo construction of Roy Furr Pioneer Park Improvements include furnishing and installing Bermuda sod as specified in lieu of seed mix and Bermuda seed in natural turf areas, complete and in place. V71 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 t Dollars ($ or a Proposal Bond in the sum of (4 aln, 0- 41 a oh- 0 0 tA C-1 Dollars ($ ), which it is agreed shall be collected and d 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 FORAI PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: W-7 t LL, (i(IL Secretary Offeror aclu-iowledges receipt of the following addenda: Addenda No. Date o _51j-7 Addenda No. Date I Addenda No. Date Addenda No. Date Date: . ( 0 / I I Y-:---- Authorised S'lanature- (Printed or Typed Name) Company Address. City, county, State Zip Code Telephone: C( - i-S (C Fax: C Email: alr" C FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic Arm ican Asian Pacific American Other Specify) INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not inet, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at Ieast $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and Wis acceptable ( ) is acceptable as noted Contractor Acknowledgement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms stated have been reviewed and approved. Company Name: Signed By: O �d Print Name and Title: I Y 1 Q t �� C! C \C3 CO C� ���� Ce-cl-s Date: (j2 [j --D1---)L Page Intentionally Left Blank S u reTe c IF BID BOND KNOW ALL MEN BY THESE PRESENTS, that we WEST TEXAS SERVICES, INC. dba TOWS TREE PLACE as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the "Surety," are held and firmly bound unto CITY OF LUBBOCK as obligee, hereinafter called the Obligee, in the sum of FIVE Percent (5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for ROY FURR PIONEER PARK IMPROVEME RFP 22-16529-KM. NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 2nd day of JUNE, 2022. WEST TEXIAS SERVICE. INC. dba TOM'S TREE PLACE (Principal) BY: TITLE: TXe SureTec Insurance Company BY: MARL H[LL, Attorney -in -Fact SureTec Bid Bond Rev 1.1.06 POA# 4221762 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Barris, Texas and Markel Insurance Company (the "Company"l, a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Howard Cowan, Marla Hill Their true and lawful agent(s) and attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Twenty Million and 00/100 Dollars ($20,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, Thatthe President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powersof attorney, andsuch authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the actand deedof the SureTec Insurance Company and Market Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official sealto be hereunto affixed and these presents to be signed by their duly authorized officers on the 91h day of February , 2022 . SureTeclnsurance Company -7�ag�� — By: Michael C. Keimig, preside State of Texas County of Harris: `sµttntrrrr7 Markel surance C pany �aSuN�F �``oIkANcFr�'. � Gbh �xF: o= � t sus SEAL I-v By W. w� X :�_ s�, c'! �d�y.•t5; �?: Lindey Jen logs Vice resident On this 9th day of February , 2022 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, tome personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. ,..SAY XENIA RIVAS - ° Notary Public State of Texas By; a Commission # 129117659 x as, No ry Public Cofmlasionxpiri 9110/24 My co mission expires 9/10/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the €oregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the ilid day of .TUNE 1_ 202 5 reTec I nsu nce Compa y ey: M. BrMt Beaty, As start Secrd&y By: Any instrument Issued in excess or the penalty stated above is totally=0 and Without anyvalidity. 4221762 For verification of the authority of this Power you may call (713)812-0800on any business day between 8:30AM and5:00 PM CST, Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As 1 es 1, F Business Address of Principle Office..—. � - /. Q (4 Telephone Numbers Main Number Fax Number I(;[ Web Site Address l A) 0ce , C-0 ryn Form of Business (Check One) A Corporation A Partrlershrp An Individual Date of Incorporation State of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name j (' U i - , Sot (;_ V -0 L Treasurer's Name 4IE U � ` (` s—[ t �� } Date of Organization State whether partnership is general or limited Name Business Address Indicator Size OfOrg.4nizati"[1 Average Number of Current Full Time j Average Estimate of Revenue for the j Fmto ees Current Year )t� ��_, 10 Contractor's Organizational Experience Organization Doing Business As °�-'� tc t j 4! �r tJl e<v G Business Address of Regional Office — Jt A-q �3 Name of Regional Office Manager ( Q o C i ,r' qc ,.,-o t �r Telephone Numbers SL Main Number Fax Number Web Site Address List of names that this organization currently, has or anticipates operating under over the history of the organization, ineludin the names of related eum anies presentlydoing business: Names of Organization From Date To Date rcSe Yi List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor ) +�' C� As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a projector 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? j If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? y, { l� 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? QC) 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, f Contractor's Proposed Key Personnel Organization Doing Business As Ls Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 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. (an i C �rL Experience of Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Project Superintendent t Project Safety Officer Ltnd% 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. Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual We •� -� `T 1 Years of Experience as Project Manager SAP Of c� Years of Experience with this organization 5 Number of similar projects as Project Manager tj -4p0 Number of similar projects in other positions Z Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date +M w IC2.01 r S 10` a Wift'rhmatl 'Z0a Reference Contact Information(listing names indicates a roval to contactingthe names individuals as a reference Name C Name N Title/ Position ow A,( Title/ Position Or anization &A10c,Organization Telephone SO Telephone E-mail L bft . ( �r1n E-mail Project Project ; Candidate role on Project Alternate Candidate Name of Individual �cOJtC�k Yr1° -Y!'"r Candidates role on Project ?f6e-('V 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 Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 40"te, Proposed Project Superintendent Organization Doing Business As Primary Candidatc Name of Individual m aAAm Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent 60 —too Number of similar projects in other positions 14 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization t, ; Organization ; y) Telephone h0k- 54 - 0445 Telephone JWJM.(Ora E-mail 62 is . to M E-mail Project ; ; Project Candidate role on Projectci CandidateAlternate Name of Individual X 5� Q�"r' rat Yt+ Candidate role on Project Years of Experience as Project Superintendent Years of Experience with this organization Z g Number of similar projects as Superintendent 15 Number of similar projects in other positions N Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact•n Name (listing naiiies itidicates approval h & e to contacting Name Title/ Position ' t Title/ Position f Organization Or anization Telephone p N -413el Telephone (p -Hp - 11 E-mail q 4 Eov� `py� -mail , (0 M Project -r Project 4 k, Candidate role on Project 60,mr ; via- Candidate role on Project tkr W,Ak"+-� Pla[e Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual W-reJ IVY. p aft — b V 5 -rtt f_ 91q(t e 4- 'D Years of Experience as Project Safety Officer Years of Experience with this organization LCj Number of similar projects as Safety Officer 5b —lDO 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 y Name Title/ Position Title/ Position Organization L ' Organization (�, ',M1 Telephone — 0 44 Telephone $p — pa E-mail ARPAW6 ,owl E-mail Project it Project Candidate role on Project I CandidateAlternate Name of IndividualFrr%,�Y, jkq j e.[t yvGFy Q(1 Candidate role ona �prf i hhC�e Project Years of Experience as Project Safety Officer Z Years of Experience with this organization 2 Number of similar projects as Safety Officer '7 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Contact Information (listing names indicates approvalReference Name Name ; Title/ Position Title/ Position Pre {{ VYNA Organization Organization Telephone — 19 2A Telephone 40 E-mail E-mail flvY1 Project Project 7 Candidate role on Project ?, rib'Mi- ��eti��evd¢��i- Candidate role on Project f tct 5vpP�lt+0►i^tevyl &f, Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual 1 Years of Experience as Quality Control Managerr� 5 Years of Experience with this organization tg -eo+r5 Number of similar projects as Quality Manager 6 _ 6 Number of similar projects in other positions - Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date N Reference Contact Information(listing names indicates ap roval to contacting the names individuals as a reference Name 6 Name Title/ Position Title/ Position Organization Organization Telephone dfp - — Oq45 Telephone — tMOD E-mail el wleganyjs - a . E-mail Project 1— V"-Altlaa Project Candidate role on Project Alternate Candidate Name of Individual t, Candidate role onAiBt+�c�lh Project Ftnv-.V1h Years of Experience as Quality Control Manager Z y Years of Experience with this organization -( ftccj Number of similar projects as Quality Manager VW_; Number of similar projects in other positions NO Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Ntft • Name rdj Ift IL _ the Name names individuals as a reference) S Title/ Position Title/ Position LU, .N Organization @ - Organization �r4 W-\ Telephone gp — — Telephone ; E-mail %E-mail Project Project Trt i W-MY-15 tAtl Candidate role on Project [ Candidate role on Project esO��t-F' �J yV\}'eht, -- -- 'J I LA%. Contractor's Project Experience and Resources Organization Doing Business As W -T • P86 TO ' S Tat Plat Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: ` eu lgt6 h weN 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 &. Managing equipment 9. Meeting HUB 1 MWBE Participation Goal Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Lease DivisionBuy of • between Organization and Subcontractor What work will the organization complete using its own resources? Nwtxwpc What work does the organization propose to subcontract on thisproject? F441-iN3, Fivmbirl# D&WOA►rrlooii4Dn, Tivnlr(;L, co► W I �lar�gr'ou 1 -tr+ pwe- P6 j 5vs Oat G J EtCW i L) 5 „►w f 1'-P1 & C.K ,QCVVI,, M Contractor's Subcontractors and Vendors Organization Doing Business As •j -� Project• Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est, Percent of Contract HUB/MWBE Firm. i 1' o N o C o o NO G;C lA i vi C r 1 NO -T ' f2LA Pff0 R y� O z1b t4D MM G vb7o ND ioy ,� • d Imo 5 1°e A S 0 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. VendorsEquipment Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm 10 Attachment A Current Projects and Project Compteted within the last 10 Years Project Owner G } ! t 't LT Pr, j4ct Name l t J2i110((J .� C l tLL It General Description pf Project: (, }i( ")c �iL►� ,, ]__�y ,. A i sctCosl a .j Date ProjectCompleted Key Project Personnel Project Manager ro!e S1r `nteprt-en c! r 0 ity control r Name ?L 4: kt? `i 41 - _ i .t II Reference Contact Information (toting, names indicates APPr ival to wataetipgthe names individuals as a rui`crimm) Name Title( Position Oflpnimian Telephone E-mail Owner lu5igac€ Construction Manager #'cr t� � ' ' C �:f - r-4� ( �Ct:its �:t �� _ - �X'o ftu; I; t tl .-> C (;' PrrrjsrxOwner j k ' Project Name4 General Description of Project : ( pttSjrct Cost ` i7ate i`Nject C:omjxiets* ( [ Key Project Personnel Project Manager Project Superintendent Safety OfTcer Quality Control M;trtA cr Name c�t�rl (hl�ai _ i t'tli; jLt11 trE}r. _ l"Gir1 Reference Contact Information (listing names indicates appraasll to contacting the names individuals as a rellerence) Name Title/Position tirtaftimiori Telephone E-mail Owner r� g� 1"1 t ,Coo C�.'S J(:'_ 17 _ CJ C+ b 4ACJA'L- Construction Manager Project Owner _ Pnit oft Name t - General Dewription of Project, lTruje4t Cost Date Project Completed �5_s( --T t Key Project Personnel 1projccl Manager Project Superintendent Safety Officer Quality Control M :lrx' c r Name itt Yi 4 fe-ail a114jGt }+� t't �f7r a11K tijl Reference Contact Information (listing names indicates gpprovst to contacting the names individuals as a reference) Name Title/ Position Telephone E-mail Owner Construction Manager I l l IG c J109 1"l � l r, i _..._._ C ht t:X w t4 101 e_ Attachment B Project Owner r} 5f 1 i) i(` t?tt}jct Name Lr Li General Description of Project L (•iZ _ lIudt F_l#storp Schedule Performance Amount % of Bid — Date Days Bid.. Change Orders t� ( Contract Substantial Completion Date at Notice to Proceed] Owner Enhancements �i f� j Contract Final Completion Date at Notice to Proceed Unforeseen Conditions — — Change Order Authorized Substantial Completion Date Design Issues r Change Order Authorized Final Completion Date Total ":N L{ ( Actual 1 Estimated Substantial Completion Date Pit C a Q Final Cost 4`% Actual 1 Estimated Final Completion Date i'rAJt� t lyi r der lax"tsj t �>f }) 5af4y Officer {Q0,116) C:Jntf01 bA&LAKZf Name Percentage of Time Devoted to the Project Proposed for this Project SR! V j �p 5 7� 7� Did Individual Start and Complete the Project? \ I q? `t If not, who started or completed the project in their place, Reason for change. Name Title/ Position iirgoniration Telephone f mpil + CFztt Owner F)It11 tt flC{ i t # SY — W, l Y �' } fltt r Designer ° [ Rri (ri t: 1?[ YL� C — t L ! ! nt Construction Manager �yy. �� pt,j4�(�„ty�t� y(,7�{(��('' 41 Sttr�iYoor hiatttiset oi' Issues ReSolvetl —..........._---- — /t Total Amount involved in i`1 Resolved Issues _sd _ Number of Issues Tolal Amount involved in Pend6ttg Resofvcd Issues .__ ._ .._.___..._..._.... Attachment B Prolect Information Nect Owner LPiotcelName >a Z General Lear rsp4i0a t)f Prgjeet - L co -AT c, udad hrfstary Schedule Performance Change Orders g Amount r -.... - % of Bid Amount _ Notice to Fraceed Contract Substantial Completion Date at Notice to Proceed Date Days 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 -1 >1'70 Actual / Estimated Substantial Completion Date [ t iup P �C_, Final Cost i! t%, :�i(:, Actual / Estimated Final roinpS,,,don Date txrjt t Maw ( Projecr Sttp fiAWY Omw Quality i +xllr c,l MamgeT Name Percentage of Time Devoted to the Project TAhn e: tic 7c, i 4 -nG noC, !till' _ Proposed for this Project t J, ( —b r Did Individual. Start and Complete the Project? t7 S If not, who started or completed the project in their place. Reason fort;im . Name Title/ Position Organization Telcltltam. E-mail �s�y�C'i' S _ _ �^ i � _ e Y F fj " e DeSlgfleC m [ L41'l., �.5� t ; rl•:4.+�%� Construction Manager i t` 'ii(1 r Q lra � ( iW J 2i aJtS. C Surety i Near er of Issue:; I?esolwt � q� trnal Amount involved in ` 1 Rt-solecd Issues l� 4 f T Number of Issues (T p"IMtn= I� TOidl Amount involved in itgsof, i st 5 ,(� �' i ' Attachment B Pserttrt Snblirnthtion Project Owner:_ . _ Project Name a" 1 General Description of Project Awgel t liste!ty Schedule Performance Amount Bid % of Bid Amount _ 3itstirtrtn'1rXMII Date Days Change Orders 13 Contract Substantial Completion Date at Notice to Proceed Owner Enhancements ( • `r Contract Final Completion Date at Notice to Procced Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Dale Total (` Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Cainplel'on Date 1'ro}eei-Maulger Ptgjecl Sap I Safety Officer Qimlily Control F nager Name Percentage of Time Devoted to the Project Proposed for this Project CY (lt'"( ' f City iiifQ4 C32` ': � f..tt _rl�iY _ ` I ill Q._ Did Individual Start and Complete the Project?., if not, who started or completed the project in their piace. Reason forehaitge. Name Title/ Position Qrgan.d ltidn Telephone E-mail Owner Designer Construction Manager lured' IN IMP ll{ t� t-- Q IGL. a flrj !i t< (Yll� 1•---°. a e l ' S /) , "� `+ j . C i tit t� -' . i-; _k._1i �._ �r _. ._ ,P l 1' i �'ri _......... Number of Issues Resolved / / Total Amount involved in Resolved Issues. u R Number of ]ssucs t Total Amount involved in Piaiin ! '� Resolved Issues 16 ATTACHMENT A onys TREE PLACE Landscape Construction • Landscape Architects 6104-34th Street Lubbock, Texas 79410 Phone: (806) 799-3677 Fax: (806) 799-3680 Financial Capability Tom's Tree Place has the ability to secure bonding satisfactory to the Owner. We receive bonding from Suretec Insurance Company. Our local bonding agent Is Cowan -Hill Bond agency. Our single bond limit is $3,500,000 and our aggregate limit is $7,000,000. Included with this bid is our bid bond from Suretec Insurance Company. Experience Tom's Tree Place key personnel and subcontractors have the appropriate technical experience to complete this project on time and within budget. Safety Tom's Tree Place takes seriously the safety of our employees. We maintain all required insurance, OSHA reporting and complete necessary training for our employees, Our project superintendents are also the safety officer for the project since they are on the job. We will insure that our subcontractors maintain the required insurance and complete any necessary training. Included with this bid is our Safety Program and Policy Statement, our Certificate of Insurance and our Workers Comp Experience rating. Quality of Work Tom's Tree Place is committed to quality in every area of our expertise. We are involved in all phases of landscape construction. The staff at Tom's Tree Place includes registered landscape architects, horticulturists, arborists, hardscape professionals and irrigators. We have developed all of the expertise 51Ua-3471i, S"["i3.k:;k:'i' LUBBOCK TIZXAS 7)410 2313 806-M-36770ficc 806-799-3990 toyTfs TREE PLACE Landscape construction a Landscape Architects 5104-34th Street Lubbock, Texas 79410 Phone: (806) 799-3677 Fax: (806) 799-3680 and equipment needed to complete every facet of a landscape project. Our project superintendents will also be project quality control officers for the project since they are on the job. Included with this bid is our Quality Control Program. Awards. 2014 ASLA Professional Awards Landscape Contractor Conformance to Contract Documents Tom's Tree Place will comply with all contract requirements presented by the City of Lubbock to complete the proposed project. We will schedule the project, select and procure materials and use quality subcontractors to complete the contract as proposed while maintaining clear communication and positive relationships with the City, subcontractors and the community. 5104 3411l, 5TRf:FT • LUBBOCK TEXAS 79416-2-113 906-79J-3677 0ffxe 306-799-19911 WTS, Inc. DBA Toms Tree Place Largest projects in the last 10 years 2014 TfU Student Housing 1,275,000 2015 TTU Campus Beautification 2,021,000 2016 TTU Urbanosky Park 1,980,000 2016 Snyder ISD 887,000 2017 Faver Gray 2100 Lubbock 1,500,000 2017 Faver Gray Haven II Lubbock 1,132,000 2017 Kelsey Park 1,400,000 2017 Betenbough Office 1,400,000 2018 Faver Gray 1819 Lubbock 1,600,000 2018 Ft. Stockton ISD 926,000 2019 Westridge Commons Midland 1,100,000 2020 Citizens Tower Lubbock 875,000 2020 Centennial Pak Midland 6,242,000 2020 Buddy Holly Nall 1,999,000 BEST VALUE Description of Tom's Tree Place's approach to complete the Roy Furr Pioneer Park Improvements Project and how we will provide the Best Value for the Owner. This project brings together a group of experienced contractors that have completed many successful large-scale projects. The understanding, experience, and contacts we bring to the job has proven to be valuable in the past and will again on this project. Improvements to the Project offered to the Owner at NO ADDITIONAL COST: Tom's Tree Place can improve the park be retaining excess soil on site that will be created by the grading and excavation operations needed to complete the project scope. This excess soil will provide an opportunity to create berms in the dog park that are both aesthetically appealing, while also providing vertical interest to both dogs and humans during free play. Most importantly, retaining the excess soil on site will be more sustainable, because it will reduce the carbon emission generated by large semi -trucks needed if the soil is to be removed from the site. This option is available to the city at no cost increase, and berm locations, size and finished grades will be provided to the city by a Registered Landscape Architect. Contract Administration: All work on this project will be bonded and insured. Each individual sub- contractor will have their own general liability insurance and worker's compensation insurance. Daily reports will be reported to Tom's Tree Place office for work completed and will document any issues encountered. A monthly pay application will be compiled for all work completed and in place monthly. This will be turned into the City of Lubbock's project representative in a timely fashion. Management of Sub -Contractors and Suppliers: There are some long lead-time items in this contract. Tom's Tree Place will insure all items for this project will be ordered upon Project Contract receipt. Each sub -contractor is aware of the timeliness of this project and will perform accordingly. The sub- contractors to Tom's Tree Place will promptly report any delays by manufactures and the City will be informed immediately. Because of our history in dealing with these manufactures, we currently do not anticipate any issues. Time Management: Every successful project has a basic understanding that time is money. We will strive to make good progress every day that we are on the job and to keep our crew engaged every day until we are complete. It is in all of the parties' interest to complete this project promptly. Quality Management: Tom's will diligently be checking grades, lines on all hardscape elements. At times, we have encountered challenges with existing underground utilities that have required project adjustments. When and if we encounter these we will notify the City and provide a solution to resolve the issue. All material used on the project will meet or exceed the specifications. Protect Site Safety: We will diligently attempt to identify any potential hazards and work to protect the public and our employees from potential risks. We will use road cones, flaggers, barricades, construction fence and other means to protect our employees and citizens. Employees working on site will be involved in safety meetings to discuss the hazards that they may encounter or create and strategies for mitigating those. Managing_ Changes to the Proiect: Rarely a project is installed exactly as designed. This is something we deal with daily. Some of these changes are identified early and some will present themselves at less convenient times. Each change will be reported to the Owner, along with a proposed solution or option. Timeliness of all parties involved is important when each of these changes arise. Managing Equipment: Tom's Tree Place and our sub -contractors have developed tools, procedures and equipment to allow us to best complete our work. This has allowed us to deliver completed projects in a timely fashion that is executed with excellence. All equipment will be used in a safe manner, and will only be operated by those who have been adequately trained. Meeting HUB/MWBE Participation Goal: Tom's Tree Place strives to identify and seek proposals from companies that are HUB qualified. Currently we have not identified any companies for this project that meet the HUB qualifications. The BEST VALUE for the citizens of Lubbock is a project that will deliver a quality product that will be completed safely, in a timely fashion. Tom's Tree Place has assembled a team with vast experience in the landscape industry, so that we can offer the highest quality work. We pride ourselves in making our community a more functional and beautiful place to live; and we strive to deliver a project that will meet and exceed the expectations of our citizens. Page Intentionally Left Blank No Text D-If ton S TREE PLACE Equipment List: DOT #1750217 Vehicles 1971 FORD SPADE 1975 MACK WINCH 1979 CRANE CARRIER 1980 MACK SPADE 1981 FORD DUMP TRK. 1998 MACK SPADE 2000 FORD P/U 2004 CHEV 2500 2005 CHEV. DUMP TRUCK 2005 CHEV. 2500 2005 CHEV. 3500 2005 CHEV. 2500 2008 CHEV 2500 2008 CHEV 2500 2008 FORD F250 2008 KENWORTH DUMP 2009 CHEV. 3500 2009 CH EV 2500 2009 CHEV 3500 2012 FREIGHTLINER 2013 FORD F250 2015 FREIGHTLINER DUMP 2015 FORD F350 2015 CHEV 3500 2015 CHEV 3500 2020 CHEV 3500 2015 FORD F350 2015 FORD F350 2015 FORD F350 2016 FORD F350 2017 FORD F350 2017 FORD F350 2018 FORD F350 2018 FORD F250 2019 FORD F350 2019 FREIGHTLINER DUMP 2014 JEEP 2016 JEEP 2017JEEP 2019 FORD F350 2020 CHEV. 3500 2020 FORD F350 Trailers 30 TRAILERS Tractors and Other CAT 247E CAT257B CAT25762 DITCH WITCH 1 DITCH WITCH 2 DITCH WITCH 3 DITCH WITCH 4 DINGO I DINGO 11 GATOR JOHN DEERE JD 110 JD 270 JD 310E JD 31OG 1 JD 31OG 2 JD 310J JD 317 JD 325G JD 644 JD 27ZTS EXCAVATOR JD 35D ZTS EXCAVATOR JD EXCAVATOR JD EXCAVATOR JD EXCAVATOR Mowers 21" Toro Commercial 5859 21" Toro Commercial 2432 21" Toro Commercial 9123 48" Grandstand 72" Kawasaki Rider 96" Toro Z Master 74090 5104 341h Street, Lubbock, Texas 79410 806-799-3677 www.tomstreeplace.com QUALITY CONTROL QUALITY CONTROL PROGRAM General: Tom's Tree Place will comply with all contract requirements presented by the City of Lubbock to complete the proposed project. Procedures: To insure that all quality control requirements are met on the project we will utilize several procedures that include: ♦ Preparatory coordination between the contractor and the city ♦ Inspections ♦ .fob site meetings ♦ Notification of architects and owners when unforeseen problems arise ♦ Daily checks ♦ Material testing ♦ Final acceptance 3t04-34rR. STREET • LUBBOC1, TEXA3 79410-2313 896-799-3677 OFFICE 906-799-3990 FAX No Text AMERICAN SOCIETY OF LANDSCAPE ARCHIIEC 5 West Texas Ranch Morfa, Texas I Ten ,Eyck Landscape Architects, .Inc. I Client: Private s r� i�� �� �.f . r . • H+~ st A historio West Texas ranch, beautifully nestled in the foothills of the Chinati Mountains, had suffered significant degradation throughout its years as a working ranch and presented the challenge of both ecological remediation and aesthetic transformation. Localiy sourced materials, re vegetation with native plants, and the contrast of exposed and enclosed outdoor spaces form a landscape that resonates with both the traditional and the contemporary, the intimate and the vast, thereby heightening a sense of place. %I IXA% VV II, viJ flu ..v .i ..v, ..._.._.... ---- -- . -T-- - - -- --- --- J-- had compacted soils and degraded the landscape. The client wished to restore these degraded areas and integrate a low -maintenance outdoor gathering space, pool, lawn, shade, fruit trees, and flowering gardens into the ranch landscape. Through the careful design of 2.5 acres, West Texas Ranch is now at once a thriving desert grassland and place -appropriate residential garden. The design honors the cultural heritage of the landscape while repairing its ecological integrity. Old ranch roads have been `chiseled' and are re -vegetated with native grasses_ The edges of new roads and parking are softened by native plantings that include grasses, yucca, agave, prickly pear, candelillia, apache plume, mesquite and desert willow. Stabilized decomposed granite walkways with steel step risers pass through woven mesh entry gates. Desert masonry (native stone irnbedried in cast concrete) retaining walls enclose outdoor living spaces on a level plinth adjacent to the house. Pecan and redbud trees planted by a former long-time ranch owner were left in place as a homage to the land's cultural history. Inspired by existing pecan trees on site and pecan orchards characteristic of the area, a new orchard of pecan trees was designed to create shade in the garden for an outdoor dining area. The stone retaining wall, pool, and buffalo grass lawn are seamlessly integrated and, through this horizontal emphasis, connect the client with an uncluttered view of the expansive southern horizon. Steel gates and arbors, local stone, and native planting create a cohesive design language that withstands the stark Vilest Texas climate. ENVIRONMENTAL SENSITIVITY Every effort was made to integrate locally -sourced materials and bolster the health of native wildli. Bare and eroding roads produced by years of unrestrained vehicular destruction were remediated', with an assortment of native grass plantings, including side oats grama and blue grama. Xeric native plants bring fife to the interior walled gardens, attracting local birds and butterflies. Native mesquits trees grown from seed in nearby Port Stockton were used as the main desert tree beyond the plinth walls, along with desert willows and other drought tolerant plants. Wails were made from local sand and stone from the ranch, calling attention to the 'inherent beauty of the land itself. With the exception of one bed of iceberg roses and the pecan and fruit trees, all of the new plantings will survive intense droughts.These efforts create a sleek, yet rugged landscape that balances human and environmental wellbeing. DESIGN VALUE The design of the West Texas Ranch is a model of collaboration between the client, architect, landscape architect and contractor that established a cohesive material language and sustainable landscape system in keeping with the character of the ranch. The client had a romantic vision of rose gardens with a medley of verdant plants, which the landscape architect helped transform into one of simple, native gardens through discussions that highlighted the beauty of tough, 'indigenous plants and hardscape materials. The project is inspired by place and designed with restraint to highlight the harsh beauty of the region, which inspires a feeling of serenity in the client. West Texas Ranch is . featured in a new book, Private Paradise, which explores gardens that "demonstrate the intersectipn of traditional elements of garden design and current concerns such as sustainability, drought tolerance, and use of native plants." Recognized as such, West Texas Ranch may become a model for ranch restoration and residential design for other residents living in regions of harsh sun and drought. DESIGN & CONSTRUCTION TEAM Lead Designer: Christine Ten Eyck, FASLA Ten Eyck Team: Judeen Terrey Todd Briggs Trish Bigler Architect: Lake Flato General Contractor: Garza Construction - Jamey Garza Landscape Contractor: Tom's Tree Place Consultant: Hines Irrigation FEATURED PRODUCTS Plants and trees by To€n's Tree Place and Mountain States Wholesale Nursery Stabilized decomposed granite by Stabilizer Solutions Boulders and rocks from surrounding area Artweld gabion wall wire baskets by Hilfiker Woven wire mesh for arbors and gates by McNichols Irrigation products by Rainbird I -�pr l��� tre-Til.] All t IIINPVPPRIIMI! yg t m��s TREE PLACC 2021 Organization Chart, Alex Scarborough, Landscape Architect PresldLat Tom Mitt Scarborough Shellie Scarborough Scott Scarborough, Landscape Architect Dale Rowin VP Operations Controller VP Landscape Sales VP Vehicle Maintenance Landscape Crew Mel Halbrooks Robert Moreno Kelly Futrell Abigaii :ones Toby Rowin Tanner Hense! Cale Jones, licensed irngator Lendle Monden frank Bennett Farm Manager Crew Leader Crew Leader Communications Landscape Architect Landscape Architect Director of Landscape Director of Hardscape Crew Leader Kevin Thorne Maintenance Landscape Crew Landscape Crew vehicle Maintenance I Hardscape Crew IMaintenance Crews kera)d Clay Wonka Stoker lack Branham Crew Warehouse Manager I Market Manager Nursery Manager I I Nursery Crew Sales Team Crew Nursery Crew �2 cato,115S TREE PLACE Tanner Hensel, Ladscape Architect Project Manager Shellie Scarborough Lendle Monden Contract Administrator Project Superintendent Safety Manager Quality Control Manager Prank Bennett Alternate Project Superintendent Alternate Safety Manager Alternate Quality Control Manager Page Intentionally Left Blank City of Lubbock, TX RFP 21-15683-JM McAlister Dog Park Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers users of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Government/ Company Name: L`Q. �.o Address: Lt,O God , qq 4, Contact Person and Title: ba ur i t. � t 2- q ("to�r -� ,, �,, �C2 �tr�'r��. 9 �v"�J`tom Phone: q - LIU Fax: IRO(o /7(7q 5� 1? t 10 REFERENCE TWO Government/ Company Name: Address: JS. iACL Contact Person and Title: ( k B,, ;n Phone: 2� � 9 — ( e c_-�C) - Q. (� (j.q Fax: REFERENCE THREE Government/ Company Name: kCQ_ t \) Address: ii�, ' � 4D ce rV Contact Person and Title: ' ~ E ce-s. A n _ ,� � Phone:. (�C G -- SIC _`3kc '[ Fax: 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___.____ 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�K 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. UESTION 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 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: r ACKNOWLEDGEMENT IIIIIall M:11IWelWIWA.- y 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. Signature Se QJ z Tll-�� Title WORKERS COMP EXPERIENCE RATING WORKERS COMPENSATION EXPERIENCE RATING NCCI Risk Name: WEST TEXAS SERVICES INC DBA TOMS TREE PLACE Risk ID: 420181396 Rating Effective Date: 09/27/2022 Production Date: 04/11/2022 State: TEXAS TX .101 26,761 8,721 21,9541 01 24,625 17,391 17,391 (i4) Wt (B (C) Exp excess= l.osses;(D E) : ', (D} Expected1.�,��(E),Ekp,.Prim < Losses ; losses :', {F) Act Ezc Losses (H =, Ij (G) Ballast (Hj Act inc R,nsses (Ij Act Prtrn Lasses .101 26,7671 48,7211 21,9541 0l 24,6251 14,1181 14,118 RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. © Copyright 1993.2022, 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 priorwritten consent of NCCI. This product is lumished "As is "As avaTlable"'With all dofects and includes information available at the time of publicallon only. NCCI makes no representations or warranlles 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 safoty scoring for project bidding purposes. All responsibility for the use of and for any and ail results derived or obtained through the use of the product and information are the end users and NCCI shall not have any liability thereto. Page 1 of 2 WORKERS COMPENSATION EXPERIENCE RATING 11/CC: Risk Name: WEST TEXAS SERVICES INC IDEA TOMS TREE PLACE Risk ID: 420181396 Rating Effective Date: 09/27/2022 Production Date: 04/11/2022 State: TEXAS State Writ Exp Excess Losses Expected I Losses Exp Prim Losses Act Exc Losses Ballast Act Inc Losses Act Prim Losses Tx 101 26,76 48,721 21,9541 01 24,625 17,391 17,391 (A) Wt (B (C) Exp Excess Losses(D -E) (D) Expected Losses (E) Exp Prim Losses (F) Act Exc Losses (H -1) (G) Ballast (H) Act Inc Losses (1) Act Prim Losses 10 26,767 48,721 21,9541 01 24,625� 14,1181 14,1181 Primary Losses Stabilizing Value Ratable Excess Totals Actual (I} 14,118 C * (1 - A) + G 48,715 (A) (F) 0 (J) 62,833 Expected (E) 21,954 IC * (1 -A) + G 48,715 (A) * (C) 2,677 (K) 73,346 ARAP FLARAP SARAP MAARAP Exp Mod Factors (J)1(K) 86 RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. © Copyright 1993-2022, 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 Lime 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, curtenlress, 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 2 Page Intentionally Left Blank NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY h e— UA' = SO- - ��Q L--k 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. DmSToee P�0.ce Firm Name Signature cpt�v' &2_c_�- Title Subscribed and sworn to before me this S day of l_" 202P, Notary Public f My Commission Expires: r h+f iii�fi:. F. JACK 8iZANHAM .•= My Notary IQ # M770 try .,i Expires August 17, 2024 NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION Page Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1• Ghurthwl.11 Plymb; nc� L� �bDCK� b' ° 2. tu)gbom tlK FeVIC,nq ° 3. ilunD Peec�Alt� �1 l.auaU� A 4. Pt fl t� t�4►r1 3P1Ljt�clT4'�1� gsr:LK. �ay![5 %�°/ 5. &lff a 2 uyiiorAFd_ Lubbor, , TX Tra-i;L co, kot ° % 6• \1 Te[_iq C1n\jir0jj nyneji 4d °.ejui(15 11 �5wPf� ° 7. IL-q_7 D,(}ytser_V-. ,I L Wc,19"4-h,-T kY\o ° A 8• _Mtjq) C c�leWTL Lu_ WWarT2L_ —OM-O���C�iCok El 9 W� l T it I (f �5 0,+,%0 l ° 10. cy%*. 46 L)A]aS TJ� ° ❑ 12. '?r_,r06''n Dr l i j.i � L 6hk �b le, VyLly 5 El 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: -Tovy%'S -Tres. Pi a cL (PRINT NAME OF COMPANY) Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided 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 Page Intentionally Left Blank PAYMENT BOND Pate Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that West Texas Services, Inc. dba Tom's Tree Place (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 One Million Seven Hundred and One Thousand Nine Hundred Ninety - Nine Dollars ($1,701,999.00) 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 26' day of July, 2022, to RFP 22-16529-KM Roy Furr Pioneer Park Improvements 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 2022. Surety *By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank PERFORMANCE BOND Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that West Texas Services, Inc. dba Tom's Tree Place (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 One Million Seven Hundred and One Thousand Nine Hundred Ninety - Nine Dollars ($1,701,999.00) 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 2611 day of July, 2022, to RFP 22-16529-KM Roy Furr Pioneer Park Improvements 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 , 2022. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Pate 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 f 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 $ ❑ INSTALLATIONFLOATER $ 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 MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) 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. CONTRACTORCHECKLIST A CONTRACTOR SHALL: ,✓ (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; ✓ (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; ✓ (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ✓ (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; t/ (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. Pate Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 16529 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26`h day of July, 2022 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 West Texas Services, Inc. dba Tom's Tree Place of the City of Lubboc County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 22-16529-KM Roy Furr Pioneer Park Improvements 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. West Texas Services. Inc. dba Tom's Tree Place's proposal dated June 2.2022, 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: CITY OF West eras $eryes, Inc. 4�a.Tom's Tree Place By: 1-4 COMPLETE ADDRESS: West Texas Services, Inc. dba Tom's Tree Place 5104 341" St Lubbock, TX 79410 ATT Corporate Secretary ATTEST: City AS TO bfi rtn h a Name (Printed) (OWNER): Goa pl S. 17 Z O L Date APPROVED AS TO FORM: 1 Am,deputy CiWAomey Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit West Texas Services, Inc. dba Tom's Tree Place who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Brianna Gerardi, Director of Business Development, 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". 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. 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 parry who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. it. 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 the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. Commercial General Liability Requirements: $2,000,000 occurrence / $4,000,000 aggregate (can be combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Automobile Liability Requirements: $1,000,000/occurrence is needed Professional Liability Requirements: $1,000,000 occurrence / $2,000,000 aggregate Workers Compensation and Employer Liability Requirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license. The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. * Waivers of Subrogation are required for CGL, AL, and WC. * To Include Products of Completed Operations endorsement. * Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non- payment. * Carriers must meet an A.M. Best rating of A- or better. * Subcontractors must carry same limits as listed above. 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 401.411(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) (2) (3) (4) (5) (6) (7) (8) (9) The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. 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. 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. 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. If policy limits are paid, new policy must be secured for new coverage to complete project. A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (1) 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 services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the 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 $1,000 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less: (i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within fifteen (15) calendar days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one 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 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 hereinbbove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https:Hci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. DAVIS BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A "General Decision Number: TX20220002 02/25/2022 Superseded General Decision Number: TX20210002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a)(2)-(60). If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g., an option is exercised) on or after January 30, 2022: If the contract was awarded on or between . Executive Order 14026 generally applies to the contract. . The contractor must pay all covered workers at least $15.00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2022. . Executive Order 13658 generally applies to January 1, 2015 and January 29, 2022, and the the contract contract is not renewed or extended on or after . The contractor must pay all covered workers January 30, 2022: at least $11.25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/govenun ent-contracts. Modification Number Publication Date 0 01/07/2022 1 02/25/2022 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ** ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 ** Structures ..................$ 13.52 ** 1 : G Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 ** Laborer, Common .............$ 10.30 ** Laborer, Utility ............ $ 11.80 ** Work Zone Barricade Servicer....................$ 10.30 ** POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 ** Asphalt Paving Machine ...... $ 13.40 ** Broom and Sweeper ........... $ 11.21 ** Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 ** Excavator, 50,000 lbs or less ........................$ 13.46 ** Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less ........................$ 12.28 ** LoaderBackhoe..............$ 14.18 ** Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 ** Roller, Asphalt .............$ 10.95 ** Roller, Other ............... $ 10.36 Scraper .....................$ 10.61 ** Spreader Box ................$ 12.60 ** Servicer .........................$ 13.98 ** Steel Worker (Reinforcing) ....... $ 13.50 ** TRUCK DRIVER Lowboy -Float ................$ 14.46 ** Single Axle .................$ 12.74 ** Single or Tandem Axle Dump..$ 11.33 ** Tandem Axle Tractor with Semi ........................$ 12.49 ** WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15.00) or 13658 ($11.25). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/govemm ent-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested parry's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISIO" EXHIBITS B & C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Page Intentionally Left Blank PROJECT MANUAL CITY OF LUBBOCK Roy Furr Pioneer Park Improvements Lubbock, Texas City of bock TEXAS September 12021 Parkhill Project # 03871819 Parkhill Parkhill.com Page Intentionally Left Blank City of Lubbock Roy Furr Pioneer Park Improvements TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS 01 1000 Summary 01 20 00 Price and Payment Procedures 01 2500 Substitution Procedures 01 30 00 Administrative Requirements 01 3300 Submittal Procedures 01 40 00 Quality Requirements 01 42 00 References 01 4326 Testing Laboratory Services 01 5000 Temporary Facilities and Controls 0157 13 Temporary Erosion and Sediment Control 0157 19 Temporary Environmental Controls 01 60 00 Product Requirements 01 70 00 Execution and Closeout Requirements DIVISION 02 - EXISTING CONDITIONS 0241 13 Selective Site Demolition DIVISIONS 03 —10 Not Used DIVISION 11 —EQUIPMENT 11 68 00 Play Field Equipment and Structures DIVISIONS 12 - 25 Not Used DIVISION 26 — ELECTRICAL 26 05 00 Basic Electrical Methods 2605 13 Building Wire and Cable 2605 19 Equipment Wiring Systems 26 05 26 Grounding and Bonding o �phDSGgp 26 05 29 Supporting Devices 26 05 33.13 Conduit 26 05 33.16 Boxes 26 05 53 Electrical Identification 26 24 16 Panelboards U'� co 262726 Wiring Devices +� T�20 2628 16.16 Enclosed Switches Fad 09/16/2021 03871819 TABLE OF CONTENTS PAGE - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements DIVISIONS 27 — 28 Not Used DIVISION 31— EARTHWORK 31 1000 Site Clearing 31 20 00 Earth Moving 31 23 00.10 Excavation and Fill for Utilities 312316 Excavation 31 23 23.13 Backfill DIVISION 32 - EXTERIOR IMPROVEMENTS 32 11 50 Flexible Base Course 3212 16 Asphalt Paving 32 13 13 Concrete Paving 32 1373 Concrete Paving Joint Sealants 3218 16 Playground Protective Surfacing 3231 13 Chain Link Fences and Gates 32 84 00 Planting Irrigation 3291 13 Soil Preparation 32 92 00 Turf and Grasses 32 93 00 Plants DIVISION 33 - UTILITIES 33 05 00 Common Work Results for Utilities 33 1400 Water Utility Transmission and Distribution DIVISIONS 34 — 48 Not Used APPENDICES Appendix A Play Field Equipment Plans Appendix B City of Lubbock Engineering Minimum Design Standards and Specifications ,�"�phQSGgp� r co 26ga 09/16/2021 03871819 TABLE OF CONTENTS PAGE - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements DESIGN PROFESSIONAL RESPONSIBILITY The Specification Sections authenticated by my seal and signature are limited to the following: DIVISION 26 — ELECTRICAL 26 05 00 Basic Electrical Methods 2605 13 Building Wire and Cable 2605 19 Equipment Wiring Systems 26 05 26 Grounding and Bonding 26 05 29 Supporting Devices 26 05 33.13 Conduit 26 05 33.16 Boxes 26 05 53 Electrical Identification 26 24 16 Panelboards 26 27 26 Wiring Devices 2628 16.16 Enclosed Switches �N & COOP `i-��1� OF�r ILP 1- Qi....................... :::.�J m d % ISAAC N. AGUILAR ..............................� /4a=__117619_=��� US ••G+fir 09/16/2021 03871819 DESIGN PROFESSIONAL RESPONSIBILITY DPR INA - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements DESIGN PROFESSIONAL RESPONSIBILITY The Specification Sections authenticated by my seal and signature are limited to the following: DIVISION 31— EARTHWORK 31 23 00.10 Excavation and Fill for Utilities DIVISION 33 — UTILITIES 33 05 00 Common Work Results for Utilities 33 1400 Water Utility Transmission and Distribution H & COOp� -% OF�7>>1 i • ••sib. QA ....:........ ................... 0-) a •• •CASEY A.•HADSALL• W. r 139380 �k S/ONAL- EN.� 4 09/16/2021 03871819 DESIGN PROFESSIONAL RESPONSIBILITY DPR CAH - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 10 xam II [170[IMIZQIII,YIIU IU /:11:A•1 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work Covered by Contract Documents. 2. Contractor Use of Premises. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 0130 00 "Administrative Requirements." 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: 1. Roy Furr Pioneer Park: a. Location: 2055 Mac Davis Lane, Lubbock, TX 79401. b. Owner: City of Lubbock. B. Verbal Summary: Drawings and general provisions of the Contract, including General Conditions, apply to this Section. Without force or effect on requirements of the Contract Documents a brief description of each Project is as follows: 1. The Base Proposal includes all labor, materials, services, and equipment required in conjunction with, or properly incidental to Work described in the Plans and Specifications. Work includes, but not limited to, concrete sidewalk, curb and gutter, fencing, utilities, site grading, irrigation, planting, electrical conduit, and fine grading. C. The Work will be constructed under a single prime Contract. 1.3 CONTRACTOR USE OF PREMISES A. General: During the construction period Contractor shall have full use of the premises for construction operations, including use of the site. Contractor's use of the premises is limited only by Owner's right to perform Work or to retain other contractors on portions of the Project. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871819 SUMMARY 01 10 00 - 1 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 0120 00 - PRICE AND PAYMENT PROCEDURES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Contingency allowance. 2. Schedule of Values. 3. Application for Payment. 4. Change Procedures. 5. Alternates. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 30 00 "Administrative Requirements" for Project information management. 3. Section 0133 00 "Submittal Procedures" for Schedule of Values. 4. Section 01 60 00 "Product Requirements" for product substitutions. 1.2 CONTINGENCY ALLOWANCE A. Include stipulated sum of $50,000 for use upon Owner's instruction. B. Costs Included in Contingency Allowance: Contractor's costs for products, equipment, delivery, installation, labor, insurance, payroll, applicable taxes, and equipment rental; handling at site, including unloading, uncrating, and storage; protection of products from elements and from damage; finishing costs. C. Costs Not Included in Contingency Allowance, but included in Contract Sum/Price: Bonds, insurance, overhead, profit, and other expenses contemplated for stated allowance amounts. D. Funds will be drawn from Contingency Allowance only by Change Order. E. At closeout of Contract, funds remaining in Contingency Allowance will be credited to Owner by Change Order. 1.3 SCHEDULE OF VALUES A. Submit typed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Format: Utilize Table of Contents of this Project Manual. Identify each line item with number and title of major specification Section, separating labor and material for each line item. Identify site mobilization, general conditions, testing, bonds, and insurance as separate line items. D. Include separately from each line item, a directly proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application for Payment. 03871819 PRICE AND PAYMENT PROCEDURES 01 20 00 - 1 09/21 City of Lubbock Rov Furr Pioneer Park 1.4 APPLICATIONS FOR PAYMENT A. Submit notarized application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Deposits on Material, Equipment or Products: 1. Material/Equipment Deposits: Owner will not pay for deposits for material, equipment or products that may be required of Contractor in order to start the fabrication process of Work that will eventually be incorporated into the Project but are not actually on the Project site. All material, equipment or products must be on the Project site and properly stored before Owner will make payment to Contractor. 2. Owner will make payment for materials, equipment or products that are properly delivered and stored on the Project site for subsequent incorporation into the Project as authorized in the Owner -Contractor Agreement. 3. Owner may consider payment of materials, equipment or products that are properly stored, secured and insured in a third party warehouse within a 50 mile radius of the Project site that are in accordance with the requirements and authorized in the Owner -Contractor Agreement. D. Payment Period: As defined in Owner -Contractor agreement. E. A complete application for payment includes one copy of waiver of liens from each subcontractor, Construction progress schedule, and submittal schedule, all which are required to process the Application for Payment. 1.5 CHANGE PROCEDURES A. Landscape Architect will advise of minor changes in Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by Owner/Contractor Agreement by issuing Landscape Architect's Supplemental Instructions on AIA Form G710. B. Landscape Architect may issue a Construction Change 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 change. Contractor will prepare and submit an estimate within seven days. C. Contractor may propose a change by submitting request for change to Landscape Architect. Include reason for change and effect on Contract Sum/Price, Contract Time, and subcontractors. Document requested substitutions in accordance with Section 01 60 00 "PO1 60 00equirements." D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Landscape Architect. E. Construction Change Directive: Landscape Architect may issue a directive, on AIA Form G713 Construction Change Directive signed by Owner, instructing Contractor to proceed with a change in Work, for subsequent inclusion in a Change Order. Document will describe changes in Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute change. F. Time and Material Change Order: 1. Submit itemized account and supporting data after completion of change, within time limits indicated in Conditions of the Contract. 2. Landscape Architect will determine change allowable in Contract Sum/Price and Contract Time as provided in Contract Documents. 03871819 PRICE AND PAYMENT PROCEDURES 01 20 00 - 2 09/21 City of Lubbock Rov Furr Pioneer Park 3. Maintain detailed records of work done on Time and Material basis. 4. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in Work. G. Change Order Forms: AIA G701 Change Order. H. Execution of Change Orders: Landscape Architect will issue Change Orders for signatures of parties as provided in Conditions of the Contract. 1. Change Order: Furnish an itemized breakdown, in form acceptable to Landscape Architect of costs and supporting information including but not limited to quantities and material prices. Tier subcontracted work performed at labor rates, employer payments, and rental rates. Itemize breakdown detail shall be same for subcontractor work. Provide complete supporting information for profit and overhead or markups used when requested. Consider the following items a part of overhead or Contractor's and subcontractor's mark-up and do not include as separate cost item: Labor for Superintendents, Assistant Superintendents, home office personnel, timekeepers, and maintenance mechanics at any level of contracting; individual pieces of equipment, hand tools or instruments having a new value of $500.00 or less, whether or not consumed by use; on site and main offices; modification to record Contract Documents; nor guarantee period costs. 1.6 ALTERNATES A. Alternates quoted on Proposal Forms will be reviewed and accepted or rejected by Owner. Accepted Alternates will be identified in Owner -Contractor Agreement. B. Coordinate related Work and modify surrounding Work as required. C. Schedule of Alternates: 1. Alternate No. 1: Contractor shall include an amount to furnish and install bermuda sod in lieu of seed mix and bermuda seed as identified on Drawings, complete and in place. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871819 PRICE AND PAYMENT PROCEDURES 01 20 00 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 01 60 00 — SUBSTITUTION PROCEDURES 17\;7119EK" 01001:7.11 1 10I 381UTlu1F."IW1 A. Section Includes: 1. Product List. 2. Contractor's Options. 3. Substitutions. 4. Contractor's Representation. 5. Landscape Architect's Duties. B. Furnish and install products specified under the options and conditions for substitutions stated in this Section. C. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 0133 00 "Submittal Procedures." 3. Section 0170 00 "Execution and Closeout Requirements." 1.2 PRODUCT LIST A. Within 30 days after award of Contract, submit to Landscape Architect 5 copies of a complete list of materials and equipment proposed to be substitutedfor specified product. B. Prepare list by Specification Section Number and Title. C. For products specified only by reference standards, list for each suchProduct: 1. Name and address of manufacturer. 2. Trade name. 3. Model or catalog designation. 4. Manufacturer's data, including performance and test data, and reference standards. 1.3 CONTRACTOR'S OPTIONS A. For products specified only by reference standard, select product meeting that standard, by any manufacturer, and submit to Landscape Architect forapproval. B. For products specified by naming several products or manufacturers, select any product and manufacturer named which complies with Specifications, and submit to Landscape Architect for approval. Note: The listing of a manufacturer as an acceptable manufacturer is not necessarily an acceptance of their standard product unless it meets specified requirements. C. For products specified by naming one or more products or another manufacturer's "approved equal," submit a request as for substitutions, for any product or manufacturer which is not specifically named. 1.4 SUBSTITUTIONS A. During Bidding Period, Landscape Architect will consider written requests from Bidders and manufacturers for substitutions. Such requests must be received at least 10 days prior to Bid Date. Requests received after that time will not be considered. Approval of proposed substitutions will be set forth in Addenda to the Specifications. Requests for substitutions shall include data listedbelow. 03871819 SUBSTITUTION PROCEDURES 01 25 00 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements B. Within a period of 30 days after award of Contract, Landscape Architect will consider formal requests from Contractor for substitutions of products in lieu of those specified. C. Beyond 30 days after award of Contract, requests will be considered only in case of product unavailability or other conditions beyond the control of Contractor. D. Submit separate request for each substitution. E. Support each request with complete data substantiating compliance of proposed substitutions following the requirements stated in Contract Documents: 1. Product identification; including manufacturer's name and address 2. Manufacturer's literature; identify: a. Product description. b. Reference standards. C. Performance and test data. d. Samples, as required by specific Specification Sections. e. Name and address of similar projects on which product has been used, and date of each installation. 3. The construction methods: a. Detailed written description of proposed method. b. Complete and comprehensive drawings illustrating methods orrevisions. 4. Itemized comparison of the proposed substitution with product or method specified; list significant variations. 5. Data relating to changes in construction schedule. 6. List of changes required in other Work or products. 7. Accurate cost data comparing proposed substitution with product or method specified, including amount of any net change to Contract Sum. 8. Designation of availability of maintenance services; sources of replacement materials. F. Substitutions will not be considered for acceptance when: 1. Indicated or implied on Shop Drawings or product data submittals without a formal request from Contractor. 2. Requested directly by a subcontractor or supplier. 3. Acceptance will require substantial revision of Contract Documents. 4. Submitted at times other than specified above. G. Substitute products shall not be ordered or installed without written approval of Landscape Architect. H. Landscape Architect will determine acceptability of all proposed substitutions. I. Should accepted substitution prove defective or unsatisfactory during warranty period, Contractor shall bear costs of replacing defective or unsatisfactory material with item originally specified, or: 1. Replace with other approved substitution. 2. Extend warranty period for 1 year on replaced materials. 3. Bear costs of replacing defective or unsatisfactory materials. 1.5 CONTRACTOR'S REPRESENTATION A. In making formal request for substitution, Contractor represents that: 1. He has investigated proposed product or method and has determined that it is equal to or superior in all respects to that specified and that the product is compatible with interfacing systems, products andmethods. 2. He will provide same warranties or guarantees for substitution as for product specified. 03871819 SUBSTITUTION PROCEDURES 01 25 00 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3. He will coordinate installation of accepted substitution into the Work and will make such changes as may be required for the Work to be complete in all respects. 4. He waives claims for additional costs caused by substitution which may subsequently become apparent and agrees to bear the costs of any addition to the work required by the substitution. 5. Cost data are complete, including related costs under the Contract. 1.6 LANDSCAPE ARCHITECT'S DUTIES A. Review Contractor's requests for substitutions with reasonable promptness. B. Notify Contractor, in writing, of decision to accept or reject requested substitution. C. Landscape Architect's decision on acceptance or rejection of substitutions will be final. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871819 SUBSTITUTION PROCEDURES 01 25 00 - 3 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 0130 00 - ADMINISTRATIVE REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Project Information Management. 2. Coordination. 3. Survey. 4. Electronic drawing file (digital data) request. 5. Submittal schedule. 6. Preconstruction meeting. 7. Request for information. 8. Progress meetings. 9. Preinstallation meetings. 10. Cutting and patching. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROJECT INFORMATION MANAGEMENT A. Project Website: 1. Use Newforma Info Exchange; https://projects.team-psc.com/UserWeb/Login to send and receive Project information. 2. Contact Landscape Architect to setup a username and password information. 3. If this Project is not listed when logged in, contact Landscape Architect to add this Project to your account. B. Project information includes, but is not limited to, the following: 1. Product Submittals. 2. Requests for Information (RFI). 3. Applications for Payment. 4. Schedules. 5. Construction Change Requests (CCRs). 6. Closeout Documents. 7. Construction Document Files. a. Weather Days. b. Electronic File Requests. C. Correspondence. d. Test Reports. e. Meeting Minutes. f. Field Reports. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work to assure efficient and orderly sequence of installation of construction elements, with provisions for accommodating items installed later. 03871819 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 1 09/21 City of Lubbock Rov Furr Pioneer Park B. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate Work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of electrical Work which are indicated diagrammatically on Drawings. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. Items which require electrical connections shall be coordinated with Division 26 "Electrical" for: 1. Voltage. 2. Phase. 3. Ampacity. 4. Number and size of wires. 5. Wiring diagrams. 6. Starter size, details, and location. 7. Control devices and details. E. Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy. F. After Owner occupancy of premises, coordinate access to site with Owner for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 SURVEY A. Employ surveyor registered in the State of Texas to locate survey control and reference points. B. Protect survey control and reference points. C. Control datum for survey is that shown on Drawings. D. Verify set -backs and easements, and confirm Drawing dimensions and elevations. E. Provide field surveying services. Establish elevations, lines, and levels, utilizing recognized surveying practices. F. Submit registered site drawing and certificate signed by registered surveyor that elevations and locations of Work are in conformance with Contract Documents. 1.5 ELECTRONIC DRAWING FILE (DIGITAL DATA) REQUEST A. During Procurement Phase: 1. Bidders and Proposers may purchase a Digital Data file. Digital Data file will be provided in software release currently used by Landscape Architect. File will be provided via Landscape Architect's Project website. 2. AutoCAD Drawing files (.dwg) are available for purchase from Landscape Architect upon request. Cost of files are indicated below plus applicable tax. a. 1 - 3 Sheets: $100.00 per sheet. b. 4 - 6 Sheets: $400.00 per sheet. C. 7 - 9 Sheets: $500.00 per sheet. 3. Prior to delivery of file(s), purchaser shall sign a Digital Data Licensing Agreement. Payment for Digital Data file(s) shall occur upon delivery of file to purchaser. 4. Digital Data file(s) shall be used only for preparing Bids and Proposals required by this Project and shall not be used in any other form, in whole or in part. B. Upon Award of Contract: 03871819 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 2 09/21 City of Lubbock Rov Furr Pioneer Park 1. At the pre -construction meeting, Contractor shall bring the executed Digital Data Licensing Agreement (AIA C106-2013) at the end of this Section for the release of electronic files. Upon Contractor submitting the executed Agreement to Landscape Architect, Landscape Architect will provide Contractor 1 electronic copy of AutoCAD (.dwg) file(s), and Portable Document Format (.pdf) file(s) at no charge within 5 working days. Files and Formats to be as follows: a. Overall master file in AutoCAD format. 1) Overall Site Plan with utility information. 2) All details, detail annotation and references are omitted and not part of the AutoCAD file. b. Landscape: Overall master file in AutoCAD format. 1) Overall Site Plan with grading, flatwork, irrigation, and planting plans. 2) All details, detail annotation and references are omitted and not part of the AutoCAD file. C. Electrical: Overall master file in AutoCAD format.. 1) Plan views contain overall and enlarged plan section view set-up of electrical lighting and electrical power plans only. 2) All details, detail annotation and references are omitted and not part of the model file. 2. Conformed Construction Documents: If Conformed Construction Documents are required by Owner/Landscape Architect Agreement, they will be provided in PDF. Conformed Construction Documents are the Drawings and Specifications modified to include any Addenda issued before execution of the Contract. a. To the extent Conformed Construction Documents are provided to Contractor, the following provisions shall apply: 1) Conformed Construction Documents and related information contained therein, are provided for Contractor's convenience only, and does not relieve Contractor from the requirements of the Contract Documents. Specifically, to the extent that any discrepancy or conflict exists between the Issue for Bid documents, including any Addenda issued prior to execution of the Contact or Modifications issued after the execution of the Contact on the one hand, and Conformed Construction Documents on the other; the Issue for Bid documents, Addenda, and Modifications shall control unless otherwise specified in writing by the Landscape Architect. 2) Contractor shall not use such Drawings, documents, or other data, in whole or in part, for any purpose or project other than this Project in the preparation of Shop Drawings and other submittals. 3) Contractor acknowledges that such Drawings, documents, and other data are subject to change or modification. Contractor shall be responsible for updating any Drawings, documents, or other data obtained prior to use by them for any purpose. 4) Any Conformed Construction Documents, including any Drawings, Specifications, documents, or other data related thereto are provided "as is" without representation or warranty by Landscape Architect, either expressed or implied. 03871819 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 3 09/21 City of Lubbock Rov Furr Pioneer Park 5) Contractor acknowledges that Conformed Construction Documents provided by Landscape Architect are as a courtesy to Contractor, at their specific request, and accordingly, CONTRACTOR HEREBY AGREES TO RELEASE, HOLD HARMLESS, DEFEND AND INDEMNIFY LANDSCAPE ARCHITECT AND OWNER FROM ANY AND ALL CLAIMS, DEMANDS, OR CAUSES OF ACTION, WHICH CONTRACTOR OR ANY THIRD PARTY MAY HAVE BY REASON OF ANY INJURY OR DAMAGE SUSTAINED BY CONTRACTOR OR THIRD PARTY ARISING OUT OF OR IN ANY WAY RELATED TO THE USE OF SUCH CONFORMED CONSTRUCTION DOCUMENTS. 1.6 SUBMITTAL SCHEDULE A. Prepare submittal schedule in accordance with General Conditions of the Contract for Construction. B. Include in submittal schedule all submittals and samples required by all Sections of this Project Manual and any additional submittals required by Contractor to construct the Project. C. Submit submittal schedule for Landscape Architect's review within 15 days after date established in Notice to Proceed or with the first Application for Payment, whichever is sooner. Failure to submit submittal schedule with the first Application for Payment will be cause for not processing Application for Payment. 1.7 PRECONSTRUCTION MEETING A. Landscape Architect will schedule a meeting after Notice to Proceed. B. Attendance Required: 1. Owner. 2. Landscape Architect. 3. Contractor. C. Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of subcontractors, list of products, Schedule of Values, submittal schedule, and progress schedule. 4. Designation of personnel representing each party in Contract and Landscape Architect. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, Request for Information (RFI), and Contract closeout procedures. 6. Review Notice to Proceed (NTP) and Substantial Completion Dates. 7. Surface drainage requirements (SWPPP). 8. Scheduling: a. Use of premises by Owner and Contractor. b. Owner's requirements and occupancy. C. Temporary utilities provided by Owner. d. Survey and building layout. e. Security and housekeeping procedures. f. Construction progress meetings. g. Procedures for testing. 03871819 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 4 09/21 City of Lubbock Rov Furr Pioneer Park h. Procedures for maintaining record documents. i. Requirements for start-up of equipment. j. Inspection and acceptance of equipment put into service during construction period. Scheduling activities of Construction Material Testing (CMT) lab, geotechnical engineer. D. Record minutes and distribute copies within 3 days after meeting to participants with 2 copies to Landscape Architect and those affected by decisions made. 1.8 REQUEST FOR INFORMATION A. Request for information (RFI) requests from subcontractors or material suppliers will not be considered. All RFI's must be submitted by Contractor. B. RFI's must be submitted on AIA Document G716, or equal approved by Landscape Architect in advance of submitting first RFI. A copy of Document G716 may be obtained from Landscape Architect upon request by Contractor. C. Information indicated on RFI shall be complete before submission. If Landscape Architect determines that request can be answered with information provided, Landscape Architect will assign an RFI tracking number. Requests determined by Landscape Architect not to be an RFI will be returned to Contractor electronically and deleted from Landscape Architect's electronic tracking software without being assigned an RFI tracking number. A transmittal document returning the denied RFI request will be provided with a response indicating action to be taken by Contractor. D. RFIs may contain more than 1 item when items are related issues. Otherwise, only 1 item shall be addressed on each RFI request. E. Allow 7 days for Landscape Architect's response to each RFI. F. Response to RFI will be issued to Contractor and Owner per Section 01 33 00 "Submittal Procedures." G. Responses from Landscape Architect are not changes unless issued with a change per Section 0120 00 "PO1 20 00 Payment Procedure." 1.9 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: 1. Owner. 2. Job superintendent. 3. Landscape Architect. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 03871819 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 5 09/21 City of Lubbock Rov Furr Pioneer Park 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes, and distribute copies within 3 days to Landscape Architect, participants, and those affected by decisions made. 1.10 PREINSTALLATION MEETING A. When required in individual specification Sections, convene a preinstallation meeting at site prior to installing Work. B. Require attendance of parties directly affecting, or affected by, Work. C. Notify Landscape Architect 4 days in advance of meeting date. D. Prepare agenda and preside at meeting. 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related Work. E. Record minutes, and distribute copies within 3 days after meeting to participants, with 3 copies to Landscape Architect. PART 2 - PRODUCTS 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Motors: Specific motor type is specified in individual Specification Sections. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. C. Cord and Plug: Provide minimum 6-foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual Specification Sections. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual Specification Sections. C. Verify that utility services are available, of correct characteristics, and in correct location. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 03871819 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 6 09/21 City of Lubbock Rov Furr Pioneer Park 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection. For an assembly, refinish entire unit. J. Identify any hazardous substance or condition exposed during Work to Landscape Architect for decision or remedy. END OF SECTION 03871819 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 7 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 0133 00 — SUBMITTAL PROCEDURES 17\4514 WEE" 010 3:7.11 1 1.1 SUMMARY A. Section includes: 1. Procedures. 2. Schedule of Values. 3. Shop Drawings. 4. Product Data. 5. Manufacturer's Certificates. 6. Samples. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROCEDURES A. Deliver submittals to Landscape Architect at the following address: 1. City of Lubbock, Park Development, 1611 101 Street, Lubbock, TX 79401. B. Transmit each item under Landscape Architect accepted form. Identify Project, Contractor, Subcontractor and major supplier. Identify pertinent Drawing sheet and detail number (if applicable). Identify deviations from Contract Documents. Provide space for Contractor and Landscape Architect review stamps. C. After Landscape Architect review of submittal, revise and resubmit as required, identifying changes made since previous submittal. D. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. 1.3 SCHEDULE OF VALUES A. Submit typed schedule on AIA Form G703. Contractor's standard form or media driven printout will be considered on request. B. Format: Table of Contents of this Project Manual. Identify each line item with number and title of major Specification Sections. 1.4 SHOP DRAWINGS A. Prepared by a qualified detailer. B. Submitted as required by the individual Sections and to clarify information shown or called for in the Contract Documents. 1.5 PRODUCT DATA A. Mark each copy to identify applicable Products, models, options, and other data. Supplement manufacturer's standard data to provide information unique to the Work. Include manufacturer's instructions when required by the Specification Section. B. Submit the number of copies that Contractor requires plus 2 copies that will be retained by the Landscape Architect. 03871819 SUBMITTAL PROCEDURES O1 33 00 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.6 MANUFACTURER'S CERTIFICATES A. Submit certificates, in duplicate, in accordance with requirements of each Specification Section. B. Manufacturer's standard schematic Drawings and diagrams: 1. Modify Drawings to delete information that is not applicable to the Work. 2. Supplement standard information to provide additional information specifically applicable to the Work. C. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data: 1. Clearly mark each copy to identify pertinent materials, products, ormodels. 2. Show dimensions and clearances required. 3. Show performance characteristics and capabilities. 4. Show writing or piping diagrams and controls. 1.7 SAMPLES A. Submit samples as required by the individual Specification Sections. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 10ell Z41W14010130 1 03871819 SUBMITTAL PROCEDURES 01 33 00 - 2 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 01 40 00 -QUALITY REQUIREMENTS 17\4514 WEE" D1001:7.11 1 1.1 SUMMARY A. Section includes: 1. Quality Assurance and Control of Installation. 2. Inspection and Testing Laboratory Services. 3. Tolerances. 4. Field Samples. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 33 00 "Submittal Procedures" for Submission of Manufacturers' Instructions and Certificates. 1.2 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Owner's Representative before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. F. Perform Work by persons qualified to produce workmanship of specified quality. 1.3 INSPECTION AND TESTING LABORATORY A. Contractor will perform inspections, tests, and other services specified in individual Specification Sections and as required by Owner's Representative. B. Reports will be submitted by Contractor to Owner's Representative, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Retesting required because of non-conformance to specified requirements shall be performed on instructions by Owner's Representative. Payment for retesting will be charged to Contractor. 1.4 TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Owner's Representative before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 03871819 QUALITY REQUIREMENTS 01 40 00 - 1 09/21 City of Lubbock Rov Furr Pioneer Park 1.5 FIELD SAMPLES A. Field samples at the site as required by individual Specifications Sections for review. B. Acceptable samples represent a quality level for the Work. C. Where field sample is specified in individual Sections to be removed, clear area after field sample has been accepted by Owner's Representative. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871819 QUALITY REQUIREMENTS 01 40 00 - 2 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 0142 00 - REFERENCES PART 1- GENERAL 1.1 SUMMARY A. Related Requirements: Other Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Landscape Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Landscape Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by Landscape Architect. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, protect, clean, and similar operations at Project site. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. 1. For standards referenced by applicable building codes, comply with dates of standards as listed in building codes. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 03871819 REFERENCES 01 42 00 - 1 09/21 City of Lubbock Rov Furr Pioneer Park 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Abbreviations and acronyms not included in this list shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." The information in this list is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. AABC - Associated Air Balance Council; www.aabc.com. 2. AAMA - American Architectural Manufacturers Association; www.aamanet.org. 3. AAPFCO - Association of American Plant Food Control Officials; www.aapfco.org. 4. AASHTO - American Association of State Highway and Transportation Officials; www.transportation.org. 5. AATCC - American Association of Textile Chemists and Colorists; www.aatcc.org. 6. ABMA - American Bearing Manufacturers Association; www.americanbearings.org. 7. ABMA - American Boiler Manufacturers Association; www.abma.com. 8. ACI - American Concrete Institute; (Formerly: ACI International); www.concrete.org. 9. ACPA - American Concrete Pipe Association; www.concrete-pipe.org. 10. AEIC - Association of Edison Illuminating Companies, Inc. (The); www.aeic.org. 11. AF&PA - American Forest & Paper Association; www.afandpa.org. 12. AGA - American Gas Association; www.aga.org. 13. AHAM - Association of Home Appliance Manufacturers; www.aham.org. 14. AHRI - Air -Conditioning, Heating, and Refrigeration Institute (The); www.ahrinet.org. 15. AI - Asphalt Institute; www.asphaltinstitute.org. 16. AIA - American Institute of Architects (The); www.aia.org. 17. AISC - American Institute of Steel Construction; www.aisc.org. 18. AISI - American Iron and Steel Institute; www.steel.org. 19. AITC - American Institute of Timber Construction; www.aitc-glulam.org. 20. AMCA - Air Movement and Control Association International, Inc.; www.amca.org. 21. ANSI - American National Standards Institute; www.ansi.org. 22. AOSA - Association of Official Seed Analysts, Inc.; www.aosaseed.com. 23. APA - APA - The Engineered Wood Association; www.apawood.org. 24. APA - Architectural Precast Association; www.archprecast.org. 25. API - American Petroleum Institute; www.api.org. 26. ARI - Air -Conditioning & Refrigeration Institute; (See AHRI). 27. ARI - American Refrigeration Institute; (See AHRI). 28. ARMA - Asphalt Roofing Manufacturers Association; www.asphaltroofing.org. 29. ASCE - American Society of Civil Engineers; www.asce.org. 30. ASCE/SEI - American Society of Civil Engineers/Structural Engineering Institute; (See ASCE). 31. ASHRAE - American Society of Heating, Refrigerating and Air -Conditioning Engineers; www.ashrae.org. 32. ASME - ASME International; (American Society of Mechanical Engineers); www.asme.org. 33. ASSE - American Society of Sanitary Engineering; www.asse-plumbing.org. 34. ASSP - American Society of Safety Professionals (The); www.assp.org. 03871819 REFERENCES 01 42 00 - 2 09/21 City of Lubbock Rov Furr Pioneer Park 35. ASTM - ASTM International; www.astm.org. 36. ATIS - Alliance for Telecommunications Industry Solutions; www.atis.org. 37. AVIXA - Audiovisual and Integrated Experience Association; (Formerly: Infocomm International); www.soundandcommunications.com. 38. AWEA - American Wind Energy Association; www.awea.org. 39. AWI - Architectural Woodwork Institute; www.awinet.org. 40. AWMAC - Architectural Woodwork Manufacturers Association of Canada; www.awmac.com. 41. AWPA - American Wood Protection Association; www.awpa.com. 42. AWS - American Welding Society; www.aws.org. 43. AWWA - American Water Works Association; www.awwa.org. 44. BHMA - Builders Hardware Manufacturers Association; www.buildershardware.com. 45. BIA - Brick Industry Association (The); www.gobrick.com. 46. BICSI - BICSI, Inc.; www.bicsi.org. 47. BIFMA - BIFMA International; (Business and Institutional Furniture Manufacturer's Association); www.bifma.org. 48. BISSC - Baking Industry Sanitation Standards Committee; www.bissc.org. 49. BWF - Badminton World Federation; (Formerly: International Badminton Federation); www.bissc.org. 50. CDA - Copper Development Association; www.copper.org. 51. CE - Conformite Europeenne; www.ec.europa.eu/growth/single-market/ce-marking. 52. CEA - Canadian Electricity Association; www.electricity.ca. 53. CFFA - Chemical Fabrics and Film Association, Inc.; www.chemicalfabricsandfilm.com. 54. CFSEI - Cold -Formed Steel Engineers Institute; www.cfsei.org. 55. CGA - Compressed Gas Association; www.cganet.com. 56. CIMA - Cellulose Insulation Manufacturers Association; www.cellulose.org. 57. CISCA - Ceilings & Interior Systems Construction Association; www.cisca.org. 58. CISPI - Cast Iron Soil Pipe Institute; www.cispi.org. 59. CLFMI - Chain Link Fence Manufacturers Institute; www.chainlinkinfo.org. 60. CPA - Composite Panel Association; www.compositepanel.org. 61. CRI - Carpet and Rug Institute (The); www.carpet-rug.org. 62. CRRC - Cool Roof Rating Council; www.coolroofs.org. 63. CRSI - Concrete Reinforcing Steel Institute; www.crsi.org. 64. CSA - CSA Group; www.csa-group.org. 65. CSI - Construction Specifications Institute (The); www.csiresources.org. 66. CSSB - Cedar Shake & Shingle Bureau; www.cedarbureau.org. 67. CTA - Consumer Technology Association; www.cta.tech. 68. CTI - Cooling Technology Institute; (Formerly: Cooling Tower Institute); www.coolingtechnology.org. 69. CWC - Composite Wood Council; (See CPA). 70. DASMA - Door and Access Systems Manufacturers Association; www.dasma.com. 71. DHA - Decorative Hardwoods Association; (Formerly: Hardwood Plywood & Veneer Association); www.decorativehardwoods.org. 72. DHI - Door and Hardware Institute; www.dhi.org. 73. ECA - Electronic Components Association; (See ECIA). 74. ECAMA - Electronic Components Assemblies & Materials Association; (See ECIA). 75. ECIA - Electronic Components Industry Association; www.ecianow.org. 03871819 REFERENCES 01 42 00 - 3 09/21 City of Lubbock Rov Furr Pioneer Park 76. EIA - Electronic Industries Alliance; (See TIA). 77. EIMA - EIFS Industry Members Association; www.eima.com. 78. EJMA - Expansion Joint Manufacturers Association, Inc.; www.ejma.org. 79. EOS/ESD Association; (Electrostatic Discharge Association); www.esda.org. 80. ESTA - Entertainment Services and Technology Association; (See PLASA). 81. ETL - Intertek (See Intertek); www.intertek.com. 82. EVO - Efficiency Valuation Organization; www.evo-world.org. 83. FCI - Fluid Controls Institute; www.fluidcontrolsinstitute.org. 84. FIBA - Federation Internationale de Basketball; (The International Basketball Federation); www.fiba.com. 85. FIVB - Federation Internationale de Volleyball; (The International Volleyball Federation); www.fivb.org. 86. FM Approvals - FM Approvals LLC; www.fmglobal.com. 87. FM Global - FM Global; (Formerly: FMG - FM Global); www.finglobal.com. 88. FRSA - Florida Roofing, Sheet Metal Contractors Association, Inc.; www.floridaroof.com. 89. FSA - Fluid Sealing Association; www.fluidsealing.com. 90. FSC - Forest Stewardship Council U.S.; www.fscus.org. 91. GA - Gypsum Association; www.gypsum.org. 92. GANA - Glass Association of North America; (See NGA). 93. GS - Green Seal; www.greenseal.org. 94. HI - Hydraulic Institute; www.pumps.org. 95. HI/GAMA - Hydronics Institute/Gas Appliance Manufacturers Association; (See AHRI). 96. HMMA - Hollow Metal Manufacturers Association; (See NAAMM). 97. HPVA - Hardwood Plywood & Veneer Association; (See DHA). 98. HPW - H. P. White Laboratory, Inc.; www.hpwhite.com. 99. IAPSC - International Association of Professional Security Consultants; www.iapsc.org. 100. IAS - International Accreditation Service; www.iasonline.org. 101. ICBO - International Conference of Building Officials; (See ICC). 102. ICC - International Code Council; www.iccsafe.org. 103. ICEA - Insulated Cable Engineers Association, Inc.; www.icea.net. 104. ICPA - International Cast Polymer Association; www.theicpa.com. 105. ICRI - International Concrete Repair Institute, Inc.; www.icri.org. 106. IEC - International Electrotechnical Commission; www.iec.ch. 107. IEEE - Institute of Electrical and Electronics Engineers, Inc. (The); www.ieee.org. 108. IES - Illuminating Engineering Society; (Formerly: Illuminating Engineering Society of North America); www.ies.org. 109. IESNA - Illuminating Engineering Society of North America; (See IES). 110. IEST - Institute of Environmental Sciences and Technology; www.iest.org. 111. IGMA - Insulating Glass Manufacturers Alliance; www.igmaonline.org. 112. IGSHPA - International Ground Source Heat Pump Association; www.igshpa.org. 113. II - Infocomm International; (See AVIXA). 114. ILI - Indiana Limestone Institute of America, Inc.; www.iliai.com. 115. Intertek - Intertek Group; (Formerly: ETL SEMCO; Intertek Testing Service NA); www.intertek.com. 116. ISA - International Society of Automation (The); (Formerly: Instrumentation, Systems, and Automation Society); www.isa.org. 117. ISAS - Instrumentation, Systems, and Automation Society (The); (See ISA). 03871819 REFERENCES 01 42 00 - 4 09/21 City of Lubbock Rov Furr Pioneer Park 118. ISFA - International Surface Fabricators Association; (Formerly: International Solid Surface Fabricators Association); www.isfanow.org. 119. ISO - International Organization for Standardization; www.iso.org. 120. ISSFA - International Solid Surface Fabricators Association; (See ISFA). 121. ITU - International Telecommunication Union; www.itu.int. 122. KCMA - Kitchen Cabinet Manufacturers Association; www.kcma.org. 123. LMA - Laminating Materials Association; (See CPA). 124. LPI - Lightning Protection Institute; www.lightning.org. 125. MBMA - Metal Building Manufacturers Association; www.mbma.com. 126. MCA - Metal Construction Association; www.metalconstruction.org. 127. MFMA - Maple Flooring Manufacturers Association, Inc.; www.maplefloor.org. 128. MFMA - Metal Framing Manufacturers Association, Inc.; www.metalframingmfg.org. 129. MHIA - Material Handling Industry of America•, www.mhia.org. 130. MIA - Marble Institute of America; (See NSI). 131. MMPA - Moulding & Millwork Producers Association; www.wmmpa.com. 132. MPI - Master Painters Institute; www.paintinfo.com. 133. MSS - Manufacturers Standardization Society of The Valve and Fittings Industry Inc.; www.mss-hq.org. 134. NAAMM - National Association of Architectural Metal Manufacturers; www.naamm.org. 135. NACE - NACE International; (National Association of Corrosion Engineers International); www.nace.org. 136. NADCA - National Air Duct Cleaners Association; www.nadca.com. 137. NAIMA - North American Insulation Manufacturers Association; www.naima.org. 138. NALP - National Association of Landscape Professionals; www.landscapeprofessionals.org. 139. NBGQA - National Building Granite Quarries Association, Inc.; www.nbgqa.com. 140. NBI - New Buildings Institute; www.newbuildings.org. 141. NCAA - National Collegiate Athletic Association (The); www.ncaa.org. 142. NCMA - National Concrete Masonry Association; www.ncma.org. 143. NEBB - National Environmental Balancing Bureau; www.nebb.org. 144. NECA - National Electrical Contractors Association; www.necanet.org. 145. NeLMA - Northeastern Lumber Manufacturers Association; www.nelma.org. 146. NEMA - National Electrical Manufacturers Association; www.nema.org. 147. NETA - InterNational Electrical Testing Association; www.netaworld.org. 148. NFHS - National Federation of State High School Associations; www.nfhs.org. 149. NFPA - National Fire Protection Association; www.nfpa.org. 150. NFPA - NFPA International; (See NFPA). 151. NFRC - National Fenestration Rating Council; www.nfrc.org. 152. NGA - National Glass Association (The); (Formerly: Glass Association of North America); www.glass.org. 153. NHLA - National Hardwood Lumber Association; www.nhla.com. 154. NLGA - National Lumber Grades Authority; www.nlga.org. 155. NOFMA - National Oak Flooring Manufacturers Association; (See NWFA). 156. NOMMA - National Ornamental & Miscellaneous Metals Association; www.nomma.org. 157. NRCA - National Roofing Contractors Association; www.nrca.net. 158. NRMCA - National Ready Mixed Concrete Association; www.nrmca.org. 159. NSF - NSF International; www.nsf.org. 03871819 REFERENCES 01 42 00 - 5 09/21 City of Lubbock Rov Furr Pioneer Park 160. NSI - National Stone Institute; (Formerly: Marble Institute of America); www.naturalstoneinstitute.org. 161. NSPE - National Society of Professional Engineers; www.nspe.org. 162. NSSGA - National Stone, Sand & Gravel Association; www.nssga.org. 163. NTMA - National Terrazzo & Mosaic Association, Inc. (The); www.ntma.com. 164. NWFA - National Wood Flooring Association; www.nwfa.org. 165. NWRA - National Waste & Recycling Association; www.wasterecycling.org 166. PCI - Precast/Prestressed Concrete Institute; www.pci.org. 167. PDI - Plumbing & Drainage Institute; www.pdionline.org. 168. PLASA - PLASA; (Formerly: ESTA - Entertainment Services and Technology Association); www.plasa.org. 169. RCSC - Research Council on Structural Connections; www.boltcouncil.org. 170. RFCI - Resilient Floor Covering Institute; www.rfci.com. 171. RIS - Redwood Inspection Service; www.redwoodinspection.com. 172. SAE - SAE International; www.sae.org. 173. SCTE - Society of Cable Telecommunications Engineers; www.scte.org. 174. SDI - Steel Deck Institute; www.sdi.org. 175. SDI - Steel Door Institute; www.steeldoor.org. 176. SEFA - Scientific Equipment and Furniture Association (The); www.sefalabs.com. 177. SEI/ASCE - Structural Engineering Institute/American Society of Civil Engineers; (See ASCE). 178. SIA - Security Industry Association; www.siaonline.org. 179. SJI - Steel Joist Institute; www.steeljoist.org. 180. SMA - Screen Manufacturers Association; www.smainfo.org. 181. SMACNA - Sheet Metal and Air Conditioning Contractors' National Association; www.smacna.org. 182. SMPTE - Society of Motion Picture and Television Engineers; www.smpte.org. 183. SPFA - Spray Polyurethane Foam Alliance; www.sprayfoam.org. 184. SPIB - Southern Pine Inspection Bureau; www.spib.org. 185. SPRI - Single Ply Roofing Industry; www.spri.org. 186. SRCC - Solar Rating & Certification Corporation; www.solar-rating.org. 187. SSINA - Specialty Steel Industry of North America; www.ssina.com. 188. SSPC - SSPC: The Society for Protective Coatings; www.sspc.org. 189. STI - Steel Tank Institute; www.steeltank.com. 190. SWI - Steel Window Institute; www.steelwindows.com. 191. SWPA - Submersible Wastewater Pump Association; www.swpa.org. 192. TCA - Tilt -Up Concrete Association; www.tilt-up.org. 193. TCNA - Tile Council of North America, Inc.; www.tileusa.com. 194. TEMA - Tubular Exchanger Manufacturers Association, Inc.; www.tema.org. 195. TIA - Telecommunications Industry Association (The); (Formerly: TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance); www.tiaonline.org. 196. TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance; (See TIA). 197. TMS - The Masonry Society; www.masonrysociety.org. 198. TPI - Truss Plate Institute; www.tpinst.org. 199. TPI - Turfgrass Producers International; www.turfgrasssod.org. 200. TRI - Tile Roofing Institute; www.tileroofing.org. 201. UL - Underwriters Laboratories Inc.; www.ul.com. 202. UNI - Uni-Bell PVC Pipe Association; www.uni-bell.org. 03871819 REFERENCES 01 42 00 - 6 09/21 City of Lubbock Rov Furr Pioneer Park 203. USAV - USA Volleyball; www.usavolleyball.org. 204. USGBC - U.S. Green Building Council; www.usgbc.org. 205. USITT - United States Institute for Theatre Technology, Inc.; www.usitt.org. 206. WA - Wallcoverings Association; www.wallcoverings.org. 207. WCLIB - West Coast Lumber Inspection Bureau; www.wclib.org. 208. WCMA - Window Covering Manufacturers Association; www.wcmanet.org. 209. WDMA - Window & Door Manufacturers Association; www.wdma.com. 210. WI - Woodwork Institute; www.wicnet.org. 211. WSRCA - Western States Roofing Contractors Association; www.wsrca.com. 212. WWPA - Western Wood Products Association; www.wwpa.org. B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is believed to be accurate as of the date of the Contract Documents. 1. DIN - Deutsches Institut fur Normung e.V.; www.din.de. 2. IAPMO - International Association of Plumbing and Mechanical Officials; www.iapmo.org. 3. ICC - International Code Council; www.iccsafe.org. 4. ICC-ES - ICC Evaluation Service, LLC; www.icc-es.org. C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Information is subject to change and is up to date as of the date of the Contract Documents. 1. COE - Army Corps of Engineers; www.usace.army.mil. 2. CPSC - Consumer Product Safety Commission; www.cpsc.gov. 3. DOC - Department of Commerce; National Institute of Standards and Technology; www.nist.gov. 4. DOD - Department of Defense; www.quicksearch.dla.mil. 5. DOE - Department of Energy; www.energy.gov. 6. EPA - Environmental Protection Agency; www.epa.gov. 7. FAA - Federal Aviation Administration; www.faa.gov. 8. FG - Federal Government Publications; www.gpo.gov/fdsys. 9. GSA - General Services Administration; www.gsa.gov. 10. HUD - Department of Housing and Urban Development; www.hud.gov. 11. LBL - Lawrence Berkeley National Laboratory; Environmental Energy Technologies Division; www.eetd.lbl.gov. 12. OSHA - Occupational Safety & Health Administration; www.osha.gov. 13. SD - Department of State; www.state.gov. 14. TRB - Transportation Research Board; National Cooperative Highway Research Program; The National Academies; www.trb.org. 15. USDA - Department of Agriculture; Agriculture Research Service; U.S. Salinity Laboratory; www.ars.usda.gov. 16. USDA - Department of Agriculture; Rural Utilities Service; www.usda.gov. 17. USDOJ - Department of Justice; Office of Justice Programs; National Institute of Justice; www.ojp.usdoj.gov. 18. USP - U.S. Pharmacopeial Convention; www.usp.org. 19. USPS - United States Postal Service; www.usps.com. 03871819 REFERENCES 01 42 00 - 7 09/21 City of Lubbock Rov Furr Pioneer Park D. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. I. CFR - Code of Federal Regulations; Available from Government Printing Office; www.govinfo.gov. 2. DOD - Department of Defense; Military Specifications and Standards; Available from DLA Document Services; www.quicksearch.dla.mil. 3. DSCC - Defense Supply Center Columbus; (See FS). 4. FED -STD - Federal Standard; (See FS). 5. FS - Federal Specification; Available from DLA Document Services; www.quicksearch.dla.mil. a. Available from Defense Standardization Program; www.dsp.dla.mil. b. Available from General Services Administration; www.gsa.gov. C. Available from National Institute of Building Sciences/Whole Building Design Guide; www.wbdg.org. 6. MILSPEC - Military Specification and Standards; (See DOD). 7. USAB - United States Access Board; www.access-board.gov. 8. USATBCB - U.S. Architectural & Transportation Barriers Compliance Board; (See USAB). E. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. I. TAS; Architectural Barriers Texas Accessibility Standards; www.tdlr.texas.gov/ab/abtas.htm. 2. TFS; Texas A&M Forest Service; Sustainable Forestry and Economic Development; www.txforestservice.tamu.edu. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871819 REFERENCES 01 42 00 - 8 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 0143 26 - TESTING LABORATORY SERVICES 1714514 WEE" WO D1:7.11-0 1.1 SUMMARY A. Section Includes: 1. Selection and Payment. 2. Contractor Submittals. 3. Laboratory Responsibilities. 4. Laboratory Reports. 5. Limits on Testing Laboratory Authority. 6. Contractor Responsibilities. 7. Schedule of Inspections and Tests. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 33 00 "Submittal Procedures" for Manufacturer's Certificates. 3. Section 0170 00 "Execution and Closeout" for Project Record Documents. 4. Individual Specification Sections: Inspections and tests required, and standards for testing. 1.2 REFERENCES A. ANSI/ASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. B. ANSUASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.3 SELECTION AND PAYMENT A. Contractor shall employ and pay for services of an independent testing laboratory to perform specified inspection and testing. B. Employment of testing laboratory shall in no way relieve Contractor of obligation to perform work in accordance with requirements of Contract Documents. 1.4 QUALITY ASSURANCE A. Comply with requirements of ANSI/ASTM E329 and ANSI/ASTM D3740R. B. Laboratory: Authorized to operate in State of Texas. C. Laboratory Staff. Maintain a full-time registered Engineer on staff to review services. D. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.5 CONTRACTOR SUBMITTALS A. Prior to start of Work, submit testing laboratory name, address, and telephone number, and names of full-time registered Engineer and responsible officer. 03871819 TESTING LABORATORY SERVICES 01 43 26 - 1 09/2021 City of Lubbock Roy Furr Pioneer Park Improvements 1.6 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with Owner's Representative and Contractor in performance of services. C. Perform specified inspection, sampling, and testing of products in accordance with specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Owner's Representative and Contractor of observed irregularities or non- conformance of Work or products. F. Perform additional inspections and tests required by Owner's Representative. 1.7 LABORATORY REPORTS A. After each inspection and test, promptly submit three copies of laboratory report to Owner's Representative and to Contractor. Include: 1. Date issued. 2. Project title and number. 3. Name of inspector. 4. Date and time of sampling or inspection. 5. Identification of product and Specifications Section. 6. Location in the Project. 7. Type of inspection or test. 8. Date of test. 9. Results of tests. 10. Conformance with Contract Documents. B. When requested by Owner's Representative, provide interpretation of testresults. 1.8 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 1.9 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work and to manufacturer's facilities. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify Owner's Representative and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.10 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated on Drawings and in individual Specification Sections. 03871819 TESTING LABORATORY SERVICES 01 43 26 - 2 09/2021 City of Lubbock Roy Furr Pioneer Park Improvements PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871819 TESTING LABORATORY SERVICES 01 43 26 - 3 09/2021 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 0150 00 - TEMPORARY FACILITIES AND CONTROLS 17\4514 WE11" 01001 A." 1.1 SUMMARY A. Furnish, install and maintain temporary items required for construction. Remove on completion of Work. Comply with federal, state and local codes and regulations, and with utilitycompany requirements. B. Section Includes: 1. Storage Units. 2. Fencing. 3. Security. 4. Water Control. 5. Dust Control. 6. Erosion and Sediment Control. 7. Pollution Control. 8. Protection of Work. 9. Sanitary Facilities. 10. Storage and Stockpile of Excavated Dirt. 11. De -Watering. 12. Barricades. 13. Traffic Control. 14. Removal of Temporary Facilities. 15. Parking Facilities. C. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 STORAGE UNITS A. Contractor may provide on the premises, suitable watertight storage units for storage of materials. Storage will be maintained in good condition. Coordinate location with Owner. 1.3 FENCING A. Contractor may provide temporary fencing. Fencing will be maintained in good condition. Coordinate location with Owner. 1.4 SECURITY A. Entry Control: 1. Restrict entrance of persons and vehicles into Project site. 2. Allow entrance only to authorized persons with proper identification. 1.5 WATER CONTROL A. Grade site to drain. B. Maintain excavations free of water. C. Provide, operate, and maintain pumping equipment. D. Protect site from puddling and running water. Provide water barriers as required to protect site from soil erosion. 03871819 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 061000181yli[0M10Me]J A. Execute Work by methods to minimize raising dust from construction operations. B. Provide positive means to prevent air -borne dust from dispersing into atmosphere. 1.7 EROSION AND SEDIMENT CONTROL A. Plan and execute construction by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. B. Minimize surface area of bare soil exposed at one time. C. Provide temporary measures including berms, dikes, and drains, and other devices to prevent water flow that would result in erosion. D. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. E. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 1.8 POLLUTION CONTROL A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. B. Comply with pollution and environmental control requirements of authorities having jurisdiction. f I&�9 ZCII:to] Ito] ► to] 01►&V"-IN, MG] 7:4 A. Protect installed Work and provide special protection where specified in individual Specification Sections. B. Provide temporary and removable protection for installed products. Control activity in immediate work area to minimize damage. C. Provide protective coverings at openings in walls, roof, and soffits. D. Protect finished walkways, drives, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.10 SANITARY FACILITIES A. Contractor may provide toilet facilities for the use of all persons employed on the job. He shall post notices, take such precautions as may be necessary, remove any refuse deposited in or about the building, and maintain the premises in a sanitary condition. 1.11 STORAGE AND STOCKPILE OF EXCAVATED DIRT A. All dirt excavated during the construction process shall be removed to an approved location. Temporary stockpile locations, if required, will be approved by Owner's Representative. 03871819 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.12 DE -WATERING A. Surface or subsurface water or other fluid shall not be permitted to accumulate in excavations. Should such conditions develop, water and other fluids shall be controlled and disposed of by means of temporary pumps, piping, drain lines, ditches, dams, or other approved methods. 1.13 BARRICADES A. Barricades and Protective Measures: Contractor shall be responsible for the protection of unfinished Work. Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals. He shall also take such other precautionary measures for the protection of persons, property, and the Work as may be necessary. B. Contractor shall be responsible for all damage to the Work due to failure of barricades, signs, and lights to protect it. When damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. 1.14 TRAFFIC CONTROL A. Contractor shall be responsible for all traffic control and safety during construction. Contractor shall meet all City requirements for public safety, barriers, and traffic control. Contractor shall coordinate traffic control with the City of Lubbock. 1.15 REMOVAL OF TEMPORARY FACILITIES A. When any temporary facility is no longer needed for the proper conduct of the Work, Contractor shall completely remove it from the project and shall repair or replace any material, equipment, or finished surface damaged by doing so. 1.16 PARKING FACILITIES A. Restrict parking of construction personnel vehicles to areas as directed by Owner. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871819 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 13 X40 I releDI&VARM 111U 103 :7:\:a•/ II:Z11.y (1�1�1 I7.y 1)171071 Biel I[Kelel 1:11/711 PART 1 - GENERAL 1.1 SUMMARY A. Section includes obtaining permits and furnishing labor, materials, equipment, and incidentals necessary to provide erosion and sediment control during construction including furnishing, installing, and maintaining erosion and sediment control structures and procedures and the proper removal when no longer required. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Submittals shall be per Project requirements and include copies of submitted forms and inspection reports as Project progresses. 1.3 TPDES PERMIT A. Permit Provisions: 1. Prepare a Stormwater Pollution Prevention Plan (SWPPP), including site map, per TPDES Construction General Permit (TXR 150000) for Stormwater Discharge associated with construction activity. 2. Contractor shall be Primary Operator of SWPPP, will install and maintain physical measures detailed in Plan, and provide administrative oversight of Plan. 3. Contractor Shall: a. Prepare and submit a Notice of Intent (NOI) to TCEQ with a copy to Owner. b. Sign and post onsite a completed "Construction Site Notice," and provide copy to operator of any separate municipal storm sewer system per permit requirements. C. Install Best Management Practices (BMPs) noted on SWPPP Site Plan. d. Maintain BMPs during construction. e. Periodically inspect BMPs, monitor Plan, file reports, and other items required by TPDES Construction General Permit. Contractor shall maintain a master copy of SWPPP plan at job site and insert copies of required periodic inspection reports into master copy of SWPPP. f. Make revisions to BMPs if needed as construction progresses, revise if BMPs shown do not adequately limit sediments leaving site. g. Prepare and submit a Notice of Termination (NOT) to TCEQ and copy Owner. h. Remove BMPs from Project site. 4. General Permit requirements supersede noted items in the event of a conflict. 5. For assistance in completing NOI or NOT, Contractor may access TCEQ website at www.tceq.state.tx.us. 03871819 TEMPORARY EROSION AND SEDIMENT CONTROL 0157 13 - 1 09/2021 City of Lubbock Roy Furr Pioneer Park Improvements B. Temporary Drainage Provisions: 1. Contractor shall provide for drainage of stormwater and water as applied or discharged onsite in performance of work. Drainage facilities shall be adequate to prevent damage to work, site, and adjacent property. 2. Clean, enlarge, or supplement existing drainage channels and conduits as necessary to carry all increased runoff attributable to Contractor operations. Construct dikes as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner facilities and Work, and direct water to drainage channels or conduits. Ponding provided as necessary to prevent downstream flooding. C. Dust Control: No construction activity shall take place without applying reasonable measures required to prevent particulate matter from becoming airborne, so it remains visible beyond limits of construction. Reasonable measures may include application of water or chemical dust suppressants, paving, frequent road cleaning, and planting vegetative ground cover. Utilize methods and practices of construction to eliminate blowing dust in full observance of state and federal regulations. If dust complaints received by local municipality or Owner, apply reasonable control measures. 1.4 JOB CONDITIONS, CODES, AND ORDINANCES A. Comply with local codes and ordinances. If local codes and ordinances require more stringent or additional erosion and sediment control measures during construction, Contractor shall provide such measures. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871819 TEMPORARY EROSION AND SEDIMENT CONTROL 01 57 13 -2 09/2021 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 0157 19 — TEMPORARY ENVIRONMENTAL CONTROLS 17\.9419EK" 010 DRIVE" 1.1 SUMMARY A. Section Includes: 1. Definitions. 2. Environmental Protection Requirements. 3. Protection of Natural Resources. 4. Erosion and Sediment Control Measures. 5. Control and Disposal of Solid and Sanitary Wastes. 6. Dust Control. 7. Storm water Pollution Prevention Plan (SWPPP). B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. The publications listed below form a part of this Specification to the extent referenced. The publications are referred to in the text by the basic designation only. 1. Code of Federal Regulations (CFR). 2. 29 CFR 1910-Subpart G: Occupational Health and Environmental Control. 3. Corps of Engineers (COE). 4. COE EP-1165-2-304 1976: Flood Plain Regulations for Flood Plain Management. 1.3 DEFINITIONS A. Sediment is defined as soil and other debris that has eroded and transported by runoff water or wind. B. Solid Waste is defined as rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, and agricultural operations and from community activities. C. Rubbish is defined as combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, and bones. D. Debris is defined as combustible and noncombustible wastes such as ashes and waste materials resulting from construction or maintenance and repair Work, leaves, and tree trimmings. E. Chemical Waste is defined as salts, acids, alkalis, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Waste defined as sewage, domestic sanitary sewage, garbage, and any refuse and scraps resulting from preparation, cooking, dispensing, and consumption offood. G. Oily Waste is defined as any petroleum products and bituminous materials. 03871819 TEMPORARY ENVIRONMENTAL CONTROLS 0157 19 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.4 ENVIRONMENTAL PROTECTION REQUIREMENTS A. Provide and maintain, during the life of the Contract, environmental protection as defined. Plan for and provide environmental protective measures to control pollution that develops during normal construction practice. Plan for and provide environmental protective measures required to correct conditions that develop during the construction of permanent or temporary environmental features associated with the Project. Comply with Federal, state, and local regulations pertaining to the environment, including but not limited to water, air, and noisepollution. 1. Preconstruction Survey: perform a preconstruction survey of the Project site with Owners Representative, and pollution prevention measures necessary to assess existing environmental conditions in, and adjacent to the site. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PROTECTION OF NATURAL RESOURCES A. Natural Resources: Preserve within the Project boundaries and outside the limits of permanent Work. Restore to an equivalent or improved condition upon completion of Work. Confine construction activities to within the limits of the Work indicated or specified. B. Land Resources (except in areas to be cleared): Do not remove, cut, deface, injure, or destroy trees or shrubs without Owners Representative's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by Owners Representative. Where such use of attach ropes, cables, or guys is authorized, Contractor shall be responsible for any resultant damage. C. Water Resources: Prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain the contents of the tanks in the event of leakage or spillage. D. Protection: Protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30 percent or more of their root systems destroyed. E. Replacement: Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain Owner's Representative's approval before replacement. F. Temporary Construction: Remove traces of temporary construction facilities such as haul roads, Work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. 03871819 TEMPORARY ENVIRONMENTAL CONTROLS 01 57 19 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.2 EROSION AND SEDIMENT CONTROL MEASURES A. Burnoff. Burnoff of the groundcover is not permitted B. Borrow Areas: Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside the borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils: Immediately finish the earthwork brought to a final grade, as indicated or specified. Immediately protect the side slopes and back slopes upon completion of rough grading. Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils: Mechanically retard and control the rate of runoff from the construction site. This includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.3 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES A. Solid Waste Pickup: Solid waste to be placed in containers which are regularly emptied. Do not prepare, cook, or dispose of food on the Project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose ofwaste. B. Disposal of Rubbish and Debris: Dispose of rubbish and debris in accordance with the requirements specified in area as directed by Owner. C. Garbage Disposal: Place garbage in approved containers and move to a pickup point or disposal area where directed. 3.4 DUST CONTROL A. Contractor will be fully responsible for dust control along all haul roads and in the Project area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat, with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. 3.5 STORM WATER POLLUTION PREVENTION PLAN A. Compliance with TCEQ TPDES Construction General Permit and/or City of Lubbock Storm Water Ordinance. For City review, provide Storm Water Plan Review application and fee, Storm Water Pollution Prevention Plan, Construction Site Notice, and if applicable Notice of Intent and upon completion Notice of Termination. Implement, maintain, and inspect BMPs such as silt fence, sand bags, diversion swales, and other measures and/or incidentals forcompliance. END OF SECTION 03871819 TEMPORARY ENVIRONMENTAL CONTROLS O1 57 19 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 01 60 00 —PRODUCT REQUIREMENTS 1714514 WE11" 01001:7.11 1 1.1 SUMMARY A. Section Includes: 1. Products. 2. Product Delivery, Storage, and Handling. 3. Product Options. 4. Substitutions. B. Related Requirements: C. Other Division 01 Specification Sections apply to Work of this Section. D. Section 0140 00 "Quality Requirements" for Product Quality Monitoring. 1.2 PRODUCTS A. Products are new material, machinery, components, equipment, fixtures, and systems forming the Work. This does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. B. Provide interchangeable components of the same manufacturer, for similar components. 1.3 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. B. Storage: 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site 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 well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. C. Handling: 1. Handle materials, products, and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 03871819 PRODUCT REQUIREMENTS 01 60 00 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.4 PRODUCT OPTIONS A. Products specified by Reference Standards or by description only are any product meeting those standards or description. B. Products specified by naming 1 or more manufacturers are products of manufacturers named and meeting specifications (no options or substitutions allowed). C. Products specified by naming 1 or more manufacturers with a Provision for Substitutions require the submittal of a request for substitution for any manufacturer not named. 1.5 SUBSTITUTIONS A. Substitutions may be considered when a product becomes unavailable through no fault of Contractor. B. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. C. A request constitutes a representation that Contractor: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specifiedproduct. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. D. Substitutions will not be considered when they are indicated or implied on Shop Drawings or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. E. Substitution Submittal Procedure: 1. Submit request for Substitution for consideration. Limit each request to I proposed Substitution. 2. Submit Shop Drawings, product data, and certified test results attesting to the proposed product equivalence. 3. Owner's Representative 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 03871819 PRODUCT REQUIREMENTS 01 60 00 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 01 70 00 — EXECUTION AND CLOSEOUT REQUIREMENTS 17\4514 aEK" 01001A.11 I 1.1 SUMMARY A. Section Includes: 1. Closeout Procedures. 2. Final Cleaning. 3. Adjusting. 4. Project Record Documents. 5. Operation and Maintenance Data. 6. Warranties. 7. Spare Parts and Maintenance Materials. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01 50 00 "Temporary Facilities and Controls" for Progress Cleaning. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Owners Representative's inspection. B. Provide submittals to Owner's Representative 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. 1.3 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to a sanitary condition. D. Replace filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep paved areas and rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from the site. H. Repair, patch and touch-up marred surfaces to match adjacent finishes. I. Clean ducts, blowers and coils if air conditioning units were operated during construction. 1.4 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 03871819 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 1 09/21 City of Lubbock Rov Furr Pioneer Park Improvements 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, 1 set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed Shop Drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. 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 depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by addenda and modification. F. Submit documents to Landscape Architect with claim for final Application forPayment. 1.6 OPERATIONS AND MAINTENANCE DATA A. Submit 1 copy 15 days prior to final inspection, 8-1/2 x 11-inch text pages, bound in 3 D-ring binders with durable plastic covers. 1. This copy will be returned after final inspection, with Owner's Representative comments. Revise content of documents as required prior to final submittal. B. Submit 2 final volumes revised within 10 days after final inspection. C. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS," title of Project, and subject matter of binder when multiple binders are required. D. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. 1. Contents: Prepare a Table of Contents for each volume, with each product or system description identified, type on 24 pound white paper. 2. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 3. Part 2: Operation and maintenance instructions arranged by system and subdivided by Specification Section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Additionally, identify the following: a. Significant design criteria. b. List of equipment. C. Parts list for each component. 03871819 EXECUTION AND CLOSEOUT REQUIREMENTS O1 70 00 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements d. Operating instructions necessary for Owner to make full and efficient use of equipment including recommended maintenance and seasonal change -over procedures for HVAC systems. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. 4. Part 3: Project documents and certificates, including the following: a. Shop Drawings and product data. b. Air and water balance reports. C. Certificates. d. Photocopies of warranties and bonds. 1.7 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 10 days after acceptance, listing date of acceptance as start of warranty period. 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual Specification Sections. B. Deliver to Project site and place in location as directed; obtain receipt prior to final payment. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871819 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 02 4113 - SELECTIVE SITE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Preparing the Project area for construction operations by the demolition, removal, and salvage or disposal of all obstructions within the limits of the Project's construction area. Such obstructions shall be considered to include foundations, asphalt paving, concrete slabs, concrete curb and gutter, existing light poles with concrete footings and associated electrical conduit and wiring, existing water meter boxes with associated conduit and appurtenances, and all rubbish and debris, whether above or below ground, except live utility facilities. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 GENERAL A. Where applicable, all lines separating pavement to be removed from that to remain in place shall be cut neatly and in a straight line, or shall be separated at an existing expansion or construction joint. Cuts shall be made by means of sawing, or other methods approved by Owner's Representative which will produce a satisfactory edge. In no case shall the line be cut with a motor grader blade. B. All existing materials to be removed and disposed of under this item shall be removed by Contractor, and shall be disposed of in appropriate disposal areas off Owner's property. Removal operations shall be accomplished in such a manner to minimize disturbance of existing underlying courses and adjacent pavement structures or improvements to remain in place. Any underlying courses disturbed during removal operations shall be reworked, recompacted, and regraded to the satisfaction of the Landscape Architect. Any damage to adjacent pavement structures or improvements to remain in place shall be repaired to the satisfaction of the Landscape Architect and Owner. C. Unless otherwise indicated on Plans, all obstructions shall be removed to 2 feet below the lower elevations of the excavation, or to the bottom of structure, whichever is lower. D. Any voids created from the removal of obstructions within the construction area, where paving is to be placed and that extends down into the subgrade of the paving section, shall be backfilled with acceptable material and compacted according to the requirements of subgrade preparation of the Contract Documents. E. Contractor shall complete the Work specified herein so that the prepared construction area is free of holes, ditches, and other abrupt changes in elevations and irregularities to contour. END OF SECTION 03871819 SELECTIVE SITE DEMOLITION 0241 13 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 1168 00 - PLAY FIELD EQUIPMENT AND STRUCTURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Installation of a playground structure model FIT-2628 City of Lubbock as shown on the Plans and herein specified. B. Related Requirements I . Division 01 Specification Sections apply to Work of this Section. 2. Section 31 10 00 "Site Clearing." 3. Section 3120 00 "Earth Moving." 4. Section 32 18 16 "Playground Protective Surfacing." 5. Appendix A "Play Field Equipment Plans." 1.2 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer familiar with local building codes and with the latest safety guidelines, who has completed installation of playground structures similar in material, design, and extent to that indicated for this Project, and whose Work has resulted in construction with a record of successful in-service performance. B. Acceptable Manufacturers: Provide play structure/components as manufactured by BCI Burke Company, LLC, P.O. Box 549, 600 Van Dyne Road, Fond du Lac, Wisconsin 54936-0549, Tel: 920.921.9220, Fax: 920.921.9566, Toll Free: 800.266.1250, www.bciburke.com or approved equal. C. Product Options: Drawing indicates size, components and dimensional requirements of playground structure and is based on the specific system indicated. 1.3 SUBMITTALS A. Product Data: Include physical characteristics such as materials, dimensions and finish. B. Shop Drawings: Show assembly and installation details. C. Samples for Verification: Color selections for upright posts, steel accessories, freestanding panels and signs, plastic components, other. D. Warranty: Include manufacturer's standard warranty. 1.4 REFERENCES A. ASTM F1487 Standard Consumer Safety Performance Specification for Playground Equipment for Public use CAN/CSA-Z614 Children's Playspaces and Equipment. B. ASTM F 1292 Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment. C. U.S. Consumer Products Safety Commission Handbook for Public Playground Safety. D. Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities; Play Areas, amended November 20, 2000. 03871819 PLAY FIELD EQUIPMENT AND STRUCTURES 11 68 00 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.5 DELIVERY, STORAGE AND HANDLING A. Inspect all components on delivery to ensure that no damage occurred during shipping or handling. Materials shall be stored in original undamaged packaging in such a manner to ensure proper ventilation and drainage, and to protect against damage, weather, vandalism, and theft until ready for installation. Inspect components prior to installation. PART 2 - MATERIALS 2.1 GENERAL PRODUCT MATERIAL SPECIFICATIONS A. Fasteners: 1. Button head cap screws and socket head cap screws shall be 302HQ corrosion resistant, passivated, stainless steel, tamper resistant, and pre-treated with a locking/sealing adhesive. 2. Other stainless steel hardware shall be 302HQ corrosion resistant stainless steel. 3. Non stainless steel hardware shall be zinc plated grade 5 steel. B. Rotationally Molded Plastic Parts, shall be manufactured from color compounded, linear, low -density polyethylene with an average of .250-inch wall thickness and textured non - sliding surfaces. Plastic parts shall be UV stabilized to UV-16 and shall have a density of 0.935 per ASTM D-1505. Plastic parts shall have a tensile strength at yield no less than 2,500 psi with flexural modulus of 87,200 psi. C. HDPE plastic panel parts shall be precision cut from a single solid sheet of either .50-inch or .75-inch thick UV -stabilized extruded high -density polyethylene with colors molded in, with a durable matte finish. The material will have a density of 59.6 lbs/cu.ft. and a tensile strength of 4,000 psi. All edges shall be rounded or chamfered for safe play. D. Play Mats are 100 percent recycled rubber buffing's bonded with urethane. E. Posts, steel shall be cold -formed steel tubing with a yield test of at least 50,000 psi and a tensile strength of at least 55,000 psi. Tube members shall comply with ASTM A-135 and ASTM A-500 Grade B minimum and shall be tested according to ASTM E-8. 1. Tubing Exteriors shall be triple coated for maximum exterior protection: galvanized, then coated with a chromate conversion coating and finished with a baked -on powder -coat. 2. Tubing interiors shall be coated with a corrosion resistant zinc -rich coating. 3. Tubing and cap finished with a baked -on powder coating. 4. Standard posts shall be an assembly consisting of the galvanized steel tubing with a cast aluminum cap factory installed in the post with 1/8-inch by 15/32-inch stainless steel pinned aluminum drive rivets. F. Posts, aluminum shall be extruded aluminum tubing with a yield test of at least 35,000 psi and a tensile strength of at least 38,000 psi. Tube members shall comply with and shall be tested according to ASTM B-221. Standard posts shall be an assembly consisting of the extruded aluminum tubing with a cast aluminum cap factory installed in the post with 1/8-inch by 15/32-inch stainless steel pinned aluminum drive rivets. 03871819 PLAY FIELD EQUIPMENT AND STRUCTURES 11 68 00 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 2.2 DESCRIPTIONS OF COATINGS A. PVC Coating (Poly -Vinyl Chloride): Prior to coating, each part shall be chemically washed, submerged in a heat -activated primer and dried. After drying, each part shall be pre -heated to a temperature no less than 350 degrees F and immersed in liquid PVC. Play/usage surfaces shall have coating thickness of .085-inch to .150-inch. Park and site surfaces (i.e. benches, picnic tables) shall have coating thickness of .050-inch to .080-inch. PVC shall comply with California Assembly Bill #1108 by having a concentration that does not exceed 0.1 percent of the following phthalates; DINP, DIDP, DnOP, DEHP, or BBP. This formulation is also free of heavy metals such as Lead and Cadmium. The PVC shall have: 1. Tensile strength of no less than 1,830 psi per ASTM 412. 2. Elongation of no less than 350 percent per ASTM 412. 3. Tear strength of no less than 250 lb./in. per ASTM 624. 4. Hardness of 75 +/- 3 (Durometer, Shore A) per ASTM 2240. 5. UV stabilizer shall be added to PVC to withstand 1 year in a QUV panel tester without any significant color drift. 6. Burn Rate will meet or exceed Federal Safety Standard MVSS 302. This is the same as a UL 94 HB rating. B. Powder Coating - Standard and Super Durable colors: All metal parts will be coated with a 2-part powder coat system that consists of a primer and a top coat. Powder coating is electrostatically applied at a thickness of 3 to 6 mils (.003 - .006). Prior to powder coating, all parts shall be cleaned and pretreated with a 5 stage non -phosphate and non -chromic process. The primer is cured before applying the top coat which is a polyester/TGIC powder coating with superior color-, gloss-, and UV stabilizers. Note: Top coat may be Standard or Super Durable powder coating depending on specific color availability. Finish quality conforms to ASTM Specifications and will have the following properties: 1. Adhesion: No less than 5B. The edges of the cuts are completely smooth; none of the squares of the lattice is detached. (Cross hatch/tape adhesion test per ASTM D3359 Method B). 2. Hardness: No less than 2H (pencil hardness test per ASTM B3363). 3. Resistance to Impact: Cracking at the perimeter of the concave area, but no cracking pick off from 80 in/lb direct or reverse impact (ASTM D2794). 4. Resistance to Bending: No visible cracking (1/8-inch bending test per ASTM 522). 5. Degree of Gloss: No less than 80 percent reflected (specular gloss test at 60 degrees per ASTM D523). 6. Resistance to Salt Spray (Standard colors): No more than 1/8-inch undercutting and no blistering in 1,000 hours (salt spray test per ASTM B117). 7. Resistance to Humidity (Standard colors): No more than 1/8-inch undercutting and no blistering in 1,000 hours (humidity test per ASTM D2247). C. Further properties for specific Super Durable colors: 1. Resistance to Acid Salt Spray (Super Durable colors): No more than 1/32-inch undercutting and no blistering in 3,000 hours (salt spray test per ASTM G85 Annex 5). 2. Resistance to Humidity (Super Durable colors): No more than 1/32-inch undercutting and no blistering in 3,000 hours (humidity test per ASTM D2247). 3. Weathering (Super Durable colors): No less than 4 (tested per EN 20105-A02). 4. Light fastness (Super Durable colors): No less than Grade 7 (tested per EC ISO 105- B02). 03871819 PLAY FIELD EQUIPMENT AND STRUCTURES 11 68 00 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements D. Corrosion protection: All metal parts will either have inherent corrosion protection such as stainless steel, aluminum or galvanized steel, or they will be pre-treated prior to powder coating with either an e-coat or zinc clear chromate coating for superior corrosion protection. 2.3 BLOCK UP 20-INCH TO 24-INCH A. Plyo Block Insert: 3/4-inch Extruded HDPE. B. Plyo Block Cap: 1 piece all welded construction consisting of 12-gauge galvanized steel sheet with studs welded into place. PVC coated after fabrication. C. Plyo Block Support 56-Inch: 1 piece all welded construction consisting of 2-3/8-inch OD by 12-gauge galvanized steel tubing and 10-gauge galvanized sheet steel. Finished with a baked on powder coating. 2.4 BLOCK UP 8-INCH TO 16-INCH A. Plyo Block Insert: 3/4-inch Extruded HDPE. B. Plyo Block Support 40-Inch: 1 piece all welded construction consisting of 2-3/8-inch OD by 12-gauge galvanized steel tubing and 10-gauge galvanized sheet steel. Finished with a baked on powder coating. C. Plyo Block Cap: 1 piece all welded construction consisting of 12-gauge galvanized steel sheet with studs welded into place. PVC coated after fabrication. 2.5 DOORKNOB JAM A. Fitness Grip: Casted A356 aluminum, finished with a baked -on powder coating. B. Overhead Wall Climber Panel Large: 3/4-inch extruded HDPE. C. Overhead Wall Climber Panel Small: 3/4-inch extruded HDPE. D. Weldment, Overhead: 1 piece all welded construction consisting of 10-gauge by 2.375- inch OD galvanized tubing, 1.315-inch OD by 14-gauge galvanized embossed steel tubing, 7-gauge and 10-gauge galvanized steel sheet and 8 threaded inserts. Finished with a baked - on powder coating. E. Weldment, Mid Climbing Wall: 1 piece all welded construction consisting of 10-gauge by 2.375-inch OD galvanized tubing, 7-gauge and 10-gauge galvanized steel sheet. Finished with a baked -on powder coating. F. Bracket Elliptical, Rope Connection: 1 piece all welded construction consisting of 7-gauge stainless -steel sheet and 8-gauge galvanized steel plating. Finished with a baked -on powder coating. G. Weldment, Low Climbing Wall: 1 piece all welded construction consisting of 10-gauge by 2.375-inch OD galvanized tubing, 7-gauge and 10-gauge galvanized steel sheet. Finished with a baked -on powder coating. 2.6 FROG HOP A. Plyo Block Insert: 3/4-inch extruded HDPE. B. Rope Assembly 61-3/16-Inch: Rope consists of 6 right hand, regular lay strands, closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly covered with polyester fibers. Aluminum end connectors and ferrules with stainless steel screws. C. Rope Assembly 17-11/16-Inch: Rope consists of 6 right hand, regular lay strands, closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel 03871819 PLAY FIELD EQUIPMENT AND STRUCTURES 11 68 00 - 4 09/21 City of Lubbock Roy Furr Pioneer Park Improvements wires tightly covered with polyester fibers. Aluminum end connectors and ferrules with stainless steel screws. D. Plyo Block Support 40-Inch: 1 piece all welded construction consisting of 2-3/8-inch OD by 12-gauge galvanized steel tubing and 10-gauge galvanized sheet steel. Finished with a baked -on powder coating. E. Plyo Block Cap: 1 piece all welded construction consisting of 12-gauge galvanized steel sheet with studs welded into place. PVC coated after fabrication. F. Floating Step Frame: 1 piece all welded construction consisting of 1.029-inch OD by 14-gauge galvanized steel tubing, 10-gauge galvanized steel sheet with studs welded into place. Finished with a baked -on powder coating. G. Upper Left Beam: 1 piece all welded construction consisting of formed 2-3/8-inch OD by 10-gauge galvanized steel tubing, 7-gauge stainless steel sheet and 8-gauge galvanized steel plate. Finished with a baked -on powder coating. H. Upper Right Beam: 1 piece all welded construction consisting of formed 2-3/8-inch OD by 10-gauge galvanized steel tubing, 7-gauge stainless steel sheet and 8-gauge galvanized steel plate. Finished with a baked -on powder coating. 1. Lower Left Beam: 1 piece all welded construction consisting of formed 2-3/8-inch OD by 10-gauge galvanized steel tubing, 7-gauge stainless steel sheet and 8-gauge galvanized steel plate. Finished with a baked -on powder coating. J. Lower Right Beam: 1 piece all welded construction consisting of formed 2-3/8-inch OD by 10-gauge galvanized steel tubing, 7-gauge stainless steel sheet and 8-gauge galvanized steel plate. Finished with a baked -on powder coating. K. Arched Beam: 1 piece all welded construction consisting of formed 2-3/8-inch OD by 10-gauge galvanized steel tubing, 7-gauge stainless steel sheet. Finished with a baked -on powder coating. L. Brass Spacer 7/16-Inch OD by 1-1/4-Inch: Brass Tube 7/16-inch OD by .028-inch Wall. 2.7 FS SIGN, ELEVATE FIT-2628 A. FS Sign Frame: 10-gauge galvanized steel finished with baked -on black powder coating. B. Arch Post, Sign: 1 piece all welded construction consisting of 2-3/8-inch OD by 12-gauge galvanized steel tubing and 10 GAUGE galvanized sheet steel. Finished with a baked -on powder coating. C. Sign, Fit-2628: A full color graphic sign printed on 3mm DiBond. 2.8 JUNGLE PIPELINE A. Parallel Bar: 1 piece all welded construction consisting of formed 1.900-inch OD by 11-gauge galvanized steel tubing and 7-gauge galvanized steel sheet. Finished with a baked -on powder coating. 03871819 PLAY FIELD EQUIPMENT AND STRUCTURES 11 68 00 - 5 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 2.9 LAVA LEAP A. Plyo Block Large Insert: 3/4-inch extruded HDPE. B. Angled Plyo Block Support: 1 piece all welded construction consisting of 2-3/8-inch OD by 12-gauge galvanized steel tubing and 10-gauge galvanized sheet steel. Finished with a baked -on powder coating. C. Plyo Block Cap Large: 1 piece all welded construction consisting of 2-3/8-inch OD by 12-gauge galvanized steel plate. PVC coated after fabrication. 2.10 MIGHTY MAX A. Cap: 3/4-inch co -extruded HDPE. B. Rope Climber Assembly: Rope consists of 6 right hand, regular lay strands, closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly covered with polyester fibers. Aluminum end connectors and ferrules with stainless steel screws. C. Rope Climber, Horizontal Support: 1 piece all welded construction consisting of 2-3/8-inch by 12-gauge galvanized steel tubing and 8-gauge galvanized steel plating. Finished with baked -on powder coat. D. Rope Climber, Vertical Support: 1 piece all welded construction consisting of 2-3/8-inch by 12-gauge galvanized steel tubing, 2-3/8-inch by 12-gauge galvanized steel swaged tubing, and 10- and 12-gauge galvanized steel plating. Finished with baked -on powder coat. 2.11 MIGHTY MIGHT A. Cap: 3/4-inch co -extruded HDPE. B. Pipe Climber: 1 piece all welded construction consisting of 2-3/8-inch by 12-gauge galvanized steel tubing, 1.315-inch embossed steel tubing, and 12-gauge galvanized steel plating. Finished with baked on powder coat. 2.12 OVER UNDER A. Over Under Upper Panel: 3/4-inch extruded HDPE. B. Over Under Lower Panel: 3/4-inch extruded HDPE. C. Over Under High: 1 piece all welded construction consisting of 1.900-inch by 11-gauge galvanized steel tubing and 10-gauge galvanized steel plating. Finished with baked on powder coat. D. Over Under Low: 1 piece all welded construction consisting of 1.900-inch by 11-gauge galvanized steel tubing and 10-gauge galvanized steel plating. Finished with baked on powder coat. 2.13 SUMMIT BRIDGE A. PVC Coated, 4/0 Chain 12-3/4-Inch: 3/8-inch diameter, 4/0 straight coil chain. PVC coated after fabrication. B. Anchor Tube: 1.315-inch OD by 12-gauge galvanized steel tubing. C. Panel, Rope Wall: 3/4-inch extruded HDPE. D. Panel, Platform: 3/4-inch extruded HDPE 03871819 PLAY FIELD EQUIPMENT AND STRUCTURES 11 68 00 - 6 09/21 City of Lubbock Roy Furr Pioneer Park Improvements E. Rope Assembly, Tab to Tab 118-7/8-Inch: Rope consists of 6 right hand, regular lay strands, closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly covered with polyester fibers. Aluminum end connectors and ferrules. F. Rope Assembly, Fitness Net: Rope consists of 6 right hand, regular lay strands, closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly covered with polyester fibers. Aluminum end connectors and ferrules with stainless steel screws. G. Rope Assembly, Tab to Eye 118-Inch: Rope consists of 6 right hand, regular lay strands, closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly covered with polyester fibers. Aluminum end connectors, grips, and ferrules with stainless steel screws. H. Formed Tube 1.660 OD by 94-3/4-Inch: 1.660-inch OD by 12-gauge galvanized steel tubing. Finished with a baked -on powder coating. 1. Bracket Elliptical, Rope Connection: 1 piece all welded construction consisting of 7-gauge stainless -steel sheet and 8 GAUGE galvanized steel plating. Finished with a baked -on powder coating. J. Platform Support: 1 piece all welded construction consisting of 7-gauge stainless -steel, 8-gauge and 10-gauge galvanized plating, and 1.900-inch OD by 11-gauge galvanized steel tubing. Finished with baked -on powder coating. K. Weldment, S-Tube: 1 piece all welded construction consisting of 7-gauge stainless -steel and 8-gauge galvanized plating, and 1.660-inch OD by 12-gauge galvanized steel tubing. Finished with baked -on powder coating. L. Weldment, Platform Cap: 1 piece all welded construction consisting of 12-gauge HRPO steel sheet. PVC coated with textured traction surface after fabrication. M. Weldment, Rope Climb: 1 piece all welded construction consisting of 12-gauge HRPO steel sheet. PVC coated with textured traction surface after fabrication. N. Weldment, Rail: 1 piece all welded construction consisting of 7-gauge stainless -steel plate and 1.900-inch OD by 11-gauge galvanized tubing. Finished with baked -on powder coating. O. Arched Beam 1.660 Od By 36-Inch: 1 piece all welded construction consisting of 7-gauge stainless -steel plate and 1.660-inch OD by 12-gauge galvanized tubing. Finished with baked -on powder coating. P. Brass Spacer 7/16-Inch Od by 1-1/4-Inch: Brass Tube 7/16-inch OD by .028-inch Wall. 2.14 TWINKLE TOES A. Rope Assembly, High Stepper: Rope consists of 6 right hand, regular lay strands, closed around a synthetic fiber core, with each preformed strand consisting of 8 galvanized steel wires tightly covered with polyester fibers. Aluminum end connectors and ferrules with stainless steel screws. B. Bracket Elliptical, Rope Connection: 1 piece all welded construction consisting of 7-gauge stainless -steel sheet and 8-gauge galvanized steel plating. Finished with a baked -on powder coating. 2.15 WALL CLINGER A. Plank 3/4 By 11 11/16 by 61-Inch: 3/4-inch extruded HDPE B. Tube 1.660 By 57 13/16-Inch: - C. Weldment, Plank Cap: 12-gauge galvanized steel, dipped in slip -resistant PVC WITH GRAY OVERSPRAY coating. 03871819 PLAY FIELD EQUIPMENT AND STRUCTURES 11 68 00 - 7 09/21 City of Lubbock Roy Furr Pioneer Park Improvements D. Weldment, Curvy Beam 79 3/4-Inch: - E. Weldment, Curvy Beam 67 1/4-Inch: - F. Weldment, Spider Wall Right: - G. Weldment, Spider Wall Left: - H. Weldment, Spider Wall Mid: - I. Weldment, Curvy Beam 73 1/2-Inch: - J. Panel Assy, Spider Wall: - PART 3 - EXECUTION fAA 14IIa9111Q7:I:7:7411611 A. All new installation shall be laid out by Contractor in accordance with the construction Plans. 3.2 INSTALLATION A. Install play structure in compliance with manufacturer's written instructions. B. Install components in sequence as recommended by manufacturer. C. Install play structure as indicated on the Drawings provided. D. Variations from the installation indicated must be approved. E. Variations from the installation indicated and all costs for removal and replacement will be the responsibility of Contractor. 3.3 CLEANING A. Contractor shall clean the jobsite of excess materials, including post hole excavations. 3.4 DEMONSTRATION A. Instruct Owner's personnel on proper operation and maintenance of playground components. END OF SECTION 03871819 PLAY FIELD EQUIPMENT AND STRUCTURES 11 68 00 - 8 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 26 05 00 - BASIC ELECTRICAL METHODS PART 1- GENERAL 1.1 SUMMARY A. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the applicable provisions of the following: B. National Electrical Code (NEC). C. National Electrical Safety Code (NESC). D. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the Work required. E. The Work covered by Division 26 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, and fees for the complete installation of all electrical Work required in the Contract Drawings. F. In the event that additional or special construction is required, Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation, whether indicated or not. G. Contractor shall familiarize himself with the existing conditions of the site and advise Landscape Architect of any discrepancy or conflict prior to bidding. H. Contractor shall be responsible for all permits, fees, and licenses required for the Project. All cost of such permits or fees shall be included in the bid. I. All equipment and material shall be installed in accordance with applicable manufacturer's recommendations and standards. J. Install sleeves, sealant pans, and roof penetrations as required for the installation of the electrical Work. All such Work is subject to the approval of Landscape Architect. K. Contractor shall be responsible for coordinating with the utility service provider to verify all locations, routing, equipment and labor that will be furnished as a part of this Contract. L. Any fees or charges associated with delivering permanent power for the Project shall be included in Contractor's bid. This project will include the extension of the utility company's primary services. All Work associated with trenching, conduit, backfilling, cutting, patching and grounding shall be in compliance with the Utility Service Provider's requirements and all related costs shall be included in the proposal. 1.3 SUBMITTALS A. The intent of this Section is to give general submittal information; refer to specific submittal information in the subsequent Mechanical Sections. 03871819 BASIC ELECTRICAL METHODS 26 05 00 - 1 09/21 City of Lubbock Rov Furr Pioneer Park B. Within 10 days after award of the Contract, and before orders are placed, Contractor shall submit specific information on list of equipment and principal materials specified. Contractor shall indicate and/or provide names of manufacturers, catalog and model numbers, cut sheets, and such other supplementary information as necessary for evaluation. Minimum of 6 copies, or as directed by Landscape Architect, of each shall be submitted and shall include all items mentioned by model number and/or manufacturer's name in the Specifications or in schedules on the Drawings. C. Requirements for Each Submittal: 1. Bear a dated stamp or specific written indication that Contractor has reviewed and approved all submittal prior to submission to Landscape Architect. 2. Have all information deleted by Contractor that pertains to the means and methods of construction or to fabrication, assembly, installation, or erection (approval by Landscape Architect shall not extend to these areas unless specifically noted by Landscape Architect). 3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other pieces of equipment that may occur on the same page. 4. Be clearly marked as to which available options are being submitted that are associated with a piece of equipment. 5. Be complete with respect to quantities, dimensions, specific performance, materials, and similar data to enable Landscape Architect to review the proposed equipment. 6. Omission by Contractor of any of the above requirements or submittals will subject submittal to automatic rejection without review. 7. Any submittals received by Landscape Architect that were not requested shall be returned without review of any kind. PART 2 - PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the Drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the Electrical Drawings, Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection, and installation as required to accommodate the equipment supplied, without additional charge to Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective Section of this Specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the Project site. 03871819 BASIC ELECTRICAL METHODS 26 05 00 - 2 09/21 City of Lubbock Rov Furr Pioneer Park D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6-inch wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. E. Backfill Material: 1. Material 4 inches below and 12 inches above pipes and conduit shall be natural or manufactured sand complying to ASTM C 33. 2. Material more than 12 inches above pipes and conduits shall be sand indicated above or native fill free of rock or gravel larger than 3/8-inch in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. PART 3 - EXECUTION 3.1 GENERAL A. Fabrication, erection, and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such Work and shall proceed in an orderly manner so as not to impede the progress of the Project. Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed, or relocated and report any unsatisfactory conditions before starting Work. Commencement of Work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workers. Surfaces requiring coatings will be completed prior to installation of any electrical Work on these surfaces. B. Electrical Drawings are diagrammatic. The installation requirements shall be carefully coordinated with structural, architectural, and mechanical conditions and shall be adjusted to avoid conflict. C. All Work shall be concealed in walls, ceilings, and chases unless specifically noted to be exposed or otherwise approved. D. The locations of electrical equipment are approximate and are not intended to convey the exact details and mounting of location of outlets, equipment, and other items. Exact locations are to be field determined by actual measurements. E. The location height and projection of fixtures illuminating signs or special features shall be approved by Landscape Architect prior to installation. F. Contractor shall coordinate the location of all exterior fixtures with architectural Drawings and Specifications. G. Consult architectural Drawings to determine wall finishes and locations of wall -mounted equipment, countertop splashes, and similar items to avoid conflict with electrical equipment. At locations where surface or pendant mounted light fixtures are noted, provide for all necessary framing channels, pendants, chains, canopies, and other hardware as required for a complete and operable system. H. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. 03871819 BASIC ELECTRICAL METHODS 26 05 00 - 3 09/21 City of Lubbock Rov Furr Pioneer Park I. Excavation for Pipe and Conduit: 1. Excavate trenches to indicated gradients, lines, depths, and elevations. 2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit, unless otherwise indicated. 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6 inches in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. b. For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. C. Excavate trenches 4 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. 5. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: a. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inch of existing subgrade and each layer of backfill or fill material at 95 percent. b. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 85 percent. 6. Install detectable warning tape above conduits and pipe, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. 7. Protection: a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. b. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1) Scarify or remove and replace soil material to depth as directed by Landscape Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1) Restore appearance, quality, and condition of finished surfacing to match adjacent Work, and eliminate evidence of restoration to the greatest extent possible. 03871819 BASIC ELECTRICAL METHODS 26 05 00 - 4 09/21 City of Lubbock Rov Furr Pioneer Park Disposal of Surplus and Waste Materials: a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property unless otherwise directed by Owner. b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous condition by Contractor at no additional expense to Owner. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services, and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances, and devices shall be operated under load conditions. B. After the interior wiring system installation is complete conduct operating tests for approval. When requested, test all the wire, cable, devices, and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these Specifications. C. After motor operation has been verified make voltage readings at all panelboards and starters. Based on these readings, make final adjustments of primary taps on all transformers in the building as directed, or coordinate with the utility proper building voltage. D. Perform such other tests as required by other Sections of these Specifications or as requested to prove acceptability. E. Furnish all instruments and labor for testing. F. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available. 3.3 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with the applicable provisions included in the individual Specification Sections. B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc., on Drawings is intended to establish a standard of quality of the product. It is the responsibility of Contractor to review all items he intends to submit. If equipment other than that indicated on Drawings is proposed by Contractor, the information will be reviewed at the time of the submission of the submittal. END OF SECTION 03871819 BASIC ELECTRICAL METHODS 26 05 00 - 5 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 26 05 13 - BUILDING WIRE AND CABLE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Building wire and cable. 2. Wiring connectors and connections. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 53 "Electrical Identification." 1.2 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS FOR REVIEW A. Product Data: Provide for each cable assembly type. 1.4 SUBMITTALS FOR INFORMATION A. Test Reports: Indicate procedures and values obtained. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.5 SUBMITTALS AT PROJECT CLOSEOUT A. Project Record Documents: Record actual locations of components and circuits. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years' documented experience. 1.7 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by UL as suitable for the purpose specified and indicated. 03871819 BUILDING WIRE AND CABLE 2605 13 - 1 09/21 City of Lubbock Rov Furr Pioneer Park 1.8 PROJECT CONDITIONS A. Verify that field measurements are as indicated. B. Conductor sizes are based on copper. C. Wire and cable routing indicated is approximate unless dimensioned. 1.9 COORDINATION A. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2 - PRODUCTS 2.1 BUILDING WIRE A. Manufacturers: 1. American Cable. 2. Houston Wire and Cable. 3. Southwire. B. Description: Single conductor insulated wire. C. Conductor: Feeders 100 amps or larger can be aluminum. All other feeder sizes and branch circuits shall be cooper. D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, Type indicated herein. F. MC Cable: to be used at the discretion of Contractor in compliance with any local Code Restrictions. f►•�►��.�!II I►core [S ►Ir•IKa CK0.� A. Split Bolt Connectors: 1. Buchanan. 2. Burndy. 3. Ilsco. B. Solderless Pressure Connectors: 1. Buchanan. 2. Burndy. 3. Ilsco. C. Spring Wire Connectors: 1. Ideal. D. Compression Connectors: 1. Buchanan. 2. Burndy. 3. Ilsco. 03871819 BUILDING WIRE AND CABLE 2605 13 - 2 09/21 City of Lubbock Rov Furr Pioneer Park PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that mechanical Work likely to damage wire and cable has been completed. C. Verify that raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. All locations: Use only building wire, Type THHN/THWN insulation, in raceway. B. Use wiring methods indicated. 3.4 INSTALLATION A. Route wire and cable as required to meet Project Conditions. B. Install cable in accordance with the NECA "Standard of Installation." C. Use solid conductor for feeders and branch circuits 10 AWG and smaller. D. Use stranded conductors for control circuits. E. Use conductor not smaller than 12 AWG for power and lighting circuits with the exception of pre -manufactured fixture whips, listed for such use and not exceeding 6 feet in length. F. Use conductor not smaller than 14 AWG for control circuits. G. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 100 feet and as indicated on the Drawings. H. Install all conductors in conduit. I. Pull all conductors into raceway at same time. J. Use suitable wire pulling lubricant for building wire 4 AWG and larger. K. Protect exposed cable from damage. L. All cables shall be neatly supported. M. Use suitable cable fittings and connectors. N. Neatly train and lace wiring inside boxes, equipment, and panelboards. O. Clean conductor surfaces before installing lugs and connectors. P. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. Q. Use split bolt connectors for conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. R. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. S. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. 03871819 BUILDING WIRE AND CABLE 2605 13 - 3 09/21 City of Lubbock Rov Furr Pioneer Park T. Identify and color code wire and cable under provisions of Section 26 05 53 "Electrical Identification." Identify each conductor with its circuit number or other designation indicated. U. The number of conductors in each conduit run shall be limited to the requirements as indicated on the Drawings and indicated in Article 310 of the National Electrical Code. 3.5 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4. B. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 03871819 BUILDING WIRE AND CABLE 2605 13 - 4 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 26 05 19 - EQUIPMENT WIRING SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section includes basic electrical connections to equipment specified under other Sections. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 00 "Basic Electrical Methods." 1.2 REFERENCES A. NEMA WD 1 - General Purpose Wiring Devices. B. NEMA WD 6 - Wiring Device Configurations. C. ANSI/NFPA 70 - National Electrical Code. 1.3 SUBMITTALS A. Product Data: Provide wiring device manufacturer's catalog information showing dimensions, configurations, and construction. B. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. 1.5 COORDINATION A. Obtain and review shop Drawings, product data, and manufacturer's instructions for equipment furnished under other Sections. B. Determine connection locations and requirements. C. Sequence rough -in of electrical connections to coordinate with installation schedule for equipment. D. Sequence electrical connections to coordinate with startup schedule for equipment. E. All conduits, boxes, wiring and connections noted on the Audio Visual Plans and Specifications shall be included in the Division 26 Scope of Work. 03871819 EQUIPMENT WIRING SYSTEMS 2605 19 - 1 09/21 City of Lubbock Rov Furr Pioneer Park PART 2 - PRODUCTS 2.1 CORDS AND CAPS A. Attachment Plug Construction: Conform to NEMA WD 1. B. Configuration: NEMA WD 6; match receptacle configuration at outlet provided for equipment. C. Cord Construction: ANSI/NFPA 70, multiconductor flexible cord with identified equipment grounding conductor, suitable for use in damp locations. D. Size: Suitable for connected load of equipment, length of cord, and rating of branch circuit overcurrent protection. E. Division 26 Contractor shall be responsible for providing matching cord/receptacle for all equipment not furnished with such equipment. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that equipment is ready for electrical connection, wiring, and energization. 3.2 ELECTRICAL CONNECTIONS A. Make electrical connections in accordance with equipment manufacturer's instructions. B. Make conduit connections to equipment using flexible conduit. Use liquidtight flexible conduit with watertight connectors in damp or wet locations. C. Make wiring connections using wire and cable with insulation suitable for temperatures encountered in heat producing equipment. D. Provide receptacle outlet where connection with attachment plug is indicated. Provide cord and cap where field -supplied attachment plug is indicated. E. Provide suitable strain -relief clamps and fittings for cord connections at outlet boxes and equipment connection boxes. F. Install disconnect switches, controllers, control stations, and control devices as indicated. G. Modify equipment control wiring with terminal block jumpers as indicated. H. Provide interconnecting conduit and wiring between devices and equipment where indicated. I. Check and modify phase connections as required for proper motor rotation. J. Provide power to equipment only after equipment supplier verifies acceptance to receive and approves. K. Contractor shall coordinate with all equipment to verify exact power and control wiring as required to properly serve equipment. END OF SECTION 03871819 EQUIPMENT WIRING SYSTEMS 2605 19 - 2 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 26 05 26 - GROUNDING AND BONDING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Rod electrodes. 2. Mechanical connectors. 3. Exothermic connections. 4. Wire. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). B. NFPA 70 - National Electrical Code. 1.3 GROUNDING SYSTEM DESCRIPTION A. Metal underground water pipe. B. Metal frame of the building. C. Rod electrodes. 1.4 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 05 ohms. 1.5 SUBMITTALS FOR REVIEW A. Product Data: Provide for grounding electrodes and connections. 1.6 SUBMITTALS FOR CLOSEOUT A. Project Record Documents: Record actual locations of components and grounding electrodes. B. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years' documented experience, and with service facilities within 100 miles of Project. 03871819 GROUNDING AND BONDING 26 05 26 - 1 09/21 City of Lubbock Rov Furr Pioneer Park 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by UL as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 ROD ELECTRODES A. Material: Copper. B. Diameter: 3/4-inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS A. Description: In lieu of exothermic connections, high compression type as manufactured by Burndy using the 12-ton Hy -Ground series. 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.4 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on the Drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance to ground of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet. B. Provide bonding to meet Regulatory Requirements. C. Bond together metal siding not attached to grounded structure; bond to ground. D. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. E. Grounding Electrode System: The new grounding electrode system shall consist of the common bonding of building steel, underground steel water piping and supplemental ground rods, concrete re -enforcing bar, as detailed on the Drawings. F. Provide proper bonding of the electrical system's grounded conductor (neutral) and the grounding electrode system sized in accordance with NEC Article 250. This bonding shall occur at all locations where there are separately derived systems. 03871819 GROUNDING AND BONDING 26 05 26 - 2 09/21 City of Lubbock Rov Furr Pioneer Park 3.3 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4. B. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION 03871819 GROUNDING AND BONDING 26 05 26 - 3 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 26 05 29 - SUPPORTING DEVICES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Supports for conduit and equipment. 2. Anchors and fasteners. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. NECA - National Electrical Contractors Association. B. NFPA 70 - National Electrical Code. 1.3 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. PART 2 - PRODUCTS 2.1 SUPPORTS A. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. 2.2 ANCHORS AND FASTENERS A. Concrete Structural Elements: Use expansion anchors, powder actuated anchors, and preset inserts. B. Steel Structural Elements: Use beam clamps, spring steel clips, and steel ramset fasteners. C. Concrete Surfaces: Use self -drilling anchors and expansion anchors. D. Sheet Metal: Use sheet metal screws. E. Wood Elements: Use wood screws. F. Roof Support/Jacks: Advanced supports products # SS1000A or approved equal. 2.3 MATERIALS AND FINISHES A. Provide adequate corrosion resistance. 03871819 SUPPORTING DEVICES 26 05 29 - 1 09/21 City of Lubbock Rov Furr Pioneer Park PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation." C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Landscape Architect before drilling or cutting structural members. E. Fabricate supports from structural steel as indicated on Drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install surface -mounted cabinets and panelboards with minimum of 4 anchors. G. In wet and damp locations, use steel channel supports to stand cabinets and panelboards 1-inch off wall. H. Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 03871819 SUPPORTING DEVICES 26 05 29 - 2 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 26 05 33.13 - CONDUIT PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Metal conduit. 2. Flexible metal conduit. 3. Liquidtight flexible metal conduit. 4. Electrical metallic tubing. 5. Fittings and conduit bodies. B. Related Requirements: I. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 33.16 'Boxes." 3. Section 26 05 53 "Electrical Identification." 1.2 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. NECA "Standard of Installation." E. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. F. NFPA 70 - National Electrical Code. 1.3 DESIGN REQUIREMENTS A. Conduit Size: NFPA 70. f1EA �381:303110IFA V A. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. 1.5 PROJECT RECORD DOCUMENTS A. Accurately record actual routing of conduits. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. 03871819 CONDUIT 26 05 33.13 - 1 09/21 City of Lubbock Rov Furr Pioneer Park 1.7 DELIVERY, STORAGE, AND HANDLING A. Accept conduit on site. Inspect for damage. B. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. C. Protect PVC conduit from sunlight. 1.8 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4-inch for all branch circuits located above ceiling. Contractor may use 1/2-inch conduit down the wall to receptacles and light switches. B. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit. C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations. D. Below Slab: Non-metallic PVC conduit is acceptable within limitations specified. E. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or non-metallic PVC conduit within limitations specified. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied. 2. Wheatland. B. Rigid Steel Conduit: ANSI C80.1. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings. 2.3 FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Allied Tube. 2. Electri-Flex. 3. Greenfield. B. Description: Interlocked steel construction. Aluminum is not permitted. C. Fittings: ANSI/NEMA FB 1 with fittings approved for steel flex. D. Applications: Use for final connections to motorized equipment, connections to recessed lighting fixtures located in accessible ceilings, and connections to dry type transformers. Utilization of 3/8-inch in lieu of the minimum 1/2-inch is acceptable under the limitations of the National Electrical Code. 03871819 CONDUIT 26 05 33.13 - 2 09/21 City of Lubbock Rov Furr Pioneer Park 2.4 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Electri-flex. 2. Ultratite. B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSI/NEMA FB 1. D. Applications: Use for final connections to motorized equipment in exterior locations and areas subjected to moisture (kitchen). 2.5 ELECTRICAL METALLIC TUBING (EMT) A. Manufacturers: 1. Allied. B. Description: ANSI C80.3; galvanized tubing. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel, compression. D. Applications: Do not use below grade or in exterior locations. Use only in interior locations. 2.6 PVC COATED METAL CONDUIT A. Manufacturers: 1. Levy. 2. Robroy Industries. B. Description: NEMA RN-1, rigid steel conduit with external PVC coating, 20-mil thick. C. General: Protective layer may be factory applied or galvanized rigid steel conduit may be applied with 2 layers of corrosion resistant tape. D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coatings to match conduit. 2.7 NON-METALLIC PVC CONDUIT A. Manufacturers: 1. Allied. 2. Carlon. B. Description: NEMA TC2; Schedule 40 PVC. Flame retardant type resistant to bending and cracking. C. Fittings and conduit bodies: NEMA TC3. D. Vertical risers and ells installed below grade shall be rigid steel with wrapping. E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning. G. Refer to Part 3. Do not use PVC conduit for conduits passing vertically through the slab. 03871819 CONDUIT 26 05 33.13 - 3 09/21 City of Lubbock Rov Furr Pioneer Park PART 3 - EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. F. Fasten conduit supports to building structure and surfaces under provisions of Section 26 05 29 "Supporting Devices." G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports. H. Do not attach conduit to ceiling support wires. 1. Arrange conduit to maintain headroom and present neat appearance. J. Route exposed conduit parallel and perpendicular to walls. K. Route conduit installed above accessible ceilings parallel and perpendicular to walls. L. Maintain adequate clearance between conduit and piping. M. Maintain 12-inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. N. Cut conduit square using saw or pipecutter; de -burr cut ends. O. Bring conduit to shoulder of fittings; fasten securely. P. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. Q. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2-inch size. R. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses control and expansion joints. T. Provide suitable pull string in each empty conduit except sleeves and nipples. U. Use suitable caps to protect installed conduit against entrance of dirt and moisture. V. Ground and bond conduit under provisions of Section 26 05 26 "Grounding and Bonding." W. Identify conduit under provisions of Section 26 05 53 "Electrical Identification." X. Ducts shall be cleaned with a flexible mandrel assembly. Y. All conduits passing vertically through slabs or through earth on grade shall be PVC -coated, rigid steel. Rigid steel conduits shall be applied with protective coatings as indicated herein. All transitions from PVC to rigid steel shall occur below the slab. Z. Underground branch circuit extensions to parking lot lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance PVC conduit shall be concrete encased in accordance with the Drawings unless otherwise approved. AA. Minimum cover for underground conduits shall be 24 inches unless otherwise noted. BB. All conduit shall be routed concealed as much as possible including conduit serving roof -mounted equipment. Roof penetrations for conduits shall adhere to the requirements and details as indicated on the Architectural Drawings. 03871819 CONDUIT 26 05 33.13 - 4 09/21 City of Lubbock Rov Furr Pioneer Park END OF SECTION 03871819 CONDUIT 26 05 33.13 - 5 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 26 05 33.16 - BOXES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Wall and ceiling outlet boxes. 2. Pull and junction boxes. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 27 26 "Wiring Devices" for wall plates in finished areas. 1.2 REFERENCES A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet -Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D. NEMA 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum). E. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS FOR CLOSEOUT A. Record actual locations and mounting heights of outlet, pull, and junction boxes on Project record documents. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by UL as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 WALL AND CEILING OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. B. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; include 1/2-inch male fixture studs where required. C. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. D. Wall Plates for Finished Areas: As specified in Section 26 27 26 "Wiring Devices." 2.2 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box. 03871819 BOXES 26 05 33.16 - 1 09/21 City of Lubbock Rov Furr Pioneer Park C. Material: Galvanized cast iron. D. Cover: Furnish with ground flange, neoprene gasket, and stainless -steel cover screws. E. Fiberglass boxes are allowed in landscaping areas. Equipment shall be pedestrian rated. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify locations of outlets in all locations areas prior to rough -in. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Set wall mounted boxes at elevations to accommodate mounting heights specified in Section for outlet device. D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. E. Orient boxes to accommodate wiring devices oriented as specified in Section 26 27 26 "Wiring Devices." F. Maintain headroom and present neat mechanical appearance. G. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. H. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed luminaire. I. Install boxes to preserve fire resistance rating of partitions and other elements. J. Coordinate mounting heights and locations of outlets mounted above counters, benches, and backsplashes with Architectural Drawings and other trades. K. Locate outlet boxes to allow luminaires positioned as shown on reflected ceiling plan. L. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. M. Use flush mounting outlet box in finished areas. N. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. O. Do not install flush mounting box back-to-back in walls; provide minimum 6-inch separation. Provide minimum 24-inch separation in acoustic rated walls. P. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. Q. Use stamped steel bridges to fasten flush mounting outlet box between studs. R. Install flush mounting box without damaging wall insulation or reducing its effectiveness. S. Use adjustable steel channel fasteners for hung ceiling outlet box. T. Do not fasten boxes to ceiling support wires. U. Support boxes independently of conduit. V. Use gang box where more than 1 device is mounted together. Do not use sectional box. W. Use gang box with plaster ring for single device outlets. X. Use cast outlet box in exterior locations exposed to the weather and wet locations and at all locations serving kitchen equipment. 03871819 BOXES 26 05 33.16 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements Y. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast metal box in other locations. Z. Coordinate with other trades for box rough -in, such that control devices are grouped (i.e., thermostats, wall switches, volume controls, etc.). 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box for equipment connected under Section 26 05 19 "Equipment Wiring Systems." B. Coordinate box location with pool equipment. 3.4 ADJUSTING A. Adjust flush -mounting outlets to make front flush with finished wall material. B. Install knockout closures in unused box openings. 3.5 CLEANING A. Clean interior of boxes to remove dust, debris, and other material. B. Clean exposed surfaces and restore finish. 3.6 REPAIR A. Repair any areas or surfaces damaged during conduit installation. B. Paint (resurface) to original condition. END OF SECTION 03871819 BOXES 26 05 33.16 - 3 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 26 05 53 - ELECTRICAL IDENTIFICATION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Nameplates and labels. 2. Wire, conduit, and box markers. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. PART 2 - PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates and Labels: Engraved 3-layer laminated plastic, white letters on black background. B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Communication cabinets and computer cabinets. 3. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4-inch letters for identifying individual equipment and loads. 2. Use 1/4-inch letters for identifying grouped equipment and loads. 3. Use 3/8-inch letters for identifying main disconnect equipment. 4. Use 1/4-inch letters for identifying receptacle and light switches. 2.2 WIRE, CONDUIT, AND BOX MARKERS A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. B. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on Drawings. D. Boxes: 1. Label each junction box in accessible locations to indicate the type of system (i.e. security; power circuit - 1, 3, 5; etc.). 2. Provide label in each light switch and receptacle back box. 03871819 ELECTRICAL IDENTIFICATION 26 05 53 - 1 09/21 City of Lubbock Rov Furr Pioneer Park E. Panelboards and Switchboards: 1. Provide phenolic label with maximum available fault current at main switchboard. Utilize number as indicated in panel schedule. 2. Provide warning labels with arc -flash hazard warning for all electrical equipment as indicated in Article 110.16 of NEC. PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install 1 tape per trench at 12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. See Specification Section 26 05 00 'Basic Electrical Methods." D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color Coding for Phase Identification: 120/208 Volts Phase 277/480 Volts Black A Brown Red B Orange Blue C Yellow White Neutral Gray Green Ground Green F. Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. END OF SECTION 03871819 ELECTRICAL IDENTIFICATION 26 05 53 - 2 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 26 24 16 - PANELBOARDS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Distribution and branch circuit panelboards. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 29 "Supporting Devices." 3. Section 26 05 53 "Electrical Identification" for engraved nameplates. 1.2 REFERENCES A. NECA (National Electrical Contractors Association) "Standard of Installation." B. NEMA AB 1 - Molded Case Circuit Breakers. C. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. D. NEMA KS 1 - Enclosed Switches. E. NEMA PB 1 - Panelboards. F. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. G. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS A. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker, fusible switch arrangement, and sizes. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. C. Panelboard manufacturer shall provide short circuit and arc fault calculations per NEC requirements. Equipment shall be rated per calculations. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of General Conditions. Record actual locations of products; indicate actual branch circuit arrangement. 1.5 OPERATION AND MAINTENANCE DATA A. Submit under provisions of General Conditions. Maintenance Data: Include spare parts data listing; and recommended maintenance procedures and intervals. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 03871819 PANELBOARDS 26 24 16 - 1 09/21 City of Lubbock Rov Furr Pioneer Park 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 5 years' experience. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. Furnish products listed and classified by UL as suitable for purpose specified and indicated. 1.9 FIELD MEASUREMENTS A. Verify that field measurements are as indicated. 1.10 MAINTENANCE MATERIALS A. Provide maintenance materials under provisions of General Conditions. Provide 2 of each panelboard key if required. PART 2 - PRODUCTS 2.1 PANELBOARDS A. Manufacturers: 1. Eaton. 2. G.E. 3. Siemens. 4. Square-D. B. Description: NEMA PB-1, circuit breaker type. C. Panelboard Bus: Copper or aluminum with ratings as indicated. Provide a ground bus in each panelboard. D. Minimum integrated short circuit rating: Fully rated devices with minimum levels as indicated. Series rated systems will not be allowed. Minimum calculated values are labeled on each panelboard and are indicated as "AIC." E. Molded Case Circuit Breakers: NEMA AB 1, bolt -on, circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as type HACR for air-conditioning equipment loads and type SWD for switching applications. F. Enclosure: NEMA PB-1, Type 1, all panels. G. Cabinet Front: Surface or recessed type as indicated on the Drawings, fastened with concealed trim clamps, hinged door with flush lock, metal directory frame, and finished in manufacturer's standard gray enamel. 03871819 PANELBOARDS 26 24 16 - 2 09/21 City of Lubbock Rov Furr Pioneer Park PART 3 - EXECUTION 3.1 INSTALLATION A. Install panelboards in accordance with NEMA PB 1.1. Install panelboards plumb. Provide supports in accordance with Drawings and Section 26 05 29 "Supporting Devices." Height: 6 feet maximum to top of panelboard. Provide filler plates for unused spaces in panelboards. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. Spare slots shall be labeled as such in erasable pencil on directory. Provide engraved plastic nameplates under the provisions of Section 26 05 53 'Electrical Identification." B. Provide 2 empty 1-inch conduits from each recessed panelboard to an accessible location above and label as "spare." C. Ground each panelboard in accordance with Section 26 05 26 "Grounding and Bonding." 3.2 FIELD QUALITY CONTROL A. Field inspection and test for grounds on each circuit after installation is completed. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. B. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. Check proper installation and tightness of connections for circuit breakers, fusible switches, and fuses. END OF SECTION 03871819 PANELBOARDS 2624 16 - 3 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 26 27 26 - WIRING DEVICES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Receptacles. 2. Wall plates. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 33.16 "Boxes." 1.2 REFERENCES A. NECA - Standard of Installation. B. NEMA WD 1 - General Requirements for Wiring Devices. C. NEMA WD 6 - Wiring Device - Dimensional Requirements. D. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS FOR REVIEW A. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. B. Manufacturers with similar catalog numbers will not be considered as a basis for an equivalent product. 1.4 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years' documented experience. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide products listed and classified by UL as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 RECEPTACLES A. Manufacturers: 1. Hubbell PRO 5352-I. B. Description: NEMA WD 1, Heavy-duty, general -use receptacle, with triple wipe contacts and grounding contacts integral with backstrap (no rivets). C. Device Body: Ivory plastic. D. Configuration: NEMA WD 6, type as specified and indicated. 03871819 WIRING DEVICES 26 27 26 - 1 09/21 City of Lubbock Rov Furr Pioneer Park E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. Hubbell GF5352-I or equivalent. 2.2 WALL PLATES A. Decorative Cover Plate: Coverplates of the color and material as directed by Owner. B. Weatherproof Cover Plate: Gasketed cast metal with gasketed device cover on exterior devices. C. Surface Mounted Plates: Galvanized steel plates. PART 3 - EXECUTION fcx� KEYS"10 I�1 43► A. Verify that outlet boxes are installed at proper height. B. Verify that wall openings are neatly cut and will be completely covered by wall plates. C. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. D. Verify installation location of all boxes to be installed in millwork with Landscape Architect. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean debris from outlet boxes. 3.3 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install switches with OFF position down. D. Do not share neutral conductor on load side of dimmers. E. Install receptacles with grounding pole located on the bottom as required by Owner. F. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. G. Install decorative plates on switch, receptacle, and blank outlets in finished areas. H. Connect wiring devices by wrapping conductor around screw terminal. I. Use jumbo size plates for outlets installed in masonry walls. J. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. K. Install blank cover plate to match other wall plates on all unused boxes. 3.4 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 26 05 33.16 "Boxes" to obtain mounting heights specified and indicated on drawings. 03871819 WIRING DEVICES 26 27 26 - 2 09/21 City of Lubbock Rov Furr Pioneer Park 3.5 FIELD QUALITY CONTROL A. Inspect each wiring device for defects. B. Operate each wall switch with circuit energized and verify proper operation. C. Verify that each receptacle device is energized. D. Test each receptacle device for proper polarity. E. Test each GFCI receptacle device for proper operation. 3.6 ADJUSTING A. Adjust devices and wall plates to be flush and level. 3.7 CLEANING A. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION 03871819 WIRING DEVICES 26 27 26 - 3 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 26 28 16.16 - ENCLOSED SWITCHES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Fusible switches. 2. Non -fusible switches. 3. Fuses. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. NEMA KS 1 - Enclosed Switches. B. NFPA 70 - National Electrical Code. C. UL 198C - High -Interrupting Capacity Fuses; Current Limiting Type. D. UL 198E - Class R Fuses. E. NEMA AB 1 - Molded Case Circuit Breakers. F. NECA - Standard of Installation. 1.3 SUBMITTALS A. Product Data: Provide switch ratings and enclosure dimensions. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years' documented experience. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Eaton. B. General Electric. C. Siemens. D. Square D. 03871819 ENCLOSED SWITCHES 26 28 16.16 - 1 09/21 City of Lubbock Rov Furr Pioneer Park 2.2 ENCLOSED SWITCHES A. Fusible as indicated. B. Switch Assemblies: NEMA KS 1, Type HD load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position. C. Fuse Clips: Designed to accommodate NEMA FU1, class R fuses. D. Enclosures: NEMA KS 1. E. Interior Dry Locations: Type 1. F. Exterior Locations: Type 3R or 4 including pump rooms and similar damp environments. G. NEMA ratings of enclosures as specified on Drawings take precedence over location specification. H. Current rating of switch to be equal to or greater than that of the circuit it is interrupting. 2.3 FUSES A. Manufacturers: 1. Bussman. 2. Gould Shawmut. 3. Littlefuse. B. Dimensions and Performance: NEMA FU 1, Class as specified or indicated. C. Voltage: Provide fuses with suitable voltage ratings for phase to phase voltages. D. Service Entrance: Class L, Bussman Low -peak or equivalent. E. General Purpose Loads: Class RK1, Bussman Low -peak or equivalent. F. Motor Loads: Class RK5, Bussman Fusetron or equivalent. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with NECA Standard of Installation. B. Install fuses in all fusible disconnects. C. Apply adhesive tag on the inside door of all disconnects indicating the NEMA class fuse and size installed. D. Provide a disconnect switch for all equipment where indicated or required by the National Electrical Code. Coordinate with other disciplines to determine where disconnects are furnished with equipment. END OF SECTION 03871819 ENCLOSED SWITCHES 26 28 16.16 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 3110 00 - SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Stormwater Pollution Prevention Plan (SWPPP). 2. Remove surface debris. 3. Clear site of plant life. 4. Remove root system of trees and shrubs. 5. Topsoil excavation. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REGULATORY REQUIREMENTS A. Stormwater Discharge: 1. Prepare and sign applicable Construction Site Notice at least 2 days prior to any site clearing or grading. 2. Post a copy of the applicable Construction Site Notice at construction site where readily available for viewing until completion of construction. 3. Prepare and submit a Notice of Intent (NOI) for Stormwater Discharges and the required application fee to the Texas Commission on Environmental Quality (TCEQ) at least 2 days prior to any site clearing or grading. 4. Post a copy of NOI at construction site where readily available for viewing until completion of construction activity. B. Stormwater Pollution Prevention Plan (SWPPP): 1. Prepare, implement, and document implementation of a SWPPP in accordance with provisions set forth in the latest version of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. 2. Submit to local authority having jurisdiction. 3. Provide a copy of SWPPP and submit NOI, NOC, and NOT to Owner accordingly. 4. SWPPP shall be continually updated as necessary to reflect current and changing conditions onsite. 5. Contractor shall modify the document as necessary to show implementation plans, dates of construction activities, best management practices (BMPs), installation dates, or modifications, inspection reports, and any other information pertinent to the plan or otherwise required to ensure the plan remains in compliance with TPDES permit. a. Conform to applicable TCEQ code for disposal of debris. b. Coordinate clearing Work with local utility companies. 1.3 PROJECT CONDITIONS A. Traffic: Conduct site clearing operations to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks, or other occupied or used facility/facilities, without permission from authorities having jurisdiction. 03871819 SITE CLEARING 31 10 00 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements PART 2 - PRODUCTS 2.1 MATERIALS A. Herbicide: Pathfinder II by Dow AgroSciences LLC. PART 3 - EXECUTION 3.1 PREPARATION A. Verify existing plant life designated to remain is tagged or identified. 3.2 PROTECTION A. Existing Services: 1. Indicated locations are approximate. Determine exact locations before commencing Work. 2. Locate, identify, and protect from damage utilities that remain. B. Protect trees, plant growth, and features designated to remain as final landscaping. C. Protect benchmarks from damage or displacement. D. Protection of Existing Improvements: Provide protections necessary to prevent damage to existing improvements indicated to remain in place. 1. Protect improvements on adjoining properties and on Owner's property. 2. Restore damaged improvements to original condition, as acceptable to property Owners. E. Protection of Existing Trees and Vegetation: Protect existing trees and other vegetation indicated to remain in place against unnecessary cutting, breaking, or skinning of roots, skinning or bruising of bark, smothering trees by stockpiling construction materials or excavated materials within drip line, excess foot or vehicular traffic, or parking vehicles within drip line. Provide temporary guards to protect trees and vegetation to be left standing. 1. Water trees and other vegetation to remain within limits of contract Work as required to maintain their health during course of construction operations. 2. Provide protection for roots over 1-1/2-inch in diameter, cut during construction operations. Coat cut faces with an emulsified asphalt or other acceptable coating formulated to use on damaged plant tissues. Temporarily cover exposed roots with wet burlap to prevent roots from drying out and cover with earth as soon as possible. 3. Repair or replace trees and vegetation indicated to remain, damaged by construction operations, in a manner acceptable to Engineer. F. Existing utilities that serve adjacent properties, shall remain in place with existing capacity and functionality. 3.3 CLEARING A. Clear areas required for access to site and execution of Work. B. Remove paving, curbs, gutters, and concrete. C. Remove trees and shrubs indicated. Remove stumps and main root ball to a depth of 60 inches. D. Clear undergrowth and deadwood, without disturbing subsoil. E. Apply herbicide to remaining roots to inhibit growth. Do not apply herbicide to roots in areas indicated to have future planting. F. Arrange and pay for disconnecting, removing, capping, and plugging utility services. Notify affected utility companies in advance and obtain approval before starting this Work. 03871819 SITE CLEARING 31 10 00 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.4 REMOVAL A. Remove debris, rock, and extracted plant life from site. B. General: Remove trees, shrubs, grass, and other vegetation, improvements, or obstructions, as required, to permit installation of new construction. Remove similar items elsewhere onsite or premises as specifically indicated. Removal includes digging out and off -site disposal of stumps and roots. 1. Clean and carefully cut minor roots and branches of trees indicated to remain where roots and branches obstruct installation of new construction. C. Removal of Improvements: Remove existing above- and below -grade improvements as indicated and necessary to facilitate new construction. 1. Abandoning or removing certain underground pipe or conduits may be indicated on Drawings and is included under Work of Related Requirements. Removing abandoned underground piping or conduits interfering with construction is included under this Section. 2. Place markers to indicate location of disconnected services. 3.5 TOPSOIL EXCAVATION A. Topsoil: ASTM D 5268 Topsoil is friable clay loam surface soil found in a depth of not less than 4 inches. Satisfactory topsoil is reasonably free of subsoil, clay lumps, stones, and other objects over 2 inches in diameter, and without weeds, roots, and other objectionable material. B. Stripping: 1. Remove heavy growths of grass from areas before stripping. 2. Beneath proposed paved areas, strip topsoil to whatever depths encountered to prevent intermingling with underlying subsoil or other objectionable material. 3. Where existing trees are indicated to remain, leave existing topsoil in place within drip lines to prevent damage to root system. C. Stockpiling: 1. Stockpile topsoil in storage piles in areas indicated or directed. Construct storage piles to provide free drainage of surface water. Cover storage piles, if required, to prevent water and wind erosion. 2. Dispose of unsuitable or excess topsoil as specified for disposal of waste material. 3.6 DISPOSAL OF WASTE MATERIALS A. Burning on Owner's Property: Burning is not permitted on Owner's property. B. Removal from Owner's Property: Remove waste materials and unsuitable or excess topsoil from Owner's property. 3.7 RECORD DOCUMENTS A. Identify service lines and capping locations on Project Record Documents. END OF SECTION 03871819 SITE CLEARING 31 10 00 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 3120 00 - EARTH MOVING PART 1 - GENERAL 1.1 SUMMARY A. Section includes excavation, subgrade preparation, grading, embankment, and topsoiling of all materials within the limits of the Work required to complete the construction of the various items included in this Project in accordance with these Specifications and in conformity with the dimensions and typical sections shown on the Drawings and with the lines and grades established for the Project. 1. All suitable material taken from excavation shall be used in the formation of embankment, subgrade, and for backfilling as indicated on the Drawings or as directed by Owner's Representative. 2. Fill material shall be supplied from borrow sites approved by Owner's Representative at Contractor's expense. If the volume of excavation material removed from the Project construction area exceeds that required to construct the Project to the grades indicated, the excess material shall become the property of Contractor and shall be properly disposed of in areas off the construction site at Contractor's expense. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 CLASSIFICATION A. All material excavated shall be defined as unclassified excavation and shall include all excavation performed under this item regardless of the material encountered. Existing asphaltic and concrete material, where shown, shall be salvaged or removed in accordance with Section 02 41 13 "Selective Site Demolition" of these Specifications. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 GENERAL A. Any excess material shall be stockpiled on -site at a location determined by Owner. B. The rough excavation shall be carried to the necessary depth to obtain the specified depth of subgrade densification shown on the Drawings. Likewise, on embankments, the depth of subgrade densification shall be as shown on the Drawings. Should Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved materials, in an approved manner and condition, at his own expense. Owner's Representative shall have complete control over the excavation, moving, placing, and disposition of all material and shall determine the suitability of material to be placed in embankments. All material determined unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fills or in subgrades but shall be handled and placed as directed. 03871819 EARTH MOVING 31 20 00 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements C. Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All spoil areas shall be leveled to a uniform line and section and shall present a neat appearance before Project acceptance. D. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil. E. If it is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the Contract. F. Prior to any excavation or embankment, but after all surface vegetation has been removed, Contractor shall stockpile sufficient topsoil to spread 6 inches over all areas to be seeded. 3.2 EXCAVATION A. Excavation shall be performed as indicated on the Contract Drawings to the lines, grades, and elevation shown or as directed by Owner's Representative, and shall be made so that the requirements for formation of embankments can be followed. No excavation or stripping shall be started until Owner's Representative has taken cross -sectional elevations and measurements of the existing ground surface, and has set control base lines for the proposed Work. All material encountered within the limits indicated shall be removed and disposed of as directed. During the process of excavation, the grade shall be maintained so that it will be well -drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the Work. B. When selective grading is specified or required as indicated on the Drawings, the excavated material shall be handled to allow the selected material to be properly placed in the embankment and in the capping of pavement subgrades as determined from the soil profile and soil characteristics. C. Contractor shall so schedule the Work that excavated material can be placed in its proper section of the pavement construction. If Contractor for his convenience desires to stockpile material, it shall be stockpiled in approved areas for later use. D. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for subgrades, roads, shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches below the contemplated surface of the subgrade or the designated grades. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to a depth specified, to provide a satisfactory foundation. Unsatisfactory materials shall become the property of Contractor and shall be disposed of at locations approved by Owner's Representative at Contractor's expense. The portion so excavated shall be refilled with suitable selected material as specified, obtained from the grading operations or borrow area and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, or where trenching out is done to provide for a course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate drainage. E. Owner reserves the right to make minor adjustments or revisions in lines or grades, if found necessary, as the Work progresses due to discrepancies in the plans or to obtain satisfactory construction. F. The removal of existing structures and utilities required to permit the orderly progress of Work will be accomplished by Contractor as an incidental part of the Work, unless otherwise shown on the Drawings. 03871819 EARTH MOVING 31 20 00 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements G. In cut areas, the subgrade under areas to be paved shall be compacted to the depths and to the densities at optimum moisture as shown on the Drawings or as specified by the Specifications, and as determined by the compaction control tests specified in ASTM D 698. Any unsuitable materials encountered shall be removed. H. In cut areas, the subgrade material shall be removed to the depths indicated on the Drawings. The bottom layer of subgrade shall be compacted to the depths and density as shown on the Drawings. The remaining layers of subgrade shall be constructed as embankment as shown on the Drawings. 1. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density except as specified above. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials necessary to obtain the required density, except as specified above, shall be considered as incidental to the excavation and embankment operations, and shall be performed by Contractor at no additional cost to the Project. J. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 12 inches of the subgrade. The finished grading operations conforming to the typical cross section shall be completed and maintained ahead of the paving operations. K. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the Drawings or as directed by Owner's Representative. L. Blasting will not be permitted. M. No special consideration will be given to site specific swell factors. Excavation will be paid for based on the airspace volume of material removed. 3.3 PREPARATION OF EMBANKMENT AREA A. Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface, whether caused by grubbing or otherwise, shall be backfilled with suitable material and compacted to ground surface before the construction of the embankment will be permitted to start. B. Immediately prior to the placing of the fill materials, the entire area upon which the embankment is to be placed, except where limited by rock, shall be scarified and broken by means of a disc harrow or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would cause interference with the compaction of the foundation or fill shall be removed from the area and disposed of as directed. A thin layer (approximately 3 inches) of the fill material shall be spread over the scarified foundation and the whole area compacted as required in the specifications. C. Where embankments are to be placed on natural slopes steeper than 3-to-1, horizontal benches shall be constructed as directed by Owner's Representative. Suitable excavated material shall be incorporated in embankments. D. No direct payment shall be made for the preparation of the embankment area. E. No special consideration will be given to site specific swell factors. Embankment will be paid for based on the airspace volume of fill material. 03871819 EARTH MOVING 31 20 00 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.4 STRIPPING A. All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. �110) :7uI:�[I 1011 1 a i I ► ,1�1►lllf.� A. Embankments shall be formed of satisfactory materials placed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section. B. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. All materials entering the embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other objectionable material. Soil, granular material, shale, and any other material permitted for use in embankment shall be spread in successive layers as specified. C. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing weather, or other unsatisfactory conditions of the field. Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. D. The material in the layers shall be of the proper moisture content before rolling to obtain the prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure a uniform moisture content throughout the layer shall be required. Should the material be too wet to permit proper compaction or rolling, all Work on all portions of the embankment thus affected shall be delayed until the material has dried to the required moisture content. Sprinkling shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken at frequent intervals. From these tests, corrections, adjustments, and modifications of methods, materials, and moisture content will be made to construct the embankment. E. Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of the maximum density, at optimum moisture, as determined by the compaction control tests in ASTM D 698. Under all areas to be paved, the embankment shall be compacted to the depths and to the densities at optimum moisture as shown on the Drawings or as specified in the Specifications, as determined by the compaction control tests specified in ASTM D 698.On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. Any areas inaccessible to a roller shall be consolidated and compacted by mechanical tampers. F. During construction of the embankment, Contractor shall route his equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. G. In the construction of embankments, starting layers shall be placed in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. 03871819 EARTH MOVING 31 20 00 - 4 09/21 City of Lubbock Roy Farr Pioneer Park Improvements H. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other materials shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimension will not be allowed in the top 12 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material to form a dense, compact mass. Rock or boulders shall not be disposed of outside of the excavation or embankment areas, except at places and in the manner designated by Owner's Representative. I. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. J. Contractor shall be responsible for the stability of all embankments made under the Contract and shall replace any portion which, in the opinion of Owner's Representative, has become displaced due to carelessness or negligence on the part of Contractor. K. When stockpiling of excavated material and later rehandling of such material is done for the convenience of Contractor, no extra payment will be made for the rehandling of stockpiled materials. 3.6 EQUIPMENT A. Contractor may use any type of earth -moving, compaction, and watering equipment he may desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by Contractor and as approved by Owner's Representative in accordance with the total calendar days or working days bid for the construction. Contractor shall furnish, operate, and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 3.7 PREPARATION AND PROTECTION OF THE TOP OF THE SUBGRADE A. On areas to be paved, the specified depth in cut areas and the top of embankment shall be compacted to the density specified. When completed, the surface shall be true to the lines, grades, and cross section shown on the plans or as directed by Owner's Representative. After all drains, structures, ducts, and other underground appurtenances along the edges or under the pavement have been completed, the subgrade shall be compacted to a 6-inch depth and 95 percent density (plus or minus 2 percent optimum moisture) according to ASTM D 698. Any irregularities or depressions that develop under rolling shall be corrected by loosening the material at these places and adding, removing, or replacing material until the surface is smooth and uniform. Any portion of the area which is not accessible to a roller shall be compacted to the required density by approved mechanical tampers. The material shall be sprinkled with water during rolling or tamping as required or when directed by Owner's Representative. B. All soft and yielding material and material which will not compact readily when rolled or tamped shall be removed as directed by Owner's Representative and replaced with suitable material. After grading operations are complete, all loose stones larger than 2 inches in their greatest dimension shall be removed from the surface of all proposed graded paving areas and disposed of as directed by Owner's Representative. C. At all times, the top of the subgrade shall be kept in such condition that it will drain readily and effectively. In handling materials, tools, and equipment, Contractor shall protect the subgrade from damage by laying planks when directed and shall take other precautions as needed. In no case will vehicles be allowed to travel in a single track. If ruts are formed, the subgrade shall be reshaped and rolled. Storage or stockpiling of materials on the top of the subgrade will not be permitted. Until the subgrade has been checked and approved, no stabilized subgrade, subbase, base, surface course, or pavement shall be laid thereon. 03871819 EARTH MOVING 31 20 00 - 5 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.8 HAUL A. No payment will be made separately or directly for haul on any part of the Work. All hauling will be considered a necessary and incidental part of the Work and its cost shall be considered by Contractor and included in the Contract unit price for the pay items of Work involved. 3.9 TOLERANCES A. In those areas upon which a subbase, base course, or surface course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot straightedge, it shall not show any deviation in excess of 2-inch, or shall not be more than 0.05-foot from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping, and recompacting by sprinkling and rolling. 3.10 TOPSOIL A. Topsoil shall be salvaged from stripping or other grading operations. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. B. All areas outside the paved areas within the grading limits shall be topsoiled unless otherwise shown on the Drawings or otherwise directed by Owner's Representative. C. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by Owner's Representative before the various operations are started. D. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by Owner's Representative, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the Drawings, which are too compact to respond to these operations shall receive special scarification. E. Grades on the areas to be topsoiled, which have been established, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. F. Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps and large roots, rubbish, or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by Owner's Representative. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. G. Contractor shall remove topsoil from the designated areas and to the depth as directed by Owner's Representative. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by Owner's Representative. Any topsoil stockpiled by Contractor shall be rehandled and placed without additional compensation. 03871819 EARTH MOVING 31 20 00 - 6 09/21 City of Lubbock Roy Furr Pioneer Park Improvements H. In unpaved excavation areas, at least the upper 6 inches of material shall be topsoil, unless otherwise shown on the Drawings or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the Work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. I. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by Contractor. After spreading is completed, the topsoil shall be lightly compacted by rolling with a cultipacker or by other means approved by Owner's Representative. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. J. Topsoil spreading shall be done in a manner to allow planting to occur with little additional tillage or soil preparation. K. Final grades shall be 2 inches below the surface of any adjacent landscape elements, such as curbs or pavements. L. Where any portion of the surface becomes eroded or otherwise damaged, repair the affected area to establish the condition and grade prior to topsoil placement, then replace the topsoil. M. Contractor shall notify Engineer 24 hours in advance of topsoil placement. N. No direct payment will be made for topsoil as such. END OF SECTION 03871819 EARTH MOVING 31 20 00 - 7 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 3123 00.10 — EXCAVATION AND FILL FOR UTILITIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Furnishing all labor, equipment and materials, and performing all operations in connection with the excavation, trenching, and backfilling for the installation of water, sanitary sewer, drain lines, and perforated pipe underdrains as shown on Plans and as specified herein. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 33 05 00 "Common Work Results for Utilities." 3. Section 33 14 00 "Water Utility Transmissions and Distribution." 1.2 SUBMITTALS A. Submit to the Architect in conformance with the requirements of the Conditions of the Contract. PART 2 - PRODUCTS 2.1 MATERIALS A. Embedment materials to match details shown on Plans. PART 3 - EXECUTION 3.1 EXCAVATION A. General: Excavation shall include the removal of any trees, stumps, brush, debris or other obstacles that may obstruct the line of Work, and the excavation and removal of all earth, rock, or other materials to the extent necessary to install the pipe, appurtenances, and structures in conformance with the line and grades shown in the plans or as specified. B. Maximum and Minimum Width of Trenches: The sides of all trenches shall be cut as nearly vertical as possible from the bottom of the trench to a point 12 inches above the top of the pipe when it is laid to grade. The minimum width of trench in which the pipe may be installed shall be as shown in the plans, measured at an elevation in the trench which is 12 inches above the top of the pipe when it is laid to grade. 1. Whenever the prescribed maximum trench width is exceeded, Contractor shall use the next higher class of embedment or encasement than specified, based upon the load factors shown on the plans, and the additional cost incurred will be borne by Contractor. 03871819 EXCAVATION AND FILL FOR UTILITIES 31 23 00.10 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 2. Nothing herein shall be construed as prohibiting Contractor from moving the upper portion of earth to a depth 12 inches above the top of the pipe, in sections of the line where the cut is deep, by means of scrapers, bulldozers, or other dirt moving equipment, as a preliminary to trenching for the pipe if he elects to do so and has permission therefor from Property Owner whose land will be affected. Such permission must be obtained from Property Owner prior to the start of any such earth moving operations. C. Dewatering Excavation: Contractor shall, commencing sufficiently in advance of excavation, during the excavation period, and as long thereafter as the condition of the Work may require, provide and maintain in good operating condition such equipment as may be required to prevent all water from entering any trench excavation. This shall include, but is not limited to: surface water which would drain into the excavation; seepage water which would enter the trench as a result of the excavation and a high ground water level; and the water which could penetrate the trench bottom due to the anticipated piezometric head coupled with the removal of overburden should Contractor not lower the water table in advance of the excavation. Backfilling operations shall be completed before dewatering operations are suspended. Water removed from the excavation shall be disposed of in such a manner as to prevent damage to adjacent property or to other Work under construction. Damage of whatever nature caused by dewatering the Work or failure to dewater the Work satisfactorily shall be promptly repaired and/or remedied by Contractor at his own expense. 1. Provision shall be made for the satisfactory disposal of water pumped from excavations so as to prevent damage to public or private property. In all cases, accumulated water in the trench shall be removed before placing embedment, laying pipe, placing any concrete, or backfilling. D. Subgrade in Earth: Where a firm and stable foundation for the pipe can be obtained in the natural soil and where special embedment is not shown on Plans or specified herein, the bottom of the trench shall be carefully and accurately trimmed to fit the lower portion of the pipe barrel. Bell holes shall be excavated for each joint. The bell holes shall be accurately located and shall be of sufficient width and depth to allow ample room for making the joint and to relieve the pipe bell of all load. 1. Should the excavation be carried below grade, except as herein specifically provided, Contractor shall, at his own expense, refill it to the proper elevation with gravel or crushed stone, which shall be compacted by tamping until it is firm and unyielding. E. Soft Subgrade: If soft or spongy material is encountered in the excavation at subgrade level, after proper dewatering has been performed, it shall be removed, to such a depth that, by replacing the unsuitable material with tamped crushed stone or gravel, a firm and stable foundation can be secured. F. Disposal of Excavated Materials: Excavated material shall be stored adjacent to Work to be used for backfilling. Where required, desirable topsoil shall be piled separately in a careful manner and replaced in its original position. 1. Excavated material which is unsuitable for backfilling, and excess material, shall be disposed of in a manner approved by Owner or Architect. 03871819 EXCAVATION AND FILL FOR UTILITIES 31 23 00.10 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements G. Subgrade in Rock: If the bottom of the excavation for the pipeline is found to be in rock or other hard material that cannot be excavated to a true subgrade and shaped to provide uniform bearing for the pipe barrel, the rock or other material shall be removed to a depth not less than 3 inches below subgrade and the bottom of the trench brought to true subgrade elevation by filling with gravel or suitable rock cuttings and shavings from the excavation and compacting by means of tamping until a firm and uniformly unyielding foundation is obtained. H. Protection of Existing Utilities: 1. Prior to the start of construction, Contractor shall contact all local utility companies and any other public or private utilities to obtain the assistance of the utility companies in the location of and in the avoidance of conflicts with utility lines. Contractor shall uncover and determine the location and elevation of conflicts well ahead of trench excavation. 2. Should utilities be damaged by construction, they shall be replaced with materials equal to or better than existing, to the full satisfaction of the utility owner. Such Work shall be at the sole expense of Contractor. 3.2 BACKFILLING A. Backfilling shall include the refilling and consolidating of the fill in trenches and excavations up to the surrounding ground surface or road grade at crossings. Backfilling shall be done with good earth, sand, or gravel and shall be free from large rocks or hard lumpy material over 3 inches in size. No material of a perishable, spongy or otherwise unsuitable nature shall be used in backfilling. B. After the pipe and embedment have been placed, the method of backfilling pipe trenches shall be as follows: Embedment material shall first be carefully placed on both sides of the pipe simultaneously in layers of not more than 4 inches in loose thickness, and these layers shall be firmly compacted by hand or mechanical tamping. The layers of backfill shall be sprinkled lightly with water if additional moisture is required for proper compaction. This process of filling and tamping in layers shall be continued until the backfill is brought up to the top of the pipe. A sufficient amount of selected material shall then be carefully placed over the top of the pipe so that, when consolidated, the level of the select material will be not less than 12 inches above the top of the pipe. Before backfilling the remainder of the trench, the select material shall be consolidated by jetting and flooding or mechanical tamping, at the option of Contractor, to such an extent as to secure uniform consolidation. C. The remainder of the trench shall then be filled with suitable material obtained from the spoil bank. Compact by mechanical tamping in 8-inch maximum lifts to 50 percent Proctor Density in non -paved areas and 95 percent Proctor Density in paved areas. END OF SECTION 03871819 EXCAVATION AND FILL FOR UTILITIES 31 23 00.10 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 3123 16 - EXCAVATION PART 1 - GENERAL 1.1 SUMMARY A. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 GENERAL A. This item shall consist of excavation, subgrade preparation, grading, embankment and topsoiling of all materials within the limits of the Work required to complete the construction of the various items included in this Project in accordance with these Specifications and in conformity with the dimensions and typical sections shown on the Plans and with the lines and grades established for the Project. B. All suitable material taken from excavation shall be used in the formation of embankment, subgrade, and for backfilling as indicated on the Plans or as directed by Owner's Representative. C. Fill material shall be supplied from borrow sites approved by Owner's Representative at Contractor's expense. If the volume of excavation material removed from the Project construction area exceeds that required to construct the Project to the grades indicated, the excess material shall become the property of Owner and shall be properly disposed of in areas within the construction site as specified by Owner. 1.3 CLASSIFICATION A. All material excavated shall be defined as unclassified excavation and shall include all excavation performed under this item regardless of the material encountered. Existing asphaltic and concrete material, where shown, shall be salvaged or removed in accordance with Section 02 41 13 "Selective Site Demolition," of these Specifications. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 GENERAL A. Any excess material shall be stockpiled on -site at a location determined by Owner. B. Any borrow material shall have a maximum PI of 15. C. The rough excavation shall be carried to the necessary depth to obtain the specified depth of subgrade densification shown on the Plans. Likewise, on embankments, the depth of subgrade densification shall be as shown on the Plans. Should Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved materials, in an approved manner and condition, at his own expense. Owner's Representative shall have complete control over the excavation, moving, placing, and disposition of all material and shall determine the suitability of material to be placed in embankments. All material determined unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fills or in subgrades but shall be handled and placed as directed. 03871819 EXCAVATION 3123 16 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements D. Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All spoil areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. E. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil. F. If it is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the contract. G. Prior to any excavation or embankment, but after all surface vegetation has been removed, Contractor shall stockpile sufficient topsoil to spread 6 inches over all areas to be seeded. 3.2 EXCAVATION A. Excavation shall be performed as indicated on the Contract Plans to the lines, grades, and elevation shown or as directed by Owner's Representative, and shall be made so that the requirements for formation of embankments can be followed. No excavation or stripping shall be started until Owner's Representative has taken cross -sectional elevations and measurements of the existing ground surface, and has set control base lines for the proposed Work. All material encountered within the limits indicated shall be removed and disposed of as directed. During the process of excavation, the grade shall be maintained so that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the Work. B. When selective grading is specified or required as indicated on the Plans, the excavated material shall be handled to allow the selected material to be properly placed in the embankment and in the capping of pavement subgrades as determined from the soil profile and soil characteristics. C. Contractor shall so schedule the Work that excavated material can be placed in its proper section of the pavement construction. If Contractor for his convenience desires to stockpile material, it shall be stockpiled in approved areas for later use. D. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for subgrades, roads, shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches below the contemplated surface of the subgrade or the designated grades. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to a depth specified, to provide a satisfactory foundation. Unsatisfactory materials shall become the property of Contractor and shall be disposed of at locations approved by Owner's Representative at Contractor's expense. The portion so excavated shall be refilled with suitable selected material as specified, obtained from the grading operations or borrow area and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, or where trenching out is done to provide for a course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate drainage. E. Owner reserves the right to make minor adjustments or revisions in lines or grades, if found necessary, as the Work progresses due to discrepancies in the Plans or to obtain satisfactory construction. F. The removal of existing structures and utilities required to permit the orderly progress of Work will be accomplished by Contractor as an incidental part of the Work, unless otherwise shown on the Plans. 03871819 EXCAVATION 3123 16 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements G. In cut areas, the subgrade under areas to be paved shall be compacted to the depths and to the densities at optimum moisture as shown on the Plans or as specified by the Specifications, and as determined by the compaction control tests specified in ASTM D 698. Any unsuitable materials encountered shall be removed. H. In cut areas, the subgrade material shall be removed to the depths indicated on the Drawings. The bottom layer of subgrade shall be compacted to the depths and density as shown on the Drawings. The remaining layers of subgrade shall be constructed as embankment as shown on the Drawings. I. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density except as specified above. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials necessary to obtain the required density, except as specified above, shall be considered as incidental to the excavation and embankment operations, and shall be performed by Contractor at no additional cost to the Project. J. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 12 inches of the subgrade. The finished grading operations conforming to the typical cross section shall be completed and maintained ahead of the paving operations. K. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the Plans or as directed by Owner's Representative. L. Blasting will not be permitted. M. No special consideration will be given to site specific swell factors. Excavation will be paid for based on the airspace volume of material removed. 3.3 PREPARATION OF EMBANKMENT AREA A. Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface, whether caused by grubbing or otherwise, shall be backfilled with suitable material and compacted to ground surface before the construction of the embankment will be permitted to start. B. Immediately prior to the placing of the fill materials, the entire area upon which the embankment is to be placed, except where limited by rock, shall be scarified and broken by means of a disc harrow or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would cause interference with the compaction of the foundation or fill shall be removed from the area and disposed of as directed. A thin layer (approximately 3 inches) of the fill material shall be spread over the scarified foundation and the whole area compacted as required in the Specifications. C. Where embankments are to be placed on natural slopes steeper than 3-to-1, horizontal benches shall be constructed as directed by Owner's Representative. Suitable excavated material shall be incorporated in embankments. D. No direct payment shall be made for the preparation of the embankment area. E. No special consideration will be given to site specific swell factors. Embankment will be paid for based on the airspace volume of fill material. 03871819 EXCAVATION 3123 16 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.4 STRIPPING A. All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. Payment for stripping will be covered under the bid item for "Clearing and Grubbing." 3.5 FORMATION OF EMBANKMENTS A. Embankments shall be formed of satisfactory materials placed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section. B. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. All materials entering the embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other objectionable material. Soil, granular material, shale, and any other material permitted for use in embankment shall be spread in successive layers as specified. C. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing weather, or other unsatisfactory conditions of the field. Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. D. The material in the layers shall be of the proper moisture content before rolling to obtain the prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure a uniform moisture content throughout the layer shall be required. Should the material be too wet to permit proper compaction or rolling, all Work on all portions of the embankment thus affected shall be delayed until the material has dried to the required moisture content. Sprinkling shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken at frequent intervals. From these tests, corrections, adjustments, and modifications of methods, materials, and moisture content will be made to construct the embankment. E. Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of the maximum density, at optimum moisture, as determined by the compaction control tests in ASTM D 698. Under all areas to be paved, the embankment shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified in the specifications, as determined by the compaction control tests specified in ASTM D 698. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. Any areas inaccessible to a roller shall be consolidated and compacted by mechanical tampers. F. During construction of the embankment, Contractor shall route his equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. G. In the construction of embankments, starting layers shall be placed in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. H. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other materials shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimension will not be allowed in the top 12 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be 03871819 EXCAVATION 3123 16 - 4 09/21 City of Lubbock Roy Furr Pioneer Park Improvements exerted to fill the voids with the finer material to form a dense, compact mass. Rock or boulders shall not be disposed of outside of the excavation or embankment areas, except at places and in the manner designated by Owner's Representative. I. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. J. Contractor shall be responsible for the stability of all embankments made under the contract and shall replace any portion which, in the opinion of Owner's Representative, has become displaced due to carelessness or negligence on the part of Contractor. K. When stockpiling of excavated material and later rehandling of such material is done for the convenience of Contractor, no extra payment will be made for the rehandling of stockpiled materials. 3.6 EQUIPMENT A. Contractor may use any type of earth -moving, compaction, and watering equipment he may desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by Contractor and as approved by Owner's Representative in accordance with the total calendar days or working days bid for the construction. Contractor shall furnish, operate, and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 3.7 PREPARATION AND PROTECTION OF THE TOP OF THE SUBGRADE A. On areas to be paved, the specified depth in cut areas and the top of embankment shall be compacted to the density specified. When completed, the surface shall be true to the lines, grades, and cross section shown on the plans or as directed by Owner's Representative. After all drains, structures, ducts, and other underground appurtenances along the edges or under the pavement have been completed, the subgrade shall be compacted to a 12-inch depth per ASTM D 698 based on the following table: Soil Class Group Symbol % Density based on Proctor GW 97 GP 97 GM 98 GC 98 SW 97 SP 98 SM 98 SM-SC 99 SC 99 ML 100 ML-CL 100 CL 100 B. Any irregularities or depressions that develop under rolling shall be corrected by loosening the material at these places and adding, removing, or replacing material until the surface is smooth and uniform. Any portion of the area which is not accessible to a roller shall be compacted to the required density by approved mechanical tampers. The material shall be sprinkled with water during rolling or tamping as required or when directed by Owner's Representative. 03871819 EXCAVATION 3123 16 - 5 09/21 City of Lubbock Roy Furr Pioneer Park Improvements C. All soft and yielding material and material which will not compact readily when rolled or tamped shall be removed as directed by Owner's Representative and replaced with suitable material. After grading operations are complete, all loose stones larger than 2 inches in their greatest dimension shall be removed from the surface of all proposed graded paving areas and disposed of as directed by Owner's Representative. D. At all times, the top of the subgrade shall be kept in such condition that it will drain readily and effectively. In handling materials, tools, and equipment, Contractor shall protect the subgrade from damage by laying planks when directed and shall take other precautions as needed. In no case will vehicles be allowed to travel in a single track. If ruts are formed, the subgrade shall be reshaped and rolled. Storage or stockpiling of materials on the top of the subgrade will not be permitted. Until the subgrade has been checked and approved, no stabilized subgrade, subbase, base, surface course, or pavement shall be laid thereon. 3.8 HAUL A. No payment will be made separately or directly for haul on any part of the Work. All hauling will be considered a necessary and incidental part of the Work and its cost shall be considered by Contractor and included in the contract unit price for the pay items of Work involved. 3.9 TOLERANCES A. In those areas upon which a subbase, base course, or surface course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot straightedge, it shall not show any deviation in excess of 2-inch, or shall not be more than 0.05-foot from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping, and recompacting by sprinkling and rolling. 3.10 TOPSOIL A. Topsoil shall be salvaged from stripping or other grading operations. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. B. All areas outside the paved areas within the grading limits shall be topsoiled unless otherwise shown on the Plans or otherwise directed by Owner's Representative. C. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by Owner's Representative before the various operations are started. D. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by Owner's Representative, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. 03871819 EXCAVATION 3123 16 - 6 09/21 City of Lubbock Roy Furr Pioneer Park Improvements E. Grades on the areas to be topsoiled, which have been established, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. F. Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by Owner's Representative. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. G. Contractor shall remove topsoil from the designated areas and to the depth as directed by Owner's Representative. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by Owner's Representative. Any topsoil stockpiled by Contractor shall be rehandled and placed without additional compensation. H. In unpaved excavation areas, at least the upper 6 inches of material shall be topsoil, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the Work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. I. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by Contractor. After spreading is completed, the topsoil shall be lightly compacted by rolling with a cultipacker or by other means approved by Owner's Representative. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. J. Topsoil spreading shall be done in a manner to allow planting to occur with little additional tillage or soil preparation. K. Final grades shall be 2 inches below the surface of any adjacent landscape elements, such as curbs or pavements. L. Where any portion of the surface becomes eroded or otherwise damaged, repair the affected area to establish the condition and grade prior to topsoil placement, then replace the topsoil. M. Contractor shall notify the Engineer/Landscape Architect 24 hours in advance of topsoil placement. N. No direct payment will be made for topsoil as such. END OF SECTION 03871819 EXCAVATION 31 23 16 - 7 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 3123 23.13 - BACKFILL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Examination, preparation, backfilling, and tolerances. 2. Field quality control and protection of finished Work. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Verify fill materials to reuse are acceptable by testing and analysis (Article 3.5). 3.2 PREPARATION A. Generally compact subgrade to density requirements for subsequent backfill materials. B. Cut out soft areas of subgrade not capable of in situ compaction. Backfill with Type B fill and compact to density equal to or greater than requirements for subsequent backfill material. C. Prior to placement of aggregate base course material at paved areas, compact subsoil to 95 percent of its maximum dry density in accordance with ANSI/ASTM D 698. 3.3 BACKFILLING A. Backfill areas to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen, or spongy subgrade surfaces. C. Place and compact materials in continuous layers not exceeding 8 inches compacted depth. D. Employ a placement method that does not disturb or damage utilities in trenches. E. Maintain optimum moisture content of backfill materials to attain required compaction density. F. Make grade changes gradual. Blend slope into level areas. G. Spread surplus backfill materials in designated areas. H. Leave fill material stockpile areas completely free of excess fill materials. 3.4 TOLERANCES A. Top Surface of Backfilling: ±1-inch from required elevations. 03871819 BACKFILL 31 23 23.13 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed. B. Tests and analysis of fill material will be performed in accordance with ANSI/ASTM D 698. C. Compaction testing will be performed in accordance with ANSI/ASTM D 698. D. If material does not meet specified requirements, remove Work, replace, and retest at no cost to Owner. E. Frequency of Tests: 1 test for every lift every 100 linear feet. F. Proof roll compacted fill surfaces under slabs -on -grade and paving. 3.6 PROTECTION OF FINISHED WORK A. Recompact fills subjected to vehicular traffic. END OF SECTION 03871819 BACKFILL 31 23 23.13 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 32 1150 - FLEXIBLE BASE COURSE PART 1 - GENERAL 1.1 SUMMARY A. Section includes excavating, crushing, hauling, and spreading base material then wetting, compacting, and shaping it to form a flexible base course for paving, to lines, grades, and typical cross section shown on Plans and specified herein. Contractor shall furnish all materials, equipment, tools, labor, superintendence, and incidentals necessary to complete Work. B. Related Requirements: 1. Division 01 Specification Sections apply to the Work of this Section. 2. Section 02 41 13 "Selective Site Demolition." 1.2 QUALITY CONTROL A. Engineer shall direct required tests and reserves the right to adjust, modify, or waive required test. The following list is a guideline for number of tests required for a construction sequence: 1. Base Material: Retest of gradation, liquid limits, and plasticity index, for each 10,000 sq. yd. of base material laid. 2. Triaxial Test: A minimum 1 test shall be required for each Project. 3. Compaction Test: 1 field density test will be required for each 800 sq. yd. of caliche base material laid. PART2-PRODUCTS 2.1 CALICHE BASE A. Contractor shall furnish materials for use in constructing base course from a source approved by Engineer. Contractor is responsible for locating source of caliche, securing approval of source, and making arrangements with property owner where pit is located, for use of material. Pits shall be stripped of all unacceptable material and stripping disposed of in a manner agreeable to property owner where pit is located. Open pits to immediately expose vertical faces of all various strata of acceptable material. Unless otherwise directed, secure material in successive vertical cuts extending through all exposed strata. Contractor shall pay for any incidental costs, including securing, stripping, or crushing base material. B. All acceptable material shall be screened, and oversized material crushed and returned to screened material so a uniform material is produced. Processed caliche base material, when properly slaked and tested by TxDOT standard laboratory methods, shall meet these requirements: Passing 1-3/4" sieve 100% Retained on 7/8" sieve 10 to 35% Retained on 3/8" sieve 30 to 50% Retained on No. 4 sieve 45 to 65% Retained on No. 40 sieve 70 to 85% Triaxial classification (minimum) 3.0 03871819 FLEXIBLE BASE COURSE 32 11 50 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements C. Material passing the No. 40 sieve including blended filler, shall be known as soil binder and shall have a liquid limit of not more than 35 and a plasticity index of not more than 10 when tested in accordance with Test Method TEX-106-E. D. Recycled material such as Recycled Asphalt Pavement (RAP) not permitted unless specifically shown otherwise on Plans. PART 3 - EXECUTION 3.1 HAULING AND PLACING A. Prior to placing any base material, shape, wet, roll, and compact subgrade to cross sections and grades specified. B. Place flexible base in uniform courses with compacted thicknesses no more than 4 inches or less than 3 inches compacted if compaction can be achieved. Material shall be delivered in approved vehicles of uniform capacity and Contractor's responsibility to supply amount of material required to construct base course to thickness shown on Plans. Spread and shape to thoroughly mix material and prevent segregation. Sprinkling during this process, will be required if necessary to prevent segregation. When shaping is complete, uniformly well -grade material of proper thickness. Spread and shape material deposited upon subgrade the same day. If inclement weather or other unforeseen circumstances renders impractical spreading the material the day it is deposited, scarify, mix, and spread material as directed by Engineer. Correct and remove or replace all areas and nests of segregated coarse or fine materials with well -graded material. If additional or corrective binder required, Engineer shall furnish and apply in amount directed. Carefully and evenly incorporate such binder material with material in place by scarifying, harrowing, or other approved method. 3.2 COMPACTING AND FINISHING A. After material is properly spread, sprinkle, roll, and blade until thoroughly compacted. During the compaction process, apply water to maintain optimum moisture in material and sufficiently blade base course to ensure a uniform distribution of base materials and smooth uniform surface, true to section and grades established, after final compaction. Accomplish compaction by rolling with pneumatic and steel -wheeled rollers as approved by Engineer. In areas not accessible to roller, compact base material with mechanical tampers or other approved methods to secure uniform compaction over entire paved area. Throughout entire operation, maintain shape of base course by blading. Continue blading and rolling until course is thoroughly compacted and surface is smooth and in conformity with typical sections shown on Plans and to lines and grades established. Compact material to a minimum of 100 percent and within plus or minus 2 percent of optimum moisture, as determined by ASTM D 698. First lift must be tested and accepted prior to placement of next lift. B. Immediately correct all irregularities, depressions, or weak spots which develop during compaction, by scarifying affected areas, adding or removing material as required, and reshaping and recompacting by sprinkling and rolling. Immediately prior to placing surfacing, check base for grade and cross section, and correct any deviation in excess of 1/4-inch from grade or true cross section. Contractor shall set blue tops set to finished base elevations, to check base for proper grade and elevation. C. If base course is opened to traffic before applying surfacing, base shall be satisfactorily maintained by wetting, blading, and rolling until wearing surface is placed thereon. END OF SECTION 03871819 FLEXIBLE BASE COURSE 32 11 50 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 0DIOJI1 9:/:11a8ZXTAlelf" PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Hot -mix asphalt paving and patching. 2. Asphalt surface treatments. 3. Pavement -marking paint. 4. Cold milling of existing hot -mix asphalt pavement. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02 41 13 "Selective Site Demolition." 3. Section 32 1150 "Flexible Base Course." 4. Section 32 13 73 "Concrete Paving Joint Sealants." 1.2 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. 1.3 REFERENCES A. AASHTO T 102 - Spot Test of Asphaltic Materials. B. AASHTO T 245 - Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus. C. AASHTO M 248 - Standard Specification for Ready -Mixed White and Yellow Traffic Paints. D. Al MS-2 - (1994) Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types. E. AIMS-22 - Construction of Hot Mix Asphalt Pavements. F. ASTM C 29 - (1991; Rev. A) Unit Weight and Voids in Aggregate. G. ASTM C 88 - (1990) Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. H. ASTM C 117 - (1995) Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing. 1. ASTM C 127 - (1988; R 1993) Specific Gravity and Absorption of Coarse Aggregate. J. ASTM C 128 - (1993) Specific Gravity and Absorption of Fine Aggregate. K. ASTM C 131 - (1996) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. L. ASTM C 136 - (1996; Rev. A) Sieve Analysis of Fine and Coarse Aggregates. M. ASTM C 188 - (1995) Density of Hydraulic Cement. N. ASTM D 70 - (1982; R 1990) Specific Gravity of Semi -Solid Bituminous Materials. O. ASTM D 75 - (1987; R 1992) Sampling Aggregates. P. ASTM D 242 - (1995) Mineral Filler for Bituminous Paving Mixtures. Q. ASTM D 546 - (1994) Sieve Analysis of Mineral Filler for Road and Paving Materials. R. ASTM D 692 - (1994; Rev. A) Coarse Aggregate for Bituminous Paving Mixtures. S. ASTM D 854 - (1992) Specific Gravity of Soils. T. ASTM D 946 - (1982; R 1993) Penetration -Graded Asphalt Cement for Use in Pavement Construction. U. ASTM D 979 - (1996) Sampling Bituminous Paving Mixtures. 03871819 ASPHALT PAVING 3212 16 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements V. ASTM D 995 - (1995; Rev. B) Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures. W. ASTM D 1073 - (1994) Fine Aggregate for Bituminous Paving Mixtures. X. ASTM D 1075 - (1996) Effect of Water on Cohesion of Compacted Bituminous Mixtures. Y. ASTM D 1188 - (1996) Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens. Z. ASTM D 1559 - (1989) Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus. AA. ASTM D 2027 - Standard Specification for Cutback Asphalt (Medium -Curing Type). BB. ASTM D 2041 - (1995) Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures. CC. ASTM D 2172 - (1995) Quantitative Extraction of Bitumen from Bituminous Paving Mixtures. DD. ASTM D 2726 - (1996; Rev. A) Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures. EE. ASTM D2950 - Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods. FF. ASTM D 3381 - (1992) Viscosity -Graded Asphalt Cement for Use in Pavement Construction. GG. ASTM D3405 - Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements. HH. ASTM D3549 - Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens. II. TEX-126-E - Molding, Testing and Evaluating Bituminous Black Base Materials. JJ. TEX-204-F - Design of Bituminous Mixtures. KK. TEX-224-F - Determining Flakiness Index. LL. TxDOT Item 300 - Asphalt, Oils and Emulsions. MM. TxDOT Item 301 - Asphalt Antistripping Agents. NN. TxDOT Item 340 - Specification for Hot Mix Asphaltic Concrete Pavement. 00. TxDOT Item 341 - Specification for Asphaltic Stabilized Base (Plant Mix). 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include technical data and tested physical and performance properties. B. Job -Mix Designs: Submit job -mix design for approval before preparing and placing bituminous mixture. Design mix using procedures contained in Chapter III, Marshall Method of Mix Design, of Al MS-2. Formulas indicate physical properties of mixes as shown by tests made by Architect -approved commercial laboratory, using materials identical to those provided on Project. Submit formulas with material samples. Job -mix formula for each mixture shall be in effect until Contractor -modified in writing and approved by Architect. Provide new job -mix formula for each source change. C. Qualification Data: Submit qualifications for product manufacturers. D. Material Test Reports: 1. Specific gravity test of asphalt. 2. Coarse aggregate tests. 3. Weight of slag test. 4. Percent of crushed pieces in gravel. 5. Fine aggregate tests. 6. Specific gravity of mineral filler. 7. Bituminous mixture tests. 03871819 ASPHALT PAVING 32 12 16 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 8. Aggregates tests. 9. Bituminous mix tests. 10. Pavement courses. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated, as documented according to ASTM E 548. B. Asphalt -Paving Publication: TxDOT Item 340 "Hot Mix Asphalt Pavement." C. Required Data: Job -mix formula shall show: 1. Source and proportions, percent by weight, of each ingredient of mixture; 2. Correct gradation, percentages passing each size sieve listed in specifications for mixture to use, aggregate and mineral filler from each separate source and from each different size to use in mixture, and for composite mixture; 3. Amount of material passing the No. 200 sieve determined by dry sieving; 4. Number of blows of hammer compaction per side of molded specimen; 5. Temperature viscosity relationship of asphalt cement; 6. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight; 7. Asphalt absorption by the aggregate; 8. Effective asphalt content as percent by weight of total mix; 9. Temperature of mixture immediately upon completion of mixing; 10. Asphalt viscosity grade and/or penetration range; and 11. Curves for asphalt stabilized base and hot -mix asphalt paving courses. 1.6 DELIVERY, STORAGE, AND HANDLING A. Inspect materials delivered onsite for damage and store with minimal handling. Store aggregates to prevent segregation, contamination, or intermixing of different aggregate sizes. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if these conditions are not met: 1. Prime and Tack Coats: Minimum surface temperature of 60 degrees F. 2. Asphalt Surface Course: Minimum surface temperature of 60 degrees F at time of placement. B. Pavement -Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 degrees F for oil -based materials, 50 degrees F for water -based materials, and not exceeding 95 degrees F. 1.8 MIXING PLANT A. Provide mixing plant capable of meeting Project needs. B. At no time shall plant hinder Project progress. 03871819 ASPHALT PAVING 32 12 16 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements PART2-PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. 1. Coarse Aggregate shall conform to ASTM D 692. a. Shall be material retained on a No. 4 sieve and consist of clean, washed, durable fragments of crushed stone of uniform quality. DO NOT mix or combine crushed gravel and crushed stone. Crush coarse aggregate to produce a minimum 85-percent crushed faces for Type D HMAC when tested in accordance with TEX-460-A. Part 1 "Determination or Crushed Face Count." b. Coarse aggregate shall have a maximum 20 percent loss when subjected to 5 cycles of Magnesium Sulfate Soundness Test ASTM C 88. Amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials, shall not exceed 2 percent. When subjected to Los Angeles Abrasion test, coarse aggregate shall not have a loss greater than 40 percent by weight. C. Coarse aggregate may be enhanced with crushed concrete (CL A min). 2. Fine Aggregate shall conform to ASTM D 1073. a. That part of material passing No. 40 sieve and shall consist of sand and/or screenings. Plasticity index of that part of sand passing 40 sieve shall not exceed 6. Plasticity index of the screenings shall not exceed 9. b. Sand shall be composed of durable stone particles, free from injurious foreign matter. Screenings shall be same or similar material as specified for coarse aggregate. 3. Mineral Filler: Mineral filler for the bituminous surface course shall consist of thoroughly dry stone dust, slate dust, Portland cement or other mineral dust approved by Owner's Representative. It shall be free from injurious materials and shall meet the following grading requirements, when tested in accordance with ASTM D 242: Passing No. 30 sieve 100% by weight Passing No. 80 sieve, not less than 95 - 100% by weight Passing No. 200 sieve, not less than 70 - 100% by weight B. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so 100 percent of particles pass the 2-inch sieve. 1. RAP from Contractor or other sources, including RAP generated during Project, only permitted when shown on Plans. Owner -owned RAP, if allowed for use, available at location shown on Plans. When RAP is used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on Plans. 2. When RAP is allowed by plan note, use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on Plans. For all other mixtures, use no more than 20 percent RAP unless otherwise shown on Plans. 03871819 ASPHALT PAVING 32 12 16 - 4 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3. Do not use RAP contaminated with dirt or other objectionable materials. Do not use RAP if decantation value exceeds 5 percent and plasticity index is greater than 8. Test stockpiled RAP for decantation in accordance with laboratory method given in Tex-406-A, Part I. Determine plasticity index using Tex-106-E if decantation value exceeds 5 percent. Decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 4. Do not intermingle Contractor -owned RAP stockpiles with other RAP stockpiles. Remove unused Contractor -owned RAP material from Project site upon completion of Project. Return unused Owner -owned RAP to designated stockpile location. C. Asphalt shall be performance grade 64-28 S or L, AASHTO Performance Graded Binder Specification (MP1) or AC 10 with latex. 1. Contractor shall notify Engineer of asphaltic material source for approval prior to production of asphaltic mixture. 2. Optimum asphalt content shall be determined by Marshall Stability method. 3. Percent asphalt content in HMAC surface shall be optimum as indicated by Marshall Stability plus 0.25 percent. 4. Paving mixture asphalt content shall not be below optimum or vary from specified design asphalt content by more than +0.3 percent dry weight, based on total mixture. D. Prime Coat: Prim surface using an application of 0.20 to 0.30 gallons per square yard of MC asphalt conforming to ASTM D 2027, MC 30. E. Tack Coat: Asphaltic material for tack coat shall meet requirements for Cut -Back Asphalt RC-250, slow rate cure SS-1 emulsified asphalt, medium rate cure MS-1 emulsified asphalt, or PG grade asphalt as used in HMAC Surface Course. F. Joint Sealant: ASTM D 3405 or AASHTO M 301, hot -applied, single -component, polymer -modified bituminous sealant. G. Emulsified Asphalt Sealer: All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of an MS-2, or 20/80 SS -I, liquid anionic asphalt and distilled water. Apply emulsified asphalt sealer after HMAC surface has cooled to below 70 degrees F, at a rate of 0.10 to 0.12 gallons per square yard of surface. H. Mix Design: 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in Al MS-2, "Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types," and provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Base Course: a. Asphalt Stabilized Base (ASB) shall consist of a compacted mixture of graded gravel aggregate and asphalt cement mixed hot in a mixing plant in accordance with TxDOT Standard Specifications, 2004, Item 340 Dense -Graded Hot -Mix Asphalt (Method). b. Contractor shall provide a current mix design using approved materials indicating gradation and optimum asphalt content. Aggregate mixture shall conform to this master gradation: Sieve Size 1 1-1/2" 3/4" 1/2" #4 #40 Percent Retained by Weight 1 0 8-30 30-55 50-70 70-90 1) Material passing the #40 sieve shall be known as soil binder and meet these following: (a) Liquid Limit shall not exceed 45. 03871819 ASPHALT PAVING 32 12 16 - 5 09/21 City of Lubbock Roy Furr Pioneer Park Improvements (b) Plasticity Index shall not exceed 15. (c) Linear Shrinkage shall not exceed 5. C. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering pug mill for mixing with asphalt. d. ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. Mineral aggregate shall conform to gradation requirements specified. Percent asphaltic material shall be determined in accordance with Test Method Tex.-126-E or -204-F and procedures outlined in TxDOT Bulletin C-14. In no case shall asphalt content be <4 or >9 percent by weight. Asphalt for mixture shall meet requirements of TxDOT Item 300 "Asphalt, Oils, and Emulsions." Architect must approve grade of asphalt and source pnor to use. 3. Surface Course: a. Hot -mix asphalt concrete surface shall consist of a compacted mixture of coarse and fine aggregate, mineral filler (if required), and asphalt cement mixed hot in a mixing plant in accordance with these Specifications. Unless otherwise specified, materials and construction shall conform to TxDOT Item 340 DGR HMA (M). b. Combined mineral aggregate, after final processing by mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 40 when tested in accordance with Test Method ASTM D 2419. Percent of flat or elongated slivers of stone for any aggregate shall not exceed 25 percent when tested in accordance with Test Method Tex 224-F. C. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with Architect -approved lime or liquid anti -stripping agent. Anti -stripping agents shall meet requirements of TxDOT Item 301 "Asphalt Antistripping Agents," and be added at manufacturer -recommended dosage and temperature range. d. Contractor shall provide a current HMAC mix design as indicated on Drawings using approved materials indicating gradation and optimum asphalt content. Aggregate mixture shall conform to the following master gradation from the TxDOT 2004 Standard Specifications: Master Gradation Bands (% Passingby Weight or Volume) and Volumetric Properties Sieve Size A - Coarse Base B - Fine Base C - Coarse Surface D - Fine Surface F - Fine Mixture 1-1/2" 98.0-100.0 - - - - 1" 78.0-94.0 98.0-100.0 - - - 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 - - %2" 50.0-70.0 - - 98.0-100.0 - 3/8" - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 80.0-86.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.0-46.0 38.0-48.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA', % MinimuMM - 12.0 13.0 1 14.0 1 15.0 16.0 03871819 ASPHALT PAVING 32 12 16 - 6 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1) Voids in Mineral Aggregates. Material passing the No. 40 sieve shall be known as soil binder and meet the following requirements: (a) Liquid Limit shall not exceed 45. (b) Plasticity Index shall not exceed 15. (c) Linear Shrinkage shall not exceed 5. e. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering pug mill for mixing with asphalt. f. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. Percent asphalt in mixture determined to meet Marshall Stability criteria as follows: 1) No. Blows (each end of specimen): 75. 2) Stability (lb.): 1,500. 3) Flow (units of 0.01-inch): 8 minimum, 16 maximum. 4) Percent Air Voids: 2 minimum, 5 maximum. 5) Molding temperature for Marshall Criteria shall be 275 degrees F. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas unstable or requiring further compaction. C. Proceed with paving only after unsatisfactory conditions are corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 3.2 PRIME COAT A. Application: Immediately following surface preparation, apply prime coat by bituminous distributor. Apply bituminous material at a pressure range of 25 to 75 pounds per square inch within temperature limits specified herein, and at rate of not less than 0.20 gallon nor more than 0.30 gallon of bituminous material per square yard. Apply bituminous material so uniform distribution is obtained over entire surface to treat with slight puddling on surface. Unless distributor is equipped to obtain satisfactory results at junction of previous and subsequent applications, spread building paper on surface of applied material for a sufficient distance back from ends of each application, so flow from sprays may be started and stopped on paper, and all sprayers will operate at full force on surface to treat. Immediately after application, remove building paper and apply bituminous material to spots missed by distributor. B. Curing: Following application of bituminous material, allow surface to cure without disturbing no less than 48 hours, or longer as necessary, to attain penetration into foundation course and evaporation of volatiles from bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain primed surface until succeeding pavement layer is placed by protecting surface against damage, repairing, and re -priming deficient areas. C. Temperature: Maintain application temperature between 68 and 149 degrees F. D. Protection: Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly -treated surfaces. 03871819 ASPHALT PAVING 3212 16 - 7 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.3 TACK COAT A. Application: Apply tack coat when surface to treat is dry. Immediately following preparation of surface for treatment, apply bituminous material by bituminous distributor, within limits of temperature specified herein and at a rate of not less than 0.05 nor more than 0.15 gallon of diluted emulsion per square yard. Apply bituminous material so uniform distribution is obtained over entire surface to treat. Treat lightly -coated areas and spots missed by distributor with bituminous material. Following application of bituminous material, allow surface to cure without disturbing to permit setting of tack coat. Apply bituminous tack coat only as far in advance of overlying layer placement as required for that day's operation. Maintain and protect treated surface from damage until succeeding course of pavement is placed. B. Temperature: Maintain application temperature between 122 and 185 degrees F. C. Material Test: Perform spot test for asphalt in accordance with AASHTO T102 on each shipment. D. Traffic Controls: Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so traffic will not travel over freshly -treated surfaces. 3.4 ASPHALT STABILIZED BASE COURSE (ASB) A. DO NOT place ASB when air temperature, as reported by National Weather Service, is below 45 degrees F and falling. B. Place ASB at a temperature between 255 and 285 degrees F during June, July, and August. During other months, place ASB at a temperature between 275 and 325 degrees F. C. Any ASB material above below specified temperature range, may be rejected. No payment made for any rejected material. D. Place and compact ASB in 3-inch lifts, unless otherwise directed by Engineer. Place material so when properly compacted, finished course is smooth, of uniform density, and in conformance with required cross -sections and grades. 3.5 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections, free of depressions with same texture and smoothness as other sections of hot -mix asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, in successive courses, a minimum 6 inches. 3. Offset transverse joints, in successive courses, a minimum 24 inches. 4. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements." 5. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density within 2 percent of specified course density. 3.6 COMPACTION A. General: Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or vibratory -plate compactors in areas inaccessible to rollers. Complete compaction before mix temperature cools to 185 degrees F. 03871819 ASPHALT PAVING 32 12 16 - 8 09/21 City of Lubbock Roy Furr Pioneer Park Improvements B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course is uniformly compacted to the following density: 1. 92 to 97 percent of maximum theoretical specific gravity. D. Finish Rolling: Finish roll -paved surfaces to remove roller marks while hot -mix asphalt is still warm. E. Edge Shaping: While surface is compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot. Compact thoroughly. F. Repairs: Remove paved areas defective or contaminated with foreign materials and replace with fresh, hot -mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. A. Thickness: Compact each course to produce thickness indicated within these tolerances: 1. Base Course: Plus or minus 1/2-inch. 2. Surface Course: Plus 1/4-inch, no minus. B. Surface Tests: The surface of the pavement after compaction, shall be true to the grades and cross sections as established, and when tested with a 16-foot straightedge, shall have no deviation in excess of 1/16-inch per foot measured from the nearest point of contact, and the maximum ordinate measured from the face of the straightedge shall not exceed 1/4-inch at any point. Any humps or depressions exceeding the specified tolerance or which retain water on the surface, shall be corrected by removing the defective Work, replacing with new material and recompacting as directed by Owner's Representative, all at the expense of Contractor. 3.8 TESTS A. Material Certifications: Contractor shall furnish test certificates for bituminous materials, latex and lime, made by a competent commercial laboratory, on each material source, as specified in this Section, which he proposes to use before any such material is ordered or shipped. No material may be used until such test result certificates have been examined by Owner's Representative and the source and quality of the material approved. B. Laboratory Control: If Contractor or supplier wishes to use a material or source that has not previously been approved by Owner's Representative, he will be required to request approval in writing of the material not less than 60 days prior to anticipated use of the material. 03871819 ASPHALT PAVING 32 12 16 - 9 09/21 City of Lubbock Roy Furr Pioneer Park Improvements C. Contractor shall utilize his own testing laboratory to monitor the plant mixing for bituminous base and surface course materials. Where irregularities occur and the limits of the Specification are exceeded for aggregate, bituminous base, or bituminous surface, appropriate corrections will be required. 1. Tolerances: Owner's Representative will designate the exact grading of the aggregate and bituminous material content to be used in the mixture (Job Mix Formula). The paving mixture produced shall not vary from the designated grading and asphalt content by more than the tolerances allowed herein and shall remain within the master grading specified. The respective tolerances, based on the percent by weight of the mixture, are listed as follows: Material Tolerance, plus or minus Aggregate passing No. 4 sieve or larger 4 percent Aggregate passing Nos. 8, 16, 30 or 50 sieves 3 percent Aggregate passing Nos. 100 or 200 sieves 2 percent Bitumen 0.25 percent D. Extraction/Gradation Tests and Design Criteria: 1. Samples of the mixture when tested in accordance with ASTM D 2172 shall not vary from the grading proportions of the aggregate and the asphalt content designated by Owner's Representative by more than the respective tolerance specified above. During construction, if grading or asphalt content exceeds the tolerances specified herein, production will be discontinued until such time as the mixture has been corrected and subsequent grading and extraction tests indicate results within the specified tolerance. All material so constructed, which exceeds the tolerances specified, will be removed and replaced at no cost to Owner. 2. Design Method: The bituminous mixture shall be designed and tested in accordance with these Specifications and methods outlines in Chapter 5, "Marshall Method of Mix Design," Mix Design Methods for Asphaltic Concrete and other Hot -Mix Types, Asphalt Institute Manual MS-2, and shall meet the following requirements when tested in accordance with ASTM D 1559 and ASTM D 3203: Minimum Mnximnm Marshall Method Number of Blows Each End of Specimen 50 Stability, lbs. 1,200 Flow, Units of 0.01" 8 16 Percent Air Voids 3 5 Percent Voids in Mineral Aggregate 13 Sampling and Testing: It is the intent of this Specification that the mixture will be designed to produce a mixture of optimum density and stability, as determined by Owner's Representative, when tested in accordance with these Specifications and applicable ASTM procedures. 03871819 ASPHALT PAVING 32 12 16- 10 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 4. Samples of the completed pavement shall be removed from locations designated by Owner's Representative to determine the composition, compaction and density of the pavement. Samples for each day or fraction thereof shall be taken. Contractor shall replace the pavement at no cost to Owner. If the pavement is found to be deficient in composition, compaction or thickness, satisfactory correction shall be made as directed by Owner's Representative. 5. Tests on Marshall specimens shall be made twice daily or as directed by Owner's Representative to retain job control. The mixture shall comply with the requirements specified herein. If the laboratory stability and/or field tests of the mixture produced has a value lower than that specified, and in the opinion of Owner's Representative is not due to a change in source or quality of materials, production may proceed, and the mix shall be changed until the laboratory/field tests equals or exceeds the specified values. If there is, in the opinion of Owner's Representative, an apparent change in any material from that used in the design mixtures, production will be discontinued until a new design mix is determined by trial mixes. E. Additional asphalt testing shall be performed by a qualified independent testing laboratory to be selected by Owner. 1. Field density tests shall be performed as specified. 2. Testing for asphalt conformance shall be done in accordance with ASTM E 329. The following tests shall be performed and results submitted to Architect: a. A temperature check on the surface course for each load of asphalt during paving by a technician from a qualified testing laboratory. Temperature during placement shall be in the range specified. b. Density on compaction, as specified. C. Thickness corings for every 2,500 sq. ft. of pavement with HMAC surface. d. Extraction test of 2 corings from the surface course for each 250 tons. e. Marshal stability. Test for each 250 tons of bituminous concrete. F. Equipment: 1. All equipment used in the construction of the bituminous base and surface courses shall meet the approval of Owner's Representative and be maintained in first class condition throughout the period of construction. 2. The asphalt distributor shall be an approved type, self-propelled pressure distributor, so constructed and operated as to distribute the material evenly and smoothly in the quantity specified or directed. Suitable means for heating, controlling the heat, determining the temperature of the contents of the tank, adjusting and controlling the rate of application and for measuring volume of asphalt shall be provided. The distributor shall be calibrated prior to application of any material under these Specifications or a certificate of calibration, satisfactory to Owner's Representative, shall be supplied by Contractor. 3. Trucks in which the material is hauled from the plant to the point of deposition shall be tight to the material transported and so constructed that the entire load may be quickly dumped at the point of deposition. Trucks shall be clean of all foreign materials and maintained in a satisfactory condition. 4. Equipment for rolling the surface shall consist of three -wheel tandem rollers weighing not less than 8 tons and self-propelled pneumatic rollers. Other small equipment such as shovels, hand tamps and smoothing irons shall be furnished and maintained in good condition. 03871819 ASPHALT PAVING 32 12 16 - 11 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.9 DISPOSAL A. Dispose of excess materials in accordance with Contract Document requirements. Do not allow excavated materials to accumulate onsite. 3.10 CLEANUP A. After the completion of placement of the wearing course, all debris resulting from the construction shall be cleaned up and removed from the Site of the Work. Areas, which have been disturbed during the construction, shall be raked or graded as required and left in a clean and neat condition. Gutters shall be cleaned of all dirt, aggregate, or other material which would clog the gutter. The entire premises of the Work shall be left in a clean condition satisfactory to Owner's Representative, and all costs of a cleanup shall be borne by Contractor. END OF SECTION 03871819 ASPHALT PAVING 32 12 16 - 12 09/21 City of Lubbock Roy Furr Pioneer Park Improvements Py 010111 ;7 31102 AMA 1►[ei PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete driveways, curb, and gutter. 2. Sidewalks, flatwork, and other miscellaneous concrete. 3. This Section applies wherever Contractor has elected to remove, or is required to remove, and replace concrete pavement and driveway as part of the construction. Section applies also for repair or replacement of facilities otherwise damaged by Contractor operations. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 32 1150 "Flexible Base Course." 3. Section 32 13 73 "Concrete Paving Joint Sealants." llv► 79101001(6)*1 A. Cementitious Materials: Portland cement alone or in combination with 1 or more of blended hydraulic cement, expansive hydraulic cement, fly ash, other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.3 SUBMITTALS A. Submit product data in accordance with Section 0133 00 "Submittal Procedures." B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 6. Applied finish materials. 7. Bonding agent or adhesive. 8. Joint fillers. E. 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, arrangement of concrete reinforcement, and methods of support. 03871819 CONCRETE PAVING 32 13 13 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.4 QUALITY ASSURANCE A. Installer Qualifications: Experienced installer who has completed pavement work similar in material, design, and extent indicated for this Project and whose work resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from 1 source. E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.5 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART2-PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal -framed plywood, or other approved panel -type materials to provide full -depth, continuous, straight, smooth, exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 feet in length. B. Form -Release Agent: Commercially formulated form -release agent with a maximum of 350 g/l volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces, nor impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units to leave no metal closer than 1-1/2 inches to exposed concrete surface plane. 1. Provide ties that, when removed, will leave holes not larger than 1-inch in diameter in the concrete surface. 2.2 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets, shall be 6 by 6 inches - 10 gauge welded wire fabric, or as shown on Plans. B. Reinforcement Bars: ASTM A 615, Grade 60, deformed. C. Joint Dowel Bars: Plain steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. D. Tie Bars: ASTM A 615, Grade 60, deformed. E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook -bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. 03871819 CONCRETE PAVING 3213 13 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSI "Manual of Standard Practice," from steel wire, plastic, or precast concrete or fiber -reinforced concrete of greater compressive strength than concrete, and: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. Space reinforcing supports at 5 feet, 0-inch maximum in any direction. 2.3 FIBER REINFORCEMENT A. Only use fiber reinforcement in place of wire mesh if approved by Engineer/Landscape Architect and Owner. B. Fiber reinforcement shall be 100 percent virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type 111. C. Specific Gravity: 0.91. D. Tensile Strength: 70,000 psi to 100,000 psi. E. Length: 2 inches. 2.4 CONCRETE MATERIALS A. General: Use same brand and type of cementitious material from same manufacturer throughout Project. B. Portland Cement: ASTM C 150, Type 1, 11, or III or ASTM G176 IA, IIA, or IIIA for air entrained. C. Aggregate: ASTM C 33, uniformly graded, from a single source, as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate for Class C or D concrete shall be crushed limestone. Aggregate shall be graded from fine -to -coarse and conform to ASTM C 136. Gradation for aggregate shall meet the following requirements by weight: PART 1 - FINE AGGREGATE PART 2 - COARSE AGGREGATE Sieve Percent Retained Sieve Percent Retained 3/8 inch 0 1-3/4 inch 0 No. 4 0-5 1-1/2 inch 0-5 No. 16 20 - 55 3/4 inch 30 - 65 No. 30 45 - 75 3/8 inch 70 - 90 No. 50 70 - 90 No. 4 95 - 100 No. 100 98 - 100 a. Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. 03871819 CONCRETE PAVING 32 13 13 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements b. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by Engineer/Landscape Architect. Stockpiling methods used shall not allow aggregate to roll down slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment not permitted to operate over same lift repeatedly. 4. Coarse aggregate shall have a maximum loss of 18 percent when subjected to 5 cycles of the magnesium sulfate soundness test (ASTM C 88). 5. Wear percentage shall be no more than 40 when tested in accordance with ASTM C 131 or ASTM C 535. 6. Aggregates delivered to mixer shall consist of crushed or crushed gravel, or natural sand. Crushing shall result in a product where coarse aggregate shall have at least 95 percent by weight of particles with 1 or more fractured faces and 75 percent by weight of particles with 2 or more fractured faces. Aggregate shall be composed of sound, tough, durable particles and meet requirements for deleterious substances given in ASTM C 33. Aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or elongated particle is 1 having a ratio between maximum and minimum dimensions of a circumscribing rectangular prism exceeding 5 to 1. D. Water: ASTM C 94. FA�R7u1►.14ILI17*14 A. Use of any material added to the concrete mix shall be approved by Owner Representative. 1. General: Admixtures certified by manufacturer to contain no more than 0.1 percent water-soluble chloride ions by mass of cement and compatible with other admixtures. 2. Air -Entraining Admixture: ASTM C 260. Certified by manufacturer compatible with other required admixtures. 3. Water -Reducing Admixture: ASTM C 494, Type A. 4. High -Range, Water -Reducing Admixture: ASTM C 494, Type F or Type G. 5. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. 6. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.6 COVER MATERIAL FOR CURING A. Curing materials shall conform to 1 of these Specifications: 1. Liquid membrane -forming compounds for curing concrete shall conform to requirements of ASTM C 309, Type 2 (all resin base). 2. White polyethylene film for curing concrete shall conform to requirements of ASTM C 171. 3. White burlap -polyethylene sheeting for curing concrete shall conform to requirements of ASTM C 171. 4. Waterproof paper for curing concrete shall conform to requirements of ASTM C 171. 03871819 CONCRETE PAVING 32 13 13 -4 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 2.7 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Texture Surface for Ramps: 1. Meet requirements of Texas Accessibility Standards. 2. Color as selected by Owner. 3. Surface should be non-skid. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company, or approved equal. C. Bonding Agent: Polyvinyl acetate or acrylic base. D. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. E. Epoxy Adhesive: ASTM C 881, 2-component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.8 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with these properties: 1. Maximum Water-Cementitious Materials Ratio: 0.45. E. Classification - use these classes of concrete: 1. Class A: Curb and gutter, sidewalks, curb ramps, medians, and miscellaneous slabs. 2. Class C: Concrete pavement, fillets, and driveways. Mix Design: 1. At least 15 days prior to beginning any concrete pavement construction, Contractor shall submit the following to Engineer/Landscape Architect for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5-cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18 percent). b. A mix design based on water -cement ratio. C. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or beams at curing times appropriate to class of concrete. 2. Engineer/Landscape Architect will approve or reject mix design and materials based on these submittals. Approval subject to additional testing during construction. 3. Mix designs for various classes of concrete shall conform to the: Minimum Sacks Maximum Gal. Maximum Slump Class Cement per CY Water per Sack Inches A 5.0 6.5 4 ± 1 C 6.0 6.0 3 f 1 03871819 CONCRETE PAVING 32 13 13 - 5 09/21 City of Lubbock Roy Furr Pioneer Park Improvements F. Strength Requirements - various classes of concrete shall conform to these strengths in psi as determined by average of 2 test cylinders or beams: Class COMPRESSIV 3-Da 7-Da 28-Da FLEXURAL A - 2,500 4,000 - C - 2,500 4,000 600 (28-day) G. Properties: 1. Air Entrainment: 5 percent fl-1/2 percent, ASTM C 260. 2. When approved by the Engineer, Synthetic Fiber: Use manufacturer -recommended rate, but not less than 1.0 lb./cu. yd. (where applicable). 2.9 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94. B. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94 and ASTM C 1116 when synthetic fibers are involved. When air temperature is between 85 and 90 degrees F, reduce mixing and delivery time from 90 to 75 minutes. When air temperature is above 90 degrees F, reduce mixing and delivery time to 60 minutes. C. Project -Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum -type batch machine mixer. 1. For mixers of 1 cubic yard or smaller capacity, continue mixing at least 90 seconds, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. 2. For mixers of capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. 3. Provide batch ticket for each batch discharged and used in Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. 2.10 DIAMOND SHAPED LOAD PLATE FOR EXPANSION JOINTS A. Acceptable Product: PNA Diamond Dowel® System or approved equal. B. Material: 1. Diamond Shaped Load Plate: 1/4-inch and 3/8-inch saw cut from hot rolled steel plate meeting ASTM A 36. 3/4-inch saw cut from cold rolled steel plate for acceptable tolerances meeting ASTM 108-03, grade 1018. 2. Pocket Former: High density plastic with internal collapsible fins and spacer that hold diamond shaped load plate in correct position and creates a void to its vertical faces. This void, in addition to its tapered shape, shall allow for differential movement and shall prevent horizontal stress accumulation at joint, thus reducing likelihood of random cracking. 3. Dimensions of Plate: 1/4-inch by 4-1/2 inches by 4-1/2 inches. 3/8-inch by 4-1/2 inches by 4-1/2 inches. 3/4-inch by 4-1/2 inches by 4-1/2 inches. 03871819 CONCRETE PAVING 32 13 13 - 6 09/21 City of Lubbock Roy Furr Pioneer Park Improvements PART 3 - EXECUTION 3.1 PREPARATION A. Proof -roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. B. Remove loose material from compacted subbase surface immediately before placing concrete. 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of Work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. 3.3 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice," for fabricating reinforcement and with recommendations in CRSI's "Placing Reinforcing Bars," for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least 1 full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. General: Construct isolation, contraction, construction joints, and tool edgings true -to -line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than a half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Form Isolation Joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2-inch or more than 1-inch below finished surface if joint sealant is indicated. 03871819 CONCRETE PAVING 32 13 13 - 7 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in 1-piece lengths. Where more than 1 length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Driveways and Pavements: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. Refer to Plans for joint dimensions. E. Sidewalks: 1. Control Joints: Saw -cut 1/8-inch control joints after curing to depth shown on Plans. Joints shall be clean, straight lines as shown on Plans. Concrete surface shall be cleaned of all debris after installation. 2. Expansion Joints: a. Install at formed construction joints. b. Mark center point for spacing of each Diamond Dowel® pocket former on top of wood form along entire length. Set forms along construction joints. Place Diamond Dowel® System up to within 6 inches of joint intersection per industry guidelines. Installation template will ensure that the minimum requirement of 2-1/4 inches of coverage of concrete over the dowel is maintained. C. Use installation template. Insert correct tube, if needed, based on slab depth. Use orange template with 1/4-inch. Use yellow template with 3/8-inch. Use green template with 3/4-inch. d. Insert Diamond Dowel® pocket former into installation template. e. Line up mark on top of wood form with center of template. f. Nail Diamond Dowel® pocket former and remove installation template. Repeat at specified spacing along entire length of form. g. Place and finish first slab. Use internal vibration to consolidate concrete around diamond shaped load plate pocket former per industry guidelines. h. Strip forms and bend nails flush with joint face. i. Insert Diamond Dowel® load plate into slot created by pocket former. Center corner of plate in middle of label and push straight through label into pocket former. Do not hammer or use excessive force to insert diamond shaped load plate. Insert diamond shaped load plate within 2 weeks of concrete placement. j. Place and finish second slab. Use internal vibration to consolidate concrete around Diamond Dowel® plate per industry guidelines. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until at required finish elevation and alignment. 03871819 CONCRETE PAVING 32 13 13 - 8 09/21 City of Lubbock Roy Furr Pioneer Park Improvements D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Place concrete in 2 operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed. Remove and replace portions of bottom layer of concrete placed more than 15 minutes without covered by top layer or use bonding agent if approved by Engineer/Landscape Architect. H. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry -shake surface treatments. I. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of 28-day compressive strength. J. Cold -Weather Placement: Comply with ACI 306.1. Protect concrete Work from physical damage or reduced strength caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to, or is expected to fall below, 40 degrees F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 and not more than 80 degrees F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. K. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 03871819 CONCRETE PAVING 32 13 13 - 9 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.6 CONCRETE FINISHING A. General: DO NOT wet concrete surfaces during screeding, initial floating, or finishing operations. B. Float Finish: Begin second floating operation when bleed -water sheen disappears and concrete surface stiffens sufficiently to permit operations. Float surface with power -driven floats or hand -floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Light -to -Medium Broom Finish: For concrete sidewalks. 2. Medium -to -Coarse -Textured Broom Finish: For concrete pavement and driveways, provide a medium -to -coarse finish by dragging float -finished concrete surface 1/16 to 1/8-inch deep with a stiff -bristled broom, perpendicular to line of traffic. C. Wall Finishes: Concrete walls shall be form -revealed finish. Reference Plans for forms dimension control. 3.7 CONCRETE PROTECTION AND CURING A. General: Protect freshly -placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb./sq. ft. by H before and during finishing operations. Apply according to manufacturer written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete but not before free water disappears from concrete surface. D. Curing Methods: Cure concrete by moisture -curing, moisture -retaining -cover -curing, curing compound, or a combination. 1. Moisture Curing: Keep surfaces continuously moist for no less than 7 days with water, continuous water -fog spray, and absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. B. Testing Services: Perform testing according to these requirements: 03871819 CONCRETE PAVING 32 13 13 - 10 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Slump: ASTM C 143; 1 test at point of placement for each compressive -strength test, but not less than 1 test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C 231, pressure method; 1 test for each compressive -strength test, but not less than 1 test for each day's pour of each type of air -entrained concrete. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees F and below and 80 degrees F and above, and 1 test for each set of compressive -strength specimens. 5. Compression Test Specimens: ASTM C 31/C 31M; 1 set of 4 standard cylinders for each compressive -strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. 6. Compressive -Strength Tests: ASTM C 39; 1 set for each day's pour of each concrete class exceeding 5 cubic yards, but less than 25 cubic yards, plus 1 set for each additional 50 cubic yards. 1 specimen shall be tested at 7 days and 2 specimens at 28 days. Retain 1 specimen in reserve for later testing if required. 7. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least 5 randomly selected batches or from each batch if fewer than 5 are used. C. Test results shall be reported in writing to Engineer/Landscape Architect and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer/Landscape Architect but not used as the sole basis for approval or rejection. E. Additional Tests: Contractor shall make additional tests of concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements are not met, as directed by Engineer/Landscape Architect. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. F. Contractor shall pay for failing tests. G. Questionable Concrete: 1. Concrete considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for days concreting were made for testing. 03871819 CONCRETE PAVING 32 13 13 - 11 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 2. Except where core tests will impair the strength of the structure, core test as directed by Owner shall be made at no cost to Owner to resolve Questionable Concrete. If core tests fail to demonstrate test strength required by Contract Documents or structural analysis does not confirm the adequacy of structure, Owner may, at his discretion, reject Work or require load tests or additional construction. Should structural analysis confirm the adequacy of pavement, Owner may, at his discretion, accept concrete with credit for full value of concrete delivered to site in accordance with General Conditions. 3. Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve acceptability of Questionable Concrete. 4. Core Tests: a. 3 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 Owner to least impair pavement strength. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C 42 except that if concrete in structure will be dry under service conditions cores shall be air dried (temperature 60 to 80 degrees F, and relative humidity less than 60 percent) for 7 days before test and shall be tested dry. If concrete in structure will be more than superficially wet under service conditions, cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if average of cores is equal to or greater than 90 percent of the specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 3.9 REPAIRS OF DEFECTIVE PAVEMENT SLABS A. General: Replace or repair broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks as specified at no cost to Owner. B. Broken Slabs: Entirely remove and replace pavement slabs containing multiple cracks through more than 1/4 of the depth of slab separating slab into 3 or more parts and pavement slabs with 1 or more cracks through more than 1/4 of pavement depth extending diagonally across more than 1/3 of the slab either transversely or longitudinally. Repair pavement slabs containing a single diagonal crack intersecting transverse and longitudinal joints within 1/3 of the width and length of slab from corner by removing and replacing smaller portion of slab. Make broken slab repairs in conformance with Article 3.5. C. Grooving and Repairing Cracks in Pavement Slabs: Random cracks penetrating more than 1/4 of pavement depth shall be grooved, crack filled with epoxy -resin, and groove filled with epoxy -resin grout. Groove top of crack to a minimum depth of 3/4-inch and a width not less than 3/8 nor more than 5/8-inch by means of an approved grooving machine. Grooving machine shall be vertical rotary -cutting and capable of following closely the crack path and of widening the crack top to the required section without spalling or otherwise damaging concrete. Fill random cracks that are tight and penetrate less than 1/4 of the pavement depth with epoxy -resin. When necessary, determine depth of crack penetration by core inspection of not less than 4 inches in diameter, drilled by Contractor, at his expense, at locations directed. Refill core holes with Portland cement concrete, bonded to pavement with epoxy -resin grout. In addition, when longitudinal crack is continuous across 1 or more slabs and penetrates more than 1/4 of the pavement depth, drill core holes not less than 6 inches in diameter through full depth of slab at both ends of crack. In operation to drill cores at the longitudinal -crack ends, position core bits so core removed will include not more than 3 inches of crack. Use sandblasting and high-pressure 03871819 CONCRETE PAVING 3213 13 - 12 09/21 City of Lubbock Roy Furr Pioneer Park Improvements air jets to remove any fines near apparent ends of crack to permit accurate determination of crack ends. Remove all fines, dust, and other loose material on cored holes wall by scrubbing with a stiff -bristle brush, followed by washing and dewatering core hole. Refill these core holes with epoxy -resin concrete. Apply a prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, and brush into vertical wall of core hole. Delay placement of epoxy -resin concrete until prime coat becomes stringy or approaches dry to touch. Place epoxy -resin concrete in layers not over 6 inches thick. Time interval between additional layer placement shall be so epoxy -resin concrete temperature does not exceed 140 degrees F any time during hardening. 3.10 NONWORKING (UNCRACKED) CONTRACTION JOINTS A. When a transverse random crack terminates in or crosses a transverse contraction joint, fill uncracked portion of the joint with epoxy -resin mortar or grout and crack shall be routed and sealed. When a transverse random crack approximately parallels planned contraction joint and is within a distance of 25 percent of slab length from a contraction joint, route and seal crack, and fill joint with epoxy -resin grout or mortar. When a transverse random crack is more than 25 percent of slab length from nearest contraction joint, seal joint and crack. Thoroughly clean joints to be filled with epoxy -resin mortar or grout. Cleaning and sealing of cracks and joints shall be as specified in Section 32 13 73 "Concrete Paving Joint Sealants." 3.11 SPALLING ALONG JOINTS AND CRACKS A. Repair spalls by making a saw cut at least 1-inch outside spalled area to a minimum depth of 2 inches. When spalled area abuts a joint, saw cut shall be made to a depth of 2 inches or 1/6 slab thickness, whichever is greater. Remove concrete between saw cut and joint or primary crack to a minimum depth of 2 inches below original concrete surface, and additional depth where necessary to expose a surface of sound, unweathered concrete, uncontaminated by oils, grease, deicing salts, solutions, or other substances inhibiting the epoxy -resin bonding material performance. Accomplish removal of concrete volume between saw cut and joint or primary crack using a hydraulic impact hammer or other method approved by Owner Representative. Contractor shall exercise care in removing required concrete so no damage is inflicted on adjoining concrete slab. Contractor shall repair damage of adjoining concrete, at his expense, to satisfaction of Owner Representative. B. Thoroughly clean concrete void to patch with compressed air, sandblasting, or other approved method to remove all loose material. Apply a prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, to dry, cleaned surface of all sides of cavity, except joint or primary crack face. Apply prime coat in a thin coating and scrub into surface with stiff -bristle brush. Delay placement of Portland cement concrete or epoxy -resin concrete or mortar until prime coat becomes stringy or approaches dry to touch. Then place epoxy concrete in the cavity in layers not exceeding 2 inches thick. Time interval between placement of additional layers shall be so temperature of epoxy -resin concrete does not exceed 140 degrees F at any time during hardening. Use mechanical plate, screed, float vibrators, or hand tampers to consolidate concrete or mortar. Remove excess mortar or concrete on adjacent surfaces of hardened concrete before it hardens. After finishing operations and while epoxy -resin concrete or mortar is still tacky, uniformly spread a thin coating of Portland cement on surface of repaired area and lightly brush into surface. If spalled area to patch abuts a working joint or working crack which penetrates full depth of a slab, use an insert or other bond -breaking medium to maintain 03871819 CONCRETE PAVING 32 13 13- 13 09/21 City of Lubbock Roy Furr Pioneer Park Improvements working joints or cracks during repair Work. Use surface embedment of flexible polyethylene or other suitable type hose to form a groove along working crack to fill with appropriate type of joint -sealing material. Carefully remove hose before concrete hardens sufficiently to form a high bond. Thoroughly clean groove and fill with sealer as specified in Section 32 13 73 "Concrete Paving Joint Sealants." 3.12 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS A. Remove and replace defective pavement areas as specified with pavements of the thickness and quality required by these Specifications. Carefully remove defective pavement so adjacent pavement will not be damaged and existing reinforcement at joints will be left intact. When replacing a portion of an unfractured slab, make a 2-inch deep saw cut transversely across slab in required location, and remove concrete to provide an essentially vertical face in remaining portion of slab. Prior to placement of fresh concrete, clean face of slab of debris and loose concrete then thoroughly coat with epoxy -resin grout. Epoxy -resin coating shall be approximately 1/16-inch and applied by scrubbing a thin coat of grout into surface with stiff -bristle brush followed by a second application. Place strips of polyethylene sheeting on vertical faces of adjacent slabs at juncture with slab to patch as a bond -breaking medium. Accomplish placement of fresh, Portland cement concrete while epoxy -resin is still tacky so grout coating is not removed. Construct longitudinal and transverse joints of replaced slab or portion as indicated. Seal joints as specified in Section 32 13 73 "Concrete Paving Joint Sealants." Replaced pavements will be paid for at contract price but no payment made for defective pavements removed nor for cost of removing defective pavements. 3.13 TOLERANCE IN SLAB THICKNESS A. Determine thickness of slab by average caliper measurement of cores tested in accordance with ASTM C 174. Owner Representative may elect to measure thickness of concrete pavement prior to placement based on measurements from a string line stretched across forms or in plastic concrete behind concrete placing operation. B. Remove and replace areas found deficient in thickness with concrete of thickness shown on Plans at Contractor expense. If cores are used to determine concrete thickness, Contractor shall fill core holes with non -shrink grout at his expense. END OF SECTION 03871819 CONCRETE PAVING 32 13 13 - 14 09/21 City of Lubbock Roy Furr Pioneer Park Improvements �1 000 Y ;7 DU 102 J\L I0010lel &y DI WWI Ky PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Expansion and contraction joints within Portland cement concrete pavement. 2. Joints between Portland cement concrete and asphalt pavement. B. Related Requirements: 1. Division 01 Specification Sections apply to the Work of this Section. 1.2 REFERENCES A. ASTM C 1193 - Use of Joint Sealants. B. ASTM D 5249 - Backer Material for Use with Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints. C. ASTM D 1751 - Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -Extruding and Resilient Bituminous Types). D. ASTM D 3405 - Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements. E. ASTM D 3406 - Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements. F. ASTM C 920 - Elastomeric Joint Sealants. 1.3 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Verification: For each type and color of joint sealant required. Install joint -sealant samples in 1/2-inch wide joints formed between two 6-inch long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for use indicated. D. Compatibility and Adhesion Test Reports from joint sealant manufacturer indicating: 1. Materials forming joint substrates and joint -sealant backer materials were tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. E. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work resulted in joint -sealant installations with a record of successful in-service performance. B. Source Limitations: Obtain each type of joint sealant through 1 source from single manufacturer. 03871819 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements C. Product Testing: Obtain test results for "Product Test Reports" in "Submittals" article from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: Independent testing agency qualified according to ASTM C 1021 to conduct testing indicated, as documented according to ASTM E 548. 2. Test joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer for testing indicated and samples of materials that will contact or affect joint sealants. 1. Use manufacturer -standard test methods to determine if priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original, unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer -written instructions to prevent deterioration or damage from moisture, high/low temperatures, contaminants, or other causes. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with joint sealant installation under these conditions: 1. Ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. Joint substrates are wet. 3. Blowing dust conditions exist. B. Joint -Width Conditions: Do not proceed with joint sealant installation where joint widths are less than that allowed by joint sealant manufacturer for application indicated. C. Joint -Substrate Conditions: Do not proceed with joint sealant installation until contaminants capable of interfering with adhesion are removed from joint substrates. PART2-PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint sealant manufacturer based on testing and field experience. B. Bituminous premolded expansion joint shall conform to ASTM D 1751. 03871819 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements C. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOF-SEAL" or "Gardox." 1. Hot -poured sealant for joints between Portland cement concrete and bituminous concrete shall conform to ASTM D 3405. 2. Hot -poured sealant for all other joints in Portland cement concrete pavement shall conform to ASTM D 3406. 3. Cold -poured joint sealant shall conform to ASTM C 920. D. Mix material in accordance with manufacturer recommendations. i►•>� relIe1W4IYAW.11►118I.Y.N41149l aUVKN0Q:14GI41 A. General: Provide nonstaining joint -sealant backer materials, compatible with joint substrates, sealants, primers, and other joint fillers; and approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold- and Hot -Applied Sealants: ASTM D 5249, Type 1, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D 5249, Type 2, of thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D 5249, Type 3, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. 2.3 PRIMERS A. Primers: Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. PART 3 - EXECUTION 3.1 EXAMINATION A. With installer present, examine joints indicated to receive joint sealants for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions are corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer -written instructions. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint -sealant manufacturer -written instructions. Confine primers to areas of joint -sealant bond. DO NOT allow spillage or migration onto adjoining surfaces. 03871819 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer -written installation instructions applicable to products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install backer materials of type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials wet before sealant application and replace with dry materials. D. Install sealants by proven techniques to comply with the following, and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original Work. END OF SECTION 03871819 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 4 09/21 City of Lubbock Roy Furr Pioneer Park Improvements �y 0140 Y 101401►V/ 0F.Y11:7 VETO lee PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Unitary synthetic poured rubber seamless surface. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section 1.2 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For each playground surface system, include materials, plans, cross sections, drainage, installation, penetration details, and edge termination. C. Samples: For each exposed product and for each color and texture specified. 1.3 INFORMATIONAL SUBMITTALS A. Material certificates. B. Material test reports. C. Product certificates. D. Product test reports. E. Field quality -control reports. F. Warranty: Sample of special warranty. 1.4 CLOSEOUT SUBMITTALS A. Maintenance data. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Standards and Guidelines: Comply with CPSC No. 325, "Handbook for Public Playground Safety"; ASTM F 1292; and ASTM F 1487. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of playground surface system that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 5 years from date of Substantial Completion. 03871819 PLAYGROUND PROTECTIVE SURFACING 3218 16 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements PART2-PRODUCTS 2.1 UNITARY SYNTHETIC DUAL -DENSITY SEAMLESS SURFACE A. Surface System: Poured -in -place, 2-layer system with wearing course over cushion course. Provide manufacturer's standard thickness for each layer as required for overall thickness indicated, tested for impact attenuation according to ASTM F 1292 and for accessibility according to ASTM F 1951. 1. Products: Subject to compliance with requirements, Division 01 Specification Sections apply to Work of this Section: a. Vitriturf Bondflex-E System. b. Or approved equal. 2. Wearing Course: Formulation of EPDM rubber particles, with minimum of 30 percent of ethylene propylene-diene-saturated polymethylene main chain along with other organic and inorganic components. 3. Cushion Course: Manufacturer's standard formulation of SBR particles and polyurethane, site mixed and applied. 4. Binder: Weather -resistant, UV -stabilized, flexible, nonhardening, 100 percent solids polyurethane complying with requirements of authorities having jurisdiction for nontoxic and low VOC content. 5. Overall Thickness: Not less than as required for critical height indicated. 6. Primer/Adhesive: Manufacturer's standard primer and weather -resistant, moisture -cured polyurethane adhesive suitable for unit, substrate, and location indicated. 7. Wearing Course Color(s): As selected by Architect from manufacturer's full range. 8. Sub -base: 4-inch free draining aggregate compacted to 95 percent standard proctor density. B. Leveling and Patching Material: Portland cement -based grout or epoxy- or polyurethane -based formulation suitable for exterior use and approved by playground surface system manufacturer. PART 3 - EXECUTION 3.1 INSTALLATION A. Hard -Surface Substrates: Verify that substrates are satisfactory for unitary playground surface system installation and that substrate surfaces are dry, cured, and uniformly sloped to drain within recommended tolerances according to playground surface system manufacturer's written requirements for cross-section profile. 1. Repair unsatisfactory surfaces and fill holes and depressions. 2. Mechanically scarify or otherwise prepare concrete substrates to achieve recommended degree of roughness. 3. Saw cut concrete for terminal edges of playground surface systems as indicated. 4. Treat control joints and other nonmoving substrate cracks to prevent telegraphing through playground surface system. B. Comply with playground surface system manufacturer's written installation instructions. Install playground surface system over area and in thickness indicated. 03871819 PLAYGROUND PROTECTIVE SURFACING 3218 16 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements C. Seamless Surface: Mix and apply components of playground surface system according to manufacturer's written instructions to produce a uniform, monolithic wearing surface and impact -attenuating system of total thickness indicated. 1. Edge Treatment: As indicated. Fully adhere edges to substrate with full coverage of substrate. Maintain fully cushioned thickness required to comply with safety performance requirements. 3.2 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Testing Services: Testing and inspecting of completed applications of playground surface system shall take place according to ASTM F 1292. C. Remove and replace applications of playground surface system where test results indicate that it does not comply with requirements. D. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with requirements. END OF SECTION 03871819 PLAYGROUND PROTECTIVE SURFACING 3218 16 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 0y 0000 leg Il 1►1►'s W 04001 o6yle1 DXW.'% Y xy PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Chain -link fences. 2. Swing gates. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For each type of fence and gate assembly. 1. Include plans, elevations, sections, details, and attachments to other work. C. Samples: For each exposed product and for each color and texture specified. 1.4 INFORMATIONAL SUBMITTALS A. Product certificates. B. Product test reports. C. Sample warranty. 1.5 WARRANTY A. Special Warranty: Installer agrees to repair or replace components of chain -link fences and gates that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 15 years from date of Substantial Completion. PART2-PRODUCTS 2.1 CHAIN -LINK FENCE FABRIC A. General: Provide fabric in 1-piece heights measured between top and bottom of outer edge of selvage knuckle or twist according to "CLFMI Product Manual" and requirements indicated below: 1. Fabric Height: As indicated on Drawings. 2. Steel Wire for Fabric: Wire diameter of 0.148-inch. a. Mesh Size: 2 inches. 3. Selvage: Knuckled at both selvages. 4. Color: Black per ASTM F668 and ASTM F934. 03871819 CHAIN LINK FENCES AND GATES 3231 13 - 1 09/2021 City of Lubbock Roy Furr Pioneer Park Improvements 2.2 FENCE FRAMEWORK A. Posts and Rails: ASTM F 1043 for framework, including rails, braces, and line; terminal; and corner posts. Provide members with minimum dimensions and wall thickness according to ASTM F 1043 or ASTM F 1083 based on the following: 1. Fence Height: As indicated on Drawings. 2. Heavy -Industrial -Strength Material: Group IA, round steel pipe, Schedule 40. a. Line Post: As indicated on Drawings. b. End, Corner, and Pull Posts: As indicated on Drawings. 3. Horizontal Framework Members: Intermediate top and bottom rails according to ASTM F 1043. 4. Brace Rails: ASTM F 1043. 5. Metallic Coating for Steel Framework: a. Type A zinc coating. 6. Color: Black per ASTM F934. 2.3 SWING GATES A. General: ASTM F 900 for gate posts and single or double swing gate types. 1. Gate Leaf Width: As indicated. 2. Framework Member Sizes and Strength: Based on gate fabric height as indicated. 3. Color: Black per ASTM F934. B. Pipe and Tubing: 1. Zinc -Coated Steel: ASTM F 1043 and ASTM F 1083; protective coating and finish to match fence framework. 2. Gate Posts: Round tubular steel. 3. Gate Frames and Bracing: Round tubular steel. C. Frame Corner Construction: Welded. D. Hardware: 1. Hinges: 360-degree inward and outward swing. 2. Latch: Permitting operation from both sides of gate with provision for padlocking accessible from both sides of gate. 2.4 FITTINGS A. Provide fittings according to ASTM F 626. B. Post Caps: Provide for each post. 1. Provide line post caps with loop to receive top rail. C. Rail and Brace Ends: For each gate, corner, pull, and end post. D. Rail Fittings: Provide the following: 1. Top Rail Sleeves: Pressed -steel or round -steel tubing not less than 6 inches long. 2. Rail Clamps: Line and corner boulevard clamps for connecting intermediate and bottom rails in the fence line -to -line posts. E. Tension and Brace Bands: Pressed steel. F. Tension Bars: Steel, length not less than 2 inches shorter than full height of chain -link fabric. Provide one bar for each gate and end post, and two for each corner and pull post, unless fabric is integrally woven into post. G. Truss Rod Assemblies: Steel, hot -dip galvanized after threading rod and turnbuckle or other means of adjustment. H. Color: Black per ASTM F934. 03871819 CHAIN LINK FENCES AND GATES 3231 13 - 2 09/2021 City of Lubbock Roy Furr Pioneer Park Improvements I. Tie Wires, Clips, and Fasteners: According to ASTM F 626. 1. Standard Round Wire Ties: For attaching chain -link fabric to posts, rails, and frames, complying with the following: a. Hot -Dip Galvanized Steel: 0.148-inch diameter wire; galvanized thickness coating and color matching coating thickness and color of chain -link fence fabric. J. Finish: 1. Metallic Coating for Pressed Steel or Cast Iron: Not less than 1.2 oz./sq. ft. of zinc. PART 3 - EXECUTION 3.1 EXAMINATION A. Do not begin installation before final grading is completed unless otherwise permitted by Architect. 3.2 PREPARATION A. Stake locations of fence lines, gates, and terminal posts. Do not exceed intervals of 500 feet or line of sight between stakes. Indicate locations of utilities, lawn sprinkler system, underground structures, benchmarks, and property monuments. 3.3 CHAIN -LINK FENCE INSTALLATION A. Install chain -link fencing according to ASTM F 567 and more stringent requirements specified. 1. Install fencing on established boundary lines inside property line. B. Post Excavation: Drill or hand -excavate holes for posts to diameters and spacings indicated, in firm, undisturbed soil. C. Post Setting: Set posts in concrete at indicated spacing into firm, undisturbed soil. 1. Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during setting with concrete or mechanical devices. 2. Concrete Fill: Place concrete around posts to dimensions indicated and vibrate or tamp for consolidation. Protect aboveground portion of posts from concrete splatter. a. Exposed Concrete: Extend above grade; as indicated shape and smooth to shed water. D. Terminal Posts: Install terminal end, corner, and gate posts according to ASTM F 567 and terminal pull posts at changes in horizontal or vertical alignment of 15 degrees or more. For runs exceeding 500 feet, space pull posts an equal distance between corner or end posts. E. Line Posts: Space line posts uniformly as indicated on Drawing. F. Chain -Link Fabric: Apply fabric to outside of enclosing framework. Leave 1-inch bottom clearance between finish grade or surface and bottom selvage unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so fabric remains under tension after pulling force is released. 03871819 CHAIN LINK FENCES AND GATES 3231 13 - 3 09/2021 City of Lubbock Roy Furr Pioneer Park Improvements G. Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts with tension bands spaced not more than 15 inches o.c. H. Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire at one end to chain -link fabric, wrap wire around post a minimum of 180 degrees, and attach other end to chain -link fabric per ASTM F 626. Bend ends of wire to minimize hazard to individuals and clothing. 1. Maximum Spacing: Tie fabric to line posts at 12 inches o.c. and to braces at 24 inches o.c. 3.4 ADJUSTING A. Gates: Adjust gates to operate smoothly, easily, and quietly, free of binding, warp, excessive deflection, distortion, nonalignment, misplacement, disruption, or malfunction, throughout entire operational range. Confirm that latches and locks engage accurately and securely without forcing or binding. B. Lubricate hardware and other moving parts. END OF SECTION 03871819 CHAIN LINK FENCES AND GATES 3231 13 - 4 09/2021 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 32 84 00 — PLANTING IRRIGATION 17\4514WE11"WO01:7.111 1.1 SUMMARY A. The Work that the City of Lubbock desires to be performed is as follows: 1. Remove, save, and return to owner the existing valves and irrigation heads from the areas be irrigated. 2. Install new wire, piping, valves, and irrigation heads as shown on the Plan. B. Contractor shall supply all supervision, perform all Work, furnish all labor, tools, materials, equipment, and incidentals necessary to fully and properly perform all Work as shown on the Plans and described in the Specifications. Deliver materials, products and equipment to the Project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact. All construction and other Work shall be completed in accordance with all governing codes and ordinances, with the best engineering and construction practices, including material manufacturer's recommendations for installation and workmanship, for the skill or trade involved. C. We request that your Proposal be made in conformance with the guidelines contained in the Specifications and on all Plans. The Contract shall be awarded to the company with the Proposal determined to be the most advantageous to the City of Lubbock (which shall be called owner). D. Section Includes: 1. Quality Assurance. 2. Irrigation Products. 3. Product Substitution. 4. Site Conditions. 5. Field Quality Control. 6. Submittals. 7. Handling of Materials. 8. Trenching. 9. Tunneling, Jacking, and Boring. 10. Installation. 11. Flushing. 12. Leakage Test. 13. Wiring. 14. Testing and Preliminary Inspection. 15. Inspection/Acceptance. 16. Clean-up and Adjusting. 17. Commissioning. E. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 03871819 PLANTING IRRIGATION 32 84 00 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.2 ADDITIONAL INFORMATION A. All information under General Instructions to Bidder, General Conditions of Agreement, and Special Conditions apply to this section. B. Bidder shall be prepared to send Owner a price breakdown of any and/or all items on which he has bid. Price breakdowns will only be requested after the bid opening has taken place. C. Owner shall verify all construction stakes for locations of elements at Project sites, and give Owner 48 hours to approve the staking before construction can begin. 1.3 PERFORMANCE REQUIREMENTS A. Irrigation zone control shall be automatic operation with controller and automatic control, and manual operation with manual valves. B. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light C. standards. Maintain 100 percent irrigation coverage of areas indicated. D. Minimum Working Pressures: The following are minimum pressure requirements for piping, valves, and specialties unless otherwise indicated: 1. Irrigation Main Piping: 200 psi. 2. Circuit Piping: 200 psi. E. Site Investigation: 1. Contractor shall examine related Work and surfaces before starting the Work of this Section. Contractor shall report to Landscape Architect or his authorized representative, in writing, conditions which will prevent the proper execution of irrigation installation. 2. Deviations from Plans and Specifications shall be executed only with the express permission of Landscape Architect and at no cost to Owner. If obvious inadequacies or inappropriate design are found on the Drawings, they shall be promptly brought to the attention of Landscape Architect in writing before proceeding with installation of the system. F. Codes, Rules, and Safety Orders: I. All Work and materials shall be in full accordance with the latest local rules and regulations of safety. G. Protection: 1. Contractor shall furnish and maintain all warning signs, shoring, barricades, red lanterns, etc., as required by the Safety Orders of the Division of Industrial Safety and local ordinances. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified installer. B. Zoning Chart: Show each irrigation zone and its control valve. C. Controller Timing Schedule: Indicate timing settings for each automatic controller zone. D. Field quality control reports. 03871819 PLANTING IRRIGATION 32 84 00 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For sprinklers, controllers, and automatic control valves to include in operation and maintenance manuals. B. Provide Irrigation System Record Drawings: 1. Legibly mark Drawings to record actual construction. 2. Indicate horizontal and vertical locations, referenced to permanent surface improvements. 3. Identify field changes of dimension and detail any changes made by Change Order. 4. Contractor shall provide 1 controller chart showing the area covered by a controller for each automatic valve. The chart shall be a reduced Drawing of the actual "Record Drawing" system. The size of the chart shall be the maximum size that the controller door will allow. If controller sequence is not legible when the Drawing is reduced, Drawing shall be enlarged to a size that is readable. 5. Chart shall be a blackline print with a different color used to show area of coverage for each system. When completed and approved, the chart shall be hermetically sealed between 2 pieces of plastic, each piece being a minimum 20 mils thick. Charts shall be completed and approved prior to final inspection and acceptance of the irrigation system. 6. Field quality control test reports. 7. Operation and Maintenance Data: For irrigation systems, to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 0170 00 "Execution and Closeout Requirements," include data for the following: a. Automatic -control valves. b. Sprinklers. C. Controllers. 1.7 QUALITY ASSURANCE A. Contractor's On -Site Responsibilities: 1. Contractor shall take all precautions necessary to protect all existing landscaping, sidewalks, buildings, vehicles, utilities, etc., in the area where the Work is being done or that may be located adjacent to or in -route across city property to the job site. Contractor shall rebuild, restore, and make good at his own expense, all injury and damage to same which may result from Work being carried out under this contract. Contractor shall not park or drive any vehicles or equipment beneath the drip line of on -site trees and shrubs. Contractor and employees shall not park on unsurfaced park property and shall not drive vehicles across city land unless it is directly necessary to deliver materials to the job site. Contractor shall take all necessary precautions to ensure the safety of any pedestrians and park users during the demolition, construction, and clean-up operations. Contractor shall maintain and keep in good repair the Work intended under these Plans and Specifications and shall perform all necessary repair, construction, and renewal to the date of acceptance by Owner. 03871819 PLANTING IRRIGATION 32 84 00 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 4. Any utility and irrigation lines shown on Plans are for design and construction information only. The depths of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on Plan. Park utilities include irrigation systems, and park lighting, all others are public utilities. Contractor's attention is directed to the fact that other underground utility lines may exist of which Owner is not aware. Owner does not assume any responsibility for any public utilities that are not shown on Plans. It is Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's expense. Park development staff will assist in the design and relocation of utility lines. 5. Contractor shall be responsible for the protection of unfinished Work and shall be responsible for the safety of individuals using the unfinished equipment. Contractor shall, at his own expense, furnish and erect such bridges, 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. 6. Contractor shall be responsible for all damage to Work due to the 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 expense. 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. 7. Contractor shall be responsible for removal, hauling, and disposal of all debris and unusable material from proposed construction area and designated sites as shown on Plans and in Specifications. Owner shall retain the right to any existing materials deemed to have value. 8. Contractor shall be responsible for inspection of site, to verify the completion of all Work as described in the Specifications and shown onPlans. 9. Contractor shall furnish and supply all supervision, equipment, and labor necessary to perform excavation, grading, backfill, compaction, and stock piling of material as specified herein and on the Plans. 10. Special Guidance Regarding ASBESTOS cement pipe: a. Contractor will be responsible for complying with applicable federal and state regulations regarding ASBESTOS cement pipe that may be encountered during excavation. Specifically, no ASBESTOS cement pipe may be intentionally disturbed without appropriate training, certification, engineering controls, and worker safety protections. Waste ASBESTOS associated with the disturbance of ASBESTOS cement pipe (whether intentional or unintentional) must be removed from the excavation and disposed of properly (wetted, double bagged in 6 mil poly, and transported to an authorized landfill). 11. Procedures to be followed in the event that unexpected asbestos is found or previously non -friable asbestos materials become friable: a. There will be a designated competent person as required by the United States Occupational and Health Administration regulations in 29 CFR, 1926.1101 on site during entire Project. b. All Work will stop if unexpected asbestos is found or previously non -friable asbestos becomes friable and the competent person will follow all local, state, and federal regulations. 03871819 PLANTING IRRIGATION 32 84 00 - 4 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 12. Contractor shall be responsible for the Texas Prevention Legislation. The Texas damage prevention law (Utilities Code Title 5, Chapter 251) took effect October 1, 1998. This law requires excavators to call 48 hours before they dig. Texas Excavation Safety System Inc. (TESS) is a nonprofit corporation formed by member companies to prevent damage to underground facilities. The service is 100 percent free to excavators by calling 1-800-DIG-TESS (344-8377). 13. Any utility and irrigation lines shown on Plans are for design and construction information only. The depths of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on Plan. Park utilities are not listed with DIG TESS. They include but are not limited to irrigation systems, park lighting and all others are private utilities. Contractor's attention is directed to the fact that other underground utility lines may exist of public utilities that are not shown on Plans. It is Contractor's obligation to locate and familiarize themselves with all utilities that are not shown on Plans. Damage to utilities will be repaired at Contractor's expense. 14. All trenching or any excavation shall be a greater distance from the trunk of any plant material than 10 times the diameter of the trunk at 12 inches from the ground. If questions arise, Contractor shall contact Owners Representative for clarification. B. Product Delivery, Storage, and Handling: 1. Protect all materials from inclement weather: wet, damp, extreme heat, or cold, theft, damage, or vandalism. 2. All manufacturers' labels, installation instructions, and Shop Drawings shall be in included for each item ordered. C. Equipment Check: 1. Contractor shall, 1 week after installation of equipment, check that all parts are secure and are in good working condition. 2. Verify the completion of all Work as described in the Specifications and shown on Plans. D. Clean-up: 1. Demolition debris shall be removed from the site prior to commencement of construction Work. 2. Within 3 days after completion of the site, Contractor shall clean, remove rubbish and temporary structures from the site. He shall restore adequately all property, to its original integrity both public and private, which has been damaged during the execution of Work, and leave the entire site of the Work in a neat and presentable condition. The cost of the "cleanup" shall be included as a part of the cost of the various items of Work involved, and no direct compensation will be made for this Work. This Work shall be done before final acceptance by Owner will be considered. 3. Contractor shall clean up and dispose of all construction debris, including excavated rock material. The area shall be graded back into existing grade smoothly. 4. All spare parts or other pieces of equipment shall be turned over to Owner following completion of the Project. E. Warranty: 1. Contractor shall guarantee all labor, workmanship, and materials supplied by Contractor for a period of 1 year from date ofacceptance. 2. Repairs made necessary due to faulty workmanship shall be made promptly by Contractor at Contractor's expense. 03871819 PLANTING IRRIGATION 32 84 00 - 5 09/21 City of Lubbock Roy Furr Pioneer Park Improvements PART2-PRODUCTS 2.1 IRRIGATION PRODUCTS A. Performance of Specified Material: 1. All Specifications given for materials are based on the performance of the equipment. This is to assure the integrity and proper hydraulics for which the system is designed. If bid material does not conform to given performance Specifications, the bid will be rejected by Owner based on grounds that proper function of system could not be maintained by using equipment that does not meet the performance Specifications required. 2. All material to be new, unused, and current. 3. All material must be a standard product of amanufacturer. 4. Contractor shall provide performance records to verify equipment capabilities. B. Materials: 1. PVC Pipe: a. All polyvinyl chloride (PVC) pipes shall be class 200, SDR 21 un-plasticized polyvinyl chloride, Type I, Grade I. 2. Polyethylene Line: a. All polyethylene line shall be Agricultural Products, Inc. 3/4-inch polyethylene, OD = .710, ID = .610, and be made from low density. 3. Fittings: a. All pipe must have manufacturer's markings clearly printed on them during installation. b. All class 200 pipes must conform to ASTM D-2241. C. All lateral piping under 4 inches shall be solvent weld. d. All mainline piping 4 inches and larger shall use belled ends or belled couplings using rubber gaskets in 20-foot laying lengths. e. All fittings for 4 inches or larger mainline shall be 200 psi Gasketed Fittings. f. All fittings shall be pressure rated for 200-psi maximum workingpressure. g. Gaskets shall be designed for pressure and vacuum with maximum deflection (ASTM F-477). h. PVC Fittings: 1) Schedule 40 fittings must conform to ASTMD-2466. 2) Schedule 80 fittings must conform to ASTM D-2464. i. 3 by 4 Reducing Male adapters shall not be used. j. Install concrete thrust blocks per details. 4. Swing Joints: a. Nipples: Schedule 80 with molded threads on both ends, unless specified otherwise in construction detail. b. Elbows: (90 degree) Schedule 40 FIPT X FIPT. C. Pre -fabricated swing joints are acceptable as specified. d. Lateral line fittings: Schedule 40. 5. Valves: a. Quick -coupler Valves: 1) Rain Bird # 44-RC, 1-inch, Single lug, 2-piece body, heavy cast bronze with Rubber Cover Lid or approved equal. 2) Standard cover. 3) Contractor shall supply Owner with 2 valve keys for each Quick - coupler type. 4) Installed with minimum 10-inch diameter plastic valve box. 03871819 PLANTING IRRIGATION 32 84 00 - 6 09/21 City of Lubbock Roy Furr Pioneer Park Improvements b. Section Valve (Hunter ICV Series or approved equal): 1) Sized according to Plan. 2) Direct burial, remote control electric valve normally closed. 3) Solenoid: waterproof molded epoxy resin construction having no carbon steel components exposed. 4) Actuator: stainless steel enclosed in a watertight protection capsule with a molded in place rubber exhaust port seal. Spring shall be stainless steel. 5) Diaphragm - Dual ported, made of nylon reinforced nitril rubber. 6) Flow adjustment system. 7) Cold water working pressure -200 psi. 8) Heavy-duty glass -filled UV resistant nylon with stainless steel studs and flang brass nuts. 9) Threaded connection, not slip. 6. Valve Boxes: a. Valve Box (Ametek or approved equal). 1) Supplied by Contractor. 2) To be installed by Contractor. 3) Minimum dimensions: 16-inch by 11-inch by 12-inch deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and shall be compatible with box to achieve depth required (no bricks shall beused). 4) Bolt -in green lid with cover lift holes (rectangular, lid shall have snap lock tab closure). 7. Irrigation Heads: a. Specified Head #1: Hunter 125 series (Hunter model #: I25 06 SS) with flow rates ranging between 4 and 28 gallons per minute, or approved equal. 1) Irrigation heads shall be pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel and brass. The nozzle and drive assembly shall also be encased in stainless steel. 2) Irrigation heads shall be mounted up to 1/2-inch below finished grade. 8. Control Wiring: a. All 24-volt wiring to be 14 AWG-annealed copper, Baron UF, 600 volt, PVC coated UL approved direct burial. b. All wire to be single stranded, 1 wire for each electric valve and a common wire. 1) 12-gauge Common wire. 2) 14-gauge Zone wire. C. Flow Sensor wire — EV-CAB-SEN or "approved equal" — 2 conduit or direct burial shielded cable for connecting flow sensors to controllers. Maximum allowable distance is 2,000 feet. d. Communication Cable — EV-CAB-COM or approved equal - 2 conductor direct burial shielded cable for connecting controllers. Maximum allowable distance is 2000 feet. e. All control wires to be installed at minimum depth of 18 inches, with a maximum depth of 24 inches and directly alongside any pipe if the same ditch is used. 03871819 PLANTING IRRIGATION 32 84 00 - 7 09/21 City of Lubbock Roy Furr Pioneer Park Improvements f. Add yellow and green 14-gauge spare wires looped in mainline ditch. Contractor shall place a minimum of 18 inches of each spare wire in each valve box. In case of a looped mainline, run spares and common in a full continuous loop. Miscellaneous Equipment: a. Wire Connectors shall be DS-400 model as manufactured by Spears, Prefilled Dri-Splice Connector w/Crimp Sleeve or approved equal. b. Provide moisture -proof connection for underground wiring. C. Solvent Cementing: 1) Primer- Weld -On P-68 Purple Colored Only (All pipe and fittings). 2) Solvent 1/2-inch then 1-1/2-inch Weld -On #705; 2-inch threel0-inch Weld-On#717. 3) Manufactures Recommendations shall be followed at all times. d. Repair Coupling (Smith Blair, 461-462 Quantum Wide Range Cast Coupling "or approved equal"). 1) Gasket: Nitrile (Buns-N), compounded to resist natural gas, water, oil, acids, alkalis, most (aliphatic) hydrocarbon fluids and manychemicals. 2) Follower Flanges: Cast ductile iron per ASTM A-536. 3) Sleeve: Cast ductile iron per ASTM A-536. 461 Style is 4-inch to 6.5- inch in length. 462 Style is 12-inch in length. 4) Washers: Carbon steel per ASTM 633-78, electro-galvanized finish. 5) Coating: Fusion bonded Flexi-Coat epoxy. 6) Bolts and nuts: High strength, low alloy steel, 5/8-inch, to AWWA C219 (ANSI A21.11) standards Flexi-coat, fusion bonded epoxy coating. Nuts are perished hexagon, fluoropolymer coated, to prevent galling. e. Thrust Blocks: 1) Concrete "ready -mix" - 3,000 PSI. in 28 days with number #3 rebar installed. To be placed at all angles and terminal ends of 2-1/2-inch or greater pipe. To be placed at all angles (90s, 45s, tees) and at terminal ends of pipe. (Refer to Thrust Block Detail) Thrust Blocks must be installed against the pipe and extend to 12 inches of an undisturbed vertical wall of the trench. All pipe and fittings to be wrapped in 30 pound felt to protect from movement. f. Fresh water line shall be no less than schedule 80 and have a 6-foot minimum horizontal separation from all other underground utilities. Tracer wire is requirement of all fresh water lines. g. All pipe to have a 1-foot minimum vertical separation from all non -like utility lines. 2.2 PRODUCT SUBSTITUTION A. Conditions for substitutions or approved equal: 1. In the event that the clause "or approved equal" is used in the Specifications pertaining to materials, Bidder desiring to make substitutions for specified equipment shall submit the following: a. Product identification, including manufacturer's name, address, and product literature. b. Product description. C. Product performance and test date. d. Reference standards. 03871819 PLANTING IRRIGATION 32 84 00 - 8 09/21 City of Lubbock Roy Furr Pioneer Park Improvements e. Manufacturer instructions for maintenance and repairs. 2. Request for substitution shall be included with the overall bid and will be considered before Contract is awarded. 3. After the Contract is awarded, no substitutions will be considered. It will be Bidder/Contractor's responsibility to assure the availability of specified product or substitution before the bid date. 4. Bidder shall provide the same guarantee for substitution as for product or method specified. 5. Bidder shall coordinate installation of accepted substitution into Work, making such changes as may be required for Work to be complete in all aspects. 6. Bidder shall waive all claims for additional costs related to substitution that consequently becomes apparent. 7. Bidder shall be prepared to send Owner a price breakdown of any and/or all items on which he has bid. Price breakdowns will only be requested after the bid opening has taken place. B. Substitutions will not be considered if: 1. They are indicated or implied on Shop Drawings or Project data submittals without being formally described in detail as to their differences from what was originally specified. 2. Acceptance will require substantial revision of the original layout of the Project. PART 3 - EXECUTION 3.1 GENERAL A. Qualifications of Bidder -Licensing: 1. Bidder shall supply the name and license number of the licensed irrigator who is responsible for the Project with the bid submittal. The licensed irrigator shall be licensed in the state of Texas and must comply with TCEQ and the standards established by Title 30 TAC Chapter 344. A licensed irrigator or installer shall be on the job site at all times when irrigation Work is inprogress. 2. Owner reserves the right to reject any bid if bidder is not qualified based on the above given criteria. B. Codes and Standards: 1. Bidder shall conform to all local, state, and federal codes andordinances. C. Discrepancies: 1. It is the intent of this contract that all Work must be completed and all material must be furnished in accordance with the generally accepted practice of the area. In the event of any discrepancies between the Plans and Specifications or doubts as to the meaning and intent of any portion of the Contract, Owner shall define what is intended to apply to the Work. 3.2 SITE CONDITIONS A. Contractor's attention is directed to the fact that other underground utility lines may exist of which Owner is not aware. It is Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's expense. B. Water Supply: 1. Meter or other water source already installed. 03871819 PLANTING IRRIGATION 32 84 00 - 9 09/21 City of Lubbock Roy Furr Pioneer Park Improvements C. Electrical Power Supply: 1. Meter or other electric source already installed. D. Bores / Road crossings: 1. Contractor is responsible for bores and sleeving necessary to go under city streets/utility drives to provide any utility service to the Project site. Bored holes shall be of the smallest diameter that will permit installation of encasement pipe. Pipe sleeving under city streets, park roads, and or parking lots shall be 16-gauge smooth steel pipe with a minimum wall thickness of 1/4-inch when pipe size is greater than 4-inch diameter. 2. Irrigation lines crossing sidewalks shall be sleeved with Schedule 40 PVC pipe twice that of the pipe when line is less than 6-inch diameter. Pipe to be large enough for irrigation pipe and conduit for electrical control wires (if necessary). Notes shown on Plans shall over ride Specifications. Sleeves shall extend at least 2-feet out from under the surface structure. 3.3 FIELD QUALITY CONTROL A. Responsibility of Materials: 1. Contractor shall be responsible for all materials furnished by him and shall replace at his own expense all material found to be defective in manufacture or if it has become damaged in handling after shipment. B. Responsibility of Property: 1. Contractor shall be responsible for the protection and preservation of all plant material, monuments, and structures during installation. Any damage shall be repaired or replaced by Contractor, at his own expense, to the satisfaction of Owner. 2. All trenching or any excavation is to be no less than 6 feet from the trunk of any plant material. If questions arise, Contractor shall contact Owner for clarification. C. Barricades and Protective Measures: 1. Contractor shall be responsible for the protection of unfinished Work. Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals. He shall also take such other precautionary measures for the protection of persons, property, and the Work as may benecessary. 2. Contractor shall be responsible for all damage to the Work due to failure of barricades, signs, and lights to protect it. When damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to of City's certificate of acceptance of the Project. 3.4 SUBMITALS A. Shop Drawings: 1. Contractor shall submit shop Drawings to Owner before installation of equipment. Shop Drawing to include complete layout and detail Drawings illustrating the location and type of all heads, valves, piping circuits, controls, and accessories. B. Maintenance Materials: 1. At the completion of the job, Contractor shall furnish spare parts, special tools, and equipment required to operate and maintain the system. 03871819 PLANTING IRRIGATION 32 84 00 - 10 09/21 City of Lubbock Roy Furr Pioneer Park Improvements C. Maintenance Data: 1. Contractor shall furnish 2 copies of parts list and repair manuals for controllers, valves, and heads. D. Project Record Document: 1. Contractor shall prepare "as -built" Plans of system after final check. Work to be done with legend describing symbols for equipment in a digital format of AutoCAD or "approved equal." "As -built" Plans shall be accurate. Inaccurate Plans will not be accepted. Final payment will not be made until "as -built" Plans are submitted and approved by Park Development Staff. 3.5 HANDLING OF MATERIALS A. Contractor shall exercise care in handling, loading, and unloading of all equipment. All PVC pipe, fittings, and other equipment shall be adequately covered and protected from the elements. Pipe and fittings also shall be transported in such a fashion as to be protected from excessive bending and from external, concentrated load at any point. 3.6 TRENCHING A. Trenches to have straight, flat bottoms and of sufficient depth for irrigation head and operable swing joint. B. Trench Size: 1. Minimum width: 6 inches and/or 6 inches greater than pipe size. 2. Minimum cover over installed supply piping: 18 inches. 3. Minimum cover over installed branch piping: 14 inches. 4. Minimum cover over installed outlet piping: 14 inches. 5. Maximum centerline depth main line shall not exceed 24 inches at zone valves. 6. Maximum centerline depth of zone valves shall not exceed 18 inches at zone valves. C. Pipe pulling is not acceptable. D. All trenches and adjoining areas shall be hand raked to leave the grade in as good or better condition than before construction started. E. All settling and low areas that occur within the first 12 months shall be the responsibility of Contractor to fill and level. F. Trench to accommodate grade changes. G. Maintain trenches free of debris, material, or obstructions that may damage pipe. H. Where rock or other undesirable materials are encountered trenches are to be over excavated by 3 inches to allow for a 3-inch layer of finely graded sand under all piping. After the piping is installed, finely graded sand shall be placed around the piping up to a point 3 inches above the piping. I. All trenches are to be inspected and approved by Owner before covering. J. Trench digging machinery may be used to make trench excavation except in places where operation of same would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. K. Contractor shall locate all existing underground lines, of which he has been advised whether or not they are shown on the Drawings, sufficiently in advance of the trenching to make whatever provision necessary to prevent damage thereto. Extreme care shall be used to prevent such damage and Contractor shall be fully responsible for damage to any such lines. 03871819 PLANTING IRRIGATION 32 84 00 - 11 09/21 City of Lubbock Roy Furr Pioneer Park Improvements L. There will be no classification of, or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by construction equipment. All excavated material shall be piled in a manner that will not endanger the Work or existing structures and which will cause the least obstruction to roadways. M. Contractor will be required to locate all known utility lines far enough in advance of the trenching to make proper provision for protecting the lines and to allow for any deviations that may be required from the establishment lines and grades. N. It is understood that the piping layout is dynamic and piping shall be routed in such a manner to achieve the intent of the plan. O. Backfill: 1. Trenches to be backfilled with the excavated earth from trench Work. All rocks and debris to be removed and no item larger than 1-inch diameter to be placed back in the trench. Backfill is to be compacted and flooded to settle trench. Contractor shall add more backfill if needed to bring trenches to existing grade. 2. Excess trench excavation, not used for backfill, shall be disposed of by Contractor, and at Contractor's expense as directed by Owner. 3. All trench backfill shall be flooded to prevent settling to 95 percent Standard Proctor Maximum Density. Tamping is required, at road crossings and cross country trails. The material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95 percent of maximum density at optimum moisture as determined by ASTM D698. 3.7 TUNNELING, JACKING AND BORING A. Tunneling, jacking and boring are methods used for water line placement under restrictive conditions when open cut construction is not allowed. 1. Only straight pipe alignments for both horizontal and vertical alignment are allowed. 2. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities Engineer. 3. Casing pipe shall be a minimum of 2 standard sizes larger than encased pipe. 4. Casing Pipe thickness shall be: Casing Diameter Minimum Casing Thickness < 16 inches 3/8-inch > 16 inches 1/2-inch 5. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. a. Only purpose-built centralizers may be used. 6. Coal tar coating for casing pipe shall conform to AWWAC203. 7. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. B. Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the Chief Water Utilities Engineer. C. Annular space between casing or uncased pipe and bored hole shall be injection grouted. 03871819 PLANTING IRRIGATION 32 84 00 - 12 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.8 INSTALLATION A. General Information: 1. Install pipe, valves, controls, and outlets in accordance with manufacturer's instructions. 2. Connect to utilities. 3. Set outlets and box covers at finish grade elevations. 4. Provide for thermal movement of components in system. 5. After piping is installed, but before outlets are installed and backfill commences, open valves and flush system with full head ofwater. 6. Dissimilar Materials Piping Joints: Construct joints using adapters that are compatible with both piping materials, outside diameters, and system working pressure. 7. Concrete Thrust Blocks are required at all turns and dead -ends on pipe sizes 3 inches and over. Pipe of smaller sizes may also require thrust blocks if so directed by Owner. Concrete shall have a 28 day compressive strength of 3000 psi, minimum. Control wire shall not be encased in the thrust block. 8. Dripline to be Techline CV, Pressure compensating with check valve. As manufactured by Netafim. Emmitter spacing to be 12 inches with .9gph output. 9. Filters to be manufactured by Netafim and installed as shown onPlan. B. Wiring: 1. Wire splices will only be allowed within an accessible control box. Inline direct burial splices will not be allowed. Wire Connectors shall be DS-400 model as manufactured by Spears, Prefilled Dri-Splice Connector w/Crimp Sleeve or approved equal. 2. Provide looped slack at valves and turns in trench to allow for contraction of wires. 3. All wire passing under existing paving, sidewalk, etc., shall be encased in plastic conduit extending at least 12 inches beyond edges of paving or construction. 4. All electrical control wiring shall be wrapped together on 10 feet increments with plastic tape. An electrical wiring schematic shall be furnished with the equipment. C. Laying of PVC Pipe: 1. The pipe is to be snaked from side to side of trench bottom to allow for expansion and contraction of the pipe. 2. All foreign matter is to be removed from inside of pipe before joining. Keep clean during laying operations by means of plugs or other approved methods. 3. All lumber, rubbish, and large rocks shall be removed from the trenches. Pipe shall have firm, uniform bearing for the entire length of each pipeline to prevent uneven settlement. 4. Do not lay pipe in water, or when trench or weather conditions are unsuitable for Work. 5. When Work is not in progress, securely close the open ends of pipe fittings so that no trench water, earth, or other substance will enter pipes or fittings. 6. Take up and relay any pipe that has the grade or joint disturbed afterlaying. 7. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against the vertical face of the trench, but not againstrock. 8. Thrust blocks to be used. 9. Make joints in all threaded fittings by applying Teflon tape on male threads. Use of Teflon dope is prohibited. 10. Where threaded PVC connections are required, use threaded PVC adapters. 11. There shall be no less than 9 inches of pipe between any 2 fittings, except for close nipples used in swing joints. 03871819 PLANTING IRRIGATION 32 84 00 - 13 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 12. No cross tees or street ells are to be used at anytime. 13. On cut pipe, all burrs to be removed, tees and pipe to be cleaned, and primer and solvent applied as to standard application process. 14. After pipe has been solvent weld, do not apply water pressure for a time less than that of the manufacture's recommendation, considering current weather conditions. 15. All pipe shall be installed so that manufacture's markings are facing in the up position. 16. Excess PVC Solvent shall be removed from joints before drying to prevent pipe weakening. Pipe connections made with excess solvent will not be accepted. 17. Solvent welding will not be permitted if weather conditions prevent joints from remaining free of dirt or moisture, while the joint is being made. Also, if the temperature is below that specified by the pipe or solvent manufacturer's recommendations. 18. Owner must be given 24-hour notice before the pipe trenches are covered so that Owner's representative may be present for inspection. After the pipe system has been inspected and approved, trenches may be closed. 19. All pipe shall have a 1-foot minimum vertical separation from all utility lines in close proximity. D. Installation of Valves (gate, double check, and sectionvalves): 1. Install all new valves on a level grade with the mainline. Valve boxes shall extend a minimum of 3 inches below bottom of valve. Valve box extensions shall be used as necessary and shall be compatible with the valve box. 2. After installing valves and valve boxes, backfill holes with a 3-inch minimum washed gravel, 3/4-inch size up to bottom ofvalve. 3. Quick -coupler valve to be installed on swing joint. Top to be flush with finish grade. E. Irrigation Heads: 1. All irrigation heads to be installed at spacing indicated on Plans. 2. Irrigation heads installed on swing joint assemblies shall be installed so that the top of head is slightly above ground level to allow for settling. a. Swing Joints: 1) Swing joints shall be used on all rotary gear driven irrigation heads and shall be of the same diameter as the inlet opening and shall have a 12- inch lay length. 2) Pre -manufactured swing joints shall be used as manufactured by Lasco, swing joint shall be schedule 80t, Lasco G132-412 no exceptions. 3. All irrigation heads to be set to property arc by Contractor. 4. All irrigation heads to be installed 6 inches from existing and/or proposed fence line. 03871819 PLANTING IRRIGATION 32 84 00 - 14 09/21 City of Lubbock Roy Furr Pioneer Park Improvements A. The mainline and valves will be flushed after installation. Full working pressure must be used to flush all lines. On a loop system the 2 valves the greatest distance from the water source will be opened. On any other configuration of mainline, the last valve on each mainline will be opened for flushing. Owner's representatives must be given 24 hours' notice before flushing begins so they may be present for inspections. After mainlines have been inspected and flushed, the lateral lines may be installed. B. The lateral lines will be flushed just before head installation. The flushing procedure will consist of pointing all swing joints away from ditch line to prevent contamination. Next, open the valve with full working pressure and begin capping each swing joint with a threaded cap, beginning with the swing joint closest to the valve and ending with the swing joint the greatest distance from the valve. 24-hour notice must be given to Owner's representatives forinspection. C. Flush pipes until free of all rock, dirt, trash, pipe shavings, and debris. 3.10 LEAKAGE TEST A. After pipe is laid, line to be pressurized and all air expelled from line at highest point of each section. B. Each line to be inspected for leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with good material. 3.11 WIRING A. All wiring shall be Type UF, copper direct bury type made for the irrigation industry. Wiring shall be color -keyed: 12 ga. white for ground, 14 ga. red for operation of equipment, and an 18-inch loop in each valve box of a 14 ga. green and a 14 ga. yellow spare. B. Tracer wire and warning tape shall be installed with all fresh water piping. Tracer wire 16 Gauge CU. shall have the insulation removed for at least 6 inches every 30 feet of run. Potable Water Warning tape shall be run at half the depth of the top of the pipe. C. Control wires from controller to valves shall be laid in irrigation head line trenches (if applicable -wiring to be installed along wiring route on Plan). D. Control wires to be taped together every 10 feet along trench. E. Expansion loops shall be made at every turn in the trench and every 50-foot length of wire run by wrapping at least 5 turns of wire around a 1-inch rod or pipe. Next, withdraw the rod leaving turns in wire. F. All wire connections or splicing Work shall have moisture proof connectors, and their location must be denoted on the as -built Plan. Contractor shall minimize amount of splices. G. Extra yellow and green wires shall be installed in mainline ditch. H. Common valve wiring shall be white through entire system. I. Section valve wiring shall be red through entire system. White wire may not be used as section wire. 3.12 TESTING AND PRELIMINARY INSPECTION A. Testing Procedure: 1. Do not allow any of the Work in this section to be covered or enclosed until it has been inspected, tested and approved by Owner or Owner's Representative. 2. Prior to backfill, the main line and with control valves in place but before the lateral lines are connected, completely flush and test the mainline. 03871819 PLANTING IRRIGATION 32 84 00 - 15 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3. Fill the main line with water for a 24-hour period prior to testing. 4. Pressure test main lines with 100 psi for a period of 2 hours. Allowable leakage shall be as determined by the formula listed in AWWA C600. Owner will witness and approve all tests. Notify Owner at least 24 hours in advance of all testing. 5. Provide all testing equipment and personnel required to complete the testing procedure (Repeat testing as required). 6. Flush, clean, adjust, and balance all systems. 7. Adjust heads for proper coverage. 8. Potable Water Lines: Hydrostatic test for 6 hours at 150 psi. There shall be no leaks whatsoever. 9. Backflow preventer shall be tested and certified, and 3 copies shall be provided; 1 to Owner, 1 to the water purveyor, and 1 to remain with the tester as required by local, state, and federal codes and ordinances. B. Preliminary Inspection: 1. When all initial installation is done and all incidentals necessary to the proper function of the system is done, Contractor shall request Owner to walk through system and visually check the operation of the system. At this time Owner and Contractor will discuss repairs that may need to takeplace. 3.13 INSPECTION/ACCEPTANCE A. Final Inspection: 1. After preliminary inspection has taken place and all corrections and repairs have been completed by Contractor, Contractor and Owner will again walk through system to check operation. This procedure will be repeated until system operates to Owner satisfaction. At this time Owner will accept system from Contractor. An acceptance form will follow from Owner to Contractor. 3.14 CLEAN-UP AND ADJUSTING A. Removal of Site Debris: 1. Contractor shall: a. Make final clean-up of all parts of Work. b. Remove all construction material and equipment. C. Prepare the site in an orderly and finished appearance. d. Remove from site any rock or extra dirt that resulted from this and restore site to its original condition. e. Flush dirt and debris from piping before installing irrigation heads and other devices. f. Adjust automatic control valves to provide flow rate of rated operating pressure required for each irrigation head circuit. g. Carefully adjust lawn irrigation heads so they will be flush with, or not more than 1/2-inch below finish grade after completion of landscape Work. h. Adjust settings of controllers and automatic control valves. i. Contractor will be required to remove all construction debris from the site. Final clean up by Contractor must be acceptable to Owner. 03871819 PLANTING IRRIGATION 32 84 00 - 16 09/21 City of Lubbock Roy Furr Pioneer Park Improvements [c�[.�K�] �I �If.Y[�1�11►[e7 A. Starting Procedures: 1. Follow manufacturer's written procedures. If no specific procedures are prescribed by proceed as follows: a. Verify that specialty valves and their accessories have been installed correctly and operate correctly. b. Verify that specified tests of piping are complete. C. Check that irrigation heads and devices are correct type. d. Check that any damaged emitters, valves and devices have been replaced with new materials. e. Check that potable water supplies have correct type backflowpreventers. f. Energize circuits to electrical equipment and devices. g. Adjust operating controls. 2. Operational Testing: a. Perform operational testing after hydrostatic testing is completed, backfill is in place, and emitters are adjusted to final position. B. Demonstration: 1. Demonstrate to Owner that system meets coverage requirements and that automatic controls function properly. 2. Demonstrate to Owner's maintenance personnel operation of equipment, irrigation heads, specialties, and accessories. Review operating and maintenance information. 3. Provide a 7 day written notice in advance ofdemonstration. C. Guarantee: 1. Contractor shall: a. Make all needed repairs or replacements due to defective workmanship or materials for exactly 1 year following date of final acceptance. b. Be responsible for all expenses necessary for repairs andreplacement. C. Pay all expenses incurred if Contractor fails to act upon a request from Owner for repairs to system. If Contractor fails to do Work within 10 days after request has been made by Owner, Owner will proceed with repairs and charge all expenses to Contractor. d. Pay for expenses incurred to Project due to vandalism prior to final acceptance. Owner shall pay for all expenses incurred due to vandalism after final acceptance. END OF SECTION 03871819 PLANTING IRRIGATION 32 84 00 - 17 09/21 City of Lubbock Roy Furr Pioneer Park Improvements SECTION 32 9113 - SOIL PREPARATION PART 1 - GENERAL 1.1 SUMMARY A. Section includes planting soils specified according to performance requirements of the mixes. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 32 92 00 "Turf and Grasses" for placing planting soil for turf and grasses. 3. Section 32 93 00 "Exterior Plants" for placing planting soil for plantings. 1.2 DEFINITIONS A. AAPFCO: Association of American Plant Food Control Officials. B. Backfill: The earth used to replace or the act of replacing earth in an excavation. This can be amended or unamended soil as indicated. C. CEC: Cation exchange capacity. D. Compost: The product resulting from the controlled biological decomposition of organic material that has been sanitized through the generation of heat and stabilized to the point that it is beneficial to plant growth. E. Duff Layer: A surface layer of soil, typical of forested areas, that is composed of mostly decayed leaves, twigs, and detritus. F. Imported Soil: Soil that is transported to Project site for use. G. Layered Soil Assembly: A designed series of planting soils, layered on each other that together produce an environment for plant growth. H. Manufactured Soil: Soil produced by blending soils, sand, stabilized organic soil amendments, and other materials to produce planting soil. 1. NAPT: North American Proficiency Testing Program. An SSSA program to assist soil-, plant-, and water -testing laboratories through interlaboratory sample exchanges and statistical evaluation of analytical data. J. Organic Matter: The total of organic materials in soil exclusive of undecayed plant and animal tissues, their partial decomposition products, and the soil biomass; also called "humus" or "soil organic matter." K. Planting Soil: Existing, on -site soil; imported soil; or manufactured soil that has been modified as specified with soil amendments to produce a soil mixture best for plant growth. L. RCRA Metals: Hazardous metals identified by the EPA under the Resource Conservation and Recovery Act. M. SSSA: Soil Science Society of America. N. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. O. Subsoil: Soil beneath the level of subgrade; soil beneath the topsoil layers of a naturally occurring soil profile, typified by less than 1 percent organic matter and few soil organisms. P. Surface Soil: Soil that is present at the top layer of the existing soil profile. In undisturbed areas, surface soil is typically called "topsoil;" but in disturbed areas such as urban environments, the surface soil can be subsoil. Q. USCC: U.S. Composting Council. 03871819 SOIL PREPARATION 3291 13 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include recommendations for application and use. 2. Include test data substantiating that products comply with requirements. 3. Material Certificates: For each type of imported soil and soil amendment before delivery to the site, according to the following: a. Manufacturer's qualified testing agency's certified analysis of standard products. b. Analysis of nonstandard materials, by a qualified testing agency, made according to SSSA methods, where applicable. B. Samples: For each bulk -supplied material, 1-quart volume of each in containers labeled with content, source, and date obtained. Each Sample shall be typical of the lot of material to be furnished; provide an accurate representation of composition, color, and texture. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For each testing agency. B. Preconstruction Test Reports: For preconstruction soil analyses specified in "Preconstruction Testing" Article. C. Field quality -control reports. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent, state -operated, or university -operated laboratory; experienced in soil science, soil testing, and plant nutrition; with the experience and capability to conduct the testing indicated; and that specializes in types of tests to be performed. 1. Multiple Laboratories: At Contractor's option, Work may be divided among qualified testing laboratories specializing in physical testing, chemical testing, and fertility testing. 1.7 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: Engage a qualified testing agency to perform preconstruction soil analyses on existing, on -site soil, and imported soil. 1. Notify Landscape Architect 7 days in advance of the dates and times when laboratory samples will be taken. B. Preconstruction Soil Analyses: For each unamended soil type, perform testing on soil samples and furnish soil analysis and a written report containing soil -amendment and fertilizer recommendations by a qualified testing agency performing the testing according to "Soil -Sampling Requirements" and "Testing Requirements" articles. 1. Have testing agency identify and label samples and test reports according to sample collection and labeling requirements. 03871819 SOIL PREPARATION 3291 13 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.8 SOIL -SAMPLING REQUIREMENTS A. General: Extract soil samples according to requirements in this article. B. Sample Collection and Labeling: Have samples taken and labeled by Contractor under the direction of the testing agency. 1. Number and Location of Samples: Minimum of 3 representative soil samples from varied locations for each soil to be used or amended for landscaping purposes. 2. Procedures and Depth of Samples: According to USDA-NRCS's "Field Book for Describing and Sampling Soils." 3. Division of Samples: Split each sample into 2 equal parts. Send half to the testing agency and half to Owner for its records. 4. Labeling: Label each sample with the date, location keyed to a site plan or other location system, visible soil condition, and sampling depth. 1.9 TESTING REQUIREMENTS A. General: Perform tests on soil samples according to requirements in this article. B. Physical Testing: 1. Soil Texture: Soil -particle, size -distribution analysis by 1 of the following methods according to SSSA's "Methods of Soil Analysis - Part 1-Physical and Mineralogical Methods": a. Sieving Method: Report sand -gradation percentages for very coarse, coarse, medium, fine, and very fine sand; and fragment -gradation (gravel) percentages for fine, medium, and coarse fragments; according to USDA sand and fragment sizes. b. Hydrometer Method: Report percentages of sand, silt, and clay. 2. Bulk Density: Analysis according to core method and clod method of SSSA's "Methods of Soil Analysis - Part 1-Physical and Mineralogical Methods." 3. Total Porosity: Calculate using particle density and bulk density according to SSSA's "Methods of Soil Analysis - Part 1-Physical and Mineralogical Methods." 4. Water Retention: According to SSSA's "Methods of Soil Analysis - Part 1-Physical and Mineralogical Methods." 5. Saturated Hydraulic Conductivity: According to SSSA's "Methods of Soil Analysis - Part 1-Physical and Mineralogical Methods"; at 85 percent compaction according to ASTM D 698 (Standard Proctor). C. Chemical Testing: 1. CEC: Analysis by sodium saturation at pH 7 according to SSSA's "Methods of Soil Analysis - Part 3-Chemical Methods." 2. Clay Mineralogy: Analysis and estimated percentage of expandable clay minerals using CEC by ammonium saturation at pH 7 according to SSSA's "Methods of Soil Analysis - Part 1-Physical and Mineralogical Methods." 3. Metals Hazardous to Human Health: Test for presence and quantities of RCRA metals including aluminum, arsenic, barium, copper, cadmium, chromium, cobalt, lead, lithium, and vanadium. If RCRA metals are present, include recommendations for corrective action. 4. Phytotoxicity: Test for plant -available concentrations of phytotoxic minerals including aluminum, arsenic, barium, cadmium, chlorides, chromium, cobalt, copper, lead, lithium, mercury, nickel, selenium, silver, sodium, strontium, tin, titanium, vanadium, and zinc. 03871819 SOIL PREPARATION 3291 13 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements D. Fertility Testing: Soil fertility analysis according to standard laboratory protocol of SSSA NAPT SERA-6 including the following: 1. Percentage of organic matter. 2. CEC, calcium percent of CEC, and magnesium percent of CEC. 3. Soil reaction (acidity/alkalinity pH value). 4. Buffered acidity or alkalinity. 5. Nitrogen ppm. 6. Phosphorous ppm. 7. Potassium ppm. 8. Manganese ppm. 9. Manganese -availability ppm. 10. Zinc ppm. 11. Zinc availability ppm. 12. Copper ppm. 13. Sodium ppm and sodium absorption ratio. 14. Soluble -salts ppm. 15. Presence and quantities of problem materials including salts and metals cited in the standard protocol. If such problem materials are present, provide additional recommendations for corrective action. 16. Other deleterious materials, including their characteristics and content of each. E. Organic -Matter Content: Analysis using loss -by -ignition method according to SSSA's "Methods of Soil Analysis - Part 3-Chemical Methods." F. Recommendations: Based on the test results, state recommendations for soil treatments and soil amendments to be incorporated to produce satisfactory planting soil suitable for healthy, viable plants indicated. Include, at a minimum, recommendations for nitrogen, phosphorous, and potassium fertilization, and for micronutrients. 1. Fertilizers and Soil Amendment Rates: State recommendations in weight per 1,000 sq. ft. for 6-inch depth of soil. 2. Soil Reaction: State the recommended liming rates for raising pH or sulfur for lowering pH according to the buffered acidity or buffered alkalinity in weight per 1,000 sq. ft. for 6-inch depth of soil. 1.10 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and compliance with state and federal laws if applicable. B. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion -control measures to prevent erosion or displacement of bulk materials, discharge of soil -bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Do not move or handle materials when they are wet or frozen. 4. Accompany each delivery of soil amendments with appropriate certificates. 03871819 SOIL PREPARATION 3291 13 -4 09/21 City of Lubbock Roy Furr Pioneer Park Improvements PART2-PRODUCTS 2.1 PLANTING SOILS SPECIFIED ACCORDING TO PERFORMANCE REQUIREMENTS A. Planting -Soil Type: Existing, on -site surface soil, with the duff layer, if any, retained; and stockpiled on -site; modified to produce viable planting soil. Using preconstruction soil analyses and materials specified in other articles of this Section, amend existing, on -site surface soil to become planting soil complying with the following requirements: 1. Particle Size Distribution by USDA Textures: Classified as sandy loam soil according to USDA textures. 2. Soil Reaction: pH of 6 to 7. 3. Soluble -Salt Content: 5 to 10 dS/m measured by electrical conductivity. 4. Soil shall include fertilizer recommendations per the soil analysis in "pounds per 1,000 sq. ft." 17\ 711RM W4 0(410 Y 113►I 3.1 GENERAL A. Place planting soil and soil amendments according to requirements. B. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in planting soil. C. Proceed with placement only after unsatisfactory conditions have been corrected. 3.2 PREPARATION OF UNAMENDED, ON -SITE SOIL BEFORE AMENDING A. Excavation: Excavate soil from designated area(s) to a depth required to achieve finish grade after amending and adding mulch. B. Unacceptable Materials: Clean soil of concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials that are harmful to plant growth. C. Unsuitable Materials: Clean soil to contain a combined maximum of 8 percent by dry weight of stones, roots, plants, sod, clay lumps, and pockets of coarse sand. 3.3 BLENDING PLANTING SOIL IN PLACE A. General: Mix amendments with in -place, unamended soil to produce required planting soil. Do not apply materials or till if existing soil or subgrade is frozen, muddy, or excessively wet. B. Preparation and Mixing: Till unamended, existing soil in planting beds to a minimum depth of 12 inches and in turf areas a minimum depth of 4 inches. Remove stones larger than 1-1/2 inches in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. C. Compaction: Compact blended planting soil to 75-82 percent of maximum Standard Proctor density according to ASTM D 698 except where a different compaction value is indicated on Drawings. D. Finish Grading: Grade planting soil to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. 03871819 SOIL PREPARATION 3291 13 - 5 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.4 PROTECTION A. Protect areas of in -place soil from additional compaction, disturbance, and contamination. Prohibit the following practices within these areas except as required to perform planting operations: 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Vehicle traffic. 4. Foot traffic. 5. Erection of sheds or structures. 6. Impoundment of water. 7. Excavation or other digging unless otherwise indicated. B. If planting soil or subgrade is overcompacted, disturbed, or contaminated by foreign or deleterious materials or liquids, remove the planting soil and contamination; restore the subgrade as directed by Landscape Architect and replace contaminated planting soil with new planting soil. 3.5 CLEANING A. Protect areas adjacent to planting -soil preparation and placement areas from contamination. Keep adjacent paving and construction clean and Work area in an orderly condition. B. Remove surplus soil and waste material including excess subsoil, unsuitable materials, trash, and debris and legally dispose of them off Owner's property unless otherwise indicated. 1. Dispose of excess subsoil and unsuitable materials on -site where directed by Owner. END OF SECTION 03871819 SOIL PREPARATION 3291 13 - 6 09/21 City of Lubbock Rov Furr Pioneer Park SECTION 32 92 00 - TURF AND GRASSES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Seeding. 2. Hydroseeding. 3. Sodding. 4. Turf renovation. 5. Erosion -control material(s). B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 32 93 00 "Plants" for trees, shrubs, ground covers, and other plants as well as border edgings and mow strips. 1.2 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. Pesticides include insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. They also include substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. C. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. Pests include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. D. Planting Soil: Existing, on -site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 32 91 13 "Soil Preparation" and Drawing designations for planting soils. E. Subgrade: The surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For landscape Installer. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture, stating the botanical and common name, 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. 1. Certification of each seed mixture for turfgrass sod and plugs. Include identification of source and name and telephone number of supplier. 03871819 TURF AND GRASSES 32 92 00 - 1 09/21 City of Lubbock Rov Furr Pioneer Park C. Product Certificates: For fertilizers, from manufacturer. D. Pesticides and Herbicides: Product label and manufacturer's application instructions specific to Project. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: Recommended procedures to be established by Owner for maintenance of turf during a calendar year. Submit before expiration of required maintenance periods. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful turf establishment. 1. Professional Membership: Installer shall be a member in good standing of either the National Association of Landscape Professionals or AmericanHort. 2. Experience: Five years' experience in turf installation in addition to requirements in Section 0140 00 "Quality Requirements." 3. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 4. Personnel Certifications: Installer's field supervisor shall have certification in the following category from the National Association of Landscape Professionals: a. Landscape Industry Certified Lawn Care Technician. 5. Pesticide Applicator: State licensed, commercial. 1.7 DELIVERY, STORAGE, AND HANDLING A. Seed and Other Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws, as applicable. B. Sod: Deliver sod within 24 hours of harvesting and in time for planting promptly. Protect sod from breakage and drying. C. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion -control measures to prevent erosion or displacement of bulk materials; discharge of soil -bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Accompany each delivery of bulk materials with appropriate certificates. 1.8 FIELD CONDITIONS A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of Substantial Completion. 1. Planting: April 15th to September 15th. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions. 03871819 TURF AND GRASSES 32 92 00 - 2 09/21 City of Lubbock Rov Furr Pioneer Park PART 2 - PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: 1. Quality: State -certified seed of grass species as listed below for solar exposure. 2. Quality: Seed of grass species as listed below for solar exposure, with not less than 85 percent germination, not less than 95 percent pure seed, and not more than 0.5 percent weed seed: a. Bermuda grass (Cynodon dactylon'Sahara'). b. Double Eagle Select Rye Grass Blend. C. Fescue (Festuca arundinacea). d. Seed at a rate of 8 lbs. per 1,000 sq. ft. 2.2 TURFGRASS SOD A. Turfgrass Sod: Approved, complying with "Specifications for Turfgrass Sod Materials" in TPI's "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture that is strongly rooted and capable of vigorous growth and development when planted. B. Turfgrass Species: 1. Tiffuf Bermuda grass (Cynodon dactylon "Tiffuf'). 2.3 FERTILIZERS A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 85 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 6 percent nitrogen, 4 percent phosphorous, and 2.5 percent iron, by weight. 2.4 MULCHES FOR HYDROSEEDING A. Fiber Mulch: Biodegradable, dyed -wood, cellulose -fiber mulch; nontoxic and free of plant -growth or germination inhibitors; with a maximum moisture content of 15 percent and a pH range of 4.5 to 6.5. B. Nonasphaltic Tackifier: Colloidal tackifier recommended by fiber -mulch manufacturer for slurry application; nontoxic and free of plant -growth or germination inhibitors. 03871819 TURF AND GRASSES 32 92 00 - 3 09/21 City of Lubbock Rov Furr Pioneer Park 2.5 PESTICIDES A. General: Pesticide, registered and approved by the EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre -Emergent Herbicide (Selective and Nonselective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C. Post -Emergent Herbicide (Selective and Nonselective): Effective for controlling weed growth that has already germinated. 2.6 EROSION -CONTROL MATERIALS A. Erosion -Control Blankets: Biodegradable wood excelsior, straw, or coconut -fiber mat enclosed in a photodegradable plastic mesh. Include manufacturer's recommended steel wire staples, 6 inches long. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to be planted for compliance with requirements and other conditions affecting installation and performance of the Work. 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2. Suspend planting operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 3. Uniformly moisten excessively dry soil that is not workable or which is dusty. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Architect and replace with new planting soil. 3.2 PREPARATION 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 and hydromulching overspray. 2. Protect grade stakes set by others until directed to remove them. B. Install 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. 03871819 TURF AND GRASSES 32 92 00 - 4 09/21 City of Lubbock Rov Furr Pioneer Park 3.3 TURF AREA PREPARATION A. General: Prepare planting area for soil placement and mix planting soil according to Section 32 91 13 "Soil Preparation." B. Placing Planting Soil: Place and mix planting soil in place over exposed subgrade. 1. Reduce elevation of planting soil to allow for soil thickness of sod. C. Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. D. Before planting, obtain Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.4 PREPARATION FOR EROSION -CONTROL MATERIALS A. Prepare area as specified in "Turf Area Preparation" Article. B. For erosion -control blanket or mesh, install from top of slope, working downward, and as recommended by material manufacturer for site conditions. Fasten as recommended by material manufacturer. C. Moisten prepared area before planting if surface is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. 3.5 SEEDING A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind velocity exceeds 5 mph. 1. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 2. Do not use wet seed or seed that is moldy or otherwise damaged. 3. Do not seed against existing trees. Limit extent of seed to outside edge of planting saucer. B. Sow seed at a total rate of 8 lb./1,000 sq. ft. C. Rake seed lightly into top 1/8-inch of soil, roll lightly, and water with fine spray. D. Protect seeded areas with slopes exceeding 1:6 with erosion -control blankets installed and stapled according to manufacturer's written instructions. E. Protect seeded areas from hot, dry weather or drying winds by applying compost mulch within 24 hours after completing seeding operations. Soak areas, scatter mulch uniformly to a thickness of 3/16-inch, and roll surface smooth. 3.6 HYDROSEEDING A. Hydroseeding: Mix specified seed, slow -release 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 fiber -mulch manufacturer's recommended tackifier. 2. Spray -apply slurry uniformly to all areas to be seeded in a one-step process. Apply slurry at a rate so that mulch component is deposited at not less than 1,500-lb./acre dry weight, and seed component is deposited at not less than the specified seed -sowing rate. 03871819 TURF AND GRASSES 32 92 00 - 5 09/21 City of Lubbock Rov Furr Pioneer Park 3.7 SODDING A. Lay sod within 24 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 soil or sod during installation. Tamp and roll lightly to ensure contact with soil, 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 slopes exceeding 1:3. 2. Anchor sod on slopes exceeding 1:6 with wood pegs or steel staples spaced as recommended by sod manufacturer but not less than two anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.8 TURF RENOVATION A. Renovate existing turf where new turf is indicated. B. Renovate turf damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles. 1. Reestablish turf where settlement or washouts occur or where minor regrading is required. 2. Install new planting soil as required. C. Remove sod and vegetation from diseased or unsatisfactory turf areas; do not bury in soil. D. Remove topsoil containing foreign materials, such as oil drippings, fuel spills, stones, gravel, and other construction materials resulting from Contractor's operations, and replace with new planting soil. E. Mow, dethatch, core aerate, and rake existing turf. F. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. G. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. H. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. 1. Apply soil amendments and initial fertilizer required for establishing new turf and mix thoroughly into top 4 inches of existing soil. Install new planting soil to fill low spots and meet finish grades. 1. Soil Amendment(s): According to requirements of Section 32 91 13 "Soil Preparation." 2. Initial Fertilizer: Slow -release fertilizer applied according to manufacturer's recommendations. J. Apply sod and seed as required for new turf. K. Water newly planted areas and keep moist until new turf is established. 03871819 TURF AND GRASSES 32 92 00 - 6 09/21 City of Lubbock Rov Furr Pioneer Park 3.9 TURF MAINTENANCE A. General: Maintain and establish turf by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation. 1. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace materials and turf damaged or lost in areas of subsidence. 2. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch and anchor as required to prevent displacement. 3. Apply treatments as required to keep turf and soil free of pests and pathogens or disease. Use integrated pest management practices whenever possible to minimize the use of pesticides and reduce hazards. B. Watering: Install and maintain urf-watering equipment to convey water from sources and to keep turf 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 turf at a minimum rate of 1-inch per week unless rainfall precipitation is adequate. C. Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than one-third of grass height. Remove no more than one-third 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 grasses to a height of 2 to 3 inches. D. Turf Postfertilization: Apply slow -release fertilizer for three additional applications during 12-month maintenance period. 3.10 SATISFACTORY TURF A. Turf installations shall meet the following criteria as determined by Architect: 1. Satisfactory Seeded Turf: 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. and bare spots not exceeding 5 by 5 inches. 2. Satisfactory Sodded Turf. At end of maintenance period, a healthy, well -rooted, even -colored, viable turf has been established, free of weeds, open joints, bare areas, and surface irregularities. 3. Satisfactory Plugged Turf: At end of maintenance period, the required number of plugs has been established as well -rooted, viable patches of grass, and areas between plugs are free of weeds and other undesirable vegetation. B. Use specified materials to reestablish turf that does not comply with requirements, and continue maintenance until turf is satisfactory. 03871819 TURF AND GRASSES 32 92 00 - 7 09/21 City of Lubbock Rov Furr Pioneer Park 3.11 PESTICIDE APPLICATION A. Apply pesticides and other chemical products and biological control agents according to requirements of authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. B. Post -Emergent Herbicides (Selective and Nonselective): Apply only as necessary to treat already -germinated weeds and according to manufacturer's written recommendations. 3.12 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by turf work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property. C. Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after plantings are established. D. Remove nondegradable erosion -control measures after grass establishment period. 3.13 MAINTENANCE SERVICE A. Turf Maintenance Service: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in "Turf Maintenance" Article. Begin maintenance immediately after each area is planted and continue until acceptable turf is established, but for not less than 3 months from date of substantial completion. END OF SECTION 03871819 TURF AND GRASSES 32 92 00 - 8 09/21 City of Lubbock Roy Furr Pioneer Park Improvements PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Plants. 2. Tree stabilization. 3. Landscape edgings. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 32 91 13 "Soil Preparation." 3. Section 32 92 00 "Turf and Grasses." 1.2 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Burlapped Stock: Plants dug with firm, natural balls of earth in which they were grown, with a ball size not less than diameter and depth recommended by ANSI Z60.1 for type and size of plant required; wrapped with burlap, tied, rigidly supported, and drum laced with twine with the root flare visible at the surface of the ball as recommended by ANSI Z60.1. C. Balled and Potted Stock: Plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by ANSI Z60.1 for type and size of plant required. D. Bare -Root Stock: Plants with a well -branched, fibrous -root system developed by transplanting or root pruning, with soil or growing medium removed, and with not less than the minimum root spread according to ANSI Z60.1 for type and size of plant required. E. Container -Grown Stock: Healthy, vigorous, well -rooted plants grown in a container, with a well -established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of plant required. F. Fabric Bag -Grown Stock: Healthy, vigorous, well -rooted plants established and grown in -ground in a porous fabric bag with well -established root system reaching sides of fabric bag. Fabric bag size is not less than diameter, depth, and volume required by ANSI Z60.1 for type and size of plant. G. Finish Grade: Elevation of finished surface of planting soil. H. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. Pesticides include insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. They also include substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. Some sources classify herbicides separately from pesticides. I. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. Pests include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. J. Planting Area: Areas to be planted. 03871819 PLANTS 32 93 00 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements K. Planting Soil: Existing, on -site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 32 91 13 "Soil Preparation" for Drawing designations for planting soils. L. Plant; Plants; Plant Material: These terms refer to vegetation in general, including trees, shrubs, vines, ground covers, ornamental grasses, bulbs, corms, tubers, or herbaceous vegetation. M. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. N. Stem Girdling Roots: Roots that encircle the stems (trunks) of trees below the soil surface. O. Subgrade: The surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. lwd 41616]711►krI163al A. Coordination with Turf Areas: Plant trees, shrubs, and other plants after finish grades are established and before planting turf areas unless otherwise indicated. 1. When planting trees, shrubs, and other plants after planting turf areas, protect turf areas, and promptly repair damage caused by planting operations. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. Ito] ►&0181:�i•11wr_3r A. Product Data: For each type of product. 1. Plant Materials: Include quantities, sizes, quality, and sources for plant materials. 2. Plant Photographs: Include color photographs in digital format of each required species and size of plant material as it will be furnished to Project. Take photographs from an angle depicting true size and condition of the typical plant to be furnished. Include a scale rod or other measuring device in each photograph. For species where more than 20 plants are required, include a minimum of 5 photographs showing the average plant, the best quality plant, and the worst quality plant to be furnished. Identify each photograph with the full scientific name of the plant, plant size, and name of the growing nursery. B. Samples for Verification: For each of the following: 1. Mulch: 1-quart of each mulch required, in sealed plastic bags labeled with source of mulch. Sample shall be typical of the lot of material to be delivered and installed on - site; provide an accurate indication of color, texture, and makeup of the material. 2. Weed Control Barrier: 12 by 12 inches. 3. Proprietary Root -Ball -Stabilization Device: 1 unit. 4. Edging Materials and Accessories: Manufacturer's standard size, to verify color selected. 03871819 PLANTS 32 93 00 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For landscape installer. Include list of similar projects completed by installer demonstrating installer's capabilities and experience. Include project names, addresses, and year completed, and include names and addresses of Owners' contact persons. B. Product Certificates: For each type of manufactured product, from manufacturer, and complying with the following: 1. Manufacturer's certified analysis of standard products. 2. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. C. Pesticides and Herbicides: Product label and manufacturer's application instructions specific to Project. D. Sample Warranty: For special warranty. 1.7 CLOSEOUT SUBMITTALS A. Maintenance Data: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. Submit before expiration of required maintenance periods. 1.8 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful establishment of plants. 1. Professional Membership: Installer shall be a member in good standing of either the Professional Landcare Network or the American Nursery and Landscape Association. 2. Experience: 5 years' experience in landscape installation in addition to requirements in Section 0140 00 "Quality Requirements." 3. Installer's Field Supervision: Require installer to maintain an experienced full-time supervisor on Project site when Work is in progress. 4. Personnel Certifications: Installer's field supervisor shall have certification in 1 of the following categories from the Professional Landcare Network: a. Landscape Industry Certified Technician - Exterior. b. Landscape Industry Certified Interior. C. Landscape Industry Certified Horticultural Technician. 5. Pesticide Applicator: State licensed, commercial. B. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. 1. Selection of plants purchased under allowances is made by Architect, who tags plants at their place of growth before they are prepared for transplanting. C. Measurements: Measure according to ANSI Z60.1. Do not prune to obtain required sizes. 1. Trees and Shrubs: Measure with branches and trunks or canes in their normal position. Take height measurements from or near the top of the root flare for field -grown stock and container -grown stock. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip to tip. Take caliper measurements 6 inches above the root flare for trees up to 4-inch caliper size, and 12 inches above the root flare for larger sizes. 2. Other Plants: Measure with stems, petioles, and foliage in their normal position. 03871819 PLANTS 32 93 00 - 3 09/21 City of Lubbock Roy Furr Pioneer Park Improvements D. Plant Material Observation: Landscape Architect may observe plant material either at place of growth or at site before planting for compliance with requirements for genus, species, variety, cultivar, size, and quality. Landscape Architect may also observe trees and shrubs further for size and condition of balls and root systems, pests, disease symptoms, injuries, and latent defects and may reject unsatisfactory or defective material at any time during progress of Work. Remove rejected trees or shrubs immediately from Project site. 1. Notify Landscape Architect of sources of planting materials 7 days in advance of delivery to site. 1.9 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws if applicable. B. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion -control measures to prevent erosion or displacement of bulk materials; discharge of soil -bearing water runoff; and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Accompany each delivery of bulk materials with appropriate certificates. C. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. D. Handle planting stock by root ball. E. Apply antidesiccant to trees and shrubs using power spray to provide an adequate film over trunks (before wrapping), branches, stems, twigs, and foliage to protect during digging, handling, and transportation. 1. If deciduous trees or shrubs are moved in full leaf, spray with antidesiccant at nursery before moving and again 2 weeks after planting. F. Wrap trees and shrubs with burlap fabric over trunks, branches, stems, twigs, and foliage to protect from wind and other damage during digging, handling, and transportation. G. Deliver plants after preparations for planting have been completed, and install immediately. If planting is delayed more than 6 hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. 1. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 2. Do not remove container -grown stock from containers before time of planting. 3. Water root systems of plants stored on -site deeply and thoroughly with a fine -mist spray. Water as often as necessary to maintain root systems in a moist, but not overly wet condition. 03871819 PLANTS 32 93 00 - 4 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1.10 FIELD CONDITIONS A. Field Measurements: Verify actual grade elevations, service and utility locations, irrigation system components, and dimensions of plantings and construction contiguous with new plantings by field measurements before proceeding with planting Work. B. Planting Restrictions: Plant during 1 of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Spring Planting: April 15t1i to September 15' 2. Fall Planting: November 151h to February 15' for trees only. C. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions and warranty requirements. 1.11 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. 1. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance, or neglect by Owner. b. Structural failures including plantings falling or blowing over. C. Faulty performance of tree stabilization. d. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Periods: From date of Substantial Completion. a. Trees, Shrubs, Vines, and Ornamental Grasses: 12 months. b. Ground Covers, Biennials, Perennials, and Other Plants: 12 months. 3. Include the following remedial actions as a minimum: a. Immediately remove dead plants and replace unless required to plant in the succeeding planting season. b. Replace plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. C. A limit of 1 replacement of each plant is required except for losses or replacements due to failure to comply with requirements. d. Provide extended warranty for period equal to original warranty period, for replaced plant material. 03871819 PLANTS 32 93 00 - 5 09/21 City of Lubbock Roy Furr Pioneer Park Improvements PART2-PRODUCTS 2.1 PLANT MATERIAL A. General: Furnish nursery -grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant List, Plant Schedule, or Plant Legend indicated on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. 1. Trees with damaged, crooked, or multiple leaders; tight vertical branches where bark is squeezed between 2 branches or between branch and trunk ("included bark"); crossing trunks; cut-off limbs more than 3/4-inch in diameter; or with stem girdling roots are unacceptable. 2. Collected Stock: Do not use plants harvested from the wild, from native stands, from an established landscape planting, or not grown in a nursery unless otherwise indicated. B. Provide plants of sizes, grades, and ball or container sizes complying with ANSI Z60.1 for types and form of plants required. Plants of a larger size may be used if acceptable to Architect, with a proportionate increase in size of roots or balls. C. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which begins at root flare according to ANSI Z60.1. Root flare shall be visible before planting. D. Labeling: Label each plant of each variety, size, and caliper with a securely attached, waterproof tag bearing legible designation of common name and full scientific name, including genus and species. Include nomenclature for hybrid, variety, or cultivar, if applicable for the plant. 2.2 FERTILIZERS A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 85 percent water - insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 6 percent nitrogen, 4 percent phosphorous, and 2.5 percent iron, by weight. 2.3 MULCHES A. Mineral Mulch: Hard, durable stone, washed free of loam, sand, clay, and other foreign substances, of the following type, size range, and color: 1. Type: As indicated on Plans. 2. Size Range: As indicated on Plans. 3. Color: As indicated on Plans. 2.4 WEED -CONTROL BARRIERS A. Nonwoven Geotextile Filter Fabric: Polypropylene or polyester fabric, 3 oz./sq. yd. minimum, composed of fibers formed into a stable network so that fibers retain their relative position. Fabric shall be inert to biological degradation and resist naturally encountered chemicals, alkalis, and acids. 03871819 PLANTS 32 93 00 - 6 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 2.5 PESTICIDES A. General: Pesticide registered and approved by the EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre -Emergent Herbicide (Selective and Nonselective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C. Post -Emergent Herbicide (Selective and Nonselective): Effective for controlling weed growth that has already germinated. 2.6 TREE -STABILIZATION MATERIALS A. Safety Stake Ring: #4 rebar ring with 3 U-brackets evenly spaced around ring. Provide ring opening to fit around trunk. Size per manufacturer recommendations. B. Anchor: Fabric strap with anchor and "S" hook; 3 per tree. Size per manufacturer recommendations. C. Tree staking system available from Tree Stake Solutions LLC, 903.676.6143, or approved equal. 2.7 LANDSCAPE EDGINGS A. C1eanLine 3/16-inch by 5-1/2-inch aluminum edging. Color: As indicated. Install using 12-inch interlocking aluminum stakes per manufacturer recommendations. B. Aluminum landscape edging available from Permaloc, 1.800.356.9660, or approved equal. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive plants, with installer present, for compliance with requirements and conditions affecting installation and performance of the Work. 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2. Verify that plants and vehicles loaded with plants can travel to planting locations with adequate overhead clearance. 3. Suspend planting operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 4. Uniformly moisten excessively dry soil that is not workable or which is dusty. B. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Landscape Architect and replace with new planting soil. C. Proceed with installation only after unsatisfactory conditions have been corrected. 03871819 PLANTS 32 93 00 - 7 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities and turf areas and existing plants from damage caused by planting operations. B. Install 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. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, adjust locations when requested, and obtain Landscape Architect's acceptance of layout before excavating or planting. Make minor adjustments as required. 3.3 PLANTING AREA ESTABLISHMENT A. General: Prepare planting area for soil placement and mix planting soil according to Section 32 91 13 "Soil Preparation." B. Placing Planting Soil: Place and mix planting soil in -place over exposed subgrade. C. Before planting, obtain Landscape Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.4 EXCAVATION FOR TREES AND SHRUBS A. Planting Pits and Trenches: Excavate circular planting pits. 1. Excavate planting pits with sides sloping inward at a 45-degree angle. Excavations with vertical sides are unacceptable. Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. 2. Excavate approximately 3 times as wide as ball diameter. 3. Do not excavate deeper than depth of the root ball, measured from the root flare to the bottom of the root ball. 4. If area under the plant was initially dug too deep, add soil to raise it to the correct level and thoroughly tamp the added soil to prevent settling. 5. Maintain angles of repose of adjacent materials to ensure stability. Do not excavate subgrades of adjacent paving, structures, hardscapes, or other new or existing improvements. 6. Maintain supervision of excavations during working hours. 7. Keep excavations covered or otherwise protected when unattended by installer's personnel. B. Backfill Soil: Subsoil and topsoil removed from excavations may be used as backfill soil unless otherwise indicated. C. Obstructions: Notify Landscape Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. 1. Hardpan Layer: Drill 6-inch diameter holes, 24 inches apart, into free -draining strata or to a depth of 10 feet, whichever is less, and backfill with free -draining material. D. Drainage: Notify Landscape Architect if subsoil conditions evidence unexpected water seepage or retention in tree or shrub planting pits. E. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 03871819 PLANTS 32 93 00 - 8 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.5 TREE, SHRUB, AND VINE PLANTING A. Inspection: At time of planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. If root flare is not visible, remove soil in a level manner from the root ball to where the top -most root emerges from the trunk. After soil removal to expose the root flare, verify that root ball still meets size requirements. B. Roots: Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. C. Balled and burlapped stock is not acceptable. D. Container -Grown Stock: Set each plant plumb and in center of planting pit or trench with root flare 1-inch above adjacent finish grades. 1. Backfill: Planting soil. For trees, use excavated soil for backfill. 2. Carefully remove root ball from container without damaging root ball or plant. 3. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately 1/2 filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. 4. Place planting tablets equally distributed around each planting pit when pit is approximately 1/2 filled. Place tablets beside the root ball about 1-inch from root tips; do not place tablets in bottom of the hole. a. Quantity: As recommended in the soil analysis report. 5. Continue backfilling process. Water again after placing and tamping final layer of soil. E. Slopes: When planting on slopes, set the plant so the root flare on the uphill side is flush with the surrounding soil on the slope; the edge of the root ball on the downhill side will be above the surrounding soil. Apply enough soil to cover the downhill side of the root ball. 3.6 TREE, SHRUB, AND VINE PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune, thin, and shape trees, shrubs, and vines as directed by Landscape Architect. C. Prune, thin, and shape trees, shrubs, and vines according to standard professional horticultural and arboricultural practices. Unless otherwise indicated by Architect, do not cut tree leaders; remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. D. Do not apply pruning paint to wounds. 3.7 TREE STABILIZATION A. Root -Ball Stabilization by Below Ground Staking: Install root -ball stabilization per manufacturer recommendations. 3.8 PLACING SOIL IN PLANTERS A. Place a layer of drainage gravel at least 4 inches thick in bottom of planter. Cover bottom with filter fabric and wrap filter fabric 4 inches up on all sides. Duct tape along the entire top edge of the filter fabric, to secure the filter fabric against the sides during the soil -filling process. B. Fill planter with planting soil. Place soil in lightly compacted layers to an elevation of 1-1/2 inches below top of planter, allowing natural settlement. 03871819 PLANTS 32 93 00 - 9 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.9 GROUND COVER AND PLANT PLANTING A. Set out and space ground cover and plants other than trees, shrubs, and vines as indicated on Drawings in even rows with triangular spacing. B. Use planting soil for backfill. C. Dig holes large enough to allow spreading of roots. D. For rooted cutting plants supplied in flats, plant each in a manner that minimally disturbs the root system but to a depth not less than 2 nodes. E. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. F. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. G. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. 3.10 PLANTING AREA MULCHING A. Install weed -control barriers before mulching according to manufacturer's written instructions. Completely cover area to be mulched, overlapping edges a minimum of 6 inches and secure seams with galvanized pins. B. Mulch backfilled surfaces of planting areas and other areas indicated. 1. Mulch in Planting Areas: Apply 3-inch average thickness of mulch over whole surface of planting area, and finish level with adjacent finish grades. Do not place mulch within 3 inches of trunks or stems. Reapply mulch after 30 days to achieve finish grade after settling. 3.11 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, adjusting and repairing tree -stabilization devices, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. B. Fill in, as necessary, soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. C. Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use integrated pest management practices when possible to minimize use of pesticides and reduce hazards. Treatments include physical controls such as hosing off foliage, mechanical controls such as traps, and biological control agents. D. Install additional fertilizer for 3 additional applications before warranty walkthrough. 3.12 PESTICIDE APPLICATION A. Apply pesticides and other chemical products and biological control agents according to authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. B. Pre -Emergent Herbicides (Selective and Nonselective): Apply to tree, shrub, and ground -cover areas according to manufacturer's written recommendations. Do not apply to seeded areas. C. Post -Emergent Herbicides (Selective and Nonselective): Apply only as necessary to treat already -germinated weeds and according to manufacturer's written recommendations. 03871819 PLANTS 32 93 00 - 10 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 3.13 REPAIR AND REPLACEMENT A. General: Repair or replace existing or new trees and other plants that are damaged by construction operations, in a manner approved by Landscape Architect. 1. Submit details of proposed pruning and repairs. 2. Perform repairs of damaged trunks, branches, and roots within 24 hours, if approved. 3. Replace trees and other plants that cannot be repaired and restored to full -growth status, as determined by Landscape Architect. B. Remove and replace trees that are more than 25 percent dead or in an unhealthy condition or are damaged during construction operations that Landscape Architect determines are incapable of restoring to normal growth pattern. 1. Provide new trees of same size as those being replaced. 3.14 CLEANING AND PROTECTION A. During planting, keep adjacent paving and construction clean and Work area in an orderly condition. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Remove surplus soil and waste material including excess subsoil, unsuitable soil, trash, and debris and legally dispose of them off Owner's property. C. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. D. After installation and before Substantial Completion, remove nursery tags, nursery stakes, tie tape, labels, wire, burlap, and other debris from plant material, planting areas, and Project site. E. At time of Substantial Completion, verify that tree -watering devices are in good working order and leave them in place. Replace improperly functioning devices. 3.15 MAINTENANCE SERVICE A. Provide maintenance by skilled employees of landscape installer. Maintain as required in "Plant Maintenance" Article. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established, but for not less than maintenance period below: 1. Maintenance Period: 3 months from date of Substantial Completion. END OF SECTION 03871819 PLANTS 32 93 00 - 11 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 0 0140 11130RUIRYI111mK/7u lu 113elk TI] 4911 ;� ;7 x.Y11 a Il affl .14611 N I I I xi PART 1 - GENERAL 1.1 SUMMARY A. Section includes general and other site utilities. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 UTILITY LOCATION A. Before any Work commences, Contractor shall call Texas 811 (1.800.344.8377) and notify Owner to locate all utilities within Project area. B. Contractor shall coordinate location of existing utilities such as irrigation systems with Owner personnel. Take care to salvage all system components to remove unless Owner directs otherwise. 1.3 PROJECT CONDITIONS A. Perform site survey, research Owner utility records, and verify existing utility locations. Contact utility -locating service for area where Project is located, as required. B. Locate existing structures and piping to be closed and abandoned. 1.4 SEQUENCING AND SCHEDULING A. Coordinate utility down time with Owner. B. Coordinate with other utility work. C. Provide utility entity at least 72 hours' advance notification. PART2-PRODUCTS 2.1 REPLACING DAMAGED PRODUCTS A. If damage is done to Owner's utility service, Contractor shall coordinate replacement of damaged parts with Owner at no cost to Owner, to a quality equal -to -or -better -than prior to construction. Repair shall occur timely to prevent excessive downtime for Owner. B. Any rerouting of existing utilities, other than those utilities anticipated in Plans, shall be done at Contractor expense and considered subsidiary to Project. PART 3 - EXECUTION (Not Used) END OF SECTION 03871819 COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 1,1X411Y104414 010161DIY;71eklliUIF8KI yIller.101111K11Y4"]1:3111Y[00 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Water distribution lines and water services to points indicated outside all proposed building structures to which service is required. 2. Valves. 3. Valve Boxes. 4. Service fittings. 5. Testing and sterilization. B. Additionally, City of Lubbock Engineering Minimum Design Standards and Specifications shall apply for all water line construction on this project. C. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 3123 00.10 "Excavation and Fill for Utilities." 3. Section 33 05 00 "Common Work Results for Utilities." 1.2 SUBMITTALS A. Submit to Landscape Architect in conformance with the requirements of the Conditions of the Contract. PART2-PRODUCTS 2.1 MATERIALS A. Copper Service Line: Materials and fittings for copper service line shall comply with City of Lubbock Engineering Minimum Design Standards and Specifications and the detail shown on Plans. PART 3 - EXECUTION 3.1 INSTALLATIONS A. Cleaning and Sterilization of Water Mains: Before any newly constructed water main is placed into service, it shall be cleaned and tested, or cleaned, sterilized and tested until the bacteria count within the mains meets the standards of purity established by City of Lubbock. 1. During the construction operations, workmen shall use care to assure that all installed surfaces of the system which will come in contact with City water supply are maintained in a sanitary condition. 2. Every effort must be made to keep the inside of the pipe, fittings, and valves free of all loose foreign matter. a. As each joint of pipe is being laid, it shall be swabbed with a clean and effective cleaning tool. b. Exposed open ends of pipe must be temporarily blocked or capped during construction. Protect pipe ends at any time actual laying is not in progress. 03871819 WATER UTILITY TRANSMISSION AND DISTRIBUTION 33 14 00 - 1 09/21 City of Lubbock Roy Furr Pioneer Park Improvements C. Poly pigs shall be installed in the lines as directed or as indicated on Plans. The pigs shall be "run" through the lines and exited as indicated prior to pressure testing, chlorinating, obtaining the safe water sample and making the final tie- in. B. Procedure: When the entire pipe line or selected sections thereof have been completed the line or section shall be disinfected according to the following procedures: 1. Cleaning: Cleaning shall be accomplished by flushing the dead end sections of all water lines. a. After cleaning and flushing, an analysis shall be made on a water sample drawn from a sampling point. b. Should the analysis indicate that the bacteria count is above the limits of the established standards of purity, the system shall be sterilized by Contractor in accordance with the following method. 2. Sterilization: When the entire pipe line or certain selected sections thereof have been completed, tested, and made ready for turning over to Owner ready for use, the line or section of line shall be thoroughly sterilized according to the following procedure. a. The line shall be flushed out, completely replacing its entire volume with water from City mains. b. Chlorine will be injected into the section of line being sterilized so that its entire capacity will be filled with water containing chlorine in the amount of 50 p.p.m. The sterilizing agent shall be introduced at one end of the section and the water released from the opposite end until the sterilizing agent is present at the discharge end in such quantity as to indicate a residual chlorine of 50 p.p.m. or as otherwise determined by Landscape Architect. All valves shall then be closed and the sterilizing solution permitted to remain in the pipe line section for not less than 24 hours. C. At the end of the sterilizing period, the sterilizing solution shall be discharged from the pipe and replaced with City water direct from a City main. d. A sample of water from the sterilized main shall be taken from a suitable tap under the supervision of Landscape Architect or his inspector and submitted to the City Chemist or the State Health Department for analysis. If the test shows a satisfactory quality of water, the line so sterilized may then be placed in service. If the sample shows unsatisfactory quality of water, the process of sterilization shall be repeated until a satisfactory water is obtained. C. Pressure Test: After the pipe has been laid and backfilled, each valved section of newly laid pipe shall be subjected to a pressure test by raising the pressure in the pipe to 150 psi at the low point of the test section. The duration of each pressure test shall be 4 hours. 1. Tests shall be made against valves when available, or by placing temporary plugs and bulkheads in the pipe, and filling the line slowly with water. Care shall be used to see that all air vents are open during the filling. After the line, or section thereof, has been completely filled, it shall be allowed to stand under a slight pressure for at least 48 hours to allow the lining to absorb what water it will and to allow the escape of air from any air pockets. During this period, the bulkheads, valves, manholes, and connections shall be examined for leaks. If any are found, these shall be stopped or, in the case of valves in the main line or bulkheads, provision shall be made for measuring the leakage during the test. The water necessary to maintain the test pressure shall be measured through a meter or by other means satisfactory to Landscape Architect. Contractor shall furnish all necessary equipment and make tests at his expense. 03871819 WATER UTILITY TRANSMISSION AND DISTRIBUTION 33 14 00 - 2 09/21 City of Lubbock Roy Furr Pioneer Park Improvements 2. Before applying the specified test pressure, all air shall be expelled from the pipe. In the event it is necessary to expel air from high points other than where air valves are provided, Contractor may tap the line for this purpose and afterwards tightly plug the tap. 3. During the last 2 hours of the test, the entire route of the pipe line shall be inspected to locate any leaks or breaks. Any defective joints, cracked or defective pipe, fittings, or valves discovered in consequence of this pressure test shall be removed and replaced with sound material and the test shall be repeated until satisfactory results are obtained. Any and all noticeable leaks shall be repaired regardless of whether the actual leakage is within the allowable. END OF SECTION 03871819 WATER UTILITY TRANSMISSION AND DISTRIBUTION 33 14 00 - 3 09/21 City of Lubbock Rov Furr Pioneer Park APPENDIX A Play Field Equipment Plans 03871819 APPENDIX A PAGE - 1 09/21 0 (J) Cf) m D m �0 Z M � Z 7 N CIJ y F— It C W � INFORMATION MINIMUM FALL ZONE SURFACED WITH RESILIENT MATERIAL AREA 2449 SQ.FT. PERIMETER 375 FT. STRUCTURE SIZE ® ® 47'6'x7T7" STRUCTURE IS DESIGNED ® ® I ® FOR CHILDREN AGES: ❑ 6-23 MONTH OLDS ® ® ❑ 2-5 YEAR OLDS ® ❑ 5-12 YEAR OLDS ® ® 13 + YEAR OLDS Iao150 9001 to 15014r001 Q CALE IN FEET N S tO J�Y`LPLAY EQU T `IPEMA N CERTIFIED 8 °' T. ASTM y. F1487 To "�� o,�� I cehlflceilun W 1 wwwipema.org The play components identified in this plan are IPEMA certified. The use and layout of these components conform to the requirements of ASTM F1497. To verity product certification, 3 visit ww.ipema org 0 0 m � The space requirernenls shown o here are to ASTM standards. cO 7T-6 �2'' Requirements for other standards i.+ may be different_ Va N -n The use and layout of play components identified in this plan Conform to the CPSC guidelines. CID U.S. CPSC recommends the NO Co separation of age groups in n S playground layouts S. ADA ACCESSIBILITY GUIDELINE (ADAAG CONFORMANCE) ° to NUMBER OF PLAY EVENTS 22 WARNING! 0 NUMBER OF ELEVATED PLAY EVENTS a ACCESSIBLE SAFETY SURFACING MATERIAL IS REQUIRED BENEATH - NUMBER OF ELEVATED PLAY EVENTS ACCESSIBLE BY RAMP. PROVIDED: 0 REOtk 0 AND AROUND THIS EQUIPMENT. Cr NUMBER OF ELEVATED PLAY EVENTS ACCESSIBLE BY TRANSFER SYSTEM. PROVIDED:0 o NUMBER OF ELEVATED PLAY EVENTS ACCESSIBLE BY RAMP OR TRANSFER SYSTEM REDp; 0 FOR SLIDE FALL ZONE SURFACING AREA SEE CPSC's Handbook for l7 %i NUMBER OF GROUND LEVEL PLAY EVENTS: PROVIDED: 22 REOD: 0 Public Playground Safety - NUMBER OFTYPES OFGROUND LEVEL PLAY EVENTS: PROVIDED:2 REO'll0 PLATFORM HEIGHTS ARE IN INCHES ABOVE RESILIENT MATERIAL. 0 t k Lli Z W W m N Q �` szz��m~� ��=Y�I'- xYi7 abdaa� M en M M M M M M M l �urKe SERIES: Fitness FIT-2628 COMPONENT PLAN DRAWN BY: TS July 01, 2021 Child's Play Inc. FIT-2628 City of Lubbock BCI Burke Company, LLC PO Box 549 Fond du Lac, Wisconsin 54936-0549 Telephone 920-921-9220 �urKe SERIES: Fitness FIT-2628 COMPONENT PLAN DRAWN BY: TS July 01, 2021 Child's Play Inc. FIT-2628 City of Lubbock BCI Burke Company, LLC PO Box 549 Fond du Lac, Wisconsin 54936-0549 Telephone 920-921-9220 11t16 I I I as anp 77 C_ me we ► 14PH Ile? XeA Alsv July 01, 2021 SERIES: Fitness FIT-2628 Child's Play Inc. ELEVATION PLAN FIT-2628 City of Lubbock DRAWN BY: TS BCI Burke Company, LLC PO Box 549 Fond du Lac, Wisconsin 54936-4549 Telephone 920-921-9220 SERIES: Fitness ISOMETRIC PLAN DRAWN BY: TS FIT-2628 July 01, 2021 Child's Play Inc. FIT-2628 City of Lubbock BCI Burke COMDanv. LLC PO Box 549 Fond du Lac. Wisconsin 54936-4549 TeleDhone 920-921-9220 City of Lubbock Rov Furr Pioneer Park APPENDIX B City of Lubbock Engineering Minimum Design Standards and Specifications 03871819 APPENDIX B PAGE - 1 09/21 City of Lubbock Engineering Minimum Design Standards and Specifications LubCity of bock Tf%Af 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 00 City of ibbock E X A S May 4, 2020 Subject: City of Lubbock Public Works Engineering Minimum Design Standards & Specifications To whom it may concern: This letter is to advise of the release of the 2020 annual update to the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. Over the past two years the City of Lubbock Engineering staff has been working with vendors, manufacturers, engineering firms and the development community to update and improve the 2018 edition. The Public Works Engineering Department will be reviewing plans and making comments according to these standards for any proposed infrastructure beginning May 11, 2020. Therefore, any plans received by this department dated on or after May 11, 2020 will be reviewed under these newly adopted design and construction standards. This manual is available in digital format on the City of Lubbock website. Please feel free to contact me if you have any questions Sincerely, za"'ILd "n I LaQ-� Michael G. Keenum, P.E. Division Director of Engineering / City Engineer City of Lubbock 1625 136 Street Lubbock, Texas 79401 (806) 775-2393 C:\USERS\158869W'PDATA\LOCAL\MICROSOFI\WINDOWS\INETCACHE\CONTENT.OUIZOOKWVIQYOAF\STD SPECS ADOPTION LETTERDOCX 0 City of ibbock TEXAS June l 1, 2020 Subject: City of Lubbock Engineering Minimum Design Standards & Specifications To whom it may concern: This letter is to advise of the release of an amendment to the 2020 City of Lubbock Engineering Minimum Design Standards and Specifications. This amendment adds American AVK fire hydrants to the Approved Materials List. This change is effective immediately. This manual is available in digital format on the City of Lubbock website. Please feel free to contact me if you have any questions Sincerely, Michael G. Keenum, P.E. Division Director of Engineering / City Engineer City of Lubbock 1314 Avenue K Lubbock, Texas 79401 (806) 775-2347 C: USEM127498 APPDATA LOCAL MCROSOF nWINDOWS JNETCACHECONfEM'.OUTLOOKOSO2SJ3DMSTD SPECS AMENDMENT L=P DOCX No Text 2020 Design Standards and Specifications Table of Contents SECTION1......................................................................................................................................... 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION..........................................................1 1.01 General...................................................................................................................................1 1.02 Design Flow.............................................................................................................................1 1.03 Design Pressure....................................................................................................................... 2 1.04 Hydraulic Design...................................................................................................................... 2 1.05 Typical Layout..........................................................................................................................2 1.06 Bedding and Cover...................................................................................................................3 1.07 Relation to Sanitary Sewer Mains and Appurtenances..................................................................3 1.08 Pipe Size and Spacing...............................................................................................................6 1.09 Pipe Materials.......................................................................................................................... 6 1.10 Methods of Connection............................................................................................................. 6 1.11 Flanged Outlets........................................................................................................................7 1.12 Valve Spacing.......................................................................................................................... 7 1.13 Fire Protection Requirements....................................................................................................7 1.14 Easements...............................................................................................................................8 1.15 Soil Analysis.............................................................................................................................9 1.16 Pipe Restraints and Reaction Blocking........................................................................................9 1.17 Tunneling, Jacking and Boring...................................................................................................9 1.18 Dead-end Mains..................................................................................................................... 10 1.19 Abandonment of Water Mains................................................................................................. 10 SECTION2.......................................................................................................................................11 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS ................................................. 11 2.01 Plan Submittal Requirements................................................................................................... 11 2.02 Plan Details........................................................................................................................... 13 SECTION3.......................................................................................................................................17 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS.............................................................. 17 3.01 General.................................................................................................................................17 3.02 Design Flow........................................................................................................................... 17 3.03 Hydraulic Design.................................................................................................................... 18 3.04 Design Details........................................................................................................................ 18 3.05 Typical Layout........................................................................................................................ 19 3.06 Bedding and Cover................................................................................................................. 20 3.07 Relation to Water Mains.......................................................................................................... 20 3.08 Abandonment of Sewer Mains and Manholes............................................................................ 22 3.09 Easements.............................................................................................................................22 3.10 Soil Analysis........................................................................................................................... 22 3.11 Tunneling, Jacking and Boring................................................................................................. 23 3.12 Lift Station............................................................................................................................. 23 SECTION4....................................................................................................................................... 25 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS......................................................... 25 4.01 Plan Submittal Requirements................................................................................................... 25 4.02 Plan Details........................................................................................................................... 27 SECTION5....................................................................................................................................... 29 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION ................................................ 29 5.01 General.................................................................................................................................29 5.02 Plan Requirements................................................................................................................. 29 5.03 Plan Approval......................................................................................................................... 29 5.04 Inspection............................................................................................................................. 29 5.05 Specifications.........................................................................................................................29 5.06 Materials of Construction........................................................................................................ 29 5.07 Methods of Construction......................................................................................................... 38 5.08 Pneumatic Testing for Tapping Sleeves.................................................................................... 45 5.09 Hydrostatic Pressure Testing................................................................................................... 45 5.10 Sterilization and Bacteriological Testing.................................................................................... 46 2020 Design Standards and Specifications Table of Contents 5.11 Restoration and Clean Up........................................................................................................ 47 5.12 Warranty and Acceptance....................................................................................................... 48 SECTION6.......................................................................................................................................49 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION ............................... 49 6.01 General.................................................................................................................................49 6.02 Plan Requirements................................................................................................................. 49 6.03 Plan Approval......................................................................................................................... 49 6.04 Inspection............................................................................................................................. 49 6.05 Specifications.........................................................................................................................49 6.06 Materials of Construction........................................................................................................ 50 6.07 Methods of Construction......................................................................................................... 54 6.08 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes. 63 6.09 Lift Station............................................................................................................................. 69 6.10 Restoration and Clean Up........................................................................................................ 70 6.11 Warranty and Acceptance....................................................................................................... 71 SECTION7....................................................................................................................................... 73 APPROVED MATERIALS AND MANUFACTURERS LIST..................................................................... 73 7.01 Introduction........................................................................................................................... 73 7.02 Product Submittal Procedures.................................................................................................. 73 7.03 Evaluation Process................................................................................................................. 74 7.04 Approval Process.................................................................................................................... 74 7.05 Water System........................................................................................................................ 76 7.06 Sanitary Sewer System........................................................................................................... 83 7.07 Water and Sanitary Sewer Systems.......................................................................................... 88 SECTION8.......................................................................................................................................91 Standard Specifications for streets and drainage construction...................................................... 91 8.01 General.................................................................................................................................91 8.02 Design Standards................................................................................................................... 92 8.03 Testing and Inspection........................................................................................................... 93 8.04 Notification of Property Owners............................................................................................... 93 8.05 Protection of Utilities and Irrigation Systems............................................................................. 93 8.06 Water for Construction............................................................................................................ 94 8.07 Concrete............................................................................................................................... 95 8.08 Subgrade and Base.............................................................................................................. 103 8.09 Hot Mix Asphalt Concrete Surface(HMAC).............................................................................. 109 8.10 Micro-Surfacing....................................................................................................................116 8.11 Storm Sewer........................................................................................................................ 120 8.12 Fences................................................................................................................................ 125 8.13 Salvage of Asphalt Paving..................................................................................................... 126 8.14 Traffic Control...................................................................................................................... 126 8.15 Prosecution of the Work and Working Days............................................................................ 127 8.16 Measurement and Payment................................................................................................... 128 8.17 Restoration and Clean Up...................................................................................................... 131 8.18 Certificate of Completion and Warranty .................................................................................. 131 SECTION9.....................................................................................................................................132 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS............................................133 9.01 Plan Submittal Requirements................................................................................................. 133 9.02 Plan Details......................................................................................................................... 136 SECTION10...................................................................................................................................139 TYPICAL DETAILS OF CONSTRUCTION..........................................................................................139 10.01 General Details........................................................................................................................A 10.02 Water Details...........................................................................................................................B 10.03 Sewer Details...........................................................................................................................0 10.04 Street and Drainage Details...................................................................................................... D 2020 Design Standards and Specifications Water Standards SECTION 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION 1.01 General 1.01.01 All water distribution system design shall be in accordance with the requirements of TCEQ Chapter 290, AWWA Standards, City of Lubbock Water System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Water Distribution. 1.02 Desian Flow 1.02.01 The design of the water distribution system shall be based on the following: A. Design flow for residential use: Design Criteria Design Value Units Peak Hourly Demand 1,000 gpcd Maximum Daily Demand 650 gpcd Average Daily Demand 240 gpcd Capita per Household (Single Family) 3.2 persons Capita per Household(Multi-family) 2.5 persons i. Domestic water service shall be provided from an alley or easement. ii. Lines in alleys or easements shall be adequate to provide for a maximum size water meter of 1-1/2 inches per lot for each 75 feet of frontage. iii. Property owner may acquire a maximum domestic water tap and meter of 1-1/2 inches or the equivalent in two meters per lot for each 75 feet of frontage. iv. Minimum size water tap and meter shall be one inch. B. Design flow for fire protection: Proposed Use Minimum Fire Flow (gpm) 1- and 2-Family Residential 1,000 Other Than 1- and 2-Family Residential 1,500-8,000 i. Fire protection service shall be provided from a street right-of-way or comparable easement. ii. Flow may be from more than one fire hydrant, provided the additional hydrants are accessible to any possible fire location. iii. Fire protection must comply with Fire Marshall's Office regulations, and in no case be less than currently adopted International Fire Code requirements. iv. Additional infrastructure may be required to provide fire protection service when existing water distribution lines are inadequate. Section 1 1 2020 Design Standards and Specifications Water Standards C. Design flow for development other than residential use shall be based on the following or as directed by the City Engineer or designee: Type of Development Average Daily Demand (gal/person/day) Restaurant 18 Without cafeteria or showers 18 School With cafeteria; no showers 24 With cafeteria and showers 30 Without cafeteria, restrooms or showers 6 Youth With restrooms; no cafeteria or showers 24 camp With restrooms and showers; no cafeteria 30 With restrooms, showers and cafeteria 42 Office building 18 Hospital(per bed 720 Institution other than hospital) 240 Factories exclusive of industrialprocesses) 24 Recreational Parks 6 Swimming pools 12 Country clubs 120 Airport(per passenger) 6 Self-service laundry 60 Service station/convenience store 12 i. Peak hourly demand for other than residential flows shall be 2.5 times the average daily demand. 1.03 Design Pressure 1.03.01 Distribution system shall have a maximum operating pressure of 150 pounds per square inch (psi) and a minimum operating pressure of 40 psi. 1.03.02 Distribution system shall maintain a 20 psi residual pressure during required fire flow and a 40 psi residual pressure during peak hourly demand. 1.04 Hydraulic Design 1.04.01 Distribution mains shall be designed to have a maximum velocity of 10 feet per second. 1.04.02 Distribution mains shall be designed using a Hazen -Williams friction coefficient "C" equal to 140. 1.05 Typical Layout 1.05.01 Unless approved otherwise by the City Engineer or designee, water distribution mains shall be located: A. In north -south alleys or streets, 5 feet west of centerline. B. In east -west alleys or streets, 5 feet north of centerline. 1.05.02 Water mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the City Engineer or designee. 2 Section 1 2020 Design Standards and Specifications Water Standards B. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. 1.05.03 Where a water distribution main crosses a street, the crossing shall be made at as near to perpendicular as possible. 1.05.04 Valves shall be installed at each junction such that no more than one connecting leg is unvalved. A. At street intersections, valves shall be located at right-of-way lines unless flanged fittings are required. B. At alley intersections with streets, valves shall be located 2 feet from the right of way line towards the centerline of the street where possible. C. Where possible, valves in streets should be designed to fall outside of wheel paths. 1.05.05 Water mains shall be designed as looped systems. 1.05.06 Minimum radius of curvature and maximum deflection angle of pipe joints shall be restricted to 80% of manufacturer's recommendation, after which the use of horizontal or vertical bends will be required. 1.05.07 In all instances water mains shall extend to the extremities of the platted property or the subdivision served, and further when required to tie into existing mains adjacent to the development. 1.06 Beddina and Cover 1.06.01 Water distribution mains shall ordinarily have a minimum of 4 feet of cover from top of pipe to finished ground surface. 1.06.02 All water lines shall be laid as horizontal as possible, avoiding excessive numbers of high or low points. 1.06.03 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Water Main Construction but in all cases shall be not less than manufacturer recommendations. 1.07 Relation to Sanitary Sewer Mains and Appurtenances 1.07.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 1.07.02 Water lines shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed sanitary sewer lines or appurtenances. A. Where the 9 foot separation distance cannot be achieved, the following criteria shall apply: i. New waterline installation —parallel lines: a. Where a new potable waterline parallels an existing, non -pressure or pressure rated sanitary sewer main and the Design Engineer is able to determine that the existing sanitary sewer main is not leaking: Section 1 3 2020 Design Standards and Specifications Water Standards (1) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. (2) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. b. Where a new potable waterline parallels an existing, non -pressure or pressure rated sanitary sewer main and it cannot be determined by the Design Engineer if the existing line is leaking: (1) The existing sanitary sewer main shall be replaced with at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. c. Where a new potable waterline parallels a new sanitary sewer main: (1) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. ii. New waterline installation —crossing lines: a. Where a new potable waterline crosses over an existing, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. b. Where a new potable waterline crosses over an existing, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. 4 Section 1 2020 Design Standards and Specifications Water Standards c. Where a new potable waterline crosses over a new, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. d. Where a new potable waterline crosses over a new, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (3) One segment of the waterline pipe shall be centered over the sanitary sewer line such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the center line of the sanitary sewer main. (4) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (5) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. e. When a new potable waterline crosses under a sanitary sewer main: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) The waterline shall be encased in an 18-foot or longer section of pipe or be constructed of ductile iron or steel pipe with mechanical or welded joints as appropriate. (3) The encasing pipe shall be centered on the sewer line and shall be at least 2 nominal pipe diameters larger than the water line. (4) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (5) Each end of the casing shall be sealed with watertight non -shrink cement grout or a manufactured watertight seal. (6) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. Section 1 5 2020 Design Standards and Specifications Water Standards B. Location of fire hydrants i. Fire hydrants shall not be installed within 9 feet vertically or horizontally of any sanitary sewer main, manhole or service line regardless of construction. C. Location of potable or raw water supply or suction lines i. Suction mains to pumping equipment shall not cross sanitary sewer mains or sanitary sewer service lines. ii. Raw water supply lines shall not be installed within 5 feet of any tile or concrete sanitary sewer main or sanitary sewer service line. D. Proximity of septic tank drain fields i. Waterlines shall not be installed closer than 20 feet to septic tank drain fields. 1.07.03 Water and sewer lines shall be installed in separate trenches. 1.07.04 For other instances not covered in these design standards, consult current TCEQ regulations. 1.08 Pine Size and 1.08.01 Distribution mains shall be located and sized in accordance with the current City of Lubbock Water System Master Plan and current TCEQ rules: Water Line Size Spacing 16-inch or larger Section Line mile 10- or 12-inch Half -Section Line 1/2 mile 6- or 8-inch Eighth -Section Line (660 feet) 1.08.02 The standard pipe sizes that shall be used are 4-, 6-, 8-, 10-, 12-, 16-, 20- and 24-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock water distribution system, unless approved by the City Engineer or designee. 1.09 Pipe Materials 1.09.01 All pipe used in the City of Lubbock water distribution system shall be Cement -lined Ductile Iron, C900 PVC, C905 PVC, C301 Prestressed -Concrete Steel Cylinder Pressure or Concrete Bar -wrapped Steel Cylinder Pressure Pipe. 1.09.02 See City of Lubbock Standard Specifications for Water Main Construction for details on materials and methods of construction. 1.10 Methods of Connection 1.10.01 Tapping Sleeves A. Tapping sleeves with tapping valves shall be used whenever possible for connections to existing mains in order to avoid interruption of water service. B. Maximum tap size shall be no larger than one standard size smaller than the main to be tapped. C. Size -on -size taps shall not be allowed without prior approval by the City Engineer or designee. D. Using a tapping sleeve of one standard size smaller than the main to be tapped and immediately increasing the pipe to a larger size shall not be allowed without prior approval by the City Engineer or designee. 6 Section 1 2020 Design Standards and Specifications Water Standards 1.10.02 Cut -in Tees A. When it is necessary for a size -on -size connection and interruption of water service is not an issue, a cut -in tee with valve shall be used. B. Cut -in tees shall not be used without prior approval by the City Engineer or designee. 1.10.03 Service Connections A. Taps shall be provided in water main lines for service connections at each lot or building site. B. Service connections shall ordinarily be located 5.0 feet north or west of the centerline of the lot. C. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. D. Typical sizes of service connections are 1 inch, 1 1/2 inch, or 2 inch diameter for residential, commercial, or industrial service. Service taps 3 inches or larger are available for commercial and industrial only. E. Maximum size service connection shall be no larger than one standard size smaller than the main to be tapped. F. Size -on -size service connections are not allowed. 1.11 Flanaed Outlets 1.11.01 All side outlets for valve attachments on lines 16-inches and larger shall be flanged. 1.12 Valve Spacing 1.12.01 Valves shall be provided in the distribution system so that no single accident, break or repair will necessitate shutting down a length of pipe greater than 600 feet. A. On distribution mains 12-inch diameter and smaller, valves shall be located at each tee, cross or other junction. B. Valves shall be installed at each junction such that no more than one connecting leg is unvalved. 1.12.02 On 16-inch arterial mains, valves shall be spaced no greater than 800 feet as the arterial feeder main traverses undeveloped land or is not intersected by other distribution mains. 1.12.03 Transmission mains 20-inch diameter and larger shall be equipped with valves at one-half mile intervals unless intersected by arterial mains or other distribution mains, or it is determined that more valves are required. 1.13 Fire Protection Requirements 1.13.01 Fire protection must comply with Fire Marshall's Office regulations, and in no case be less than currently adopted International Fire Code requirements. A. Each building in the city limits shall be within 500 feet of a fire hydrant, as measured by lay - of -hose length. IL. 13.02 In all cases, the following criteria shall be adhered to: A. Fire hydrant leads shall be minimum 6-inch diameter, sole purpose and shall not exceed 150 feet in length. The entire length of the lead shall be mechanically restrained. Section 1 7 2020 Design Standards and Specifications Water Standards B. Private fire protection lines and hydrant leads shall connect at the main with a gate valve or tapping valve of at least equal size to the fire protection line. C. A fire hydrant is required within 200 feet of a Fire Department Connection. D. Fire lines from public mains to buildings shall be installed by a state certified fire sprinkler firm and tested to Fire Marshall's Office requirements. E. Fire hydrants shall be located at intersections wherever possible. i. Consult Section C-104 of the International Fire Code for requirements on hydrants that may obstruct access during fire fighting operations. F. A hydrant shall be placed at the throat or beginning of each cul-de-sac at the intersecting street. i. Additional fire hydrants may be required based on length of cul-de-sac. ii. Fire hydrants placed at the bulb end of cul-de-sacs should be avoided. G. On divided highways hydrants shall be placed on each side of the highway wherever possible. H. Fire hydrants shall be installed with the 4-inch nozzle facing the required access way or street. I. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet is 18 inches above the ground. J. Fire hydrants shall be placed so that they are readily visible from the street and shall be no closer than 2 feet nor further than 5 feet from back of curb. K. A reflective, blue, raised pavement marker shall be placed at the center of the required access way or street for any new fire hydrant installation, in line with the 4-inch nozzle. L. No bushes, ground cover over 6 inches in height, or other obstructions shall be placed within a 5 foot radius in all directions of a hydrant or fire department connection. M. Where fire hydrants are vulnerable to vehicular damage, appropriate crash posts shall be provided. i. No obstructions shall exist within a 3-foot working area of each fire hydrant. ii. Crash posts shall be 4-inch, cement -filled pipe with a minimum of 3 feet above finished grade and 2 feet of pipe anchored in concrete below grade. N. Fire hydrants shall be in operation before framing is started or combustibles are stored on any construction site. 0. Streets and fire access roadways shall be able to support fire apparatus in wet weather before framing is started or combustibles are stored on any construction site. P. Fire hydrant shall be installed with flange 0.2 to 0.4 foot above finished grade so that the bury line will be between finished grade and 0.2 foot above finished grade. Q. No size -on -size taps for fire suppression shall be allowed. 1.14 Easements 1.14.01 When it is determined not to be feasible to construct a public water distribution main in a street or alley, the installation may be made in a dedicated easement or right-of-way. 1.14.02 The minimum width of an easement or right-of-way for a public water distribution main is 10 feet exclusive, 20 feet if shared with a public sanitary sewer main or other utilities or if depth of water distribution main is greater than 10 feet. 1.14.03 Easements will not be allowed between residential lots unless they are in combination with a drainage easement or with prior approval from the City Engineer or designee. 8 Section 1 2020 Design Standards and Specifications Water Standards 1.14.04 When a fire hydrant is to be installed on private property, an easement shall be dedicated which provides a minimum of 5 feet clearance in all directions from the center of the fire hydrant. 1.15 Soil Ana 1.15.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed water distribution main, recommended methods of dewatering for water distribution main construction, and the recommended methods of backfilling and compacting to be used. 1.16 Pipe Restraints and Reaction Blocking 1.16.01 The size of required pipe restraints and reaction blocks shall be determined by the Design Engineer for the project based on the allowable soil pressure and the anticipated working pressure plus water hammer of the line. 1.16.02 For restrained joint lengths required, refer to Appendix A as derived from EBAA Iron, Inc. 1.17 Tunneling, Jacking and Bori 1.17.01 Tunneling, jacking and boring are methods used for water line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the City Engineer or designee. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe. D. Casing pipe thickness shall be: Casing Diameter Minimum Casing Thickness <24 inches 3/8 inch >_24 inches 1/2 inch E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. Only purpose-built centralizers may be used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. H. All bores must comply with City Utility Excavation Manual. 1.17.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the City Engineer or designee. All slick bores shall be restrained or encased. 1.17.03 No annular space shall remain between casing, or uncased pipe, and bored hole. 1.17.04 Unbraced, uncased bore holes shall be left open no more than 24 hours. Section 1 9 2020 Design Standards and Specifications Water Standards 1.18 Dead-end Mains 1.18.01 A dead-end main is defined as a length of water line greater than 150 feet with no looped connection. 1.18.02 Dead-end mains shall not be allowed unless approved by the City Engineer or designee. 1.18.03 Where dead-end mains are necessary as a stage in the growth of the system, they shall be designed so that: A. The system may be periodically flushed by use of a blow -off valve or fire hydrant, or B. A temporary looped connection is installed. 1.19 Abandonment of Water Mains 1.19.01 When a water line is to be abandoned, allowances shall be made so that existing and new water mains may be in service simultaneously, thereby providing a means for transferring customer's service from the old main to the new main with minimal interruption. 1.19.02 If the construction of a proposed main necessitates the abandoning of the existing main prior to the new main's placement into service, provisions for a temporary water main with services must be addressed. 1.19.03 On mains to be abandoned, the designer shall note locations of cut and plug as close as possible to the main that remains in service. 1.19.04 Fire hydrants, valves and other fittings located on mains to be abandoned shall be removed and delivered to the City of Lubbock Water Utilities Department. 10 Section 1 2020 Design Standards and Specifications Water Check List SECTION 2 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS 2.01 Plan Submittal Requirements 2.01.01 All water main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Water Distribution prior to submittal to the Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. 2.01.02 Plan Review A. The Design Engineer shall submit water main construction plans to the City Engineer or designee for review and comment. The Design Engineer shall use the City of Lubbock Customer Self Service (CSS) website to submit plans. http://egovaccess.ci.lubbock.tx.us/EnerGov Prod/SelfService/#/home B. Please call 806-775-2347 if you have any questions regarding the CCS submission process. C. Upon completion of review and receipt of payment for appropriate Plan Review fees, comments shall be returned to the Design Engineer on the CSS website. i. Plans requiring resubmittal for substantial changes as determined by City Engineer or Designee may require payment of an additional Plan Review fee. D. After comments have been addressed and changes have been made the Design Engineer will submit the revised plan using CSS website. i. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected. ii. Plans will not be approved unless testing and inspection fees have been paid. iii. If the design engineer does not submit plans for approval within 6 months of comments being issued or if fees are not paid within 6 months then the review will be terminated and the design engineer will have to start the plan review process over. E. Upon approval, the city will return an electronic copy of the plan stamped "Approved for Construction" through the CSS web site. i. The design Engineer will be required to submit two half size copies of the approved for construction stamped plans. F. Final construction plans should not be submitted for Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 2.01.03 Pro Rata Estimate and Fees A. The Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. Section 2 11 2020 Design Standards and Specifications Water Check List C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 2.01.04 Checklist A. A copy of the completed "City of Lubbock Municipal Water and Sewer Submittal Checklist" shall be submitted at the time of plan review submittal. The checklist can be found in the Appendix. 2.01.05 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 2.01.06 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Digital PDF "Record Drawings" certified by the Design Engineer shall be submitted to the Engineering Department on the CSS website within 30 days of completion of the construction. i. Record Drawings shall include locations of all valves, valve vaults, fire hydrants, bends and tees or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then Record Drawings shall be submitted to the Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. D. Items required to be submitted with Record Drawings: i. Letter of Transmittal ii. Record Drawing iii. Updated Pro Rata Cost Estimate iv. Certificate of Completion (Provided to Contractor from City Inspector) v. Developer's Warranty Statement (See Appendix) vi. Adjacent Mains Refund Contract (see Apendix) 2.01.07 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer or designee for a Certificate of Acceptance of Utility Construction. i. Water distribution system improvements shall not be put online or brought into service without written approval by the Engineering Department. 12 Section 2 2020 Design Standards and Specifications Water Check List ii. A newly constructed system will not be accepted until the supplying, adjacent system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Engineering Department. iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed water system will not be released by the Engineering Department until said system has been brought into service. 2.02 Plan Details 2.02.01 Plan Format A. Standard drawing size shall be 22-inch by 34-inch. 2.02.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Development Services Engineering: (806) 775-2347 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Location Map or Plat (if available) A. Statement: "All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Water Mains (Bold) a. Stationing b. Size c. Length d. Material and Type of Joints e. Location Dimensions f. Fittings Section 2 13 2020 Design Standards and Specifications Water Check List g. Tees h. Crosses i. Reducers j. Bends k. Plugs I. Blow -offs m. Thrust Blocks n. Valves o. Fire Hydrants vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: WWw WATER LINE s s s SANITARY SEWER LINE G G G GAS LINE FOc FIBER OPTIC CABLE FOc CATV CATV CABLE TELEVISION SWSw- STORM WATER LINE UGE UGE UNDER GROUND ELECTRIC OHE OHE OVER HEAD ELECTRIC UGT UGT UNDER GROUND TELEPHONE OHT OVER HEAD TELEPHONE OHT Ts TS TRAFFIC SIGNAL LINE 14 Section 2 2020 Design Standards and Specifications Water Check List C. Profile (required for water lines greater than 12-inch diameter) i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Proposed Water Main Control Elevation and Grades D. Plan, Profile and Complete Details for Off -Site Transmission Mains, Pump Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Thrust Block and Joint Restraint Tables iii. Fire Hydrant Detail iv. Tapping Details v. Air Valve Detail vi. Blow -off Detail vii. Crossing Detail F. Overall Layout Sheet - If Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Water Line Sizes and Material v. Valves vi. Fire Hydrants vii. Connections to Existing System Section 2 15 2020 Design Standards and Specifications Water Check List 16 Section 2 2020 Design Standards and Specifications Sewer Standards SECTION 3 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS 3.01 General 3.01.01 All sanitary sewer system design shall be in accordance with the requirements of TCEQ Chapter 217, AWWA Standards, City of Lubbock Sewer System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Sanitary Sewers. 3.02 Desian Flow 3.02.01 The design of the sanitary sewer system shall be based on the following: A. For sewers in new developments sewer main lines and lift stations shall be designed for the estimated future population to be served plus adequate allowance for future institutional and commercial flows. Minimum flow capacity for sizing of sewers for peak flow conditions shall not be less than the following: Design Criteria Design Value Units Average Daily Flow 100 gpcd Peak Factor, 2-hour flow <0.5 MGD 5 - Peak Factor, 2-hour flow >0.5 MGD 4 Capita per Household (Single Family) 3.2 persons Capita per Household(Multi-family) 2.5 persons C. Minimum residential population density shall be figured on a basis of 6 houses per acre, and 70 percent of total land area developed as residential, unless detailed analysis of the area to be served indicates differently. D. Design flow for development other than residential use shall be based on the following or as directed by the City Engineer or designee: Type of Development Design Criteria Daily Flow - gpcd Trailer Park — transient 2.5persons/trailer 50 Mobile Home Park 3persons/trailer 75 School with cafeteria With showers 20 Without showers 15 Recreational Parks Day Use 5 Overnight Use 30 Commercial/Industrial Building 20 Motel 50 Restaurant Per meal served 5 Hospital Per bed 200 Nursing Home Per bed 100 Section 3 17 2020 Design Standards and Specifications Sewer Standards 3.03 Hvdraulic Desian 3.03.01 The minimum velocity at the design flow rate shall be 2.0 feet per second. 3.03.02 Maximum allowable velocity shall be 10 feet per second. 3.03.03 Manning's coefficient for design purposes shall be n=0.013 for PVC pipe. 3.03.04 Manhole inverts shall be designed in such a manner that the energy gradient is consistently falling in the direction of flow. 3.04 Desian Details 3.04.01 Sewer Pipe A. The standard pipe sizes that shall be used are 6-, 8-, 10-, 12-, 15-, 18- and 21-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock sanitary sewer system, unless approved by the City Engineer or designee. B. The following City slope standards shall apply to sanitary sewer mains: (refer to TCEQ guidelines 30 TAC Section 217.53.1.2.A Table C. I.) Pipe Diameter Minimum Slope (%) Maximum Slope (%) 6 inch 0.60 [0.50 TCEQ] 12.35 8 inch 0.40 [0.33 TCEQ] 8.40 10 inch 0.28 [0.25 TCEQ] 6.23 12 inch 0.22 [0.20 TCEQ] 4.88 15 inch 1 0.15 [0.15 TCEQ] 3.62 18 inch 1 0.12 [0.11 TCEQ] 2.83 C. Sewer main lines shall be straight between manholes both in line and grade. D. All sewer main lines shall terminate in a manhole. i. Cleanouts on sewer main lines shall not be permitted without written approval of the City Engineer or designee. 3.04.02 Manholes A. Manholes shall be a minimum of 48-inch diameter and shall be provided at every change in direction, grade, or connection with other sewer main lines. B. Manhole spacing and depth shall be as follows: Pipe Diameter Manhole Depth Manhole Diameter Max. Spacing Between Manholes 15 inches or smaller 0-16 Ft. 48 in. 500 Ft. 15 inches or smaller Over 16 Ft. 60 in. 500 Ft. Over 15 inches All depths 60 in. 800 Ft. C. Manholes greater than 16 feet deep or serving pipes larger than 15 inches shall be 60-inch diameter and include a protective coating system per the Approved Materials List. D. Connections at manholes shall be designed such that the crowns of connecting pipes are equal elevation if possible. E. Force mains shall discharge directly into a manhole through a 900 downspout connection. 18 Section 3 2020 Design Standards and Specifications Sewer Standards F. Manholes receiving force main discharge shall include a protective coating system per the Approved Materials List. G. Minimum elevation difference across manhole inverts shall be as follows: Deflection Angle Between Inlet/Outlet Min. Elevation Difference Less than 3011 0.10 Ft. Greater than 300 0.20 Ft. H. Drop manholes shall be provided for sewer main lines entering a manhole at an elevation 24 inches or more above the manhole invert. i. Drop connections on new manholes shall be constructed with an exterior or "outside" drop system on all 48 inch manholes. All "outside" drops shall be flow filled against undisturbed soil up to the depth of the main. ii. Drop connections on existing manholes shall be constructed with an interior or "inside" drop system. "Inside" drops shall be allowed for existing 60 inch manholes only. I. Where the difference in elevation is less than 24 inches, the invert shall be filleted to prevent solids deposition. J. Manholes shall be stubbed out with suitable size pipe wherever future extension of the sewer is anticipated. i. Stub -outs shall extend beyond the edge of existing or proposed paving. K. Inflow Prevention Devices (IPDs) shall be specified on all new manhole installations. 3.04.03 Service Connections A. Tees or wyes shall be provided in sewer main lines for service connections at each lot or building site. B. Service connections shall ordinarily be located 5.0 feet south or east of the centerline of the lot. C. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. D. Minimum size service connections shall be 4 inch diameter. E. Maximum size service connection shall be no larger than one standard size smaller than the main to be tapped. F. Size -on -size service connections are not allowed. G. Gravity sewer taps shall connect to sewer main lines at or above the spring line. H. No gravity service lines shall discharge directly into a manhole. I. Service connections shall not be installed within 5 feet of the outside wall of a manhole. 3.05 Typical Layout 3.05.01 Unless approved otherwise by the City Engineer or designee, sanitary sewer mains shall be located: A. In north -south alleys or streets, 5 feet east of the centerline. B. In east -west alleys or streets, 5 feet south of the centerline. Section 3 19 2020 Design Standards and Specifications Sewer Standards 3.05.02 Sanitary sewer mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the City Engineer or designee. B. Service connections shall not be deeper than 12 foot without prior written approval from the City Engineer or designee. 3.05.03 Where a sanitary sewer main crosses a street, the crossing shall be made at as near to perpendicular as possible. 3.05.04 Manholes shall be located as to provide access for maintenance crews and equipment. A. Where possible, manholes in streets should be designed to fall outside of wheel paths. B. Where possible, manholes in alleys should be designed to fall at the projected intersection of perpendicular lot lines. 3.05.05 In all instances sanitary sewer mains shall extend to the extremities of the platted property or the subdivision served. 3.06 Beddina and Cover 3.06.01 Sewer mains shall have a minimum of 4 feet of cover from top of pipe to proposed finished ground surface unless approved by City Engineer or designee. A. Where less than 5 feet of elevation difference between the finished lot grade at building line and the top of the sewer main is provided, the plans shall indicate that the lot is served by a "shallow sewer" and appropriate elevation information shall be given. B. Where a sewer main has less than 4 feet of cover, provisions shall be made to protect the pipe from impact loading when located in a street or alley. C. Maximum sanitary sewer depth in alleys shall be 12 feet unless approved by the Engineering Department. 3.06.02 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Sanitary Sewer Main Construction but in all cases shall be not less than manufacturer recommendations. 3.07 Relation to Water Mains 3.07.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 3.07.02 Sewers shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed water mains. A. Where the 9-foot separation distance cannot be achieved, the following guidelines shall apply: i. New sanitary sewer installation — parallel lines: a. Where a new sanitary sewer main parallels a water line: (1) The sewer shall be constructed of ductile iron or PVC meeting ASTM specifications with a pressure rating for both the pipe and joints of 150 psi. (2) The vertical separation shall be a minimum of 2 feet and the horizontal separation shall be a minimum of 4 feet between outside diameters. 20 Section 3 2020 Design Standards and Specifications Sewer Standards (3) The sewer shall be located below the water line. ii. New sanitary sewer installation — crossing lines: a. Where a sanitary sewer crosses under a water line and the sewer is constructed of ductile iron or PVC with a minimum pressure rating of 150 psi: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. b. Where a sanitary sewer crosses under a water line and the sewer is constructed of ABS truss pipe, similar semi -rigid plastic composite pipe, clay pipe or concrete pipe with gasketed joints (Non -pressure rated pipe): (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. c. Where a sanitary sewer crosses over a water line: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) All portions of the sewer within 9 feet of the water line shall be encased in a joint of 150 psi pressure class pipe at least 18 feet long and 2 nominal sizes larger than the new conveyance. (3) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (4) The encasement pipe should be centered on the crossing and each end sealed with watertight non -shrink cement grout or a manufactured watertight seal. (5) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. B. Sanitary sewer manhole and clean out separation from water i. Manholes and clean outs must be installed so as to provide a minimum of 9 feet of outside to outside clearance from an existing or proposed water line. Section 3 21 2020 Design Standards and Specifications Sewer Standards ii. Where the 9-foot separation distance cannot be achieved, an encasement pipe as described in subparagraph (c.) above may be used for the water line. 3.07.03 Water and sewer lines shall be installed in separate trenches. 3.07.04 For other instances not covered in these design standards, consult current TCEQ regulations. 3.08 Abandonment of Sewer Mains and Manholes 3.08.01 When a sewer system is to be abandoned the Design Engineer shall ensure that all existing mains and service connections are properly plugged or transferred to the new system prior to decommissioning of the existing system. 3.08.02 Sewer Mains A. If a line to be abandoned terminates in a manhole that will remain in service, the existing main to be decommissioned shall be plugged from within the manhole and clearly marked on the plans. i. Cutting and plugging of existing lines directly outside of manholes should be avoided. B. If a portion of a line is to be abandoned a manhole must be installed on the new terminus of the portion of line to remain in service. 3.08.03 Sewer Manholes A. Manholes may be decommissioned by either of the following methods or as approved by the City Engineer or designee: i. Complete removal of the manhole structure including ring, lid, cone, riser sections, base and all appurtenances. The excavation shall be backfilled with compacted native material or flowable fill. ii. Remove cone, ring and lid sections and backfill to top of remaining structure with flowable fill. Remaining excavation shall be backfilled with compacted native material or flowable fill. 3.09 Easements 3.09.01 When it is determined not to be feasible to construct a public sanitary sewer line in a street or alley, the installation may be made in a dedicated easement or right-of-way. 3.09.02 The minimum width of easement or right-of-way for a public sanitary sewer is 10 feet exclusive, 20 feet if shared with a public water main or other utilities or if depth of sewer main is greater than 10 feet. 3.10 Soil Analysis 3.10.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed sewer, recommended methods of dewatering for sewer main construction, and the recommended methods of backfilling and compacting to be used. 22 Section 3 2020 Design Standards and Specifications Sewer Standards 3.11 Tunneling, Jacking and Bori 3.11.01 Tunneling, jacking and boring are methods used for sewer line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the City Engineer or designee. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe and must allow for the required casing spacers. D. Casing pipe thickness shall be: Casing Diameter Minimum Casing Thickness <24 inches 3/8 inch >_24 inches 1/2 inch E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. i. Only purpose-built centralizers may be used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. 3.11.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the City Engineer or designee. 3.11.03 Annular space between casing or uncased pipe and bored hole shall be injection grouted. 3.11.04 All pipe longer than 50' installed by bore, jacking or tunneling must be video inspected by the developer after running water through the pipe to identify low areas. Video inspection shall conform to Section 6.08.07. 3.12 Lift Station 3.12.01 A thorough engineering analysis must be performed on physical and economic factors to determine if a lift station is required. A. A preliminary engineering report will be required to list all factors including TCEQ regulations as outlined in the Standard Specifications for Sanitary Sewer Construction. B. The City Engineer or designee will review the preliminary report and reserves the right to determine if there is merit to require a lift station. C. After approval of the preliminary report design shall follow the Standard Specifications for Sanitary Sewer Main Construction. D. Design of a lift station facility shall take into consideration the entire drainage basin, as well as local runoff. The top slab of the lift station shall be higher than the adjacent ground and the 100 year flood event. E. The review and approval process for lift station design could be subject to addition rules and requirements more comprehensive than those listed in these specifications. Section 3 23 2020 Design Standards and Specifications Sewer Standards 24 Section 3 2020 Design Standards and Specifications Sewer Check List SECTION 4 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS 4.01 Plan Submittal Requirements 4.01.01 All sanitary sewer main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Sanitary Sewer prior to submittal to the Engineering Department for approval. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. 4.01.02 Plan Review A. The Design Engineer shall submit sanitary sewer main construction plans to the City Engineer or designee for review and comment. The Design Engineer shall use the City of Lubbock Customer Self Service (CSS) website to submit plans. http://egovaccess.ci.lubbock.tx.us/EnerGov Prod/SelfService/#/home B. Please call 806-775-2347 if you have any questions regarding the CCS submission process. C. Upon completion of review and receipt of payment for appropriate Plan Review fees, comments shall be returned to the Design Engineer on the CSS website. i. Plans requiring resubmittal for substantial changes as determined by City Engineer or Designee may require payment of an additional Plan Review fee. D. After comments have been addressed and changes have been made the Design Engineer will submit the revised plan using CSS website. i. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected. ii. If testing and inspection fees have not been paid, plans will be rejected. E. Upon approval, the city will return an electronic copy of the plan stamped "Approved for Construction" through the CSS web site. i. The design Engineer will be required to submit two half size copies of the approved for construction stamped plans. F. Final construction plans should not be submitted for Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 4.01.03 Pro Rata Estimate and Fees A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. Section 4 25 2020 Design Standards and Specifications Sewer Check List 4.01.04 Checklist A. A copy of the completed "City of Lubbock Municipal Water and Sewer Submittal Checklist" shall be submitted at the time of plan review submittal. The checklist can be found in the Appendix. 4.01.05 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 4.01.06 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Digital PDF "Record Drawings", certified by the Design Engineer, shall be submitted to the Engineering Department within 30 days of completion of the construction. i. Record Drawings shall include locations of all lift stations, manholes or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then Record Drawings shall be submitted to the Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. D. Items required to be submitted with Record Drawings: i. Letter of Transmittal ii. Record Drawing iii. Updated Pro Rata Cost Estimate iv. Certificate of Completion (Provided to Contractor from City Inspector) v. Developer's Warranty Statement (See Appendix) vi. Adjacent Mains Refund Contract (see Apendix) 4.01.07 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer or designee for a Certificate of Acceptance of Utility Construction. i. Sanitary sewer system improvements shall not be put online or brought into service without written approval by the Engineering Department. ii. A newly constructed system will not be accepted until the receiving, downstream system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Water Utilities Department. 26 Section 4 2020 Design Standards and Specifications Sewer Check List iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed system will not be released by the Engineering Department until said system has been brought into service. 4.02 Plan Details 4.02.01 Plan Format A. Standard drawing size shall be 22-inch by 34-inch. 4.02.02 The following details shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Development Engineering Services: (806) 775-2347 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Location Map or Plat (if available) xi. Statement: "All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Sanitary Sewer Mains (Bold) a. Stationing b. Size c. Materials d. Gradients e. Length between Manholes f. Proposed Manholes g. Elevation of Inverts In And Out Of Manhole h. Elevation of Manhole Rim i. Location Control Dimensions Section 4 27 2020 Design Standards and Specifications Sewer Check List j. Manhole Stub -Outs k. Proposed Future Extensions I. Proposed Service Connections or Stub -Ins m. Standard Bedding Cross -Section n. Proposed Concrete Encasement o. Proposed Cut -Off Walls vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: I I WATER LINE 5 5 5 SANITARY SEWER LINE G G G GAS LINE FOC FOC FIBER OPTIC CABLE CATV CATV CABLE TELEVISION SWSw STORM WATER LINE UGE UGE UNDER GROUND ELECTRIC OHE OHE OVER HEAD ELECTRIC UGT UGT UNDERGROUND TELEPHONE OHT OHT OVER HEAD TELEPHONE TS TS TRAFFIC SIGNAL LINE C. Profile i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Existing Manhole Invert and Rim Elevations D. Plan, Profile and Complete Details for Off -Site Force or Gravity Mains, Lift Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Standard Manhole Detail iii. Drop Manhole Details iv. Tapping Details F. Overall Layout Sheet - If Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Sewer Line Sizes and Material v. Manholes vi. Connections to Existing System 28 Section 4 2020 Design Standards and Specifications Water Specifications 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 Reauirements 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 - Section 5 29 2020 Design Standards and Specifications Water Specifications 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. 30 Section 5 2020 Design Standards and Specifications Water Specifications 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. Section 5 31 2020 Design Standards and Specifications Water Specifications 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 3/4-inch NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a 3/4-inch square head pipe plug. 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. 32 Section 5 2020 Design Standards and Specifications Water Specifications 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. Section 5 33 2020 Design Standards and Specifications Water Specifications 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. 34 Section 5 2020 Design Standards and Specifications Water Specifications 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. Section 5 35 2020 Design Standards and Specifications Water Specifications 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. 36 Section 5 2020 Design Standards and Specifications Water Specifications 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. 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. 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." 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. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. Section 5 37 2020 Design Standards and Specifications Water Specifications 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. 38 Section 5 2020 Design Standards and Specifications Water Specifications 5.07.02 Quality Standards Standard Topic Standard Test Methods for Laboratory Compaction ASTM D698 Characteristics of Soil Using Standard Effort AWWA C600 ANSI Installation of Ductile Iron Mains and Their Appurtenances Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C900 Fittings, 4-inch through 12-inch for Water Transmission and Distribution Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C905 Fittings, 14-inch through 48-inch for Water Transmission and Distribution AWWA M23 Polyvinyl Chloride PVC Pie 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. Section 5 39 2020 Design Standards and Specifications Water 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. 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. 40 Section 5 2020 Design Standards and Specifications Water Specifications 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. Section 5 41 2020 Design Standards and Specifications Water Specifications 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 42 Section 5 2020 Design Standards and Specifications Water Specifications 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. Section 5 43 2020 Design Standards and Specifications Water Specifications 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. 44 Section 5 2020 Design Standards and Specifications Water Specifications 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 Testina for Taooin4 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 3/4-inch NPT port at a minimum test pressure of 50 psi. ii. Duration of the pressure test shall be a minimum of 10 minutes or as directed by the City Inspector. 5.09 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 Section 5 45 2020 Design Standards and Specifications Water Specifications 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: L _ NDJ 7400 L = Gallons per Hour N = Number of Joints D = Nominal Pipe Diameter (in.) P = Test Pressure (PSI) iii. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test period, when the various sections of the lines are under pressure. iv. If individual sections show leakage greater than the limits specified above, the Contractor shall locate and repair the defective portions at their own expense. 5.10 Sterilization and Bacteriological Testing 5.10.01 Upon completion of pipe installation, the line shall be sterilized and tested according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements 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. 46 Section 5 2020 Design Standards and Specifications Water Specifications 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. Section 5 47 2020 Design Standards and Specifications Water Specifications 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 Warrantv 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. 48 Section 5 2020 Design Standards and Specifications Sewer Specifications 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 Insuection 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. Section 6 49 2020 Design Standards and Specifications Sewer Specifications 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 f 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 t 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. 50 Section 6 2020 Design Standards and Specifications Sewer Specifications 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 "Y 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. Section 6 51 2020 Design Standards and Specifications Sewer Specifications 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: 52 Section 6 2020 Design Standards and Specifications Sewer Specifications 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. 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. Section 6 53 2020 Design Standards and Specifications Sewer Specifications ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. 1. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 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. 54 Section 6 2020 Design Standards and Specifications Sewer Specifications 6.07.02 Quality Standards Standard Topic Standard Test Methods for Laboratory Compaction ASTM D698 Characteristics of Soil Using Standard Effort ASTM A746 ANSI Ductile Iron Gravity Sewer Pipe Installation of Ductile Iron Mains and Their AWWA C600 (ANSI) A urtenances AWWA M23 Polyvinyl Chloride PVC Pipe Design and Installation Recommended Practice for Polyvinyl Chloride (PVC) UNI B 5 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. 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. 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. Section 6 55 2020 Design Standards and Specifications Sewer Specifications 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. 56 Section 6 2020 Design Standards and Specifications Sewer Specifications 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 Section 6 57 2020 Design Standards and Specifications Sewer Specifications 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 58 Section 6 2020 Design Standards and Specifications Sewer Specifications 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. Section 6 59 2020 Design Standards and Specifications Sewer Specifications 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. 60 Section 6 2020 Design Standards and Specifications Sewer Specifications 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 Section 6 61 2020 Design Standards and Specifications Sewer Specifications 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. 1. 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 62 Section 6 2020 Design Standards and Specifications Sewer Specifications 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. Section 6 63 2020 Design Standards and Specifications Sewer Specifications 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. 64 Section 6 2020 Design Standards and Specifications Sewer Specifications 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-13-6, "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. Section 6 65 2020 Design Standards and Specifications Sewer Specifications 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. 66 Section 6 2020 Design Standards and Specifications Sewer Specifications 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. 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). 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. 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. Section 6 67 2020 Design Standards and Specifications Sewer Specifications 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. 68 Section 6 2020 Design Standards and Specifications Sewer Specifications 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. Section 6 69 2020 Design Standards and Specifications Sewer Specifications 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 U 6.10.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the 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. 70 Section 6 2020 Design Standards and Specifications Sewer Specifications 6.11 Warrantv 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. Section 6 71 2020 Design Standards and Specifications Sewer Specifications 72 Section 6 2020 Design Standards and Specifications Approved Materials List 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) A. 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. Section 7 73 2020 Design Standards and Specifications Approved Materials List 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 74 Section 7 2020 Design Standards and Specifications Approved Materials List 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. Section 7 75 2020 Design Standards and Specifications Approved Materials List 7.05 Water 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 76 Section 7 2020 Design Standards and Specifications Approved Materials List 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 Section 7 77 2020 Design Standards and Specifications Approved Materials List 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 78 Section 7 2020 Design Standards and Specifications Approved Materials List 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 Section 7 79 2020 Design Standards and Specifications Approved Materials List 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-AFiQF 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 80 Section 7 2020 Design Standards and Specifications Approved Materials List 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 Section 7 81 2020 Design Standards and Specifications Approved Materials List ii. Vaughn Concrete Products 7.05.25 Waterline Marker Manufacturers a. Blackburn b. Carsonite International 82 Section 7 2020 Design Standards and Specifications Approved Materials List 7.06 Sanitary Sewer 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 Section 7 83 2020 Design Standards and Specifications Approved Materials List 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 84 Section 7 2020 Design Standards and Specifications Approved Materials List ii. US Composite Pipe 7.06.04 Manhole Frames and Covers A. ASTM A48, Class 3513, 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. 0-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 Section 7 85 2020 Design Standards and Specifications Approved Materials List 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 86 Section 7 2020 Design Standards and Specifications Approved Materials List 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 Section 7 87 2020 Design Standards and Specifications Approved Materials List 7.07 Water and Sanitary Sewer Svstems 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 88 Section 7 2020 Design Standards and Specifications Approved Materials List 7.08 Street Construction 7.08.01 Detectable warning surface for handicap ramps A. Manufacturers StronGo Industries — Tek Way Dome Tiles 7.08.02 Fiber Reinforcement A. Manufacturers i. BASF macro fibers Section 7 89 2020 Design Standards and Specifications Approved Materials List 90 Section 7 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Section 8 91 2020 Design Standards and Specifications Streets and Drainage Specifications 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 Sloe 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 92 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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 Testina 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. Section 8 93 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 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. 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. 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. 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. 94 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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, otherspecial 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" Section 8 95 2020 Design Standards and Specifications Streets and Drainage Specifications 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 er 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. 96 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Com ressive Strength 3 Day 7 Day 28 Da A - 2100 3000 B - 2500 3600 C - 2500 3600 D - - 1 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 Section 8 97 2020 Design Standards and Specifications Streets and Drainage Specifications 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 Ibs) 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. 98 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Section 8 99 2020 Design Standards and Specifications Streets and Drainage Specifications 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 Sp ecific 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. 100 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 8.07.1S 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. Section 8 101 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 102 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Section 8 103 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 104 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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 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 Section 8 105 2020 Design Standards and Specifications Streets and Drainage Specifications 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 Ria, 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. 106 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. A. 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. Section 8 107 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 108 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 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). Section 8 109 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 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. 110 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Section 8 111 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 112 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Section 8 113 2020 Design Standards and Specifications Streets and Drainage Specifications 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 114 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Section 8 115 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 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. 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-Surfad 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. 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 TOOT Item # 300.2.D "Emulsified Asphalt". 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. 116 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Section 8 117 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 118 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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 1/2 inch in depth may be covered by a full width scratch box utilizing a steel primary strike -off plate. ii. Ruts that are between 1/2 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. Section 8 119 2020 Design Standards and Specifications Streets and Drainage Specifications 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: ASTMSpecification Material ASTM C33 Aggregates ASTM C150 Cement ASTM C39 Sampling Specimens ASTM A-615 or A-996 Reinforcing ASTM C144 Sand and Mortar 120 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Section 8 121 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 122 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. A. 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. Section 8 123 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 124 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Section 8 125 2020 Design Standards and Specifications Streets and Drainage Specifications 8.13 Salvaae of Asphalt Pavi 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. 126 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Section 8 127 2020 Design Standards and Specifications Streets and Drainage Specifications 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 Pavment 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. 128 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. Section 8 129 2020 Design Standards and Specifications Streets and Drainage Specifications 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 Ibs) Flowable Fill A. Quantities of 1-1/2 sack (141 Ibs) 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 Ibs) 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. 130 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 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). 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. Section 8 131 2020 Design Standards and Specifications Streets and Drainage Specifications 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. 132 Section 8 2020 Design Standards and Specifications Streets and Drainage Check List SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.01 Plan Submittal Reauirements 9.01.01 All street and drainage improvements construction plans shall be checked for conformance with City of Lubbock Standard Specifications for Street and Drainage Construction prior to submittal to the Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in the plans and specifications. 9.01.02 Plan Review A. The Design Engineer shall submit Paving and drainage construction plans to the City Engineer or designee for review and comment. The Design Engineer shall use the City of Lubbock Customer Self Service (CSS) website to submit plans. http://egovaccess.ci.lubbock.tx.us/EnerGov Prod/SelfService/#/home B. Please call 806-775-2347 if you have any questions regarding the CCS submission process. C. Upon completion of review and receipt of payment for appropriate Plan Review fees, comments shall be returned to the Design Engineer on the CSS website. i. Plans requiring resubmittal for substantial changes as determined by City Engineer or Designee may require payment of an additional Plan Review fee. D. After comments have been addressed and changes have been made the Design Engineer will submit the revised plan using CSS website. i. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected. ii. If testing and inspection fees have not been paid, plans will be rejected. E. Upon approval, the city will return an electronic copy of the plan stamped "Approved for Construction" through the CSS web site. i. The design Engineer will be required to submit two half size copies of the approved for construction stamped plans. F. Final construction plans should not be submitted for Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 9.01.03 Construction Cost Estimate and Fees A. Two (2) sets of preliminary Cost Estimates shall be submitted for review at the time of plan review submittal. i. The preliminary Estimate shall be based upon reasonable estimates for the work as established by the Design Engineer. B. Two (2) sets of final Cost Estimates shall be submitted for review and reference at the time that a contract is awarded for the work. i. The final Cost Estimate shall be based upon actual contract values. C. Plan Review Fees in the amount of 0.5 percent of the final Estimate amount (minimum $50) shall be submitted prior to construction. Section 9 133 2020 Design Standards and Specifications Streets and Drainage Check List D. Inspection and Testing Fees in the appropriate amount of the final Cost Estimate amount (minimum $125) shall be submitted prior to construction. E. Inspection and Testing Fees shall be based on the following requirements: Cost Estimate Range Testin and Inspection Fee Percent Multiplication Factor Up to $20,000 4.0 0.04 $20 001 - $25 000 3.75 0.0375 $25,001 - $30,000 3.5 0.035 $30,001 - $40,000 3.25 0.0325 $40 001 - $50 000 3.0 0.03 $50,001 - $75,000 2.5 0.025 $75,001 - $150,000 2.0 0.02 Greater than $150,000 1.5 0.015 9.01.04 Checklist A. A copy of the completed "City of Lubbock Pavement Submittal Checklist" shall be submitted at the time of plan review submittal. The checklist can be found in the Appendix. 9.01.05 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specification, as determined by the City Inspector, a written approval must be obtained from the City Engineer. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 9.01.06 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions, grades, elevations and additional information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Digital PDF "Record Drawings", certified by the Design Engineer and the City of Lubbock Engineering Department, shall be submitted to the City within 30 days of completion of the construction. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then Record Drawings shall be presented to the City of Lubbock Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Streets and Drainage Improvements. D. Items required to be submitted with Record Drawings: i. Letter of Transmittal ii. Record Drawing iii. Updated Construction Cost Estimate iv. Certificate of Completion (Provided to Contractor from City Inspector) v. Developer's Warranty Statement (See Appendix) 134 Section 9 2020 Design Standards and Specifications Streets and Drainage Check List 9.01.07 Acceptance A. Upon completion of construction, satisfactory tests, completion of punch list items, and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer for a Certificate of Acceptance of Streets and Drainage Improvements. Section 9 135 2020 Design Standards and Specifications Streets and Drainage Check List 9.02 Plan Details 9.02.01 Plan Format A. All drawings shall be no larger than 22-inch by 34-inch in size. 9.02.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale a. Horizontal 1"=20' or 1"=50' b. Vertical 1"=1' (preferred) or 1"=2' (maximum) iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. Legal Description of Property Being Improved viii. Drawings Number (s) ix. City of Lubbock Engineering Department Contact Information: a. Streets Inspector: 775-3750 x. Statement: "All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks and USGS Datum ii. North Arrow iii. ROW Lines, Property Lines and Lot Numbers iv. Street Names and Easements with Width Dimensions v. Existing Curbs and Paving (Gray) vi. Proposed Curbs and Paving (Bold) vii. Spot Elevations on Radii, Dips, Grade Breaks, and Ditches viii. Location and Direction of Dips ix. Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.) C. Profile i. Existing Ground Surface at Curb Lines (Gray) ii. Existing Gutters or Flow Lines (Gray) iii. Proposed Gutters or Flow Lines (Bold) iv. Stationing with Profiles Indexed to Plan View v. Intermediate Station Numbers and Elevations at Points of Grade Change and Radii vi. Ditch Grades vii. Existing and Proposed Utilities Where Crossed D. Detail Sheet i. Details are not required when engineers plans refer to City standards ii. Include all non-standard details 136 Section 9 2020 Design Standards and Specifications Streets and Drainage Check List Overall Layout Sheet — As Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names Section 9 137 2020 Design Standards and Specifications Streets and Drainage Check List 138 Section 9 Design Standards and Specifications Construction Details SECTION 10 TYPICAL DETAILS OF CONSTRUCTION Section 10 A Design Standards and Specifications Construction Details A Section 10 Design Standards and Specifications Construction Details 10.01 General Details 10.01.01 Construction shall be in accordance with the following standard details unless otherwise indicated on plans or directed by the Engineer. Section 10 A 2' HOUSE SERVICE JI TYPICAL LOT 5' 5' WATER LINE WATER GAS LINE SEWER LINE 5 jI� TYPICAL LOT 20' 10, 7' 6" 5' 10, 7' 5" 5' 3' 9" 2' 0 m UTILITY POLE UTILITY G POLE m FINISHED RADE No N z_ V z � BURIED T.V. CABLE URIED AT&T CABLE BURIED GAS MAIN NTS CABLE ;T z CONCRETE PAD "v OVER BURIED ELECTRIC CONDUIT WATER MAIN HOUSE SERVICE Nor L2' BURIED ELECTRICAL BURIED ELECTRICAL 9' MINIMUM SEWER CABLE MIN CABLE 2' TYPICAL LOCATIONS a(� City of REVISED MAR. 2019 FOR UTILITIES IN ALLEYS *Lubbock DRAWING NUMBER G-1 COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT PIPE SPRINGLINE ZONE NOTES: ORIGINAL EXCAVATED TRENCH WIDTH OVEREXCAVATED FOR COMPACTION 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 3. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY OF LUBBOCK STREETS ORDINANCE. FINISHED GRADE SURFACE FINAL BACKFILL H INITIAL w BACKFILL m 0 w m w w a a HAUNCHING BEDDING FOUNDATION (MAY NOT BE REQUIRED) *1141 W REVISED TRENCH CROSS-SECTION 11E o C;tv of DEC. 2015 SHOWING TERMINOLOGY Lubb6ck DRAWING NUMBER TEXAS G-2 Design Standards and Specifications Construction Details 10.02 Water Details Section 10 No Text FINISHED GRADE SURFACE NOTES: 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 2. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY OF LUBBOCK STREETS ORDINANCE. WATER LINE TRENCH DETAIL f#r ■ City of ll�Lubbock REVISED DEC. 2012 DRAWING NUMBER W-1 THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 ANCHORAGE FOR CROSS N.T.S. REMOVE PIPE SECTION, TRIM AND REPLACE FOLLOWING INSTALLATION METAL OF PLUGS PLATE LINE TO BE - - - - LINE TO REMAIN ABANDONED IN SERVICE CONCRETE BLOCKING TYPICAL 2,500 PSI CONCRETE CONCRETE THRUST BLOCK I ='� TEE I ANCHORAGE FOR TEE N.T.S. PLUG W/EARS THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 CAP OR PLUG ON PRESSURE SIDE CONCRETE -A.- THRUST - BLOCK - - - ANCHORAGE FOR PLUG N.T.S. THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 NOTES: THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 1. FOR BLIND TEE INSTALL ONE JOINT OF PIPE WITH PLUG AND TREAT AS A DEAD END LINE. 2. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 3. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 4. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AWWA & PIPE MANUFACTURER SPECIFICATIONS REVISED CONCRETE �', o City- of DEC. 2012 THRUST BLOCKING Lubb6ck DRAWING NUMBER TEXAS W_2 THRUST BLOCK THRUST BLOCK SIZING CHART SIZING CHART DIA. 11.250 DIA. 22.50 INCHES CF INCHES CF 4 1 4 1 6 1 6 1 CONCRETE 0 2CONCRETE 0 3 THRUST 12 3 THRUST 12 8 BLOCK —— BLOCK 16 4 16 11 — 18 4 — — —= -- 18 13 20 5 20 16 11.25 p 24 7 22.5° BEND --� __ 24 21 BEND — 30 10 30 30 ANCHORAGE FOR A 11.25° BEND ANCHORAGE FOR A 22.5° BEND N.T.S. N.T.S. -= _- _ — - CONCRETE = THRUST — — —__ BLOCK 45°BEND ANCHORAGE FOR A 45° BEND THRUST SIZING BLOCK CHART DIA. INCHES 450 CF 4 1 6 2 8 4 10 7 12 15 16 21 18 25 20 30 24 40 30 58 N.T.S. CONCRETE THRUST BLOCK _ _ — -n- -r- NO.3 BARS je EACH WAY VERTICAL BEND N.T.S. CONCRETE THRUST BLOCKING 90° BEND ANCHORAGE FOR A 90° BEND N.T.S. NOTES: CONCRETE THRUST BLOCK THRUST SIZING BLOCK CHART DIA. INCHES 900 CF 4 2 6 4 8 9 10 17 12 27 16 38 18 46 20 55 24 30 74 1 106 1. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 2. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 3. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AWWA & PIPE MANUFACTURER SPECIFICATIONS City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-3 3 1/2" X 3/8" DEEP RECESS METER OFOR AMR PAD WITH 2' HOLE FOR ENDPOINT O D U p Q p p Q 17„ QopoQoQopoQ � 00 17,E opopopopopopop Q�Q�Q�Q2131b'MQ�Q� F� 18" - 18" 2" LID N.T.S. �21z"� u" 28 16 NOTES: 1. LID MATERIAL: HDPE 2. BODY MATERIAL: LLDPE 3. WALL THICKNESS: 3/8" MINIMUM TYPICAL 1" NON -TRAFFIC RATED METER BOX METER 0�0�0�0�0� �0 0.0� �popopopopopop 2131bMQ�p� i � 20Z 1. u 27 16" Lubbity ock TEXAS REVISED JAN. 2020 DRAWING NUMBER W-4 TYPICAL 2,500 PSI CONCRETE THRUST BLOCK EXISTING MAIN RETAINER GLANDS TAPPING VALVE NOTES: 45° 45° TYPICAL TAPPING SLEEVE 1. TAP SHALL BE HORIZONTAL TO MAIN. 2. TAPPING SLEEVE & VALVE SHALL BE AT LEAST ONE STANDARD SIZE SMALLER THAN MAIN TO BE TAPPED. 3. SERVICE TAPS ON EXISTING MAINS SHALL BE EXECUTED BY CITY FORCES. 4. MAIN LINE TAPS ON EXISTING MAINS SHALL BE EXECUTED IN ACCORDANCE WITH THE METHODS OF CONNECTIONS SECTION OF THESE SPECIFICATIONS. TYPICAL TAPPING SLEEVE AND VALVE LIMIT OF WORK FOR TAP -IN War City of Lubbock T E X A 5 REVISED DEC. 2012 DRAWING NUMBER W-5 900 BEND METER BYPASS SERVICE LINE GATE VALVE \ o I TYPICAL VALVE BOX & COVER MI X MI X THREAD TEE REDUCER GATE VALVE O p WATER METER O GATE VALVE REDUCER (IF REQUIRED) 900 BEND MI X MI X THREAD TEE ❑ TAPPING SLEEVE AND VALVE EXISTING MAIN NOTE: 1. ALTERNATIVELY, METER BYPASS SERVICE LINE AND GATE VALVE CAN BE LOCATED INSIDE METER VAULT. REVISED TYPICAL LARGE C;tv of DEC. 2012 DOMESTIC METER TAP Lubb 6 C% DRAWING NUMBER TEXAS W_6 TYPICAL FIRE - HYDRANT TYPICAL VALVE BOX AND COVER WITH CONCRETE COLLAR PROPOSED FINISHED GRADE SURFACE C-900 PVC RISER 4' MIN COVER 6" GATE WATER'W VALVE MAIN W TYPICAL 2,500 PSI VALVE BLOCKING VARIES BACK OF CURB OR r (SEE NOTE #1) EDGE OF PAVEMENT 0.2' MIN 18 0.4' MAX CONC. CURB SOLE -PURPOSE FIRE HYDRANT LINE L 2' X 2' SQ. 6" OUTLET M.J. X FLG. OR ANCHOR TEE (OPTIONAL) WITH M.J. X M.J. VALVE NOTES: 1. IN SPACE BETWEEN CURB AND SIDEWALK, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 6" MINIMUM AND 18" MAXIMUM. IN PUBLIC AREAS OR COMMERCIAL AREAS, OR WHERE SIDEWALK ABUTS CURB, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 3' MINIMUM AND 6' MAXIMUM. FIRE HYDRANTS SHALL NOT BE PLACED WITHIN SIDEWALK AREAS. MAINTAIN T MINIMUM CLEARANCE TO ANY OBSTRUCTION. 2. 4" STEAMER NOZZLE SHALL FACE FIRE LANE OR STREET ACCESS 3. FIRE LINE PIPING SHALL BE SAME MATERIAL AS MAIN OR MINIMUM C900 PVC DR18 CLASS PIPE AND HAVE RESTRAINED JOINT FITTINGS FROM WATER MAIN TO FIRE HYDRANT. LENGTH SHALL NOT EXCEED 1501. 4. FOR BURY DEPTHS GREATER THAN 5', ONE BARREL EXTENSION NOT EXCEEDING 2' IN LENGTH SHALL BE INSTALLED DIRECTLY BELOW THE FIRE HYDRANT. 5. TYPICAL 1/2" ROCK PIPE EMBEDMENT MATERIAL SHALL BE PLACED AROUND THE BOTTOM OF THE HYDRANT FOR A RADIUS OF AT LEAST V AND EXTEND AT LEAST V ABOVE THE OUTLET. DO NOT BLOCK DRAIN HOLES. I=iII, II - DO NOT BLOCK DRAIN TYPICAL 2,500 PSI CONCRETE THRUST BLOCK TYPICAL BLUE RAISED PAVEMENT MARKER PLACED AT CENTERLINE 3' MIN OF ROADWAY 12" MIN oxv War TYPICAL FIRE HYDRANT � c'tv"f Lubb o ck T E X A 5 REVISED MAY 2015 DRAWING NUMBER W-7 MATCH PAVING THICKNESS TYPICAL VALVE BOX MIN. 6" AND COVER I FINISHED GRADE SURFACE H.M.A.C. PAVEMENT III CONCRETE COLLAR (NOT REQUIRED IN —III—� CONCRETE PAVEMENT) I-I I II I= FLOW FILL WHEN CONCRETE COLLAR _ I=1 11=1 I IS CUT IN AFTER ASPHALT PAVING 6" PVC C900 =1 11-1 11-1 11-1 RISER PIPE 1-111-111— d �v TYPICAL TRACER WIRE -- — - — - — - — I °p 1-1/ I °�e TYPICAL PIPE BEDDING & EMBEDMENT NOTES: TYPICAL GATE VALVE WATER MAIN L 8" X 8" X 6" MIN. 2,500 PSI CONCRETE BLOCK UNDER BODY OF BURIED VALVES 1=1 1 1-1 1 VALVE COVER SHALL BE STAMPED "WATER VALVE" 1. TREAT EACH SIDE OF VALVE AS A DEAD END OF EQUAL SIZE. INSTALL THE CORRESPONDING LENGTH (FOR A DEAD END) OF FULLY RESTRAINED PIPE THE FULL DISTANCE ON EACH SIDE OF VALVE 2. CONCRETE SUPPORT CRADLE AND SUPPORT PAD SHALL BE 3,600 P.S.I. CONCRETE. 3. POLYWRAP BURIED GATE VALVES AND FITTINGS 4. TORQUE BOLTS PRIOR TO BACKFILL PER MANUFACTURERS RECOMENDATIONS 5. TOP OF VALVE NUT SHALL BE LESS THAN 6 FEET FROM FINISHED GRADE. IF MORE THAN 6 FEET, INSTALL EXTENSION SO THAT TOP OF NUT IS LESS THAN 6 FEET FROM FINISHED GRADE. 6. SET COVER OF VALVE BOX AND COLLAR 1/4" BELOW GRADE IN PAVEMENT OR SHOULDER, AND 2" ABOVE GRADE ELSEWHERE. BURIED VERTICAL GATE VALVE DETAIL 2- SQUARE City Of Lubb o ck TEXAS VALVE BOX AND COVER CONCRETE COLLAR (NOT REQUIRED IN CONCRETE PAVEMENT) N0. 4 BARS EACH WAY ORIENT SQUARE PARALLEL OR PERPENDICULAR TO SREET OR CURB REVISED APRIL 2019 DRAWING NUMBER W-8 0 zo HORIZANTAL GATE VALVE IN VAULT T\/!1T!`A1 I.A AI.I LIl11 G GI'1 AI.AL A�II'l !`/1\/LR City of Lubbock T E X A 5 NO. 5 BARS 10" O.C. VERT. NO. 5 BARS 8" O.C. HORZ. REVISED DEC. 2012 DRAWING NUMBER W-9 4" D.I. PIPE "GOOSENECK" WITH WIRE BUG SCREEN LIP T-0" ABOVEGROUND VARIES IIII�IIII ' 12" BLIND FLANGE I —I 1I—CCI I 4" BEDDING=IJ o• FINISHED GRADE SURFACE 9" SLABIFE1 I I-- ' III -III- I —I ° 2„LIP '-1 I I- HANDWHEEL — 3/4" CRUSHED ROCK —" I-11 III—III- 4' MIN. =I I I- I— I 1-1 I I- II1I1III1I1III11 1III TYPICAL MANHOLE FRAME & COVER —III—III—I I —III—i #6 BARS 6" I, O.C. EA. WAY =1 I I II e COMB. AIR I I I ° RELEASE a I- 2" FLANGED & AIR INL e GATE VALVE 111 ° 0 1— #5 VERT. INNER 12" BLIND — I FACE 10" O.C. FLANGE III I #5 HORIZ. OUTER e . FACE 8" O.C. ° --- ---- �e — ----� 0 8III H_ 6'IMIN. ^&rr REVISED AIR & VACUUM A*A'aI City of DEC. 2012 RELIEF VALVES '■ Lubbock DRAWING NUMBER W-10 CONCRETE ROCK CONCRETE VALVE BOX City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-11 CONCRET�+v� ,. O.C. EACH WAY BUTTERFLY VALVE IN VAULT City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-12 A �3pROAN IROry 1 " RAISED LETTERING A T E R (RECESSED FLUSH) CUSTOM LOGO pF L I B �-1 66 V B n PI) EPIC CKB RSA MADE IN 115p A 32" DIA 21 3/4" r � v � N 23 SECTION A -A V-1430 A PROD.NO. SECTION B-B MO/DAY/YR ASTM A48 CL35B NOTES: 1. SANITARY SEWER MANHOLE FRAME AND COVER I.D.: 4143009OA01 BOTTOM VIEW 2. STORM SEWER MANHOLE FRAME AND COVER I.D.: 41430091AOI REVISED TYPICAL WATER � IV,, Cityof DEC 2015 VAULT COVER ll�Lubbock DRAWING NUMBER W-13 • m A A N Q 0 O • • B ��1y M9�rN v 1a2o BB �/Sq ® • 1 �� 1/2" l AA 32 3/16" 1 1/2" 4 1/2" 30" 40 3/4" ��r r REVISED TYPICAL WATER �'aI City of DEC. 2012 ll�T . VAULT FRAME ubb o Ck DRAWING NUMBER W-14 2 T ,,-CARSONITE MARKER GROUND SURFACE R II -I I I -I I I -I I „III-u =I I i= _.. 114" MI IIi li lI I 16" =-III SQUARE TRAFFIC RATED / OR NON FOR HDPE OR PEX-A USE=I = 24" MIN - TRAFFIC RATED METER BOX APPROVED THREAD II - X SLIP FITTING 4' TYP. CORPORATION STOP �_lillil�r' CURB STOP 45' FOR HDPE OR PEX-A USE APPROVED WATER MAIN + THREAD X SLIP FITTING COPPER OR APPROVED HDPE PEX-A TAPPING SADDLE NOTES: 1. STANDARD 1" SERVICE TAP 2. 1" SERVICE SADDLES SHALL HAVE AWWA TAPERED THREADS. 3. METER BOX SHALL BE INSTALLED PLUMB & LEVEL WITH TOP OF LID 2" ABOVE FINISHED GROUND SURFACE. 4. TOP OF METER SHALL BE 16" FROM BOTTOM OF METER BOX LID. 5. MATERIALS AND INSTALLATION OF SERVICE LINES SHALL COMPLY WITH THE CITY OF LUBBOCK PUBLIC WORKS ENGINEERING MIN DESIGN STANDARDS AND SPECIFICATIONS. TYPICAL 1" WATER SERVICE DETAIL oxv War City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER W-15 W 2 T ,-CARSONITE MARKER GROUND SURFACE R -IIi II- IT m m m 14 IvIliliil�iiliii 16 SQUARE TRAFFIC RATED / OR NON 24" MIN iii TRAFFIC RATED METER BOX 4' TYP. CORPORATION STOP CURB STOP 45' CORPORATION STOP WATER MAIN TAPPING SADDLE COPPER SERVICE TUBING NOTES: 1. STANDARD 2" SERVICE TAP 2. 2" SERVICE SADDLES SHALL HAVE IPS THREADS. 3. METER BOX SHALL BE INSTALLED PLUMB & LEVEL WITH TOP OF LID 2" ABOVE FINISHED GROUND SURFACE. 4. TOP OF METER SHALL BE 16" FROM BOTTOM OF METER BOX LID. 5. MATERIALS AND INSTALLATION OF SERVICE LINES SHALL COMPLY WITH THE CITY OF LUBBOCK PUBLIC WORKS ENGINEERING MIN DESIGN STANDARDS AND SPECIFICATIONS. REVISED TYPICAL 1 1/2", OR 211olf �',# C;t�. o f DEC. 2015 WATER SERVICE DETAIL Lubb6ck DRAWING NUMBER TEXAS W-16 TYPICAL TAPPING SLEEVE NOTES: 1. THIS DETAIL SHALL APPLY TO ALL WATER LINES < 16" DIAM. 2. TAPPING DISTANCES FOR LARGER LINES SHALL BE CASE BY CASE. TAPPING SLEEVE MINIMUM DISTANCE City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER W-17 Design Standards and Specifications Construction Details 10.03 Sewer Details Section 10 C W }Z F w I TYPICAL SANITARY SEWER p I MARKER (2" X 4" PAINTED GREEN) a =III III III III III III III III III III III III III III I U a B I I I I-1 I B I I -I I I -I I B I I -I I I -III I 11, I I I I -I I I -I I ' 1-I 11-11 ' 1=1 11=1 I EI I E111=1 I I 1 I I-111- _' I i- 4" 450 BEND H 4" RISER 4" PLUG � 0 4" MIN. TEE MAX. NOT TO EXCEED ONE STANDARD SIZE SMALLER THAN MAIN FLOW SEWER MAIN 4" 450 BEND 4" PLUG J 4" MIN. TEE MAX. NOT \- TO EXCEED ONE STANDARD SIZE SMALLER THAN MAIN FLOW SEWER MAIN NOTES: 1. ALL TAPS MUST BE ABOVE SPRINGLINE OF SEWER MAIN. 2. NO SIZE -ON -SIZE TAPS. 3. SERVICE LATERALS SHALL BE BROUGHT TO THE PROPERTY AND PLUGED AT A DEPTH OF NO GREATER THAN 6' FROM FINISHED GRADE SURFACE, UNLESS REQUIRED TO BE DEEPER BASED ON DEVELOPMENT REQUIREMENTS. 4. PLUG SHALL BE PRESENT AT OR NEAR PROPERTY LINE OR EDGE OF PAVEMENT. TYPICAL SEWER SERVICE TAP wi zl w I TYPICAL SANITARY SEWER a. p I MARKER (2" X 4" PAINTED GREEN) a A$ War City of Lubbock T E X A 5 w J REVISED DEC. 2015 DRAWING NUMBER SS-1 A �3pROAN IROry SUBSTITUTE "STORM" 1 " RAISED LETTERING FOR STORM SEWER (RECESSED FLUSH) APPLICATION P NIT q S R y CUSTOM LOGO p F L (/ V BEPIC n PICKB RSA S E W E R MADE IN 115p A 32" DIA 21 3/4" r � v � N 23 SECTION A -A V-1430 A PROD.NO. SECTION B-B MO/DAY/YR ASTM A48 CL 35B NOTES: 1. SANITARY SEWER MANHOLE FRAME AND COVER I.D.: 4143009OA01 BOTTOM VIEW 2. STORM SEWER MANHOLE FRAME AND COVER I.D.: 41430091AOI REVISED TYPICAL � � ,, City o f DEC. 2015 MANHOLE COVER iliLubbock DRAWING NUMBER SS-2 • m A A N Q 0 O • • B ��1y M9�rN v 1a2o BB �/Sq ® • 1 �� 1/2" l AA 32 3/16" 1 1/2" 4 1/2" 30" 40 3/4" ��r r REVISED TYPICAL A*Asso City of DEC. 2012 MANHOLE FRAME ll�T .ubbock DRAWING NUMBER SS-3 TYPICAL JOINT SEALANT EACH JOINT OF RISER & RING & COVER. MAXIMUM GRADE ADJUSTMENT 18" ELEVATION VIEW NOTES: 1. CONCRETE SHALL BE MINIMUM 4000 P.S.I. 2. REINFORCING SHALL BE MINIMUM GRADE 60. PRECAST CONCRETE ECCENTRIC CONE SECTIONAL VIEW City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER SS-4 3600 PSI: CONC. MIN. TYPICAL MANHOLE FRAME AND COVER IF PAVED MATCH PAVING THICKNESS NON -SHRINK GROUT OR MIN MIN. 6" it 1 1 r-i-111-'-- -� 30"' GRADE RINGS FOR GRADE ADJUSTMENT (MAX 18") ECCENTRIC CONE SECTION T SEAL ALL JOINTS PER MANUFACTURER REQUIREMENTS H 0 ASTM 478 p -0 9� RISER SECTION (TONGUE & GROOVE) BOTTOM RISER SECTION (BUTT & GROOVE) 1" TO 2" GROUT SPACE CONCRETE BASE FORMED SURFACES } 6" OR 1/4 PIPE DIA.(P) i WHICHEVER IS LARGER #4 BARS-6" O.C. EA. WAY ORIENT SQUARE PARALLEL R PERPENDICULAR TO 2" BELOW BOTTOM OF PIPE S SREET OR CURB 5'SQUARE STANDARD SANITARY SEWER MANHOLE H P D T 4'TO 16' 6" TO 15" MIN. 48" MIN. 5" 18" & OVER MIN. 60" MIN. 6" 16'&DEEPER ALL SIZES MIN. 60" MIN. 6" (a PLAN VIEW FRAME & COVER CONCRETE COLLAR (NOT REQUIRED IN CONCRETE PAVEME NO. 4 BARS EACH WAY 141I, REVISED PRECAST REINFORCED '�� ;t�,{,f DEC. 2015 CONCRETE MANHOLE Lubb6ck DRAWING NUMBER TEXAS SS_5 BACKFILL COMPACTED TO 95% MODIFIED PROCTOR (ASTM D-1557) H MINIMUM WALL THICKNESS OF .5 INCHES 112" MIP 4 CONCRETE BASE AS REQUIRED TO J COUNTERACT FLOTATION, SEE NOTE ANTI -FLOATATION BTM. 54" DIA AND 2" FLANGE SEE MANHOLE COLLAR DETAIL II FACTORY BONDED JOINT 41 NOTES: _ CONTRACTOR TO PROVIDE SUFFICIENT QUANTITY OF CONCRETE OVER ANTI -FLOTATION RING TO COUNTERACT FLOTATION AS SPECIFIED BY THE ENGINEER H FIBERGLASS MANHOLE 3600 PSI CONCRETE MATCH TOP OF ADJACENT 18" MIN PAVNIG o 12" PAVEMENT AND FLOW FILL PER UEM - 01 BACKFILL COMPACTED TO 95% MODIFIED PROCTOR DENSITY 18" MIN I STD 30" MH FRAME & LID FRP OR CONCRETE MANHOLE RISER SECTION 18" MIN ' 4 H P D 470 16' 6" TO 15" MIN. 48" 18" & OVER MIN. 60" 16'&DEEPER ALL SIZES MIN. 60" INTEGRAL FIBERGLASS BENCH W/ NON-SKID COATING. MIN 1/4 INCH THICKNESS CONCRETE - 3000 PSI @ 28 DAYS PVC STUB PROVIDE 4" - 6" OF CRUSHED STONE LEVELING COURSE 3/4" CHAMFER TYP. FINAL GROUND SURFACE 3600 PSI CONCRETE BACKFILL COMPACTED TO 95% MODIFIED PROCTOR DENSITY 1410 REVISED War � City- of APRIL 2019 FIBERGLASS MANHOLE LL1bb6Ck DRAWING NUMBER TEXAS SS-5b OMING SEWER 450 BEND PVC PIPE 900 BEND NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. OUTSIDE DROP REVISED REVISED � City of MAY 2014 MANHOLE (PVC) Lubbock DRAWING NUMBER (NEW MANHOLE INSTALL) TEXAS SS-6 NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. INSIDE DROP ON EXISTING MANHOLE **Ivor City of Lubbock TEXAS TYPICAL EPDXY REVISED DEC. 2012 DRAWING NUMBER SS-7 STRAIGHT THROUGH MANHOLE SLOPE TYPICAL MANHOLE FLOORS BEND AT MANHOLE JUNCTION AT MANHOLE CUT OUT TOP OF PIPE OR SHAPED CONCRETE INVERT SHAPED CONCRETE INVERT Mr1d41ZKi1110 741:811WA iA oxv War City of *Lubb6ck TEXAS REVISED DEC. 2015 DRAWING NUMBER SS-8 5'- MAXIMUM CARRIER PIPE BETWEEN SPACERS I' MAX PIPE JOINT CASING SPACERS SHALL BE FOUR CASING SPACERS ADDITIONAL SPACERS, SPACED A MAXIMUM OF ONE PER PIPE JOINT AS REQUIRED TYPICAL EACH END FOOT FROM EACH SIDE OF JOINT TO MEET MAXIMUM SPACING OF CASING PIPE STEEL SPACER BODY STEEL CASING PIPE 45° 45 CADMIUM PLATED 45° 45 STUDS, NUTS, AND PIPELINE WASHERS, TYP. 30° i " 30 45 4 FILL SPACE BETWEEN EXCAVATED BORE AND CASING PIPE WITH CEMENT GROUT L = D, WITH L MAX. = 16" 1. BEVEL END OF CASING PIPE TO REMOVE ALL SHARP EDGES TO PREVENT DAMAGE TO THE CARRIER PIPE. 2. THE END -SEAL SHALL BE ATTACHED TO THE PIPE AND CASING SO AS TO PROVIDE A WATER -TIGHT END SEAL. 3. FOR CASINGS OVER 12 INCHES IN DIAMETER, PROVIDE TWO CLAMPS OR BANDS ON EACH END OF EACH SEAL. 4. CASING PIPE SHALL HAVE END -SEALS INSTALLED ON BOTH ENDS PRIOR TO BACKFILLING ADJACENT PIPE TRENCHES. L L )/2 �r REVISED PIPELINE ENCASEMENT m''+I77r�7 City of DEC. 2012 DETAIL L �1 bock DRAWING NUMBER TEXAS SS-9 FINISHED GRADE SURFACE 1 IIEl I I-1 I I =1II II1I1= III III1I1=�' �-III-1 I I I -I I -I I �- -III- I -1 1 ElI- IIIII IIIII 11� � IIIIII IIIII 11 FINAL ( IIIII 11111 BACKFILL PIPE WIDTH 12" COVER EMBEDMENT w MATERIAL z o m PIPE SPRINGLINE w ZONE a; HAUNCHING 6" BEDDING FOUNDATION (MAY NOT BE REQUIRED) -1 I-111-III-111-1 I 1-1 11-1 I El NOTES: 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 3. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY OF LUBBOCK STREETS ORDINANCE. REVISED TRENCH CROSS-SECTION City of APRIL 2019 SHOWING TERMINOLOGY Lubbock DRAWING NUMBER TEXAS SS'10 Design Standards and Specifications Construction Details 10.04Street and Drainage Details Section 10 D NOTE: 1. DRIVEWAYS MUST CONFORM TO ORDINACE SECTION 36.04.126 2. SPACING OF DRIVEWAYS "C" ALONG A ARTERIAL: • WHEN INTERSECTING A RESIDENTIAL STREET - 50' • WHEN INTERSECTING ANOTHER ARTERIAL, A COLLECTOR OR AN INDUSTRIAL STREET- 150' ENTERING AND 100' EXITING v A v m z m m R ISLAND, 50 SQ.FT. MIN. AREA IF USED. R PROPERTY LINE 1 F R i VISIBILITY TRIANGLE N 25' C LR ) ly DIMENSION REFERENCE RESIDENTIAL STREET ARTERIAL STREET COLLECTOR STREET INDUSTRIAL STREET (ROADWAY CLASSIFICATION, (R1A, 32') MINOR, 66' R2, 42' N" (I, 42 ) ROADWAY WIDTH (RI, 36') MAJOR, 88'� 46'� ONE-WAY WIDTH W 12' 15' 15' 20' -------- --- - -- TWO-WAY -MINIMUM WIDTH ------ W ------- 12' -------- 30' -------- 30' -------- 40' -------------- TWO-WAY -MAXIMUM WIDTH -------------- ------ W ------ ------- 30' ------- -------- 40' -------- -------- 40' -------- -------- S0' -------- MINIMUM RADIUS R 5' 15' 15' 20' -------- ------ MINIMUM SPACING ------ ------- R -------- R -------- R+5' -------- R+5' FROM PROPERTY LINE ------------ -- MINIMUM SPACING FROM STREET CORNER - - - - -- C - - - - - -- A+R -- - - - - -- SEE NOTE 2 -- - - - - -- A+R -- - - - - - - A+R -- - - - - - - - - - - -- MINIMUM SPACING BETWEEN - - - - -- S - - - - - -- 3' -- - - - - -- 60' -- - - - - -- 60' -- - - - - - - 30' TWO WAY DRIVEWAYS MINIMUM SPACING BETWEEN S N/A 0' 0' 0' ONE WAY DRIVEWAYS -------------- MINIMUM ANGLE ------ D ------- 45° - ------- 45° -------- 300 -------- 300 "A" IS 25' FOR MOST STREET INTERSECTIONS. IF THE STREET INTERSECTION IS BETWEEN A ARTERIAL AND A COLLECTOR THEN "A" IS 401. IF THE STREET INTERSECTION IS BETWEEN TWO ARTERIAL STREETS THEN "A" IS 40'. IF THE EXISTING STREET INTERSECTION RADIUS IS LARGER THAN ANY OF THE SCENARIOS ABOVE THEN "A" WILL BE THE EXISTING STREET INTERSECTION RADIUS. 01RkyjATI%MA STANDARDS �A bbCity of Luock IIxAS REVISED APR. 2020 PLATE NO. 36-1 J a g a �g fa No A A PROP "'L PROPERTY LINE . poD paD. pn 7oD p D. ° . voD ° EXPANSION 4' SIDEWALK a Ln EXPANSION JOINTS SPACED 36' MAX. ALONG D D. JOINTS p D' W SIDEWALK RUN. g FIRE HYDRANT, POWER cn POLE, ETC. MUST HAVE EXPANSION w EXPANSION JOINT BLOCK - JOINT YY OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF AL HYDRANT/POLE CONTRACTION MARKINGS 1/2 WAY THROUGH 0 SLAB AT 4' INTERVALS. SECTION A -A w z J VARIABLE 4SIDEWALK Wa 3' MIN. @ 2% MAX. SLOPE O CURB REMOVED. NOTE: SEE PLATE NO. 36-4 FOR ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY. FOR COMMERCIAL DRIVEWAY: CURB AND GUTTER TO BE COMPLETELY REMOVED AND RECONSTRUCTED WITH #3 BARS RUNNING ENTIRE LENGTH OF NEW GUTTER. NOTES: SECTIONS B-B (RESIDENTIAL) VARIABLE — 4' SIDEWALK 3' MIN. @ 2% MAX. SLOPE #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB OR W 6"X6" 6 GAUGE WELDED WIRE FABRIC. ?Y w ZY i0� �= SECTIONS B-B (COMMERCIAL) TMR 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. 2. ALL EXPANSION JOINTS TO BE )4"" THICK. 3. 30' TO 45° FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. 4' SIDEWALK CONSTRUCTION DETAILS PROPERTY LINE SECTION C-C 3'a.T'o, *0" City of Lubbock INNER CURB AS REQUIRED. REVISED MAR. 2019 PLATE NO. 36-2 (A) a x EXPANSION JOINTS <a SPACED 36' MAX. �0 o O ALONG SIDEWALK RUN. B ins N� PROPERTY LINE ------------ --- D ..;°. -- LANDSCAPE CONCFZ�E CONCRETE A A v eD, D 5' OR 6' EXPANSION : . ° SIDEWALK ° D °. JOINTS D; C ° C v'- ° ° ° v ,000 FIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF EXPANSION HYDRANT/POLE JOINT. b, ° 4" MIN. THICKNESS OF SIDEWALK. a .D CONTRACTION MARKINGS 1/2 WAY THROUGH SLAB AT 6' INTERVALS. SECTION A -A VARIES 3' MIN. @ 2% MAX. SLOPE w aW O CURB T SIDEWALK d J REMOVED. v oD. n D. SECTIONS B-B 4" MIN. NOTE: (RESIDENTIAL) THICKNESS. I} SEE PLATE NO. 36-4 w FOR ASPHALT REPAIR VARIES a w ADJACENT TO CURB 3' MIN. @ 2% MAX. SLOPE a z AND GUTTER OR DRIVEWAY. 6' SIDEWALK 6" #4 DEFORMED STEEL BARS 12" O.C. z 4 z_ BOTH WAYS, CENTERED IN SLAB OR INNER CURB FOR COMMERCIAL DRIVEWAY, 6"X6" 6 GAUGE WELDED WIRE FABRIC. io AS REQUIRED. COMPLETELY REMOVE CURB AND iO SECTION B-B GUTTER AND RECONSTRUCT WITH (COMMERCIAL) #3 BARS RUNNING ENTIRE LENGTH OF NEW GUTTER. NOTES: 1. MAINTAIN GUTTER FLOWINE THROUGH DRI` 2. ALL EXPANSION JOINTS TO BE X4" THICK. 3. 300 TO 45° FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. 5. 5' CURB BACK ON RESIDENTIAL STREETS. 6' CURB BACK ON COLLECTOR AND ARTERIAL STREETS. 5' OR 6' SIDEWALK CONSTRUCTION DETAILS PROPERTY LINE SECTION C-C *City Of Lubbock REVISED APR. 2020 PLATE NO. 36-2 (B) w Z i iw ;Z J IJ G/TC G/TC 0 I0 I G I G/TP/TW G/TP/TW (OPTIONAL) - - (OPTIONAL) I I I (OPTIONAL) - - I G/TP/TW G I (OPTIONAL) - - I G/TP/TW G/TP/TW AT THE PROPERTY LINE I G/TP/TW AT THE PROPERTY LINE G/TC SHALL BE 6" HIGHER THAN G/TC I SHALL BE 6" HIGHER THAN THE ADJACENT GUTTER I I THE ADJACENT GUTTER I I LEGEND G GUTTER TC TOP OF CURB TP TOP OF PAVEMENT TW TOP OF WALK X SPOT GRADES REQUIRED REVISED City of MARCH 2O18 DRIVEWAY GRADES Lubbock PLATE NO. TEXAS 36-3 6" 18" TYPICAL 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" SMOOTH H.M.A.C. SURFACE, 2" MIN. TYPE "C" Z SAWCUT `TO REMAIN H.M.A.C. SURFACE. / IN PLACE. BASE D D VERTICAL SURFACES) TO RECEIVE TACK COAT City Of Lubb 0 ck TEXAS FLOWABLE FILL REVISED APRIL 2019 PLATE NO. 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 City of Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 36-4(B) R=VARIES 15'-40' / VARIES 4' PROPERTYlim LINE SIDEWALK L� �O/�C� 3' CLEARANCE may LJ / tiP AROUND OBSTRUCTIONS r /QO ti a LU- LU / VARIES 8'-10' I'' M 4' SIDEWALK ALONG PROPERTY LINE TMIN. ALLEY RETURN (TYPICAL) City of Lubbock TEXAS YMIN. DRIVEWAY APPROACH (TYPICAL) REVISED FEB. 2017 PLATE NO. 36-5 5' OR 6' SIDEWALK ALONG CURB BACK OBSTRUCTION **Ivor City of Lubbock TEXAS DRIVEWAY APPROACH (TYPICAL) REVISED FEB. 2017 PLATE NO. 36-6 CURB AND GUTTER, FILLETS AND SLAB TO BE POURED TOGETHER. PAY LIMIT FOR CURB AND GUTTER SIDEWALK 2.5' 1'* \ PROPERTY LINE \ OR \ \ \ \ \ 6" CONCRETE SLAB WITH 6"X6" - 6 3/4" BITUMINOUS GAUGE WELDED WIRE FABRIC OR #4 PREMOLDED EXP. DEFORMED STEEL BARS 12" O.C. BOTH JOINT. WAYS, CENTERED IN SLAB. < °a° PAY LIMIT FOR CURB AND GUTTER CURB HEIGHT TRANSITIONS TO CONTRACTION 0" AT THIS POINT. JOINTS. a.-,7�%lJ/�'/lam IS POINT OF ALLEY RETURN 4. TO BE NO MORE THAN 7" HIGHER THAN GUTTER ON HIGH _2.5'_ SIDE END OF RADIUS AT STREET. 1'* Y2" BITUMINOUS EXPANSION JOINT. S PLAN VIEW s .--I N LU B C).Z. Z 0 °•D a V z 6"X6" - 6 GAUGE WELDED W FABRIC OR #4 DEFORMED S y BARS 12" O.C. BOTH WAYS, w °> ° CENTERED IN SLAB. J o CONTRACTION JOINT. * TO BE USED WHEN ALLEY R.O.W. WIDTH IS 15'. A A 20' w 5' 10, 5' � a Z Lu a SECTION A -A NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB U 6"X6" - 6 GAUGE WELDED WIREJ AND 132" FROM BOTTOM OF SLAB EACH SIDE. FABRIC OR DEFORMED STEEL LOCATE BY MEANS OF CHAIRS OR PLASTIC BARS 12" O.C. BOTH WAYS, STAKES (NOT METAL OR WOOD). CENTERED IN SLAB. CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY W.R. MEADOWS #158, WHERE THE EXISTING ALLEY RETURN, ALLEY SEALTIGHT SAFE -SEAL 3405, PAVING OR STREET GUTTER IS IN GOOD CONDITION SONNEBORN SL-1 OR AND GRADE AND ALIGNMENT ARE SATISFACTORY. APPROVED EQUIVALENT. Y2" BITUMINOUS ALLEY SLAB. - EXPANSION JOINT. oEXISTING ALLEY RETURN, ALLEPAVING fCONCRETE OR STREET GUTTER.TRANSVERSE 4 — 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 CONTRACTION JOINT 6"�J DEFORMED STEEL BARS 12" (REQUIRED AT COLD JOINTS AND ! 12"�' 1 O.C. BOTH WAYS, EVERY 13 FEET OF PAVING.) SFC'TTCIN R-R CENTERED IN SLAB. ALL CONCRETE SHOWN TO BE 3,000 P.S.I. AT 7 DAYS. (CLASS B) War REVISED TYPICAL ALLEY �# c;tv of MAY 2014 RETURN Lubb 4 C% PLATE NO. TEXAS 36-7 5' 10' 5' ' w p J �Ww ~Nz 0 a 10, 10' N °p ' PROPERTY p a LINE 15' 51 SEE 20' NOTE 2 13' w z J N a CONTRACTION a a 10' zZJOINTSa 0 wwn a v•, 20' 5Eo SE aa .° .1 NOTE 2 5' PROPERTY LINE oN 10' a. 10 p, d d Q •, N LLJ NwL Z J a v' ~vz 7 LOUa 0 a 5' 10, 5' TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) NOTE: 1/2" —j 6"X6" - 6 GAUGE WELDED 1. TRANSVERSE CONTRACTION JOINT _ WIRE FABRIC OR #4 (REQUIRED AT COLD JOINTS AND — — — — — DEFORMED STEEL BARS EVERY 13 FEET OF PAVING.) ° 12' O.C. BOTH WAYS, CENTERED IN SLAB. 2. NO OBSTRUCTIONS SUCH AS METERS, POLES, PEDESTALS, TREES, BOULDERS, ECT. TYPICAL 1711 ALLEY REVISED �,�, of' APRIL 2020 INTERSECTION WITH Lubbock PLATE NO. CONTRACTION JOINTS TEXAS 36-8 6" 4" �. 2"R 3"R00 J- --- — -- o N (TDON URB SECTION. v . D 6 1248.337 TYPE "A" 9" R a . a • ? NOTE: 9 R 1. THIS SECTION TO BE USED FOR RESIDENTIAL APPLICATIONS ONLY. APPROVAL WILL DEPEND o v ON TRAFFIC AND DRAINAGE a o v °• a: a o CONSIDERATIONS. a :a .a. •v.p.a v p a F� 12" I 12" ROLLOVER CURB TYPE "B" 9 11/16" :. a a , 00 °o — a : a •.a •. i— •v'D a 6" 3" � 9�� ,� 9�� M 3" M in TYPE "C" NOTE: 1. REINFORCED TYPE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) REVISED TYPICAL 24"CURB c;tv {,f MAY 2014 AND GUTTER SECTIONS Lubb6ck PLATE NO. TEXAS 36-9 t 12" 18" TYPE "A" 5 3/4" 4 1/4" �I boa 2"R = 3"R --- DOWN CURB SECTION. 6" a . a .a •. � D,a �9 11/16" 20 5/16" NOTE: CONTRACTOR MAY USE EITHER OF THE ABOVE SECTIONS. TYPE "B" a ' a .a o.p a o'p 3 12" 611 � o a 3" Ll 3" �9 11/16" -� 20 5/16" TYPE "C" NOTES: 1. REINFORCED TYPCE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) 2. 30" CURB AND GUTTER IS NOT STANDARD AND SHALL ONLY BE USED WITH PERMISSION OF CITY ENGINEER. REVISED TYPICAL 30" CURBS �'� C;tv of MAY 2014 AND GUTTER SECTIONS Lubb6ck PLATE NO. TEXAS 36-10 FLOWABLE FILL SHALL BE USED TO REPLACE BASE MATERIAL CONTRACTION REMOVED. SEE PLATE NO. 36-4 JOINT #4 DEFORMED STEEL BARS @ 12" O.C. BOTH WAYS. A — — \ FLOWLINE-10' — — CONTRACTION TRACTIONJOINT Tq rTRANSITIONS z 36-16EGARDINGzIONS F- r L n X=DISTANCE LIP TO LIP z DO NOTES: 1. CLASS "B" CONCRETE 3,000 P.S.I. @ 7 DAYS 2. MAINTAIN LIP UP GUTTER SECTION WITH 1" INVERT TO VALLEY GUTTER 3. TRANSITION FLOWLINE AND MAINTAIN 1" PLAN VIEW INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER DEPTH: 6"- RESIDENTIAL STREETS 8"- COLLECTORS & ARTERIALS BASE -----, 3" 5'___T____5� SECTION A -A 2" MIN. TYPE "C" H.M.A.C.SURFACE. BASE _ FLOWABLE FILL SEE PLATE NO. 36-4. REVISED CONCRETE VALLEY CityAPR. 2020 GUTTER & FILLET DETAIL kLubbo'c3'k PLATE NO. 5 36-11 CALICHE BASE HMAC SURFACE 6" 2" RESIDENTIAL 8" 2" COLLECTOR 10" 2.5" INDUSTRIAL 12" 3" MINOR ARTERIAL 12" 5" PRINCIPAL ARTERIAL H.M.A.C. SURFACE. NOTE: WIDTH AND CROWN VARY SEE SECTION 8.2.02 7 CALICHE BASE 1. STREETS WITH ANTICIPATED ABNORMAL TRAFFIC LOADS, SUCH AS TRUCKS AND BUSES, SHALL REQUIRE A SPECIFIC DESIGN TO BE APPROVED BY THE CITY ENGINEER. RESIDENTIAL/COLLECTOR/IN DUSTRIAL I V V %-Mkl ECTION CONTINUOUSLY REINFORCED CONCRETE PAVEMENT 6" THICK RESIDENTIAL, COLLECTOR, AND INDUSTRIAL 7" THICK MINOR ARTERIAL 9"THICK PRINCIPAL ARTERIAL TYPICAL STREET CROSS -SECTIONS City. of Lubbock TEXAS 6" 12 5/8" REVISED ]AN. 2020 PLATE NO. 36-12 EXISTING SIDEWALK YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL VARIES 0" C. C. OR 3& G. SECTION A -A ONLY APPLIES AT DEPRESSED ALLEY RETURNS A A STREET ALLEY STREET NOTES: 1. ALLEY RADII MAY VARY. 2. SEE OTHER PLATES FOR RAMP DETAILS TYPICAL LOCATIONS FOR CURB RAMP EXISTING SIDEWALK 1:12 SLOPE TO BE CONSTRUCTED YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL INSET 2B I YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL i 1:12 SLOPE LENGTH VARIES, DUE TO 1:12 MAX. wd SLOPE OF RAMP. , r r oxv War City of Lubbock TEXAS REVISED FEB. 2017 PLATE NO. 36-13 r� VARIES 4'VARIES T.O.C. �1 1:12 SLOPE �1;12 SLOPE FLOWLINE SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. i PROPERTY LINE F- < ? ss CURB &. GUTTER 4' MIN. 4" MIN. J THICKNESS. MINIMUM FINISHED THICKNESS TO BE 4" -VARIES- (10' TYPICAL) R=VARIES 9 YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. VARIES 24" MIN. 1:1�EOP MAX YELLOW CAST IN PLACE - REPLACEABLE TRUNCATED DOME PANEL. 4" MAX SECTION A -A SEE PLATE NO. 36-16(A) FOR GENERAL NOTES ON A.D.A. RAMPS CONSTRUCTION. 6 SLOPE 5% MAX BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP �'� '� 11� REVISED (WITH TYPICAL 4' SIDEWALK � C't` of FEB.2017 Lubbock PLATE NO. ALONG PROPERTY LINE) TEXAS 36-14 T.O.C. r--VARIES4'VARIES�1 1 i LOPE FLOWLINE FRONT VIEW VARIES - (10' TYPICAL) I I SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. ,{ TRANSVERSE -- 1:50 MAX. i 1 i i PROPERTY LINE CURB & GUTTER SEE PLATE NO. 36-16(B) FOR GENERAL NOTES ON A.D.A. RAMP CONSTRUCTION. R=VARIES RAMP = 50.8 SQ. FT. OF CONCRETE FLATWORK YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. VARIES 24" MINN 1:12 SLOPE MAX. z YELLOW CAST IN PLACE REPLACEABLE TRUNCATED v DOME PANEL. 4" MAX r 6 SLOPE 5% MAX BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP 10V REVISED �'� '� (WITHTYPICAL 5' OR 6' SIDEWALK �o City of FEB.2017 Lubbock PLATE NO. ALONG CURB BACK) TEXAS 36-15 A IN RADIUS RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. IN STRAIGHT C. & G. GROOVE JOINTS EACH SIDE OF RAMP o . TOP OF CURB BITUMINOUS -" EXPANSION JOINT (FULL DEPTH)LOCATED ALONG BACK OF CURB NEW CONSTRUCTION. _o0 0 A YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANELS AFFIXED, FOLLOWING MANUFACTURER'S INSTRUCTIONS, TO PROPERLY CONSTRUCTED, CURED AND PREPARED 4" CONCRETE SLAB. MAINTAIN GUTTER FLOWLINE. m N ZVARIES g g o 0 0 0 0 00 00goO O O O — VARIES ev v'D.a v'Daa v'D.a RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. SHEET 1 OF 2 0�� REVISED TYPICAL ADA . ,# rL' C;t�. of FEB. 2017 RAMP PLAN L {.� I b 6 ck PLATE NO. TEXAS 36-16(A) �4' M. VARIES 24" MIN. 1:I2 SLOPE (MAX.) vpv 4" MIN. THICKNESS. YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. 4" MAX SECTION A -A g SLOPE 5% MAX BITUMINOUS -" EXPANSION JOINT AS REQUIRED BEHIND CURB. CLASS "A" CONCRETE SHALL YELLOW CAST IN PLACE CONFORM TO APPLICABLE REPLACEABLE TRUNCATED DOME. SPECIFICATIONS. �4" MIN. THICKNESS SECTION B-B NOTES: 1. CAST IN PLACE REPLACEABLE TRUNCATED DOME, DETECTABLE WARNING SYSTEM PANELS, USED HEREIN, SHALL BE MANUFACTURED BY ADA SOLUTIONS (WWW.ADATILE.COM), OR APPROVED EQUAL, AND SHALL BE LAID TO WHERE THE DOMES ARE UP AND THE LONG AXIS OF THE PANEL SHALL BE PERPENDICULAR TO THE DIRECTION OF TRAVEL. 2. RAMP TEXTURES SHALL CONSIST OF TRUNCATED DOMES SURFACES. TRUNCATED DOME DIAMETER, HEIGHT AND SPACING SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS), ADMINISTERED BY THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). TEXTURES ARE REQUIRED TO BE DETECTABLE UNDERFOOT. SURFACES THAT WOULD ALLOW WATER TO ACCUMULATE ARE PROHIBITED. THE PANELS SHALL BE AFFIXED AT THE PRESCRIBED LOCATION, TO THE PROPERLY CURED AND PREPARED CONCRETE IN THE MANNER AND USING THE MATERIALS SPECIFIED BY THE MANUFACTURER. two F31(P991Cy3E9:/1No 3;wiO4)iPd111►Iq;Xy19l 29001 ya�ZleIIPI0 71 4. ALL SLOPES SHOWN ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. RAMP LENGTH OR GRADE OF SIDEWALK APPROACH MAY BE ADJUSTED AS DIRECTED BY THE ENGINEER. TAS REQUIRED DIMENSIONS AND SLOPES ARE PARAMOUNT. IF SITE CONDITIONS PREVENT A RAMP FROM BEING CONSTRUCTED, AS -DRAWN, TO WORK AS INTENDED AND COMPLY WITH THE REQUIRED SLOPES, THEN THE RAMP CONSTRUCTION MUST BE ADJUSTED TO COMPLY WITH THE REQUIRED SLOPES. ALL CONSTRUCTION QUESTIONS SHALL BE DIRECTED TO THE ENGINEER. 5. MAXIMUM ALLOWABLE CROSS -SLOPE ON SIDEWALK AND RAMP SURFACES IS 2%. ALL CONCRETE SURFACES SHALL RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE ON THE PLANS. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TAS. SHEET 2 OF 2 �� REVISED TYPICAL ADA rL' C;t�. of FEB. 2017 RAMP PLAN L' 7 Il.f b 6 ck PLATE NO. TEXAS 36-16(B) 2 2' i SLOPE ALONG GUTTER VARIES SLOPE ALONG GUTTER VARIES SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT FILLET KEYED NOTES (1 SLOPE ALONG BACK OF CURB AT RAMP OPENING SHALL NOT EXCEED 2%. 2) SLOPE FROM BACK OF CURB AT RAMP OPENING TO LIP LINE SLOPE ALONG SHALL NOT EXCEED 5%. GUTTER VARIES 2' -4" MIN. - THICKNESS. TYPICAL ADA RAMP DETAIL SLOPE ALONG GUTTER VARIES P VARIES 24" N 1:12 SLOPE (MAX.) YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. 4" MAX SECTION A SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT CURB r (' SLOPE 5% MAX '•<.°.I BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. City of Lubbock TEXAS REVISED FEB. 2017 PLATE NO. 36-17 I I I I i i i TOOLED i JOINT � � I I I I I I I I � � � � I I I I i i i F- a i Z I M 10' Z I 0 I I i I p aLu I Z� w I w u- I I I I m I o TOOLED JOINT I I o � I I � I I I � � I I I I I^ I 5' i i � I I I I I I � � EXPANSIONJOINT I I I I i I I A A 20' ROW 20' w 5' 10' 5' LUZw w � v. Oz 6"X6" - 6 GAUGE WELDED WIRE SECTION A -A NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB FABRIC OR #4 DEFORMED STEEL AND 1" FROM BOTTOM OF SLAB EACH SIDE. BARS 12" O.C. BOTH WAYS, LOCATE BY MEANS OF CHAIRS OR PLASTIC CENTERED IN SLAB. STAKES (NOT METAL OR WOOD). REVISED � City- of FEB. 2017Lubb4C% TYPICAL ALLEY PAVING PLATE NO. TEXAS 37-1 R—IA RESIDENTIAL 52' ROW 32' FF R-2 SCHOOL AND R-1 RESIDENTIAL COMMERCIAL 56' ROW 60' ROW �FF 42' FF COLLECTOR INDUSTRIAL �64'ROW� 60'ROW� lt746' FF 42' FF MINOR ARTERIAL MAJOR ARTERIAL 100' ROW 110' ROW 66' FF 88' FF NOTE: FF DIMENSIONS ARE FROM FACE OF CURB TO FACE OF CURB. REVISED CITY OF LUBBOCK *e City of APRIL 2020 STREET STANDARDS Lubbock PLATE NO. TEXAS 38-1 COLLECTOR FLARE AT INTERSECTION WITH A ARTERIAL MINOR OR MAJOR ARTERIAL - *City Of Lubbock REVISED APR. 2020 PLATE NO. 38-2 MINOR ARTERIAL RIGHT TURN LANE (FLARE) MINOR OR MAJOR ARTERIAL - *City Of Lubbock REVISED APR. 2020 PLATE NO. 38-3 MAJOR ARTERIAL RIGHT TURN LANE (FLARE) - MINOR OR MAJOR ARTERIAL *City Of Lubbock REVISED APR. 2020 PLATE NO. 38-4 R=40' (MIN.) FACE OF CURB R=50' (MIN.) FPO OF Gv�g PROVIDE A CONCRETE CURBED CHANNEL AND ACCESSIBLE RAMPS FOR DRAINAGE WHERE NECESSARY. 4' PEDESTRIAN ACCESS EASEMENT --< �I (REQUIRED ONLY WHERE CUL-DE-SAC LOTS ARE ADJACENT TO A STREET) I IF NEEDED FOR DRAINAGE, A 20' MINIMUM I I I DRAINAGE EASEMENT SHALL BE REQUIRED. I I I I I i I I R=40' ADJACENT ALLEY OR STREET REVISED 50' R.O.W. RADIUS STANDARD �';# C;tv of FEB. 2017 CUL-DE-SAC LuI b 6 ck PLATE NO. TEXAS 38-5 (52') OR (56') RIGHT OF WAY FACE TO OR 10' R=40' (MIN.) R=40' FRCE OF CURB 10' 50'(MIN.) 8' PROVIDE A CONCRETE CURBED CHANNEL AND ACCESSIBLE RAMPS FOR DRAINAGE WHERE NECESSARY. 4' PEDESTRIAN ACCESS EASEMENT �I (REQUIRED ONLY WHERE CUL-DE-SAC LOTS ARE ADJACENT TO A STREET) I I I I IF NEEDED FOR DRAINAGE, A 20' MINIMUM I I I DRAINAGE EASEMENT SHALL BE REQUIRED. I I I I I I I I I I I 43' R.O.W. RADIUS R-1 & (R-IA) CUL-DE-SAC ADJACENT ALLEY OR STREET oxv War City of Lubbock T E X A 5 REVISED FEB. 2017 PLATE NO. 38-6 2% MIN 4% MAX DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH #4 BARS @ 36" O.C. TRANSVERSE #4 @ 12" O.C. LONG OR EQUIVALENT FIBER 6" PORTLAND CEMENT CONCRETE PAVEMENT MIN. CEMENT CLASS C. COMPRESSIVE STRENGTH OF 3,600 PSI @ 28 DAYS) 0:•11(»►IIf_1I&I1:14:11 CONCRETE PAVING N.T.S. 2% MIN 4% MAX 12" COMPACTED SUBGRADE 12" -I F- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK oxv War *Lubbi6 ckXAS REVISED FEB. 2017 PLATE NO. 38-7 20%lb MIN 2% MIN 4% MAX 4% MAX i- 0 DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH #4 BARS @ 24" O.C. TRANSVERSE #5 @ 12" O.C. LONG 7"PORTLAND CEMENT CONCRETE PAVEMENT MIN. CEMENT CLASS C. COMPRESSIVE TRENGTH OF 3,600 PSI @ 28 DAYS) MAJOR COLLECTOR (C-1) (I-1) CONCRETE PAVING N.T.S. 12" COMPACTED SUBGRADE 12" -I F- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK City of Lubbock T E X A 5 REVISED FEB. 2017 PLATE NO. 38-8 TRAVEL LANE Z TRANSVERSE CONSTRUCTION JOINT TRAVEL LANE ADDITIONAL STEEL BARS Z Y LONGITUDINAL CONTRACTION JOINT Fx Y LONGITUDINAL CONSTRUCTION JOINT c X LONGITUDINAL STEEL TRANSVERSE STEEL � N � N N a c c c c c d TIE BARS a ISINGLE —c/2 TIE PIECE a BARS c/ 2 PAVEMENT OR SHOULDER EDGE GENERAL NOTES —LUNCil I UUINAL CONTRACTION JOINT LONGITUDINAL CONSTRUCTION JOINT TYPICAL PAVEMENT LAYOUT PLAN VIEW (NOT TO SCALE) PAVEMENT OR SHOULDER EDGE 1. ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED 7. TRANSVERSE STEEL SHALL BE PLACED TO WITHIN 2" OF THE STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996 BACK OF CURB. (GRADE 60) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM TO TABLE NO.1 AND TABLE NO.2. S. (b) = TRANSVERSE STEEL AND TIE BARS SPACING (c) = LONGITUDINAL STEEL AND TIE BARS SPACING 2. STEEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1 IN. HORIZONTALLY AND +/- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING (SEE TABLE 1 AND 2 PLATE 38-10) (CONCRETE PLACEMENT WIDTH / NUMBER OF LONGITUDINAL BARS) SHALL CONFORM TO TABLE NO.1 3. PAVEMENT WIDTHS OF MORE THAN 25 FT. SHALL HAVE A LONGITUDINAL JOINT (SECTION Z-Z OR SECTION Y-Y). THESE JOINTS SHALL BE LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT LOCATION IS SHOWN ELSEWHERE ON THE PLANS. 4. THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT (SECTION Z-Z) SHALL BE ONE THIRD OF THE SLAB THICKNESS (T/3). 5. OMIT TIE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE CONSTRUCTION JOINTS (SECTION X-X). USE HAND -OPERATED IMMERSION VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED JOINTS. 6. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM OF 25 IN. STAGGER THE LAP LOCATIONS SO THAT NO MORE THAN 1/3 OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12-FT. WIDTH AND 2-FT. LENGTH OF THE PAVEMENT. RESIDENTIAL AND COLLECTOR STREET City REVISED FEB. 2017 CONCRETE PAVING DETAILS of Lubbock PLATE N0. 1 OF 3 TEXAS 38-9 L=50" ADDITIONAL JOINT SEALING L/2 STEEL BARS MATERIAL dT TZ2 TRANSVERSE BARS LONGITUDINAL BARS NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT. TRANSVERSE CONSTRUCTION JOINT SECTION X - X 50" FOR #5 BAR 42" FOR #4 BAR 25" FOR #5 BAR TIE BARS MAY BE JOINT SEALING 21" FOR #4 BAR IN SAME PLANE AS MATERIAL TRANSVERSE BARS TIE BARS,SINGLE OR MULTIPLE -PIECE ---- T MIN.CLEAR-Z"� ----- ------------------ -- T/2 c ' c ' a' a, c Ic LONGITUDINAL BARS TRANSVERSE BARS LONGITUDINAL CONSTRUCTION JOINT SECTION Y - Y 50" FOR #5 BAR, 42" FOR #4 BAR LONGITUDINAL JOINT SEALING 25" FOR #5 BAR BARS MATERIAL SAW CUT T/3 T /2 I I I I I I I f T T T T T l c c c/2c/2 c c TRANSVERSE BARS SINGLE PIECE TIE BARS SHOULD BE IN SAME PLANE AS TRANSVERSE BARS. LONGITUDINAL CONTRACTION JOINT SECTION Z - Z TABLE NO.1 LONGITUDINAL STEEL FIRST ADDITIONAL STEEL SLAB THICKNESS REGULAR SPACING BARS AT TRANSVERSE AND BAR SIZE STEEL BARS AT EDGE CONSTRUCTION JOINT OR JOINT (SECTION X-X) T BAR SPACING SPACING SPACING LENGTH (IN.) SIZE (c) (a) 2 x c L (IN.) (IN.) (IN.) (IN.) 6.0 #4 12 3 24 42 7.0 #5 12 3 24 50 TABLE NO.2 TRANSVERSE STEEL AND TIE BARS TIE BARS TIE BARS SLAB TRANSVERSE AT LONGITUDINAL AT LONGITUDINAL THICKNESS STEEL (b) CONTRACTION JOINT CONSTRUCTION JOINT SECTION Z-Z SECTION Y-Y (IN.) BAR SPACING BAR SPACING BAR SPACING SIZE (IN.) SIZE (IN.) SIZE (IN.) 6.0 #4 36 #4 72 #4 36 7.0 #4 24 #4 48 #4 24 RESIDENTIAL AND COLLECTOR STREET J10lvt � City- of CONCRETE PAVING DETAILS *Lu b6ck 2 OF 3 T E X A 5 REVISED MAY 2014 PLATE NO. 38-10 JOINT �„ XV SEALING COTINI4TIAL M ~\ CUT �1 F" SAWED LONGITUDINAL JOINT XV z JOINT SEALING COMPOUND CLASS 4,5 OR 7 a' BACKER ROD INITIAL SAW CUT TRANSVERSE SAWED CONTRACTION JOINT GENERAL NOTES JOINT Y„ XV SEALING COMPOUND V p ' f JOINT SEALING COMPOUND LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT JOINT SEALING COMPOUND CLASS 1 Y2" 4,5 OR 7 F TRANSVERSE FORMED EXPANSION JOINT 1. THE JOINT RESERVOIR FOR SEALANT SHALL BE SAWED UNLESS OTHER WISE SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE CONSTRUCTION AND THE TWO SAWED JOINTS. 2. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE MANUFACTURES REQUIREMENT AND PRIOR TO BEGINNING OPERATIONS, THE CONTRACTOR SHALL SUBMIT A STATEMENT FROM THE SEALANT MANUFACTURER SHOWING THE RECOMMENDED EQUIPMENT AND INSTALLATION PROCEDURES TO BE USED. 3. THE SAW CUT FOR THE LONGITUDINAL JOINT SHALL BE ONE FOURTH THE SLAB THICKNESS. 4. TRANSVERSE EXPANSION JOINT SHALL BE PLACED AT THE RADII OF INTERSECTING STREETS. 5. TRANSVERSE CONTRACTION JOINTS SHALL BE PLACED AT THE RADII OF INTERSECTING ALLEYS. RESIDENTIAL AND COLLECTOR STREET REVISED CONCRETE PAVING DETAILS*Lubbock City of APRIL 2019 PLATE NO. 3 OF 3 38_11 TYPE 'C' HMAC MINIMUM OF THE UPPER 12" (18" MINIMUM ON ARTERIAL 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. [V 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). NOTE: 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. 'Alo lr� - -% City of Lubbock rEYAS REVISED APR. 2020 PLATE NO. UEM-01 i L u SPLICE LENGTH 4" SAW CUT EXISTING CONCRETE PAVING COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT BACKFILL COMPACTED TO 95%t 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. ARTERIAL 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 T8" MINIMUM w °' �O ul y LnJ W J Z u� COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL NOTE: BAR SIZE MIN. SPLICE LENGTH 3 18" 4 18" 5 21" 6 25" 7 29" 8 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 3. FLOW FILL CAP OR STEEL PLATES REQUIRED BACKFILL; 1 1/2 SACK AND ARTERIAL IF PAVEMENT IS NOT REPAIRED IMMEDIATELY. 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 City of APR. 2020 AND ALLEY Lubbock PLATE NO. CUT REPAIRS I x a s UEM-02 CONCRETE CAP CLASS 'B' CONCRETE 3000 PSI AT 7 DAYS. # 4 BARS, 12" O.C. MAX. SPACING IN BOTH DIRECTIONS. BACKFILL COMPACTED TO 95%f 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. BRICK PAVING NOTE: 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. 4. FLOW FILL CAP OR STEEL PLATES REQUIRED IF PAVEMENT IS NOT REPAIRED IMMEDIATELY. 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). City 0f Lubb o ck TEXAS REVISED MAR. 2019 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). Alf War �# *Lubb'o of TEXAS 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). Alf. War City of 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). .11410 Ivor TYPICAL ALLEY PAVING CUT � city"f *Lubb6ck REVISED FEB. 2017 PLATE NO. 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 ARTERIAL 'Alwo'. REVISED City of APR. 2020 AND COLLECTOR WLubbock PLATE NO. PAVEMENT REPAIR Ilxns UEM-07 No Text No Text No Text G..bL( No Text A-1.3 Restrained Joint Table for Reducers Minimum length to be restrained on larger pipe (Feet): PVC Pipe Small Pipe Size (in.) Large Pipe Size (in.) 4 6 8 10 12 16 20 24 4 - 22 40 54 69 95 119 142 6 - - 23 41 57 86 112 137 8 - - - 23 42 75 103 129 10 - - - - 23 61 92 120 12 - - - - - 44 78 109 16 - - - - - - 44 80 20 - - - - - - - 44 24 - - - - - - - - D.I. Pipe Branch Pipe Size (in.) Run Pipe Size (in.) 4 6 8 10 12 16 20 24 4 - 12 21 29 36 50 63 75 6 - - 13 22 30 46 59 72 8 - - - 12 22 40 54 68 10 - - - - 13 32 49 63 12 - - - - - 23 42 57 16 - - - - - - 23 42 20 - - - - - - - 24 24 1 - - - - - - - - Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test Pressure 100 psi, and minimum restrained length of small size pipe to be 1/2 that listed here. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Design Standards and Specifications for Water and Sewer No Text A � -2�r c6"�'k Iubb TEXAS Approved Materials and Manufacturers List Application For New Product(s) Note: Incomplete applications will be returned unprocessed. Date of Application: Company Name Address Contact Person Position Phone Number Email Fax Number Manufacturer (If not applicant) Supplier (If not applicant) Product Nomenclature Model No. Series Description/Use of Product Have you included a sample? Would you like this sample returned? List Testing Certifications (Required) 1. List Attached Items (Provide five copies of each) 1. 2. 2. 3. 3. 4. 4. 5. 5. 6. 6. 7. 7. Application No. Comments: ****Do not write below this line - - For City use only**** (Ex. 2014-01) Approved By: Title: Accepted Rejected No Text CERTIFICATE OF COMPLETION DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER CONTRACTOR'S AFFIDAVIT TO DEVELOPER I certify that the work under the above named project, including all amendments thereto, has been satisfactorily completed in accordance with the engineering plans and specifications and in accordance with the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications; that no liens have been or will be attached against the property and improvements of the owner; that no suits are pending by reason on the project under the contract; and no public liability claims are pending. CONTRACTOR/DEVELOPER ADDRESS: PHONE: SIGNED: PRINTED: TITLE: RECOGNITION BY CITY OF LUBBOCK An inspection of the work on the above referenced Project was conducted on Those participating in the inspection (final walk-through) were and The inspection revealed that the infrastructure inspected has been completed substantially in accordance with the plans and specifications and is recommended for acceptance on City of Lubbock By Printed Name Title Rev. 05-01-2014 No Text DEVELOPER WARRANTY STATEMENT DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER WARRANTY STATEMENT TO THE CITY OF LUBBOCK As the developer of the above referenced development, I guarantee the improvements installed by my Contractor and inspected, tested, and accepted by the City of Lubbock to be free from defects for a period of one year for water and/or sewer improvements and two years for paving and or drainage improvements from the date the infrastructure is accepted by the City of Lubbock. 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. The Contractor, Engineer/Surveyor, Record Drawing submittal date, and the Substantial Completion Date are listed below. CONTRACTOR ENGINEER/SURVEYOR: RECORD DRAWING SUBMITTAL DATE: SUBSTANTIAL COMPLETION DATE: DEVELOPER CONTACT INFORMATION DEVELOPER ADDRESS: PHONE: EMAIL: SIGNED: PRINTED: LIMITATIONS This warranty does not include damage to underground utilities caused by others due to excavation or boring activities after the date of the infrastructure is accepted by the City of Lubbock. This warranty does not include any cosmetic damages or the results of any cosmetic damages to either above ground utility infrastructure or paving/drainage improvements occurring after the date of substantial completion. These cosmetic damages may include but are not limited to gouges in asphalt from vehicular traffic excluding all construction equipment related to the development, the failure of asphalt due to water ponding beyond the control of the Developer, any natural disaster, or utility work within dedicated Public Right of Way. Rev. 05-01-2014 No Text Ar,�City of Lubb o ck SO T E X A 5 LEGAL DESCRIPTION: ENGINEERING FIRM: E-MAIL: PHONE NUMBER: PAVEMENT MUNICIPAL IMPROVEMENTS SUBMITTAL CHECKLIST ADDRESS: CONTACT: DATE: � w a w o Q CRITERIA ua a NOTES w F W � z z General Requirements Provide 2 sets of plan for review Provide review fee calculations Provide payment for review fee Drawings shall be no larger than 24"x36". Include a Location map Include a Title Block (lower right corner preferred) Drawing Scale shall be Horizontal 1"=50' or 1"=20' Vertical 1"=1' or 1"=2' Include original date and revision dates Include Name of Professional Engineer Include Firm Name and Contact Information Include Legal Description of Property Being Improved Include Drawings Numbers Include City of Lubbock Inspector Contact Information 806-775-3751. Include Note on Plans "All work shall be in accordance with the City of Lubbock Minimum Design Standards and Specifications." Plan Include Benchmark and Datum Include North Arrow V/ o w rl w z a CRITERIA �ww a NOTES � Q A z w w z Include ROW lines, property lines and lot numbers Include Street Names and Easements with Width Dimensions Include Existing Curbs and Paving (Gray) Include Proposed Curbs and Paving (Bold) Include Spot Elevations on Radii, Dips, Grade Breaks, and Ditches Include Location and Direction of Dips Include Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.) Profile Include Existing Ground Surface at Curb Lines (Gray) Include Existing Gutters or Flow Lines (Gray) Include Proposed Gutters or Flow Lines (Bold) Include Stationing with Profiles Indexed to Plan View Include Intermediate Station Numbers and Elevations at Points of Grade Change and Radii Include Ditch Grades Include Existing and Proposed Utilities Where Crossed Detail Sheet Details are not required when engineers plans refer to City standards Include all non-standard details Overall Layout Sheet — As Required Drawing Scale shall be 1 "=100' Include Lot Lines Include Streets and Street Names City of Lubbock TEXAS LEGAL DESCRIPTION: ENGINEERING FIRM: E-MAIL: PHONE NUMBER: WATER AND SEWER MUNICIPAL INFRASTRUCTURE SUBMITTAL CHECKLIST ADDRESS: CONTACT: DATE: 0 w y F .a � Q CRITERIA w z NOTES U .a C1. W y � W W General Requirements Provide 2 plan sets for review Provide fee calculations (Pro Rata) Provide payment of review fee Include a Location map All drawings shall be approximately 24-inch by 36-inch in size Include the legal description of property being improved Include a title block (Lower right hand corner preferred) Make the drawings to standard engineering scale (with graphic scale representation shown on plans) Include original date and revision dates Include the name of the Professional Engineer Include Professional Engineer's seal Include the Firm name and contact information Include City of Lubbock Engineering Department Contact Information: Development Engineering Services: (806) 775-2347 Senior Inspector: (806) 548-4152 Include Drawing number(s) Includes statement: "All work shall be performed in accordance with the City of Lubbock Design Standards and Specifications." Plans Include Bench Marks H O 'a W CRITERIA w z .a NOTES Include Location control dimensions Include North Arrows Include Property Lines Include Street Names and Easements with Width Dimensions Include Existing Buried Utility Lines Location and Depth (Gray -Dashed) • Water • Gas • Communications • Storm drains • Sanitary sewers • Electric Include Other Pertinent Details (Structures, Curbs, Water Courses, Etc.) Include Proposed water/sewer mains (Bold — Solid) Label proposed diameters Label proposed materials Include proposed manholes Label water line elements (fittings, tees, crosses, reducers, bends, plugs, blow -offs, thrust blocks, valves and fire hydrants) Include stationing and other number designations Include elevation of inverts in and out of manhole Include elevation of manhole rim Label manhole stub -outs Include proposed future extensions Include proposed service connections or stub - ins Include proposed concrete encasement Include proposed cut-off walls Include easement description for offsite easements. Make utility easements have correct orientation and offsets (water north & west, sewer 10ft from water lines) Profiles Include ground surface — existing (dotted) and proposed (Solid) Include station numbers Include length between manholes and depth of cut Include existing and proposed utilities where crossed H O 'a W CRITERIA w z .a NOTES Include existing manhole invert and rim elevations Include Plan, Profile, and Complete Details for off -site transmission mains, lift stations, special valves and vaults, tanks, etc. Water Design Include water line summary Include overall layout (scale 1" = 100') Include Profiles at large utility crossings including sewer mains >10", fiber or electric duct banks, storm sewers, etc. Include profiles for 12" or larger water lines. Verify existing lines for tie-in Abandoned line procedure followed Boring and casing standards followed Include shutoff valves (12" or < dist. mains <600ft, larger mains <800ft) Include a fire hydrant within 500ft of each structure Make a looped system Water lines shall be 2 ft. above existing sewer lines (and force mains) Make joint spacing and clearances of 9ft at sewer crossing No stub outs under paving No dead end mains > 150ft No developed lines that cut off adjacent plots from future water No service taps off streets No size on size municipal taps without approval Sewer Design Include overall layout (scale 1" = 100') Include profiles Verify existing line for tie-in Abandoned line procedure followed Gradients follow: • 6 in diam 0.60-12.35% • 8 in diam 0.40-8.40% • 10 in diam 0.28-6.23% • 12 in diam 0.22-4.88% • 15 in diam 0.15-3.62% • 18 in diam 0.12-2.83% All shallow manholes (<16ft) on small sewer lines (<15in diam) have 48in diam manholes spaced at <500ft All deep manholes (>16ft) on small sewer lines (<15in diam) have 60in diam manholes spaced at <500ft H O 'a W CRITERIA w z .a NOTES All manholes on large sewer lines (>15in diam) have 60in diam manholes spaced at <800ft Protective coatings specified on all large and drop manholes and manholes receiving force main discharge Max sewer service tap depth of 12ft (or Engineering Department approval) Water lines shall be 2 ft. above existing sewer lines (and force mains) Joint spacing and clearance of 9ft at sewer crossing Inlet drops in manholes follow: • Inlet angle <30 degree drop 0.10ft min • Inlet angle >30 degree drop 0.20ft min Inlet with <24 in drop must be filleted Drop manhole (>24in drop) follow: • Existing manholes drop inside • New manholes drop outside No stub outs under paving REFUND CONTRACT NO. City of *Lubbock TEXAS REFUND CONTRACT DECLARATION DEVELOPMENT LEGAL DESCRIPTION OF PROPERTY: DEVELOPER/OWNER: ADDRESS: NUMBER STREET CITY CERTIFIED REFUND INTENT STATE ZIP ❑ I accept the terms of this Refund Contract (the "Contract') and request the adjacent mains fees collected by the City of Lubbock (the "City"), for the infrastructure improvements ("Improvements") on the developed property listed above (the "Property"), be released to me as a refund within 6 (six) months of receipt. ❑ I hereby knowingly, and willingly waive the right to a refund for adjacent mains fees for Improvements accepted by the City on behalf of the Property (including all lines not shown in "Exhibit A") due to separate agreements made with adjacent property owners or for any other reason. The City and the undersigned developer, Property owner, and/or authorized representative of the developer or Property owner, pursuant to Section 22.05.015 of the City of Lubbock Code of Ordinances, does hereby enter into this Contract for Water and/or Sewer Infrastructure. The execution of which is upon acceptance of infrastructure by the City, which requires infrastructure development that is performed in accordance with Section 22.05.010, including, but not limited to receipt of as-builts of the water and sewer improvements as outlined in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. The parties hereto, by execution of this Contract, acknowledge and agree that the amount of the refund, if any, shall ultimately be determined, in part, on the number of adjacent property owners electing to connect to the infrastructure during the term of the Contract, and further paying the appropriate adjacent main fee. During the term of this Contract, the City shall hold, in trust, adjacent main fees collected in connection with the Property, and periodically release funds therefrom, to eligible applicants, for any associated extensions. The City makes no representation as to, nor does it warrant, the amount of refund eligible under the Contract, and the City is under no obligation to pay, from its own funds, any portion of the refund. The lines subject to this Contract are attached as "Exhibit A" (which shall include record p. 1of2 Refund Contract drawings including the water and sewer refund calculation spreadsheet for each line the developer is requesting the refund of fees collected), attached REFUND CONTRACT NO. and incorporated herein. The term of this refund contract shall be fifteen (15) years from the date of execution, and in no case shall the City be liable to issue refunds after such term. No interest shall accrue or be paid on any funds held by the City. PRINTED NAME OF DEVELOPER/ PROPERTY OWNER OR AUTHORIZED REPRESENTATIVE SIGNATURE BELOW TO BE COMPLETED BY THE CITY Lines Accepted On: Authorized By the City: LUBBOCK ASSISTANT CITY MANAGER DATE DATE p. 2of2 Refund Contract 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.