Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2014-R0104 - Contract - Utility Contractors Of America Inc.- Sewer Extension - 03_27_2014 (3)
Resolution No. 2014-RO104 March 27, 2014 Item No. 5.9 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. 11709 for South Lubbock Sanitary Sewer Extension Phase 1-Bid Package B, by and between the City of Lubbock and Utility Contractors of America, Inc., 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 March 27, 2014 GLEN'- �.�jt . ATTEST: Rebepca Garza, City APPROVED AS TO CONTENT: k. 96il R. Keith Smith, P.E., Director of Public Works APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-Utility Contractors March 4, 2014 Contract is viewable in the Office of the Citv Secretary 'c ibbok RFP No. 14-11709-TF ADDENDUM # 1 Revised Proposal Submittal Form/Clarifications RFP 14-11709-TF South Lubbock Sanitary Sewer Line Extension Phase 1 - Bid Package B 10 1 qW ®QC), DATE ISSUED: February 17, 2014 CLOSE DATE: February 25, 2014 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP) Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Specification Clarifications/Changes 1. Revised Proposal Submittal Form The following items on the Proposal Submittal Form have been revised and must be submitted with the proposal. The complete revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the pages of the Proposal Submittal Form. There are added items and the bid item numbers have changed. The following items have been revised: • Fiberglass sewer pipe by open cut pay items have been modified to include the pipe stiffness. 6" C-900 DR-18 PVC water pipe has been modified to a quantity of 561 LF. _, • Asbestos cement pipe removal is now quantified by the linear foot and is 500 LF. • The pay item for excavating and salvaging the existing asphalt has been deleted. • A pay item for Unclassified Embankment has been added. • The compacted subgrade pay item name was changed to 12" instead of 6". • Added items for cut and plug of existing water and sanitary sewer lines. 2. General Instructions to Offerors Revision to the deadline to receive request for interpretation from February 18`h to February 20"' DELETE: The last sentence of section 3.2. REPLACE WITH: 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. DELETE: The second to last sentence of section 12.1. REPLACE WITH: 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. DELETE: The first paragraph in section 12.2. REPLACE WITH: NO PROPOSER 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 3. General Conditions to the Agreement Revision to item number 44 Correction of Work. DELETE: The second paragraph of item 44. REPLACE WITH: Neither the final payment, nor certification of final 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 two (2) years from the date of certification of final completion by Owner's Representative. 4. Specification 01020 -Measurement and Pa, ent Revised measurement and payment specification to reflect changes in the proposal submittal form. DELETE: The entire specification 01020. REPLACE WITH: Attached specification 01020-R 5. Specification 01140 —Work Restrictions Revision to working hours to remove the restriction of Saturday work not requiring the observation of the Owner. Saturday work requiring the observation of the owner will be allowed. DELETE: The second sentence of paragraph 1.5.A. REPLACE WITH: N/A 6. Sp cification 02225 — Utility Trench Excavation and Backfill Revision to the backfill material specification. DELETE: Item 2 under section 3.3.D Trench Backfill-Backfill Material. REPLACE WITH: 2. Backfill Material a. Final backfill 1) Backfill with: a) Acceptable backfill material, b) Blended backfill material, or c) Select backfill material, CSS, or flowable fill. 7. Specification 02317 — Excavation and Backfill for Structures Revision to items within definitions, tests, and field quality control. DELETE: Item C under section 1.4 Definitions REPLACE WITH: Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. For flexible wall pipe, the haunching material extends to a minimum of 6" and a maximum of 12" above the top of the pipe. DELETE: Item B under section 1.8 Tests. REPLACE WITH: Perform field density tests in accordance with the requirements of Section 02225 - Utility Trench Excavation and Backfill. DELETE: Item 1 under section 3.9.E Field Quality Control. REPLACE WITH: Perform field density tests in accordance with the requirements of Section 02225 - Utility Trench Excavation and Backfill. 8. Specification 02320 — Backfill Materials for Structures Revision to material descriptions to be consistent throughout specifications. DELETE: Item A under Part 2.1. REPLACE WITH: A. Sand 1. Sand backfill material shall be in accordance with the requirements of Section 02225 — Utility Trench Excavation and Backfill DELETE: Item B under Part 2.1 REPLACE WITH: B. Cement Stabilized Backfill 1. Cement stabilized backfill material shall be in accordance with the requirements of Section 02225 — Utility Trench Excavation and Backfill DELETE: Item E under Part 2.1. REPLACE WITH: E. Gravel Embedment 1. Gravel embedment material shall be in accordance with the requirements of Section 02225 — Utility Trench Excavation and Backfill Plan Set Clarifications/Changes 1. Sheet C 3 General Construction Notes Revised notes 13 and 23. DELETE: Sheet C 3. REPLACE WITH: Attached Sheet C 3A. 2. Sheet C 7 Clarification to depths of manholes for flow meter installation. The approximate depths of the existing manholes (rim to top of pipe) that the flow meters will be installed in as shown on sheet C 7 are listed below. The contractor will be responsible for verifying the exact depths. The lengths of the Flo -Station cable shown in the equipment list on sheet C 7 are the plan distances from the manhole to the approximate location of the electrical equipment installation location. MH1=6ft MH5=12ft MH2=8ft MH6=14ft MH3=17ft MH7=15ft MH4=16ft 3. Sheet C 56 Sewer Details I Revised the backfill note on detail 3/C 56. DELETE: Sheet C 56. REPLACE WITH: Attached Sheet C 56A. 4. Sheet C 60 Proposed Typical Sections Removed alternative to 6" flexible base, clarified type of HMAC in 2" surface, revised depth of compacted subgrade in 100' ROW section. DELETE: Sheet C 60. 0 F i REPLACE WITH: Attached Sheet C 60A. 5. Sheet C 86 Roadway Details I Revised detail 1/C 86; 4" base asphalt was changed to Type B (ASB) and the asphalt base Type B shall be placed in two lifts not the surface course DELETE: Sheet C 86. REPLACE WITH: Attached Sheet C 86A. 6. Sheet C 116 and C 117 Traffic Control Detour II and III Added note 3 to the plan sheets. The intent is to allow the pipeline to be installed along MLK to 981" Street and allow the permanent pavement restoration to occur after the installation of the sewer line begins along 981" Street. DELETE: Sheets C 116 and C 117. REPLACE WITH: Attached Sheets C 116A and C 117A. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores a,mail.ci.lubbock.tx.us. Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, �U/, CITY OF LUBBOCK Marta Alvarez Director of Purchasing and Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if an 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 three (3) business days prior to the close date. A review of such notifications will be made. RF.V1RF.II PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 14-11709-TF — South Lubbock Sanitary Sewer Extension Phase 1 — Bid Package B Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a South Lubbock Sanitary Sewer Extension Phase 1 — Bid Package B having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Item Name of Pay Item Estimated Unit Unit Bid Price Amount Bid No. Quantity 1. MOBILIZATION 1 LS $ $ 2 OPERATIONAL AND BYPASS PUMPING 1 LS $ $ PLAN 3. 24-INCH FIBERGLASS SEWER PIPE (SN 46) 57 LF $ $ BY OPEN CUT (6-8 FT DEPTH) 4' 30-INCH FIBERGLASS SEWER PIPE (SN 46) 70 LF $ $ BY OPEN CUT (0-6 FT DEPTH) 5' 30-INCH FIBERGLASS SEWER PIPE (SN 46) 33 LF $ $ BY OPEN CUT (12-14 FT DEPTH) 6' 48-INCH FIBERGLASS SEWER PIPE (SN 46) 782 LF $ $ BY OPEN CUT (12-14 FT DEPTH) 7 48-INCH FIBERGLASS SEWER PIPE (SN 46) 2,192 LF $ $ BY OPEN CUT (14-16 FT DEPTH) 8 48-INCH FIBERGLASS SEWER PIPE (SN 46) 2,541 LF $ $ BY OPEN CUT (16-18 FT DEPTH) 9 48-INCH FIBERGLASS SEWER PIPE (SN 46) 3,164 LF $ $ BY OPEN CUT (18-20 FT DEPTH) 10. 48-INCH FIBERGLASS SEWER PIPE (SN 46) 4,081 LF $ $ BY OPEN CUT (20-22 FT DEPTH) 11. 48-INCH FIBERGLASS SEWER PIPE (SN 46) 3,683 LF $ $ BY OPEN CUT (22-24 FT DEPTH) IR Initial for Addendum I i-1 Item Name of Pay Item Estimated Unit Unit Bid Price Amount Bid No. Quantity 12. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 301 LF $ $ BY OPEN CUT (18-20 FT DEPTH) 13. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 102 LF $ $ BY OPEN CUT (20-22 FT DEPTH) 14. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 1,181 LF $ $ BY OPEN CUT (22-24 FT DEPTH) 15. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 3,816 LF $ $ BY OPEN CUT (24-26 FT DEPTH) 16. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 2,264 LF $ $ BY OPEN CUT (26-28 FT DEPTH) 17. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 561 LF $ $ BY OPEN CUT (28-30 FT DEPTH) 18. 54-INCH FIBERGLASS SEWER PIPE (SN 72) 150 LF $ $ BY OPEN CUT (28-30 FT DEPTH) 19. 54-INCH FIBERGLASS SEWER PIPE (SN 72) 797 LF $ $ BY OPEN CUT (30-32 FT DEPTH) 20 54-INCH FIBERGLASS SEWER PIPE (SN 72) 1,448 LF $ $ BY OPEN CUT (32-34 FT DEPTH) 21. 54-INCH FIBERGLASS SEWER PIPE (SN 72) 681 LF $ $ BY OPEN CUT (34-36 FT DEPTH) 22 54-INCH FIBERGLASS SEWER PIPE (SN 72) 1,124 LF $ $ BY OPEN CUT (36-38 FT DEPTH) 23 54-INCH FIBERGLASS SEWER PIPE (SN 72) 3,443 LF $ $ BY OPEN CUT (38-40 FT DEPTH) 24. 54-INCH FIBERGLASS SEWER PIPE (SN 72) 624 LF $ $ BY OPEN CUT (40-42 FT DEPTH) 30-INCH FIBERGLASS SEWER PIPE (SN 46) 25 AND 42-INCH STEEL CASING PIPE OR 165 LF $ $ TUNNEL LINER PLATE BY OTHER THAN OPEN CUT 48-INCH FIBERGLASS SEWER PIPE (SN 46) 26 AND 66-INCH STEEL CASING PIPE OR 1,720 LF $ $ TUNNEL LINER PLATE BY OTHER THAN OPEN CUT 54-INCH FIBERGLASS SEWER PIPE (SN 72) 27. AND 72-INCH STEEL CASING PIPE OR 505 LF $ $ TUNNEL LINER PLATE BY OTHER THAN OPEN CUT 28 FIBERGLASS TEE BASE WITH 5-FT DIA. 49 EA $ $ MANHOLE 29. FIBERGLASS TEE BASE WITH 5-FT DIA. 1 LS $ $ MANHOLE - STA. 87+92.00 30. 10-FOOT DIAMETER SANITARY SEWER 1 EA $ $ MANHOLE 2R Initial for Addendum 1 REVISED Item Name of Pay Item Estimated Unit Unit Bid Price Amount Bid No. Quantity 31. VORTEX FLOW INSERT - LINE A STA. 1 LS $ $ 20+89.15 32. 5-FT DIA FIBERGLASS DROP MANHOLE 1 EA $ $ CONNECT EXISTING SANITARY SEWER 33. PIPE (ALL SIZES) TO PROPOSED 1 EA $ $ MANHOLE 34. CONNECT PROPOSED PIPE TO EXISTING 1 EA $ $ MANHOLE 35. POLYMER CONCRETE JUNCTION 1 LS $ $ STRUCTURE - LINE B STA. 0+56.81 36. POLYMER CONCRETE JUNCTION 1 LS $ $ STRUCTURE - LINE C STA. 1+97.78 37 ABANDON EXISTING SANITARY SEWER 1 EA $ $ MAIN 38. CONCRETE ENCASEMENT 10 LF $ $ 39. VACUUM TESTING OF SANITARY SEWER 50 EA $ $ MANHOLES 40. POST CONSTRUCTION CLEANING AND TV 35,485 LF $ $ INSPECTION 41. TRENCH SAFETY SYSTEM 33,095 LF $ $ TEMPORARY EROSION, SEDIMENT AND 42. WATER POLLUTION PREVENTION PLAN 1 LS $ $ CONTROL 43. FLOW METERS 7 EA $ $ 44. 6" C-900 DR-18 PVC WATER PIPE 561 LF $ $ 45. CONNECT TO EXISTING ASBESTOS 1 EA $ $ CEMENT PIPE 46. ASBESTOS CEMENT PIPE REMOVAL 500 LF $ $ 47. 27" X 6" TAPPING SLEEVE AND 6" VALVE 1 EA $ $ 48. DUCTILE IRON WATER FITTINGS 0.2 TON $ $ 49. UNCLASSIFIED EXCAVATION 203 CY $ $ 50. UNCLASSIFIED EMBANKMENT 200 CY $ $ 51. 12" COMPACTED SUBGRADE 53,877 SY $ $ 52. FLEXIBLE BASE (6") 53,877 SY $ $ 3R Initial for Addendum 1 Item No. Name of Pay Item Estimated Quantity Unit Unit Bid Price Amount Bid 53. HMAC TYPE C (2") 46,715 SY $ $ 54. ASPHALT PAVEMENT TRENCH REPAIR 39,767 SY $ $ 55. CONCRETE PAVEMENT REPAIR 9,990 SY $ $ 56. GRAVEL ROAD REPAIR 1,196 SY $ $ 57. ASPHALT DRIVEWAY REPAIR 2,503 SY $ $ 58. CONCRETE DRIVEWAY REPAIR 756 SY $ $ 59. GRAVEL DRIVEWAY REPAIR 5,132 SY $ $ 60. CURB AND GUTTER REPLACEMENT 1,400 LF $ $ 61. CORRUGATED METAL PIPE CULVERT (24 ) 2,583 LF $ $ 62. SAFETY END TREATMENT (24") 122 EA $ $ 63. HYDROMULCH 97,200 SY $ $ 64. REFL PAV MRK TY 1 (W) 4" (BRK) (I00MIL) 2,500 LF $ $ 65. REFL PAV MRK TY 1 (W) 4" (SLD) (100MIL,) 31,974 LF $ $ 66. REFL PAV MRK TY 1 (Y) 4" (BRK) (100MIL) 8,520 LF $ $ 67. REFL PAV MRK TY 1 (Y) 4" (SLD) (100MIL) 18,300 LF $ $ 68. REFL PAV MRK TY 1 (W) 8" (SLD) (100MIL,) 500 LF $ $ 69. REFL PAV MRKR TY II - A - A 206 EA $ $ 70 REFL PAV MRK TY 1 (W) 24" (SLD) (100MIL) 200 LF $ $ 71. TRAFFIC CONTROL 12 MONTH $ $ 72. CUT AND PLUG EXISTING WATER LINES 8 EA $ $ 73 CUT AND PLUG EXISTING SANITARY SEWER LINES 8 EA $ $ Total Base Bid (Written) 4R Total Base Bid (Numeric) Initial for Addendum 1 REVISED ALTERNATE BID ITEM Item No. Name of Pay Item Estimated Quantity Unit Unit Bid Price Amount Bid 28A POLYMER CONCRETE MANHOLE 49 EA $ $ Offeror's Initials Offeror hereby agrees to commence the work on the above project on a date to be specified in the written "Notice to Proceed" of the Owner and to finally complete the project within the CONSECUTIVE CALENDAR DAYS specified thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $2,000.00 (TWO THOUSAND DOLLARS AND NO CENTS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any fonnality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to finally complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. 5R Offeror's Initials Initial for Addendum 1 r J REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. 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. (Sea] if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: - Fax: - Zip Code Email: FEDERAL TAX ID or SOCIAL SECURITY No. NI/WBE Finn: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) G'>fd Initial for Addendum 1 PART 1 -GENERAL SCOPE SECTION 01020-R MEASUREMENT AND PAYMENT The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. PAY ITEMS PAY ITEM NO. I - MOBILIZATION A. The cost for mobilization shall be limited to no more than 5% of the Contract amount for construction items (materials and labor) bid for this project. B. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. C. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum. 3. When 1% of the adjusted Contract amount for conshuction Items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 4. When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. 063126005 MEASUREMENT AND PAYMENT 01020-R - 1 Feb-14 J 5. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 6. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. PAY ITEM NO. 2 - OPERATIONAL AND BYPASS PUMPING PLAN This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to prepare an operational plan and bypass pumping plan as a shop drawing prior to beginning construction. The operational plan shall include, at a minimum, the contractor's sequence of construction to minimize disruption to the sanitary sewer collection system. The bypass pumping plan shall include those terms identified in the plans. Measurement for payment shall be on a lurnp sum basis. PAY ITEM NO. 3 THROUGH 24 — 54, 48, 30, AND 24-INCH FIBERGLASS SEWER PIPE BY OPEN CUT (VARIOUS DEPTHS AND PIPE STIFFNESS) This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to install the above referenced fiberglass sewer pipe by open cut at various depths measured to the flow line as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. PAY ITEM NO. 25 - 30-INCH FIBERGLASS SEWER PIPE (SN 46) AND 42-INCH STEEL CASING PIPE OR TUNNEL LINER PLATE INSTALLATION BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 30-inch SN 46 fiberglass sewer pipe and 42-inch steel casing pipe or tunnel liner plate including, but not limited to, casing spacers or steel skids, grout, and end seals as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. PAY ITEM NO. 26 — 48-INCH FIBERGLASS SEWER PIPE (SN 46) AND 66-INCH STEEL CASING PIPE OR TUNNEL LINER PLATE INSTALLATION BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 48-inch SN 46 fiberglass sewer pipe and 66-inch steel casing pipe or tunnel liner plate including, but not limited to, casing spacers or steel skids, grout, and end seals as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. PAY ITEM NO. 27 — 54-INCH FIBERGLASS SEWER PIPE (SN 72) AND 72-INCH STEEL CASING PIPE OR TUNNEL LINER PLATE INSTALLATION BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 54-inch SN 72 fiberglass sewer pipe and 72-inch steel casing pipe or tunnel liner plate including, but not limited to, casing spacers or steel skids, grout, and end seals as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 063126005 MEASUREMENT AND PAYMENT 01020-R - 2 Feb-14 PAY ITEM NO. 28 — FIBERGLASS TEE BASE WITH 5-FT DIA. MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install Fiberglass Tee Base and 5-foot diameter manholes as shown in the plans, specifications and details. Measurement for payment shall be on a per each basis. PAY ITEM NO. 29 — FIBERGLASS TEE BASE WITH 5-FT DIA. MANHOLE — STA. 87+92.00 This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install Fiberglass Tee Base and 5-foot diameter manhole at Sta. 87+92.00 as shown in the plans, specifications and details. Measurement for payment shall be on a lump sum basis. PAY ITEM NO. 30 —10-FOOT DIAMETER SANITARY SEWER MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install a 10-foot diameter manholes as shown in the plans, specifications and details. Manhole shall be either epoxy lined concrete per specifications 03300 and 02906 or polymer concrete per specification 02606. This pay item shall include the epoxy liner. Measurement for payment shall be on a per each basis. PAY ITEM NO. 31— VORTEX FLOW INSERT — LINE A STA. 20+89.15 This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install vortex flow inserts at Line A Sta. 20+89.15 as shown in the plans, specifications and details. Measurement for payment shall be on a lump sum basis. PAY ITEM NO. 32 — 5-FT DIA FIBERGLASS DROP MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install a 5-foot diameter fiberglass drop manhole as shown in the plans, specifications and details. Measurement for payment shall be on a per each basis. PAY ITEM NO. 33 — CONNECT EXISTING SANITARY SEWER PIPE (ALL SIZES) TO PROPOSED MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to connect existing sanitary sewer pipe to the proposed manholes at the locations and grades shown on the plans. Measurement for payment shall be on a per each basis. PAY ITEM NO. 34 — CONNECT PROPOSED PIPE TO EXISTING MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to connect proposed sanitary sewer pipe to an existing manhole at the locations and grades shown on the plans. Measurement for payment shall be on a per each basis. PAY ITEM NO. 35 — POLYMER CONCRETE JUNCTION STRUCTURE — LINE B STA. 0+56.81 This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to 1...) completely install in place the polymer concrete junction structure, including but not limited to, structure, stop logs, and hatches as shown in the plans and details. Contractor shall coordinate ] 063126005 MEASUREMENT AND PAYMENT 01020-R - 3 Feb-14 with Polymer Concrete Manufacturer on installation of Stop Logs in manufacturing plant. Measurement for payment shall be on a lump sum basis. PAY ITEM NO. 36 —POLYMER CONCRETE JUNCTION STRUCTURE —LINE C STA. 1+97.78 This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install in place the polymer concrete junction structure, including but not limited to, structure, stop logs, and hatches as shown in the plans and details. Contractor shall coordinate with Polymer Concrete Manufacturer on installation of Stop Logs in manufacturing plant. Measurement for payment shall be on a lump sum basis. PAY ITEM NO. 37 — ABANDON EXISTING SANITARY SEWER MAIN This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely abandon existing sanitary sewer mains as shown in the plans, specifications and details. Measurement for payment shall be on a per each basis. PAY ITEM NO. 38 — CONCRETE ENCASEMENT This item shall consist of the work, labor and materials required for the forming, furnishing and placing of concrete encasement and all necessary work as shown in the plans. In the event the Contractor excavated an extra wide trench or cut the trench beyond the limits required and such excess excavation required additional concrete encasement, the Contractor shall furnish and place such additional concrete at his own expense. Measurement for payment shall be made on the basis of the linear foot installed. PAY ITEM NO. 39 — VACUUM TESTING OF SANITARY SEWER MANHOLES This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to perform vacuum testing of all sanitary sewer manholes in accordance with the technical specifications. Measurement for payment shall be on a per each basis. PAY ITEM NO.40 —POST CONSTRUCTION CLEANING AND TV INSPECTION This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to perform post construction television inspection of all sanitary sewer lines in accordance with the technical specifications. Measurement for payment shall be on a linear foot basis. PAY ITEM NO. 41—TRENCH SAFETY SYSTEM This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely furnish, install and remove a trench safety system as required at the various depths indicated. The Contractor is reminded that he must fully comply with OSHA requirements in all cases and no separate payment will be made for such compliance. Measurement for payment shall be on a linear foot basis. 063126005 MEASUREMENT AND PAYMENT 01020-R - 4 Feb-14 PAY ITEM NO.42 — TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION PREVENTION AND CONTROL The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Terinination forms, inspections, maintenance, silt fences, hay bales, sand bags, biodegradable logs, construction entrance/exit, diversion swales and any other measure and/or incidentals required for compliance with NPDES Permit. Payment will be made at the unit price bid per lump sum for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that stonn water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. PAY ITEM NO.43 — FLOW METERS This pay item shall consist of all work and labor necessary to completely install flow meters, monitoring station, associated electrical equipment, SCADA equipment, electrical connections and all incidental equipment and materials not otherwise provided for in these specifications shown in the plans, specifications and details. Measurement for payment shall be on a per each basis. PAY ITEM NO.44 — 6" C-900 DR-18 PVC WATER PIPE The work performed and materials furnished will be paid at the unit price per linear foot of water mains installed. The unit price shall be complete compensation for pipe material and labor, pavements cut by saw cut, excavation, bedding, water main installation, embedment, backfll, density controlled compaction, disposal of spoils, and all incidentals necessary to complete the work complete in place. All work shall be performed in accordance with City of Lubbock Standard Water Specifications Section 5.6. Measurement for payment shall be on a per linear foot basis. PAY ITEM NO.45 — CONNECT TO EXISTING ASBESTOS CEMENT WATER PIPE The unit price bid shall include furnishing and installing al materials, and all incidentals necessary to complete the work. All work shall be performed in accordance with City of Lubbock Standard Water Specifications Section 5.6. Measurement for payment shall be on a per each basis. PAY ITEM NO.46 — ASBESTOS CEMENT PIPE REMOVAL The unit price bid shall include all provisions necessary, including but not limited to removal, handling, disturbance and disposal of all asbestos pipe within limits of project to comply with Division 2 Section 02222 — Asbestos Cement Pipe Removal. Measurement for payment shall be on a linear foot basis. 9 063126005 MEASUREMENT AND PAYMENT 01020-R - 5 Feb-14 I-] PAY ITEM NO.47 — 27" x 6" TAPPING SLEEVE AND 6" VALVE This price is full compensation for furnishing and installing 27"x6" Tapping sleeve and 6" gate valve and ductile iron fittings, pavements cut by saw cut only of the existing asphalt or concrete pavement, excavation, trench protection safety plan de -sign and installation of trench protection devices during construction, cutting the existing or pro -posed pipe and connecting to the existing or proposed pipe, bedding, graded gravel backfilled to 12 inch above the top of the valve, backfilled to 95% proctor, testing, disposal of spoils, pavement repairs to match the existing asphalt or concrete pavement and all necessary accessories, complete in place. Measurement for payment shall be on a per each basis. PAY ITEM NO. 48 — DUCTILE IRON WATER FITTINGS The unit price bid shall include furnishing and installing all materials, and incidentals necessary to install required ductile iron fittings, including joint -restraint fittings complete in place. All work shall be performed in accordance with City of Lubbock Standard Water Specifications Section 5.6. Measurement for payment shall be on a per ton basis. PAY ITEM NO.49 — UNCLASSIFIED EXCAVATION This item shall consist of all the work, labor, materials and equipment associated with excavating for the proposed roadway improvements. Unusable excavated material and all waste resulting from site clearing and grubbing shall be disposed of at a legal disposal facility off site by the contractor at his expense. Excavation will be ieasured by the cubic yard based upon the contractor provided surveyed cross sections signed by a RPLS licensed in the State of Texas. PAY ITEM NO. 50 — UNCLASSIFIED EMBANKMENT This item shall consist of all the work, labor, materials and equipment necessary to furnish and place materials used for the construction of the roadway subgrade. Embankment will be paid in areas where unsuitable excavated materials are discovered and removed from below the proposed top of roadway subgrade. Embankment will be measured by the cubic yard, in its final position, using the average end area method and based upon the contractor provided surveyed cross sections signed by a RPLS licensed in the State of Texas. The volume is computed between the original ground surface or the surface upon which the embankment is to be constructed and the lines, grades, and slopes of the subgrade. Shrinkage or swell factors will not be considered in determining the calculated quantities. PAY ITEM NO. 51-12" COMPACTED SUBGRADE The unit price shall be complete compensation for the subgrade preparation to depths shown on typical sections, complete in place, and shall include replacing subgrade, reworking, shaping, moisture conditioning, density control compaction, and any incidental work required to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications Section 8.8. Measurement for payment shall be on a per square yard basis. 1_. 063126005 MEASUREMENT AND PAYMENT 01020-R - 6 y Feb-14 PAY ITEM NO. 52 — FLEXIBLE BASE(6') [1 The unit price shall be complete compensation for the flexible base as shown on typical sections, complete in place, and shall include shaping, density control and any incidental work required to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications Section 8.8. Measurement for payment shall be on a per square yard basis. PAY ITEM NO. 53 — HMAC TYPE C (2") The unit price bid shall include furnishing and installing all materials, tack and prune coats, compaction and all incidentals necessary to complete the work All work shall be performed in accordance with City of Lubbock Standard Street Specifications Section 8.9. Measurement for payment shall be on a per square yard basis. PAY ITEM NO. 54 — ASPHALT PAVEMENT TRENCH REPAIR This pay item shall consist of all work, labor, materials, removal of existing surface materials, furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the base, tack and prime coats, compaction and all incidentals necessary to complete the work as shown in the plans and details. This pay item encompasses all areas of asphalt pavement repair not identified for full replacement. Measurement for payment shall be on a square yard basis. PAY ITEM NO. 55 — CONCRETE PAVEMENT REPAIR This pay item shall consist of all work, labor, materials, removal of existing surface materials, �. furnishing and placing all concrete materials, sawing of existing paving edges, preparation of the base, tack and prime coats, compaction and all incidentals necessary to complete the work as shown in the plans and details. Measurement for payment shall be on a square yard basis. PAY ITEM NO. 56 — GRAVEL ROAD REPAIR This pay item shall consist of all work, labor, materials, and all incidentals necessary to completely furnish and install a gravel base road as shown in the plans and details. Measurement for payment shall be on a square yard basis. PAY ITEM NO. 57 THROUGH 59 — ASPHALT / CONCRETE / GRAVEL DRIVEWAY REPAIR The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, curbing, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. Curb on driveways will be included in the area measured for the slab and will not be paid as a separate item. All work shall be performed in accordance with city of Lubbock Standard Street Specifications Section 8.7. Measurement for payment shall be on a square yard basis for each specific type. 063126005 MEASUREMENT AND PAYMENT 01020-R - 7 Feb-14 [1 PAY ITEM NO. 60 — CURB AND GUTTER REPLACEMENT This pay item shall consist of all work, labor, materials, and all incidentals necessary to completely install concrete curb and gutter as shown in the plans and details. The contractor shall receive approval from the Owner and Engineer prior to removing any curb and gutter. If prior approval is not received, no payment for curb and gutter replacement will be allowed. Measurement for payment shall be on a linear foot basis. PAY ITEM NO. 61— CORRUGATED METAL PIPE CULVERT (24") The work performed and materials furnished will be paid at the unit price per linear foot of pipe culvert installed. The unit price shall be complete compensation for pipe material and labor, pavements cut by saw cut, excavation, bedding, pipe culvert installation, embedment, backfill, density controlled compaction, disposal of spoils, and all incidentals necessary to complete the work complete in place. All work shall be performed in accordance with City of Lubbock Standard Storm Drain Specifications Section 8.11. Measurement for payment shall be on a per linear foot basis. PAY ITEM NO. 62 — SAFETY END TREATMENT (24") This item shall consist of the work, labor, materials and equipment required to install safety end treatments at the locations shown in the plans and in accordance with TxDOT Specification Item 467 as defined by the "Standard Specifications for Construction of Highways, Streets and Bridges, 2004". Measurement for payment shall be on a per each basis. PAY ITEM NO. 63 — HYDROMULCH The unit price bid shall include spreading seed, fertilization, watering, maintenance, and all incidentals necessary to complete the work. All work shall be performed in accordance with Division 2 Section 02920 — Lawns and Grasses. Measurement for payment shall be on a per square yard basis. PAY ITEM NO. 64 THROUGH 70 — REFLECTIVE PAVEMENT MARKINGS A. Striping — The unit price bid shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. Measurement for payment shall be on a per linear feet basis of pavement marking of various widths and colors actually installed- B. Arrows —The unit price bid shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. Measurement for payment shall be on a per each basis. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 as defined by the "Standard Specifications for Construction of Highways, Streets and Bridges, 2004". 063126005 MEASUREMENT AND PAYMENT 01020-R - 8 Feb-14 PAY ITEM NO. 71— TRAFFIC CONTROL Payment will be made at the unit price bid per month for traffic control measures actually installed in accordance with Division 1 Section 01555. Partial payment will be made on a pro- rata basis as a percentage of the construction contract duration. The sum of the partial payments made for traffic control shall not exceed 90% of the extended bid price for traffic control prior to the termination of the construction contract. No partial payment will be made for partial traffic control measures. Payment shall not be made for this item where the Owner determined a lack of evidence that the traffic control was used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where traffic control is required because of work being remedied due to not meeting the requirements of the plans and specifications. PAY ITEM NO. 72 — CUT AND PLUG EXISTING WATER AND SANITARY SEWER LINES This item shall consist of the work, labor, materials and equipment necessary to cut and plug the existing water and sanitary sewer lines at the locations indicated in the plans. This includes locating, cutting and plugging the lines as shown in the plans. The plug is included as part of this pay item. Measurement for payment shall be on a per each basis. Bid Alternate PAY ITEM No. 28A — 5-FT DIA. POLYMER CONCRETE MANHOLE This item shall consist of the work, labor, and materials necessary for installing a 5-foot Diameter standard polymer concrete manhole to the full depth as shown on the plans and conform to Specification 02606. Measurement for payment for manholes shall be on a per each basis. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 01020-R F 063126005 MEASUREMENT AND PAYMENT 01020-R - 9 Feb-14 il, a\'ram �ral'va\cvtxca\Eaa\.ne» z pue\a:EEts\n arealE grsrarcwr wresry D G) m D r n O z rn c O z z O m D o _ o o- O 0 ,E r®xwxr nu SOUTH LUBBOCK SANITARY SEWER *- •^ �� p„ I/M'+ �1 EXTENSION -BID PACKAGE B GENERAL CONSTRUCTION 54-IN SANITARY SEWER LINE L ..-•..i''q ® KGmley-Hom z<aw r..�t4 aca¢rt rn W NOTES +,p4� � nrya[ Lubbock .•'.-E� \ ®andAssocjete%Inc, �" *.d ram Fe°Po a �. a TEXAS aNOpp ,£Ci kJ.: 9E10 a FRAME 107 MANHOLE COVER COVER WEIGHT . 162 IES AND FRAME TOTK WEIGHT 262 LBS NOTE CD4£.O ANn m 1. MMWI0.E COVER ARD FRAME SHALL BE PAMREX OR APPROVED EGUAL COVER AD FRAME SHALL BE MANUFACTURED m DUCTILE WON WITH A CLEAR OP W Of 30' OR GREATER. 2 COVERS SHALL BE WMLY HINGED AND NCOIWORATE A SO' BLOOMO SY5TFM TO PREVENT ACIDENTK CLDRIRE 1 ALL COMPONENTS SHALL BE COATED BLACK. A MANGE LD SHALL BE NSTALLED SUCH THAT THE HNOED SIDE 1S UPSTREAM WTH RESPECT TO TFAFRC FLOW. s. FRAMES SIHML IN A SEATNO GASKET TO PREVENT NILTRATGL e. MANIOC LAVERS SHIM INCLUDE A e MECHANICALLY ATTACHED BRASS NAME PUT! MANWACTUDED BY ALMETBK OR EOUAL THE WORMS •CTY OF LIIBBOK' SHALL BE DABOSSED ON EACH NAE PUTS EACH MH NAME PUTE SHALL ALSO NCLUDE THE MH NUMBER MID THE SEWER MAN DESCNARGI AS LWEU BELOW. MW SHILL BE NUMBERED SEOIIENTWyY STARTING NTH THE MH FARM O #GTREAM RZ Manhole Frame and Cover DETAL C BCME; NT.S I 60' INSIDE D' LD. A FLOMTT 1-- wuPLND m FBEROLASS BENCH POD PROGi BOLT NIT-RDATAMN N1NC TO TER . 6ASE MM {-t/P'1 I 'TERS6 B . MTH 1' ERS ss rur wASERs I SECTION VIEW A CASE 1 DOLLAR SHALL EXTEND TO TOP OF 237 CONCRETE (REBAR RED) CASE 2 COLLAR SHALL EXTEND TO 3• BELOW BOTTOM OF LOWEST GRADE RIND (RESAR RED.) Manhole Concrete Colar 2 DETAL C SCALE; N.T.S TOP 6' CCHO4LTE BASE TO BE PW A N IS SET N Pl.1C A. -. CONCRER m Be BOLDED To BASE b EPDXY TYPE BONDING k5DO CONCRETE - a000 M o ]6 DAYS TYPE //SULFnE RRSTAIT -REKORW STEG SHALL BE N BARS AT lY ON CEHTEA EACH MAY F •d � "rOH PPE BEDONC i I") FRP MANHOLE ON TEE BASE iHEROASS m eA5[ E mbed,rent and Backfl f31 DETAL C S6I SCALE H.T.S F1RENiA05 SEMTA PPE S' MN SEEK 4 I T . I♦ • I. �I I SEE NOTE el FRP MANHOLE ON TEE BASE Tee Base with Fberglaaa Mende 5 DETAL C d0 SCALE: NT.S 3: sbfc . ar w Tr r rme E u vNHfbP mHG.ETb run Q e fld LIAYD o]UYTE IWF/n d f p AR z i I1zrL.r..NATAWs]NA.ED mrcAere rev ! Q A Ty*W Manhole Fbore i1 DETAIL ° scALe Hrs K m W 10 W z }(� J 611/EMS CM'OSED Wl LLuu ^�.'� 1/a' s1e s Nur � a y c Q t ]/A' % I/6• ]b SS MT WASH9` CA N RL9BER ORADE Hn } QH Ni[Be01DC f ]/a' m.9 W�ON.Y @`�h•�r Z ]a'%a9'IC' THICK RECYCLiD RUpaOi ED Q Lb y a GRADE RNG (OYi 1ECHDLOCES 011 APPN0IED EOLNALFll1) wAgIrITL 9ENANi TOP AND 601'f0M RBFROA55 MNNHOLL y 7 Z J W Z_ I 1/2' ]16 55 NUT 1 ]/a' 1/6' WASHERS -L H!� GORE 1• YSR eN FIBOWUSS LLAINOE % Jle SS RAT sTN SIDS EXPOSED MIN N 1/S' 31e SS MIT 1/7 % p TIDS/NCH ]b SS ALLTFEAo eOT MANHOLE FRAME CONNECTION TO FRP MANHOLF NO ES 1. FIBERGASS MANHOLES SHALL COWORN TO AM 3751 7. AHY CONNECTION TO THE MANHOLE MORE THAN 3 FEET ABOVE THE BENCH 6 E REGIWES A DROP CONNCERON, ]. ]6' TEE TO BE SADDLE MOUNTED AND GASSED N PUCE BY PIPE a. FOR BEZEL FMANHOCON RE LpNS .*. BET'EpI MAT-FLOATAIOH FLANGE AND EDGE OF CONCRETE 6 AL 6. MANHOLES RWTHER A HORIZONTAL THE TABLE MOLE SHALL BE IBTFIiFD BY THE MMNFAC SEER ACCORDING C ME TABLE BELOW, G IF TEE BASE ENCASEMENT IS EAST N TRENCH. FT I CONCRETE ENCASEMENT (1( fEET PAST C)O�UPL.NG. ► TEE BASE `•{Gn((wNj)T IS PRE -CAST f00T k%TEHBE USED FOR THE 2 S, OF ROD SUPPORT PAST iHE�C&PI THE G'SS SOULD BE i ALLOYED m SET PRIOR m BACKFlLLNO THE __ HORIZONTAL DEFLECTION AT MANHOLE Horiz. D Mlters Loy Length Turning Rodiu 0' 0 7 ft. - 1' < 304 1 7 ft. 66 ln. 31' < 60' 2 8.75 ft. 66 1n. 61, < 90' 3 1 13 ft, 66 1n. N LU W U) C 56A ROW ROW �d 60'# ROW O� TQa ♦' 2' 13, _I?_� F� ZA gg k LANE LANE Y C C PROFILE ®��e a GRADE L LINE PGL Ap 9xW TIE TO EX GRWNO ' SLOPES Tf TO VARIES % SLOPE EX GROUND VARIES I 8 R 2' TYPE 'C' H.M.A.C. SURFACE NO 6' FLEXIBLE BASE (BSA MOD. PROCTOR, ASM D1557) 1. REFER TO CROSS SECTIONS FOR PARKWAY 12' COMPACTED SUOGRADE (93A MOD. PROCTOR. ASM D1557) GRADE ]. PROFlLE GRADE LINE PMRS TO TOP OF PAVEMENT AT CA � d 60t Right -of -Way Begin to End MLK A BLVD (AspmT) c eons+s'^,•-'a-'_ SCALE: N. .TS. w 3mw wwz }(JJ ROW ROW- 100'# ROW ( Z d N y.O °> c� sD'# Ln 2' 13, 13' 2' LANLANE Z H ()E 0Do I m V5 ¢ J w Z PROFILE ~LLI AR 'a E LMPCL I D 0 SLOPE1_- SLOPE --------- VARIES VARIES TIE To EX GROUND TIE TO 2' TYPE "C' N.M.A.C. SURFACE CK GROUND >>< NO 6' ` EKIBLE BASE (BSA MOD. PROCTOR. AST. D1557) REFER i. TO CROSS SE VMS FOR PARKWAY 12' COMPACTED SUSGRADE (BSA NOD. PROCTOR, ASM D1557) GRADE. 2 REOFILE EFERS TO ATOP DE LINE PAVEMENT AT CA O N Q z g 100t Right -of -Way a a Begin to End a Lu 98TH STREET (Aspm-o U) �, SCALE: N.T.S. C 60A FRI Srr mv.ccu wew.x '."t ry. f"'eF ru® w.-rur (ov um. namr. N,w owe>) x m wn sw E r 1 9i0aAOC (. Avry CO G Asom Pavement Repair f1 DETAL .. . m Ac�r+sE Gravel Road Repair t 4� DETAIL C SCALE: N.T.i Conorete Pavement Repair e DETAL SCALE, N.TS 911 E Up nvwr G� _FLL �I e aaauc ��! upaved Area Repar E 3 DETAL , a SCAM' KT.S, mG r. »-rr rAvm A B A [Y mimenc w a a�wrt 2 a W w Z }(JJ arouc � U tQ 'aU= za o ow�en�r Y Z �Aia VIEW U r ~ OOED Z amrorm oem...r ae�s.AT m h N IIP4�E MS[ (cOs K0. MOCN4 RFNa! BAfC (�Ei W0. RIOCipI J µµZ11 �Z_y u• aw vsa wm man n _y wcwu Ma r ngar� rr w it "' amaamor" u �rt p� ommwr uoaa..m — — atcr� w�'ma+� R0" w[ O11�mwo o�m�r.r OUalm SRMC �A`+10 WO.AY WQ19 quor r�o� it wv. ssvena mueq. rr ws TE SECT B—B SECT A —A J_ FQ— Driveway Divert Embe&,wd d kmtakOm p �61 DETAL } SCALE: N.TS Q 3 0 Q 0 C 86A CW20-20 66TH (36"06") M4-12T SB MLK BLVD DETOUR M4-12T SB MLN BLVD (VAR02") M4-9R (30"x24") DETOUR SD MLK DLVI DETOUR DETOUR AHEAD hl9-9R (30"x24") M4-IIT SB MCK BLVD CW20-20 M4-12T SB MLK BLVD (VARx72") (36"x36") (VARx12") M4-91. DETOUR (30"x24") M4-9S DETOUR (30"x24") 289 WB FRONTAGE RD 289 EB FRONTAGE RD L Li 74TH ` :9 - NORTH 0 = N.T.S. m E g �i Ma-1zT MLK BLVD 1a-1xr (VARx12") (VAR x12"> DETOUR jLWN"LVD (v -112?) DETOUR M4-9S 8 ISB M4-IL M4-9s (30"x24") (30"x24") (30"x24") M1-12T SD MLK BLVB NB MLK BL0 MM4-T2r (VARxt2") (VAHx12") DETOUR DETOUR OETOUR M4-9S (30"x24") M4-9R (30"x24") AHEAD cw2o-2D 76TH ZZ 78TH `LL o co Z NB MLK BLVD z z (VARxt2") Y a 80TH Ca 0) CaDETOUR 0) M4-9R (30%24") =1 D 82ND SD MLN BLVD t.4-M4-12T ARx/2") M4-12T SB MLK BLVI(VAHx12") DETOUR (30"x24"> TRAFFIC CONTROL NOTES 4-98(VARx72") o"x2a^) ENDMa-9L Ma -BD (24 OW) DETOUR 1. ALL TRAFFIC CONTROL SIGNS AND DEVICES SHALL BE IN ACCORDANCE WTH THE LATEST EDITION OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEMCES (TEXAS MUTCD). 2. ANY VARIATIONS TO THE TRAFFIC CONTROL PLAN MUST BE APPROVED BY THE ENO EER AND THE CITY. 3. PRIOR TO OPENING MLR JR BLVD FROM 7a To 82ND STREET THE CONTRACTOR SHALL INSTALL EITHER THE PERMANENT PAVEMENT BESTDRATION AS SHOMN IN THE CONTRACT DOCUMENTS OR DETOUR WSTALL AN ALL %FATHER DRIVING SURFACE WTH SHALL BE CM90ERED SUBSIDIARY TO THE COST OF THE TRAFFIC CONTROL. AHEAD MLK JR BLVD SHALL NOT BE CLOSED OFF TO TRAFTIC FROM 74TH STREET TO 98TH STREET AT ANYTIME THROUGHOUT THE FROJECT. CW20-20 (36"x36") qU///ry :e T71,,,y�•T d Is�4 M4-12T YbllN eWl NO Mlft BLVD (VARx72") X w R11-2 END M4-8D (49"x30") DETOUR (24"x18") ROAD CO CLOSED w a xS tad U= za.wo z.p N�> 1,14 ROAD CLOSED Y °' a � TO mNa a THRU TRAFFIC z 10 J w�.. Z W 5 O U) ROAD R11-2 R � o CLOSED (48"00") NB MLK BLVD M4-12T VARxt2") J DETOUR M4-9L (30"x24") Z = O = U U U. w LL 0 C 1 1 6A SO MLK BLVD M4-12T vARx12") DETOUR M4_9L 4 (30%24") LE . NB MLK BLVD MI-12T ,VARx12") y DETOUR M4_9R (30"x24") m 7 M4-12T ''SB MLN BLVB M4-12T (VAR42"VARx12" ) M4-9L DETOUR M4_9R 3"x24"(30"24")� nf"tr 82ND BBTH TRAFFIC CONTROL NOTES: 1. ALL TRAFFIC CONTROL VCNS AND DEVICES SHALL BE IN ACCORDANCE W1TH WE LATEST EDITON OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TEXAS MUTCD). 2 ANY VARIATIONS TO THE TRAFFIC CONTROL PLAN MUST BE APPROVED BY TIE ENGINEER AND THE Cl . O. PRIOR TO OPENING MLN JR BLVD FROM 74TH TO 02ND STREET THE CONTRACTOR SHALL INSTALL EITHER THE PERMANENT PAVEMENT RESTORATON AS SHOWN IN WE CONTRACT DOCUMENTS OR INSTALL AN ALL WEATHER DRIVING SURFACE WITH SHALL BE COVSIDEREO SUBSIDIARY TO THE COST OF THE TRAFFIC CONTROL MLK JR BLVD SHALL NOT BE CLOSED OFF TO TRAFFIC FROM 74TH STREET TO BSTH STREET AT ANYTIME THROUCHOUT THE PROJECT. 2 Q c7 O BOTH R11-2 ROAD (48"x30") CLOSED M4-12T (VARxi2- NB MLN BLVD Ma-eD END (24"xte") DETOUR Cgy DETOUR AHEAD NORTH a°;€ S74 CW20-20 0 n (36"x36') N.T.S. } C 8 MLK BLVD 'VAR02") m 4 DETOUR MM1 (30"x24x24") 11LQp RN-2 (46"x30") 6R P ROAD a CLOSED R11-2 (48%30") ROAD CLOSED OVA w 3mw N CR 7140 ROAD CLOSED gQ W Q Z W U� R11-2 (48"x30") a. Q U) } m Y Q mg¢a mzU) J UFd Z W FF= O to Rii-2 CW20-20 (36"x36") M4-12T ROAD DETOUR AHEAD a w (VARx12"NB MLN BLVD CLOSED g H M S (30"x24") O Q' z OUM4-8a o (M B VARI,12"MLK BLVD VARx'2 4 (24"x18") x24") LL w0 F DETOUR CW20-2D HEAD (36"06") C 117A 5 'v,.wmm..-.-�,,.>+ a��w✓ w».:..=�.a 'm-m.,.»........,,+ b........r�«..• l,+.w...,,_..•,__,�.+ G".,«...«.�..0 �w�....*wwwiD b.". .ixd L��:zw+ww. l� +rN,,...... a "..,,wel. .:....J %..... � , ....., w .., .....� ,. ,.,.1 .. ._....... I-' C1�7 Of iib ac TEXAS RFP No. 14-11709-TF ADDENDUM # 2 Specification and Plans Changes/Clarifications RFP 14-11709-TF South Lubbock Sanitary Sewer Line Extension Phase 1 - Bid Package B DATE ISSUED February 21, 2014 MINSfiffivalff": February 28, 2014 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP) [ Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Specification Clarifications/Changes 1. Notice to Offerors and General Instructions to Offerors Notice is herby given that the date the sealed proposals will be received to furnish South Lubbock Sanitary Sewer Extension Phase 1— Bid Package B per the specifications and contract documents is changed to no later than 2:00 PM, February 28, 2014. 2. Revised Proposal Submittal Form The following items on the Proposal Submittal Form have been revised and must be submitted with the proposal. The complete revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the pages of the Proposal Submittal Form. The following item has been added — "Bid Adjustment (Addition/Deduction)'" 'This item is provided as a convenience to the Offerors for the purpose of making an adjustment in their Proposal prior to Proposal Closing after the Proposal Form has otherwise been completed. If this item is used, the Offeror shall, within 48 hours after Proposal Closing, file with the Owner a revised Proposal Form that includes distribution of the "Bid Adjustment' amount into the individual Unit Bid Prices of the Proposal Form. If the "Bid Adjustment" line item is not used, Offerrors shall enter' $0.00" for this item. r 3. Specification 02225 — Utility Trench Excavation and Backfill Revision to the backfill material specification. DELETE: Item 2.2.A.2 Crushed Rock. REPLACE WITH: 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM C33 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 25 percent maximum loss when subjective to 5 cycles of magnesium sulfate soundness per ASTM C88. Plan Set Clarifications/Changes 1. Sheet C 3 General Construction Notes Revised Railroad Specification Note 2. DELETE: Railroad Specification Note 2. REPLACE WITH: The contractor shall provide for any insurance requirements by the BNSF Railway per 1.A.5 Liability of the Utility Accommodation Policy. Any additional insurance costs shall be included in the bid item for mobilization. 2. Sheet C 19 Sanitary Sewer Line A CLARIFICATION: The manhole at STA. 87+92 is intended to be a Fiberglass T-Base manhole with the crown of the 30-inch Line C matching the crown of the 48" Line A. 3. Sheet C 53 Sanitary Sewer Line C CLARIFICATION: The manhole at STA. 1+64.90 is intended to be a fully fiberglass drop manhole, not a T-Base manhole. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores@mail.ci.lubbock.tx.us. Questions are preferred to be posted on BidSync: www.bidsync.com �' �' �/' , �'Jl CITY OF LUBBOCK Marta Alvarez Director of Purchasing and Contract Management It is the intent and purpose of the City of Lubbock that this request pennits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if �Y 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 three (3) business days prior to the close date. A review of such notifications will be made. REVISED (ADDENDUM 2) PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 14-11709-TF — South Lubbock Sanitary Sewer Extension Phase 1 — Bid Package B Proposal of To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter called Offeror) 1 The Offeror, in compliance with your Request for Proposals for the construction of a South Lubbock Sanitary Sewer Extension Phase 1 — Bid Package B having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Item Name of Pay Item Estimated Unit Unit Bid Price Amount Bid No. Quantity 1. MOBILIZATION 1 LS $ $ 2 OPERATIONAL AND BYPASS PUMPING 1 LS $ $ PLAN 3' 24-INCH FIBERGLASS SEWER PIPE (SN 46) 57 LF $ $ BY OPEN CUT (6-8 FT DEPTH) 4' 30-INCH FIBERGLASS SEWER PIPE (SN 46) 70 LF $ $ BY OPEN CUT (0-6 FT DEPTH) 5' 30-INCH FIBERGLASS SEWER PIPE (SN 46) 33 LF $ $ BY OPEN CUT (12-14 FT DEPTH) 6. 48-INCH FIBERGLASS SEWER PIPE (SN 46) 782 LF $ $ BY OPEN CUT (12-14 FT DEPTH) 7 48-INCH FIBERGLASS SEWER PIPE (SN 46) 2,192 LF $ $ BY OPEN CUT (14-16 FT DEPTH) 8 48-INCH FIBERGLASS SEWER PIPE (SN 46) 2,541 LF $ $ BY OPEN CUT (16-18 FT DEPTH) 9 48-INCH FIBERGLASS SEWER PIPE (SN 46) 3,164 LF $ $ BY OPEN CUT (18-20 FT DEPTH) 10. 48-INCH FIBERGLASS SEWER PIPE (SN 46) 4,081 LF $ $ BY OPEN CUT (20-22 FT DEPTH) 11. 48-INCH FIBERGLASS SEWER PIPE (SN 46) 3,683 LF $ $ BY OPEN CUT (22-24 FT DEPTH) 1 R2 Initial for Addendum 2 1 REVISED (ADDENDUM 2) Item Name of Pay Item Estimated Unit Unit Bid Price Amount Bid No. Quantity 12. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 301 LF $ $ BY OPEN CUT (18-20 FT DEPTH) 13. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 102 LF $ $ BY OPEN CUT (20-22 FT DEPTH) 14. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 1,181 LF $ $ BY OPEN CUT (22-24 FT DEPTH) 15. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 3,816 LF $ $ BY OPEN CUT (24-26 FT DEPTH) 16. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 2,264 LF $ $ BY OPEN CUT (26-28 FT DEPTH) 17. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 561 LF $ $ BY OPEN CUT (28-30 FT DEPTH) 18. 54-INCH FIBERGLASS SEWER PIPE (SN 72) 150 LF $ $ BY OPEN CUT (28-30 FT DEPTH) 19. 54-INCH FIBERGLASS SEWER PIPE (SN 72) 797 LF $ $ BY OPEN CUT (30-32 FT DEPTH) 20 54-INCH FIBERGLASS SEWER PIPE (SN 72) 1,448 LF $ $ BY OPEN CUT (32-34 FT DEPTH) 21. 54-INCH FIBERGLASS SEWER PIPE (SN 72) 681 LF $ $ BY OPEN CUT (34-36 FT DEPTH) 22 54-INCH FIBERGLASS SEWER PIPE (SN 72) 1,124 LF $ $ BY OPEN CUT (36-38 FT DEPTH) 23 54-INCH FIBERGLASS SEWER PIPE (SN 72) 3,443 LF $ $ BY OPEN CUT (38-40 FT DEPTH) 24. 54-INCH FIBERGLASS SEWER PIPE (SN 72) 624 LF $ $ BY OPEN CUT (40-42 FT DEPTH) 30-INCH FIBERGLASS SEWER PIPE (SN 46) 25 AND 42-INCH STEEL CASING PIPE OR 165 LF $ $ TUNNEL LINER PLATE BY OTHER THAN OPEN CUT 48-INCH FIBERGLASS SEWER PIPE (SN 46) 26 AND 66-INCH STEEL CASING PIPE OR 1,720 LF $ $ TUNNEL LINER PLATE BY OTHER THAN OPEN CUT 54-INCH FIBERGLASS SEWER PIPE (SN 72) 27 AND 72-INCH STEEL CASING PIPE OR 505 LF $ $ TUNNEL LINER PLATE BY OTHER THAN OPEN CUT 28 FIBERGLASS TEE BASE WITH 5-FT DIA. 49 EA $ $ MANHOLE 29. FIBERGLASS TEE BASE WITH 5-FT DIA. 1 LS $ $ MANHOLE - STA. 87+92.00 30. 10-FOOT DIAMETER SANITARY SEWER I EA $ $ MANHOLE 2 R2 Initial for Addendum 2 REVISED (ADDENDUM 2) TOTAL BASE BID: $ BID ADJUSTMENT (ADDITION/DEDUCTION)': REVISED TOTAL BASE BID: $ 'This item is provided as a convenience to the Offerors for the purpose of making an adjustment in their Proposal prior to Proposal Closing after the Proposal Form has otherwise been completed. If this item is used, the Offeror shall, within 48 hours after Proposal Closing, file with the Owner a revised Proposal Form that includes distribution of the "Bid Adjustment' amount into the individual Unit Bid Prices of the Proposal Form. If the "Bid Adjustment" line item is not used, Offerrors shall enter' $0.00" for this item. ALTERNATE BID ITEM Item No. Name of Pay Item Estimated Quantity Unit Unit Bid Price Amount Bid 28A POLYMER CONCRETE MANHOLE 49 EA $ $ Offeror's Initials Offeror hereby agrees to commence the work on the above project on a date to be specified in the written "Notice to Proceed" of the Owner and to finally complete the project within the CONSECUTIVE CALENDAR DAYS specified thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $2,000.00 (TWO THOUSAND DOLLARS AND NO CENTS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to finally complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. 5 R2 Offeror's Initials Initial for Addendum 2 REVISED (ADDENDUM 2 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), 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. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: Zip Code Fax: - Email: FEDERAL TAX ID or SOCIAL SECURITY No. 1%1/WBE Firm: Woman Black American Native American Hispanic American I Asian Pacific American Other (S eci ) 6 R2 Initial for Addendum 2 RFP No. 14-11709-TF ADDENDUM # 3 Specification Clarification RFP 14-11709-TF South Lubbock. Sanitary Sewer Line Extension Phase 1 - Bid Package B DATE ISSUED: February 21, 2014 CLOSE DATE: February 28, 2014 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Specification Clarification 1. Proposal Submittal Fonn Clarification: If the "Bid Adjustment (Addition/Deduction)" line is used, the Offeror shall, within 72 hours after Proposal Closing, file with Teofilo Flores, Buyer, a revised Proposal Form that includes distribution of the "Bid Adjustment" amount into the individual Unit Bid Prices of the Proposal Form. This can be filed electronically. If filed electronically, please send to: TKFloresQcmylubbock.us. Following electronic submission, please submit an original, signed copy to Teofilo Flores, Buyer All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Buyer City of Lubbock — Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloresgmail.ci.lubbock.tx.us. Questions are preferred to be posted on BidSync: www.bidsyne.com THANK YOU, Vta4&A&=ef CITY OF LUBBOCK Marta Alvarez Director of Purchasing and Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc.. or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than three (3) business days prior to the close date. A review of such notifications will be made. \� 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 271.116 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. 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 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS DIVISION 1 — GENERAL REQUIREMENTS 01020 — Measurement and Payment 01027 — Applications for Payment 01028 — Change Order Procedures 01039 — Coordination and Meetings 01100 — Summary of Work 01140 — Work Restrictions 01310 — Progress Schedules 01322 — Photographic Documentation 01330 — Submittal Procedures 01356 — Storm Water Pollution Prevention Plan (SWP3) 01400 — Quality Requirements 01420 — References 01500 — Temporary Facilities and Controls 01555 — Barricades, Signs, and Traffic Handling 01576 — Waste Material Disposal 01600 — Product Requirements 01700 — Contract Closeout DIVISION 2 — SITE WORK 02221 — Removing Existing Pavements 02222 — Handling Asbestos Cement Pipe 02225 — Utility Trench Excavation Embedment and Backfill 02260 — Excavation Support and Protection 02300 — Earthwork 02310 — Hand Tunneling 02311 — Auger Boring 02317 — Excavation and Backfill for Structures 02318 — Borrow 02320 — Backfill Materials for Structures 02349 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 02605 — Fiberglass Manholes 02606 — Polymer Concrete Manholes = j 02610 — Tunnel Liner Plate 02611 — Steel Casing Pipe 02660 — Fiberglass Reinforced Pipe for Gravity Sanitary Sewers j L 02730 — Sewer and Manhole Testing 02750 — Bypass Pumping of Existing Sewer Systems 02763 — Closed Circuit Television (CCTV) Inspection 02765 — Utility Markers 02906 — Epoxy Liners for Concrete Manholes 02920 — Lawns and Grasses 02930 — Sanitary Sewer Flow Meter 02931— SCADA System 02940 — Vortex Flow Insert DIVISION 3 — CONCRETE 03300 — Cast -in -Place Concrete 03360 — Contact Grouting - DIVISION 4 — 16 — NOT USED 14. APPENDICES APPENDIX A — Geotechnical Report APPENDIX B — City of Lubbock Public Works Engineering Design Standards and Specifications (Section 5-8) APPENDIX C — City of Lubbock Utility Excavation Manual (UEM) APPENDIX D — Pavement Cores Page Intentionally Left Blank NOTICE TO OFFERORS u f__ Pate Intentionally Left Blank ■ NOTICE TO OFFERORS RFP 14-11709-TF Sealed proposals addressed to Marta. Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 PM on February 25, 2014 or as changed by the issuance of formal addenda to all plan holders, to furnish all labor and materials and perform all work for the construction of the following described project: "South Lubbock Sanitary Sewer Extension Phase 1— Bid Package B" 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. It is the sole responsibility of the proposer 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. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 PM on February 25, 2014, and the City of Lubbock City Council will consider the proposals on March 27, 2014, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer 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 proposer 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 bond must be in a form accented by the City Attorney and must be dated the same as the Contract Award date. 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 proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. The estimated budget for this project is $21,000,000. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror 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. There will be a non -mandatory pre -proposal conference at 10:00 AM, February 11, 2014 in Lubbock City Hall, Committee Room 103 1625 131" Street, Lubbock, Texas. Refer to section 32.1.4 of the General Instructions for points applied to pre -proposal meeting. _a Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncompany.conV . ONE SET OF PLANS AND a 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 proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages includedui 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. 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. 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) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, ,Marta-AC'VareZ Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT U 0 GENERAL INSTRUCTIONS TO OFFERORS Patie Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish South Lubbock Sanitary Sewer Extension Phase 1 — Bid Package B per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 PM, February 25, 2014 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 14-11709-TF South Lubbock Sanitary Sewer Extension Phase 1 — Bid Package B" and the proposal opening date and time. Offerors must also include their company naive and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock - 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 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 bre-nrouosal conference will be held at 10:00 AM. February 11. 2014 in Lubbock City Hall, Committee Room 103 1625 If Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. Refer to section 32.1.4 for points applied to pre -proposal meeting. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting. 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. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 An proposer in doubt as to the true meaning of an art of the specifications or other documents Yp P g any p may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, 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 http://www.bids3mc.com 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 Fiji Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any 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 a proposer 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. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer 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. 4.2 Before submitting a proposal, each proposer 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 proposer from obligation to comply, in every detail, with all 1 provisions and requirements of the Request for Proposals. 4.3 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 proposer 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 proposer 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 seven () calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not coconut the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any sei vices or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 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. 6.2 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(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES 7.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES 8.1 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. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer 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. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All 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. 11 PLANS FOR USE BY OFFERORS 11.1 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. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 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 l� date. A review of such notifications will be made. Il a Teofilo Flores, Buyer City of Lubbock Purchasing and Contract Management Office 1625 13"' Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be divided into two (2) periods. 13.2 Period 1 shall consists of all work except from STA. 330+60 to STA. 351+79.91 and be completed within THREE HUNDRED (300) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.3 Period 2 shall consists of the work from STA. 330+60 to STA. 351+79.91 and be completed within SIXTY (60) CONSECUTIVE CALENDAR DAYS from the date specified in the Period 1 issued by the City of Lubbock to the successful proposer. 13.4 The intent of the second Period is to allow the reconstruction of 981h Street from US Highway 87 to Avenue P (under separate contract) to occur immediately following installation of the sanitary sewer line. 13.5 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT 14.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID 15.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP 16.1 The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance of the entire project, 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 TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its UJI schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR 18.1 The contractor will, upon written request, be furnished up to a maximum of ten 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 a proposer the following information: 19.1.1 The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and e percentage completed. 19.1.2 A sworn statement of the current financial condition of the proposer. 19.1.3 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 proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer 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 coverage shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer 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 proposer' 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 proposer'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. J a 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being "a 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, $200 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. House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 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 proposer without being considered. 29 PREPARATION FOR PROPOSAL 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. 29.1 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or r. others to sin proposals must be properly certified and must be in writing and submitted with the g p p p p Y g proposal. The proposal shall be executed in ink. n 29.2 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.2.1 Proposer's name Proposal RFP 14-11709-TF, South Lubbock Sanitary Sewer Extension Phase 1— Bid Package B 29.2.2 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.3 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS 30.1 Proposer understands and agrees that the contract to be executed by proposer shall be bound and includes the following: 30.1.1 Notice to Offerors. 30.1.2 General Instructions to Offerors. 30.1.3 Proposer's Submittal Form. 30.1.4 Statutory Bonds (if required). Contract Agreement. 30.1.5 General Conditions. 30.1.6 Special Conditions (if any). 30.1.7 Specifications. 30.1.8 Insurance Certificates for Contractor and all Sub -Contractors. 30.1.9 All other documents made available to proposer 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 proposer 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 proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may snake reasonable investigations � 1 deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the °. City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: 31.1.1 The ability, capacity, skill, and financial resources to perform the work or provide the service required. 31.1.2 The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. 31.1.3 The character, integrity, reputation, judgment, experience, and efficiency of the proposer. 31.1.4 The quality of performance of previous contracts or services. 31.1.5 The safety record of the Contractor and proposed Sub -Contractors. 31.1.6 The experience and qualifications of key project personnel. 31.1.7 Past experience with the Owner 31.2 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 BASIS OF PROPOSALS AND SELECTION CRITERIA 32.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The Maximum Score is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 8% for Safety Record and 2% for Pre -bid Meeting Attendance. The selection criteria used to evaluate each proposal includes the following: 32.1.1 60% 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 one hundred (100) multiplied by the weight of the price factor (0.60) for the price score (maximum score of 60). For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.1.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is a subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of one hundred 100 points and a weight of 0.30 resulting in a maximum ( )p g g score of 30. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.1.3 8% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and based on the sum of the four Safety Record Questionnaire questions. Questions 1 through 3 have a maximum of twenty (20) points and a weight of 0.08. A { "Yes" response will be evaluated. A "No" response will result in the maximum points of 20 for that question. The formula for questions 1 through 3 is as follows: (Points X Weight = Score) (maximum score for questions 1 through 3 is 4.8). Question 4 relates to the Experience Modification Ratio (EMOD). The lowest EMOD of all the EMOD's becomes the standard by which all EMOD's are evaluated. One at a time, each proposal is evaluated by taking the lowest EMOD and dividing it by the EMOD being evaluated. That fraction is then multiplied by the maximum point value of forty (40) multiplied by the weight value of 0.08 for the EMOD score (maximum score of 3.2). For Example: (Lowest EMOD/Current EMOD) x Maximum Point Value x Weight Factor = EMOD Score. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive a safety score of zero. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.1.4 2% PRE -BID MEETING ATTENDANCE: Attendance to the pre -bid meeting is not mandatory however the Offeror will be awarded points for their attendance. The following is the formula used for determining the points for pre -bid meeting attendance. If the Offeror attended the pre -bid meeting they will be given a 1, if not they will be given a 0; that number is then multiplied by the maximum point value of one hundred (100) multiplied by the weight of 0.02 for the score (maximum score of 2). 32.2 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.3 The estimated budget for the construction phase of this project is $21,000,000.00. Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 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. 33.2 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. 33.4 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 fast 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. 33.5 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.6 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. " 34 ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, 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. 34.2 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. 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 iri 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 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: _ http://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Govennment 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 LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect 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. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection _rs services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify } them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors 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. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity 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 governmental entity is unable to negotiate a 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. (g) 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. Pate Intentionally Left Blank I PROPOSAL SUBMITTAL FORM, I Page Intentionally Left Blank REVISED (ADDENDUM 2) PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: � aDq PROJECT NUMBER: RFP 14-11709-TF - South Lubbock Sanitary Sewer Extension Phase 1 - Bid Package B Proposal of I s w (-(' *raolnfs to '' Aryeaces,, :le-. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a South Lubbock Sanitary Sewer Extension Phase 1 — Bid Package B having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Item Name of Pay Item Estimated Unit Unit Bid Price Amount Bid No. Quantity 1. MOBILIZATION 1 LS $ 974,77D°` $ q79, 77DO 2 OPERATIONAL AND BYPASS PUMPING 1 LS $ 5,(7 J� $ 5,OaJ�' PLAN 3 124-INCH FIBERGLASS SEWER PIPE (SN 46) 57 LF $ 1105q0- $ 9"g050 BY OPEN CUT (6-8 FT DEPTH) 4 30-INCH FIBERGLASS SEWER PIPE (SN 46) 70 LF "ors $ a95 $ 'go., �noD BY OPEN CUT (0-6 FT DEPTH) 5 30-INCH FIBERGLASS SEWER PIPE (SN 46) 33 LF $ / -7�ja" $ �J, 7 75°� BY OPEN CUT (12-14 FT DEPTH) 6 48-INCH FIBERGLASS SEWER PIPE (SN 46) 78� LF $ �3�jCD $ �$�'��(�Co BY OPEN CUT (12-14 FT DEPTH) 7 48-INCH FIBERGLASS SEWER PIPE (SN 46) 2,192 LF $ 9q 5o0 $ 537,DAD�'— BY OPEN CUT (14-16 FT DEPTH) 8 48-INCH FIBERGLASS SEWER PIPE (SN 46) 2,541 LF $ '�ScJ00 $ Co�l7, q55� BY OPEN CUT (16-18 FT DEPTH) 9 48-INCH FIBERGLASS SEWER PIPE (SN 46) 3,164 LF $ f" j°O $ `63-6,�1L'v' BY OPEN CUT (18-20 FT DEPTH) 10. 48-INCH FIBERGLASS SEWER PIPE (SN 46) 4,081 LF $ $ 1, 1,9: 0, 975* BY OPEN CUT (20-22 FT DEPTH) (97500 11. 48-INCH FIBERGLASS SEWER PIPE (SN 46) 3,683 LF $�$S`'� $ f, ogg'1n5t;� BY OPEN CUT (22-24 FT DEPTH) I R2 1D�1-1- Initial for Addendum 2 f_; REVISED (ADDENDUM 2) Item Name of Pay Item Estimated Unit Unit Bid Price Amount Bid No. Quantity 12. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 301 LF $5� $ rds5, 7 BY OPEN CUT (18-20 FT DEPTH) 13. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 102 LF $J "" $ BY OPEN CUT (20-22 FT DEPTH) 14. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 11181 LF $ 3+ �J� $ 3%a�, i71 `J�D BY OPEN CUT (22-24 FT DEPTH) 15. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 3,816 LF $ cQ5�0 3 $ i,9y0,JLe BY OPEN CUT (24-26 FT DEPTH) 16. 48-INCH FIBERGLASS SEWER PIPE (SN 72) 2,264 LF $ 3� 00 $ 75TS,�ly✓00 BY OPEN CUT (26-28 FT DEPTH) 17 48-INCH FIBERGLASS SEWER PIPE (SN 72) 561 LF $ 350e)' $ 19&, 350' BY OPEN CUT (28-30 FT DEPTH) 18 54-INCH FIBERGLASS SEWER PIPE (SN 72) 150 LF $ qll tyo $ Lo &, Oclj�i BY OPEN CUT (28-30 FT DEPTH) 19. 54-INCH FIBERGLASS SEWER PIPE (SN 72) 797 LF $ 2159,—, $ 351VP�- BY OPEN CUT (30-32 FT DEPTH) 20 54-INCH FIBERGLASS SEWER PIPE (SN 72) 1,448 LF $ °t' �GOv $ LnLJ,vS�� BY OPEN CUT (32-34 FT DEPTH) 21 54-INCH FIBERGLASS SEWER PIPE (SN 72) 681 LF $ G�%[�o° $,v7voo BY OPEN CUT (34-36 FT DEPTH) 22 54-INCH FIBERGLASS SEWER PIPE (SN 72) 1,124 LF $ C�so Lo $ ��� 52L�� BY OPEN CUT (36-38 FT DEPTH) 23 54-INCH FIBERGLASS SEWER PIPE (SN 72) 3443 , LF `— $ � $ t,7c�l BY OPEN CUT (38-40 FT DEPTH) r 24 54-INCH FIBERGLASS SEWER PIPE (SN 72) 624 LF $ '00 5 $ �, �00 BY OPEN CUT (40-42 FT DEPTH) 30-INCH FIBERGLASS SEWER PIPE (SN 46) 25 AND 42-INCH STEEL CASING PIPE OR 165 LF $ %a5� $ J19,[oa5`'d TUNNEL LINER PLATE BY OTHER THAN OPEN CUT 48-INCH FIBERGLASS SEWER PIPE (SN 46) 26. AND 66-INCH STEEL CASING PIPE OR 1,720 LF $ I,aLY� AA $a�DL�J,ULi�-' TUNNEL LINER PLATE BY OTHER THAN OPEN CUT 54-INCH FIBERGLASS SEWER PIPE (SN 72) 27 AND 72-INCH STEEL CASING PIPE OR 505 LF $ 03VP $ 7,916, 19[Jo—" TUNNEL LINER PLATE BY OTHER THAN OPEN CUT 28 FIBERGLASS TEE BASE WITH 5-FT DIA. 49 EA $ l �L�i]p� $ S' `a,ew" MANHOLE 29. FIBERGLASS TEE BASE WITH 5-FT DIA. 1 LS �, ,J $ ( $ �MDoo MANHOLE - STA. 87+92.00 30. 10-FOOT DIAMETER SANITARY SEWER 1 EA 00 $ J3DLW— $ J�[�po MANHOLE 2 R2 Initial f�dum 2 REVISED (ADDENDUM 2) Item Name of Pay Item Estimated Unit Unit Bid Price Amount Bid No. Quantity 31. VORTEX FLOW INSERT - LINE A STA. 1 LS $ /0D,f7(�� $ /OD,L-)DD00 20+89.15 32. 5-FT DIA FIBERGLASS DROP MANHOLE 1 EA $ ,0�- $ p1J,LTD 33. CONNECT EXISTING SANITARY SEWER PIPE (ALL SIZES) TO PROPOSED 1 EA $ /, J�Lb� $ (,� MANHOLE 34. CONNECT PROPOSED PIPE TO EXISTING 1 EA $ °® $ �► MANHOLE 35. POLYMER CONCRETE JUNCTION 1 LS $a�oo'oo $ STRUCTURE - LINE B STA. 0+56.81 36. POLYMER CONCRETE JUNCTION 1 LS $ /Q/,(�(�D� $ /(�I,L� STRUCTURE - LINE C STA. 1+97.78 37 ABANDON EXISTING SANITARY SEWER 1 EA ° . $ �� ` $ 3, 3D�o© MAIN 38. CONCRETE ENCASEMENT 10 LF $ � $ 610 39. VACUUM TESTING OF SANITARY SEWER 50 EA $ Do,—, $ 5, MANHOLES 40. POST CONSTRUCTION CLEANING AND TV 35,485 LF $ % PAP $L/y� j a? INSPECTION 41. TRENCH SAFETY SYSTEM 33,095 LF $ 42. TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION PREVENTION PLAN 1 LS $1�Q� L10' $ -ZA), (-�o CONTROL 43. FLOW METERS 7 EA $ 3 $ 44. 6" C-900 DR-18 PVC WATER PIPE 561 LF $ ��°O $ 45. CONNECT TO EXISTING ASBESTOS 1 EA $ 1, �DOo� $ CEMENT PIPE 46. ASBESTOS CEMENT PIPE REMOVAL 500 LF $ op $ /5'[)DD�� 47. 127" X 6" TAPPING SLEEVE AND 6" VALVE 1 EA $ �°O $ 48. DUCTILE IRON WATER FITTINGS 0.2 TON $ �' / $ 49. UNCLASSIFIED EXCAVATION 203 CY $ $ I gcgl o� 50. UNCLASSIFIED EMBANKMENT 200 CY $ �� $ 51. 12" COMPACTED SUBGRADE 53,877 SY $ ���� $ J 15,5M 52. FLEXIBLE BASE (6") 53,877 SY $ 3 R2 Initial for Addendum 2 REVISED LADDENDUM 2) Item No. Name of Pay Item Estimated Quantity Unit Unit Bid Price Amount Bid 53. HMAC TYPE C (2") 46,715 SY $ /Z- $ L-541,010 54. ASPHALT PAVEMENT TRENCH REPAIR 39,767 SY $ 55. CONCRETE PAVEMENT REPAIR 9,990 SY $ 56. GRAVEL ROAD REPAIR 1,196 SY $ 13 00 $ 57. ASPHALT DRIVEWAY REPAIR 2,503 SY $ a� j� $ [5, 0-7 58. CONCRETE DRIVEWAY REPAIR 756 SY $ 7,9 oo $ 5/,4/ 39 59. GRAVEL DRIVEWAY REPAIR 5,132 SY $ /g2o- $ 60. CURB AND GUTTER REPLACEMENT 1,400 LF $ 33,-30 $ 61. CORRUGATED METAL PIPE CULVERT (24") 2,583 LF �o $ j1 � $ 131,733- 62. SAFETY END TREATMENT (24") 122 EA $ 1, 0-17' $ 63. HYDROMULCH 97,200 SY $ / Dp $ 64. REFL PAV MRK TY 1 (W) 4" (BRK) (1 OOMIL) 2,500 LF $ $ /, 37� 65. REFL PAV MRK TY 1 (W) 4" (SLD) (I OOMIL) 31,974 LF $ ,�� 7© $ 7, 5� —" 66. REFL PAV MRK TY 1 (Y) 4" (BRK) (I OOMIL) 8,520 LF $ ®�5 $ 67. REFL PAV MRK TY 1 (Y) 4" (SLD) (I OOMIL) 18,300 LF $ ' ` $ 68. REFL PAV MRK TY 1 (W) 8" (SLD) (I OOMIL) 500 LF $ vQ $ c5�oo 69. REFL PAV MRKR TY II - A - A 206 EA $ 3 $ a f On 70. REFL PAV MRK TY 1 (W) 24" (SLD) (100MIL) 200 LF pp $ �a $ 71. TRAFFIC CONTROL 12 MONTH $ % 5W-2 $ qn, 72. CUT AND PLUG EXISTING WATER LINES 8 EA $ Woo $ -7, 90D 73 CUT AND PLUG EXISTING SANITARY SEWER LINES 8 EA $ /� /[�oo $ Or �� 4 R2 ! Initial for Addendum 2 ATIMzn11-1"a11a►��►aa TOTAL BASE BID: $ avr g 9,r5, I �5 9 g5 BID ADJUSTMENT (ADDITION/DEDUCTION)': $ V REVISED TOTAL BASE BID: $ ty�rl I9 'This item is provided as a convenience to the Offerors for the purpose of making an adjustment in their Proposal prior to Proposal Closing after the Proposal Form has otherwise been completed. If this item is used, the Offeror shall, within 43 hours after Proposal Closing, file with the Owner a revised Proposal Form that includes distribution of the "Bid Adjustment' amount into the individual Unit Bid Prices of the Proposal Form. If the "Bid Adjustment" line item is not used, Offerrors shall enter "$0.00" for this item. ALTERNATE BIDITEM Item No. Name of Pay Item Estimated Quantity Unit Unit Bid Price Amount Bid POLYM-Elt-CONCRETE-MANHOLE-- --- 4J- -EA Offeror's Initials . Offeror hereby agrees to commence the work on the above project on a date to be specified in the written "Notice to Proceed" of the Owner and to finally complete the project within the CONSECUTIVE CALENDAR DAYS specified thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $2,000.00 (TWO THOUSAND DOLLARS AND NO CENTS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the Pgeneral conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to finally complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials 5 R2 je Initial for Addendum 2 REVISED (ADDENDUM 2) 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 (S ) or a Proposal Bond in the sum of S%6 Dollars 0/(-) ), 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(a), 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: A )W/w0jC--- Secretary Offeror acknowledges receipt of the following addenda: Addenda No. I Date Molle4 Addenda No. (9 Date 9 ha U Addenda No. 3 Date a a! I q Addenda No. Date Date: C dg! Company 5` 0--) CR 7-?(YD Address l City, County State Zip Code Telephone: '60(o- 0KjQ3^ 9jnyp Fax: 'R)L� - 'M',)-,-//39 Email: ®rsi�ts A(Io'�2�,(?C i FEDERAL TAX ID or SOCIAL SECURITY No. -75-a21g/93 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify 6R2 �Y-- Initial for Addendum 2 Lih 'E ii A. SURETY t Bid Bond 1 Document A31 Tin ® 201 Conforms with The American Institute of Architects AIA Document 310 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) UTILITY CONTRACTORS OF AMERICA, Liberty Mutual Insurance Company INC. 175 Berkeley Street Boston, MA 02116 OWNER: (Waite, legal status and address) CITY OF LUBBOCK Mailing Address for Notices Liberty Mutual Insurance Company Attention: Surety Claims Department 1001 4th Avenue, Suite 1700 Seattle, WA 98154 BOND AMOUNT: FIVE PERCENT OF THE GREATEST AMOUNT BID -- PROJECT: (Name, location or address, and Project number, if any) SOUTH LUBBOCK SANITARY SEWER EXTENSION PHASE 1 - BID PACKAGE B RFP 14-11709-TF This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period F. , as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner 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. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days, if this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the berm Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 25th day of FEBRUARY 2014 UTILITY CONTRACTORS A AMERICA, INC. (Princip /) (Seal) )fitness 7iS (Tit e re Mutual Insurance Compa v trtstt LC SurhJ �JP oavo�y�?0 (lYirness MARLA HILL Y � 1912 � a (Title) HOWARD COWAN, ATTORNEY -IN -FACT ~dips"eHusab LMS-10054 08110 >E a:3 Zu TMIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRtNTED ON RED BACKGROUND. 5301923 Thin Power of Attorney limits the acts of thaw named herein, and they have no authority to bind the Company exrapt In the manner and to the axtsnl Brain anted. Certificate No. -- - American Fire and Casualty Company The Ohio Casualty insurance Company West American insurance Company Liberty Mutual Insurance Company Peerless insurance Company POWER OF ATTORNEY NOWN ALL PERSONS BY THESE PRESENTS: ThatA mriean Fire $ Casualty Company and Thu Otto Casualty Insurance Company are corporations duty organized undo(the laws of the State of Ohio, that Liberty Mutual Insuranxe Company is a corporation duly orpanaed under the laws of the Stale of Massachusetts, that Peerless Insurance Company is a expo atlon duly otgarilmd under the laws of the Slate of New Hampafrire, and West Aul wkan Insurance Company is a oxporaW duty organized under the laws of the State of Indiana (herein cotlecbvely called the'hCampanlesl, pursuant to and by authority herein set forth, does hereby name. oons&ute and appoint, HOWARD COWAK MARLA HILL ._.................... all of the city of h,uesocK stela of l,:xe s each individualty it there be more than one named, its his and lawfirl atGortheyin fact to make, execute, seat, adm wledge and deliver, for and on its befW as surety and as its ad and deed, any and all undertakings, boots, fewgnb!x ce and other swnr[y obligations, in pwsrance of time presents and shall be as Undirg upon the Companies as I they have been duly sigrred by the president and ettsated by the semtary of the Companies in their wm proW parsons. IN WITNESS WHEREOF, this PowerofAflomayhasbeensubsrnbed byanauiwdzedoNCerorofPaiaf of the Companiesaodthe corporatesselsof the Companieshm been affixedtheretothis fah day of Aarlr , 2012. rft �: YY lR6 kstx URAh' xME r(aW'�;�P .f ;oot^,1 ....f q SEA[. is i SL;k1, 4xssrc"" '�Ct'E �' iGL G� STATE OF WASHINGTON as COUNTY OF KING American Fire and Casualty Company The Ohio Gasualty Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company West American insurance Company Gregory W. Davenport, Assistant Secretary On this I oth day of _ Aprn got z , (,bore me personaiy appeared Gregory W. Davenport, who acWmwiedgad himself to 1a the Assistant Secretary of Amoricm Fua and Casualty Company, Liberty Mutual Insurance Co(rony, The Ohio Casualty Company, Peerless Insurance Company and West American Insurance Company, and that he, as such, being aWtorvad so to do, execute the foregoing instrument for the purposes tiherain contained by signing on behalf of the axporafim by hirnset as a duly authorized ofrhoar. IN WITNESS WHEREOF, I have hereunto wbscibed my name and affixed my notarial seal at Seattle, Washingt^ on the day and year f�irsyt�above writlan, KID Riley , Notv;o Public t� This Power of Attorney is made and executed pursuard to and try autha ft of the fdlowing Byaaws andAiidiorizations of American Fire and Casualty Company, The Otto Casualty Insurance Company, Liberty Muftml Insurance Company, West American insurance Company and Peerless Insurance Canpany, whleh resolutions are now in full force and effect reading as follrnvs: ARTICLE IV - OFFICERS -Section 12, Powerof Attorney. Arty offim orollw official of the Corjwratfat authorized for Lhet purpose In %Tldng by the Chairmen or the President, and subject to such limillatim as the Chairman or the PresUent may press . shall appoint such adomeysin-fad, as may be necessary to ad In behalf of the Corporatism to make, execute, seal, acnowledge and deliver as surety any and all undertakiro, bonds, racognizances and other surety obligations. Such attomeys4n-fad, subject to fibs limitations setforth In their respective powers of attorney, shall have full power to bind the Coporatim by their signature and exemlion of any such instruments and b attach thereto the seal of the Corporation. When so exalted, such instruments shall be as bir&g as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fad under the provisions of this ands may be revoked at any lime by the Board, the Chairman, the President or by the ofiiaer or of om gmAN such power or authority. ARTICLE ltlll - Execution of Contracts - SECTION 5. Surety Bads and Undertaldnga. Any officer of the Company suitatwd for that purposa In *ding by the dmimnan or the president, and subject to s(rdh limitations as the dwiInman or (he president may prewiba, shall appoint such aftomeys4n-fed as may be necessary (o ad 1n behalf of the Company b make, execute, seal, acknowledge and deliver as surety any and all underfaidngs, bonds, recagrtzances and other surety obligations. Such attorneys -In -fad sub)ad to the I1mbdorns set forth In their respective powers nt ettomay, shall have full power to bind itte Company by their signakee and execution of any such instruments and to attach thereto tho seal of file Company. When so axearrad such Instruments shall be as t rI ft as if signed by the president and attested by the secretary. Certificate of Deslgnadal - The President of the Company, acting pursuant to lfne Bylaws of the Cmparry, audho(izes Gegory W, Davenport, Assistant Secretary to appoint such attomeyan-fad as may be necessary to ad on 6" of the Company to make, execute, seal, gduwivlodge and deliver as surety any and all undue, ba-rds, racagnizanoas and other surety obligations. Aut vmWtlon - By unanimous consent of ins Company's Board of INreezra, the Company consents that Noslmile or mochankaly reproduced signature of any assistant secretary of the Company, wherever appearing upon a miffied copy of any power of ahmay issued by the Company in connection vrifh surhuty bonds, shall be valid and biding upon the Company with tha same force and effect as Itimigh ma m aJly affixed. 1, David M. Carey, the undarzoed, Assistant Secretary, of Amerikan Fee and Caw* Company, The Ohio Casualty Irasuranoe Company, Liberty Mutual Insurance Company, West American Insurarxe Comrpany and Pemless Insurance Company do hereby ce.(tify that the origiln4 parer of dornay of afia the foregoing is a full above and fo(egoing is a We and correct copy of the Power ofAttom* exacutad by said ComWfes, which is in Ul force and effect and has not been revolted. IN TE01110MY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 2 5 Tiny of ILBRUARY 2114 �4�GPM 1 ± JPyt t IH d � \ Y 9 ��ySU t k`�r �S` nlc�\0 ,z` , S ��� ix. I (f+`?°'�nI �✓J// i tccrr,+q :o, w 190l By. SF.,4L J� yd� 1 /�o t o �. s�SE;•�L /i David M. Carey, Assistant Seaefary �� n oats ��� U m 3 0 iL a0 t r- 0 PGA-AFCC, LWC, OCIC, PIC B WAIC LM5_t2973_012012 CONTRACTORS STATEMENT OF QUALIFICATIONS r 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 firms 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. 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 exemplify their work? If so, submit as Attachment "A". r 3 (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 judgment 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 Utility Contractors of America, Inc. 5805 CR 7700 Business Address of Principle Office Lubbock, Texas 79424 Telephone Numbers Main Number 806-863-2642 Fax Number 806-863-4132 Web Site Address www.ucatexas.com Form of Business (Check One) h I A corporation I JA Partnership I I An individual Date of Incorporation November 1, 1987 State of Incorporation Texas Chief Executive Officer's Name Britt Lane President's Name Tv Lane Chris Balios Trot/ Lane Nice President's Names) Secretary's Name Wanda Garrett Treasurer's Name Marty Hamm Date of Organization State Whether partnership is general or limited Name Business Address Number of Current Full ployees 41 I Average Estimate of Revenue for the current Year i IContractor's Organizational Experience Organization Doing Business As Utility Contractors of America, Inc. Business Address of Regional Office 5805 CR 7700 Lubbock, TX 79424 Name of Regional Office Manager Ty Lane Telephone Numbers Main Number 806-863-2642 Fax Number 806-863-4132 Web Site Address www.ucatexas.com List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies doing business: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Con struction Experience Years experience in projects similar to the proposed project: As a General Contractor 26 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No 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? No 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 agencey within the last five years? No 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? No 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? No If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As Utility Contractors of America, Inc. 9 t . . 1 Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart, include the title and names of key personnel. Include this chart as an attachment to this description. See Attachment No.1 Ty Lane is the acting President/ Lead Project Manager on major projects. Marty Hamm, Troy Lane and Chris Balios are Vice Presidents and at times act as Project Managers as well as Superintendents. Superintendents are Leo Garcia, Lorenzo Vasquez and Gilbert Prieto and they answer ultimately to Ty Lane and then to the Vice Presidents_ Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart as an attachment to this description. Ty Lane is to be the acting Project Manager, Chris Balios is to be the Project Superintendent, Safety Officer, and Quality Control Manager. Experience of Key Perionnel 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 Project Manager Ty Lane Project Superintendent Chris Balios Project Safety Officer Chris Balios Quality Control Manager Chris Balios 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 time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how much time it to be divided between this project and their other assignments. [I Proposed Project Manager Organization Doing Business As Utility Contractors of America, Inc. Name of Individual Ty lane Years of Experience as Project Manager 26 Years of Experience with this Organization 26 Number of similar projects as Project Manager 1 10 Number of similar projects in other positions 5 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Contacti f Name Keith Smith i. f • f Name Mike Keenum Title/Position Public Works Director Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2341 Telephone 806-775-2393 E-mail KSmith@mail.ci.iubbock.tx.us E-mail mkeen um9Dmail.ci.lubbock,tx.us_ Project All City of Lubbock Projects Project South Lubbock Drainage Candidate role on Project CandidateAlternate Name of Individual Candidate role on Project Project Manager 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 ..• •TIT Lm. Name Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Proposed Project Superintendent Organization Doing Business As Utility Contrators of America, Inc. Name of Individual Chris Balios Years of Experience as Superintendent 26 Years of Experience with this Organization 26 Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Keith Smith Name Wood Franklin Title/Position Public Works Director Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775.2341 Telephone 806-775-2343 E-mail KSmith(&rnail.ci.lubbock.tx.us E-mail wfranklip0mvlubbock.us Project All City of Lubbock Projects Project Marsha sharp Freeway Candidate role on Project Alternate Name of Individual Candidate role on Project Supervisor 77777771. Candidate,, Troy Lane Years of Experience as Superintendent Years of Experience with this Organization 21 Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date .. . Name Name Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project IProposed Project Safety Officer r Organization Doing Business As `111111111MIMM111... Name of Individual Utility Contrators of America, Inc. Chris Balios Years of Experience as Safety Officer Years of Experience with this Organization 26 Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date a INN....HUM Name Keith Smith Name Wood Franklin Title/Position Public Works Director Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2341 Telephone 806-775-2343 E-mail KSmith0rnaiIA.lubbock.tx.us E-mail wfranklin@mylubbock.us Project All City of Lubbock Projects Project Marsha sharp Freeway Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Supervisor 777777 Marty Hamm Years of Experience as Safety Officer Years of Experience with this Organization 24 Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date "Reference Contact- Inf-orm i6� (listing names inificates�.. at Name Name Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project TI Proposed Project Quality Control Manager Organization going Business As Name of individual Utility Contrators of America, Inc. Chris Balios Years of Experience as Quality Control Manager 11 Years of Experience with this Organization 26 Number of similar projects as Quality Manager 7 Number of similar projects in other positions 2 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 34th Street Waterline Replacement 40% 1/29/2009 • Name Keith Smith Name Wood Franklin Title/Position Public Works Director Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone A06-775.2341 Telephone 806-775-2343 E-mail wSmitt,a:mi:►il.c�'�:bbu� <.tx�us E-mail wfranklin@mylubbock.us Project All City of I ubhock Projof is Project 34th Street Waterline Candidate role on Project Candidate Name of individual Candidate role on Project Quality Control Manager Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name !!!!!!! .. . Name Titte/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project U Contractors Project Experience and Resources Organization Doing Business As Utility Contractors of America, Inc. Provide a list of Major Projects that are currently Underway, or have been completed within the last five years. See Attachment row e a completed project information form for projects that have been completed in the last five years w is specifically illustrate the organizations capability to provide best value to the Owner for this project. See Attachment Include a completed project information form for projects which illustrate the experience of the proposed key personnel. See Attachment Provide a description of your organizations approach to completing this project to provide best value for the Owner. including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control S. Quality management 6. Project site safety 7, Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal AWROAMM -- Provide a list of major equipment proposed on this project. Attach additional information if necessary Equipment Item Primary Use on Project Own Will Buy lease 390 Excavator Trench Excavation x 345 Excavator (2) Trench Excavation/Compaction x 330 Excavator (2) Pipe Installation x 966G loader (2) Embedment x 950G loader (2) Embedment x 420 Rubber tire backhoe (2) Site Maintenance x 14G Maintainer Site Maintenance x �• •'Egli. . s mom What work will the organization complete using its own resources? Trenching/ Backfilling, Pipe and Manhole Installation What work does the organization propose to subcontract on this project? Tunneling, Paving, Striping, Traffic Control, SW3P, Surveying, Flow Meters I Contractor's Subcontractors and Vendors Organization Doing Business As Utility Contractors of America, Inc. 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 Southland Contracting Tunneling MWBE Provide information on the proposed key personnel, project experience and description of past relationship and work experience for each subcontractor listed above using the Project information Forms Vendors Provide a list of major equipment proposed for use on this project. Attach additional information if necessary Vendor Name Equipment/ Material Provided Furnish only Furnish and install HUB / MWBE Firm Hobas Fiberglass Pipe x O'Tool Plastic Pipe x l;, Current Major Projects Project Owner City of Lubbock JProject Name 98th St Paving Improvements (Albany to Huron) General Description of Project: Water & Sanitary Sewer Infastructure Project Cost $1,073,800.53 Estimated Completion Date Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Engineer (806) 775-2343 wfranklin@myiubbock.us Designer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@allenbutier.com Project Owner City of Lubbock lProject Name Northwest Lubbock Drainage Improvements General Description of Project: Storm Sewer Infastructure (10 x 10 Boxes) Project Cost $30,899,370.70 1 Estimated Completion Date May 2014 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum Inspector (806) 775-2393 Mkeen umCu3mafl.d.lubbock.tx.us Designer Construction Manager Paul McMillian Engineer (806) 473-2200 PMcmillen team-psc.com Project Owner City of Lubbock Project Name Milwaukee Ave Paving Improvements General Description of Project: Remove & Relocate water & sewer infastructure for new road Project Cost $2,511,467.50 JEstimated Completion Date December 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum Engineer (806) 775-2393 Mkeenumna mail.ci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@alienbutler.com Major Projects completed within the last 10 Years Project Owner City of Lubbock Project Name 1-27 General Description of Project: 14,000 ft of 24" to 48" Steel Cylinder lines Project Cost $6,000,000.00 Date Project Completed 1998 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Ty Lane Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Engineer (806) 775-2343 wfranklin@myiubbock.us Designer Construction Manager Project Owner City of Amarillo, Texas Project Name Fleming Street Storm Sewer General Description of Project: Project Cost $1,454,883.00 Date Project Completed 5116/2003 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Cody Hamm Cody Hamm Chris Balios Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Martin Rodin Engineer Designer Construction Manager Project Owner City of Lubbock, Texas Project Name Annexation Sanitary Sewer Improvements General Description of Project: 29,978 Lf of 36" and 48" Sewerline Project Cost $4,717,409.00 Date Project Completed 4/1/2004 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Engineer (806) 775-2343 wfranklin@mvlubbock.us Designer Construction Manager David Ockerman Inspector (806) 548-4152 Project Owner TXDOT JProject Name Marsha Sharp Freeway General Description of Project: 24" & 30" steel cylinder water lines Project Cost $3,767,944.32 Date Project Completed 10/1/2007 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Marty Hamm Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Brian Wilson Engineer (806) 748-4496 Designer Construction Manager Rob Gamey Engineer (806) 771-7283 Project Owner City of Lubbock, Texas I Project Name Railport industrial Improvements General Description of Project: 9505 LF of 8" and 16" Waterline; 6133 LF of 6" and 10" Sewerline Project Cost $1,255,983.00 JDate Project Completed 3/7/2008 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Cody Hamm Cody Hamm Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Woad Franklin Engineer (806) 775-2343 wfranklin(c@mylubbock.us Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector (806) 473-2200 Project Owner City of Lubbock, Texas lProject Name South Central Drainage Improvements General Description of Project: 29990 LF of 24" to 72" Cast In Place Storm Sewer up to 50' in depth Project Cost $5,811,646.00 JDate Project Completed 9/30/2008 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum Engineer (806) 775-2393 mkeenum@mylubbocic.us Designer Paul Mcmillan Engineer (806) 473-2200 pmcmilian@team-psc.com Construction Manager Don McClenan Inspector (806) 473-2200 dmcclenan@team-pse.com Project Owner City of Lubbock, Texas JProject Name 98th Street Roadway & Drainage Improvements General Description of Project: Project Cost $3,885,233.58 JDate Project Completed 10/1/2008 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Engineer (806) 775-2343 wfranklin@rnylubbock.us Designer Gary Dawson Engineer (806) 775-2343 gdawson@mylubbock.us Construction Manager Rod Pederson Inspector (806) 928-6561 Project Owner Lubbock Economic Development Alliance 111roject Name Lubbock Business Park - Phase 1A and 2A General Description of Project: 381 LF 6" Waterline; 136' 8" Waterline; 3575 LF of 10" Waterline; 10162 LF 12" Waterline and 5699 LF of 12" Sewerlin Project Cost $5,808,790.17 Date Project Completed 1/8/2009 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner LEDA (806) 749-4500 Designer Mark Haberer Engineer (806) 473-2200 mhaberer@team-psc.com Construction Manager Mark Carpenter Inspector (806) 777-0160 Project Owner City of Lubbock, Texas lProject Name South Lubbock Drainage Project General Description of Project: 46210 LF of 24"-54" Storm Sewer; 10,958 LF 24"-54" Bore. Depths 5'-25' Project Cost $30,704,058.50 1 Date Project Completed 6/1/2009 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Marsha Reed Engineer (806) 775-2335 mreed@mail.ci.lubbock.us Designer Paul McMillan Engineer (806) 743-2200 pmcmillan@team-psc.com Construction Manager Don MacCleanan Inspector (806) 781-8480 dmccienan@team-psc.com 1— r- Project Owner City of Lubbock, Texas Project Name Pump Station No.15 General Description of Project: 23380' 16" Waterline; 1665' 24" Steel Casing in Bore and Pump Station Improvements Project Cost $1,985,321.OD Date Project Completed 1/15/2010 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Cody Hamm Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Darlene Doss Buyer (806) 775-2168 ddoss@mylubbock.us Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector (806) 777-0160 Project Owner Lubbock Economic Development Alliance Project Name Lubbock Business Park - Phase 1b General Description of Project: 2410' -10", 3280' -12", 2315'-20" Waterline and 4156' - 12" Seweriine Project Cost $1,004,550.48 1 Date Project Completed 3/1/2010 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Lorenzo Vasquez Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@allenbutler.net Project Owner City of Lubbock, Texas 112roject Name 34th Street Waterline Replacement General Description of Project: 500' - 6", 1000'- 8", 100'-10", 4800'- 12", 18500'-16" and 6200'- 24" Waterline Project Cost $5,228,109.47 Date Project Completed 5/2/2010 Key Project Personnel Project Manager Project Ty Lane Leo Garcia Safety Officer Quality Control Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Wood Franklin Engineer (806) 775-2343 John Marler Engineer (512) 912-5188 wfranklin@mylubbock.us john.marler@hdrinc.com Project Owner City of Post, Texas I Project Name Post/Cedar Hills Water System Improvements General Description of Project: Installation of 27,000 LF 6"HDPE Waterline by boring and Pump station Improvements Project Cost $1,042,387.70 1 Date Project Completed 3/15/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Chad Pabody Troy Lane Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Arbie Taylor City Manager (806) 495-2811 ataylor@postgarza.net Designer Dwight Brandt Engineer (806) 681-8631 DLBrandt@brandtengineers.com Construction Manager Oscar Ostos RPR (806) 681-8631 OscarO@brandtengineers.com Project Owner City of Wolfforth, Texas Project Name Wolfforth Sewer Expansion General Description of Project: Project Cost $1,115,465.00 JDate Project Completed 4/29/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Doug Hutchison Inspector (806) 885-4120 Designer Construction Manager Michael Adams Project Manager (806) 791-2300 michael.adarns@ojdengineering.com Project Owner Lubbock Cooper ISD lProject Name Cooper Middle School General Description of Project: 3575 LF 8" Waterline; 2930 LF 10" Sewerline; Liftstation Project Cost $502,090.00 1 Date Project Completed 7/27/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Marsha Reed Engineer (806) 775-2335 mreed@mall.ci.lubbock.tx.us Designer Gary Dawson Engineer (806) 743-2201 gdawson@team-psc.com Construction Manager Micheal Haverdink Project Manager (806) 745-9450 michael@sandiaconst.com Project Owner City of Lubbock, Texas Project Name Indiana Paving Improvements General Description of Project: Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing Project Cost $1,330,284.88 1 Date Project Completed 7/29/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Engineer (806) 775-2343 wfranklin@mulubbock.us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@allenbutler.net Project Owner City of Denver City I Project Name Denver City Well Field improvements General Description of Project: installation of 16" water line and Pump station Imp. Project Cost $488,974.50 Date Project Completed 8/31/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction NIAnager James Tompkins (432) 523-2181 JamesT@wtcengineering.com Project Owner City of Lubbock, Texas JProject Name Quaker Ave Reconstruction from 114th to FM 1585 General Description of Project: installation of water, sewer, & storm sewer lines Project Cost $675,267.76 Date Project Completed 8/31/11 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Ryan Duininck Project Manager (817) 491-0946 RCDuininck@dbitx.com 4 Project Owner City of Plainview, Texas I Project Name Plainview Water Reconstruction General Description of Project: Installation of 12", 10", 8", 6", 4" water lines Project Cost $1,550,258,75 1 Date Project Completed December 2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Gilliland Engineer (806) 296-1150 meilliland@ci.plainview.tx.us Designer Construction Manager Brandon Autry Engineer (806) 771-5976 bautry@amdeng.com Project Owner City of Levelland I Project Name Lee St. Water System Improvements General Description of Project: Installation of 14" water line; pump station Improvements Project Cost $761,015.00 Date Project Completed April 2012 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Leonard Nail Engineer (806) 473-2200 1nail@team-psc.com Project Owner City of Lubbock Project Name Lubbock Downtown Redevelopment General Description of project: Project Cost $2,058,474.04 JDate Project Completed December 2012 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Troy Lane Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum Engineer (806) 775-2393 mkeenum@mulubbock.us Designer Construction Manager Joseph Van Deventer Engineer (806) 795-6827 JVanDeventer@SGSEng.com _. 1 Project Owner DCOS Project Name Industrial Park General Description of Project: Water & Sanitary Sewer Infastructure Project Cost $1,468,648.15 Date Project Completed January 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager George Villarreal Engineer (806) 473-3563 GVillarreal@team-psc.com Project Owner City of Levelland Project Name 2012 Water System Improvements General Description of Project: Replace 2" Cast Iron with 6" & 8" PVC Project Cost $250,810.00 Date Project Completed February 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Steve Levitt Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Erik Rejino (806) 894-0113 ereiino@levellandtexas.org Designer Construction Manager Kristi Laverty Engineer (806) 473-3634 klaverty@team-psc.com Project Owner City of Lubbock Project Name Reconstruction & Widening of Frankford Ave (98th to 114th) General Description of Project: Remove & Relocate water & sewer Infastructure for new road Project Cost $287,978.50 Date Project Completed July 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner John Turpin Engineer (806) 775-2393 JTurpin@mail.ci,lubbock.tx.us Designer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@allenbutler,com Project Owner Costco Project Name Costco Warehouse, Lubbock General Description of Project: Water & Sanitary Sewer Infastructure Project Cost $936,831.00 Date Project Completed October 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Jerry Pollock Project Manager (425) 531-1077 'err iacksondean.corn Project Information Sheet Current Project Owner I City of Lubbock Project Name 98th St. Paving Improvements (Albany to Huron) General Project Description Water and Sanitary Sewer Inlastructure BudgetProject ■ Budget History Schedule Performance Amount °� o Bi Amount Date Days Bid $955,577.52 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 118,223.01 12.37% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues 12.37% Change Order Authorized Final Completion Date Total $ 118,223.01 Actual / Estimated Substantial Completion Date Nov 2012 Quality Manager Final Cost $ 1,073,800.53 Actual / Estimated Final Completion Project Manager Ty Lane Date Project Sup Safety Officer Name Marty Hamm Chris Ballos Chris Ballos Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change approvalAeference Contact Information ([isting names indicates Name . Title/position Organization Telephone Email Owner Wood Franklin Engineer City of Lubbock, Texas (806) 775-2343 wfranklinl@maii.ci.lubbock.tx.us Designer Allen Butler Construction (806) 745-7498 rhumohriesPallenbutlennet Liberty Mutual (806) 722-2663 1 Boards Number of issues Pending I Olin Resolved Issues 0 Construction Manager Rick Humphries Project Mgr Surety Howard Cowan I Attorney issues / Disputes Resolved or Pending Resolution by Arbitration,. resolved J issues 01 Project Information Sheet Current Project owner City of Lubbock 1project Name Northwest Lubbock Drainage Improvements General Project Description Storm Sewer Infastructure (10 x 10 Boxes) BudgetProject Budget History Schedule Performance Amount % of Bid - Amount Date Days Bid S 30,899,370.70 Notice to Proceed 4/23/2D12 Change Orders Contract Substantial Completion Date at Notice to Proceed 4/3/2014 710 Owner Enhancements Contract Final Completion Date at Notice to Proceed 5/18/2014 755 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total S - 0,00% Actual / Estimated Substantial Completion Date 4/3/2014 Final Cost $ 30,899,370.70 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 5/18/21 Quality Manager Name Ty Lane Chris Batios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Contact Information (listing names indicates approvalAeference Title/position Organization Engineer City of Lubbock, Texas Telephone Email (806) 775-2393 MkeenumtSmad.o lubboO.tK.us Name Owner Mike Keenum Designer Construction Manager Engineer Parkhill, Smith & Cooper (806) 473-2200 omcmillen(@team-psc.com Surety Disputes Resolved resolved I 0 Howard Cowan or Pending Resolution by Arbitratlon, Attorney Liberty Mutual Litigation or Dispute Review Boards 1 01 Number of issues Pending (906) 722-2663 Olin Resolved issues D issues 7-71 77 777 77 L', 7 , L. 7 r--•, -1 r--, ", 7-7, --7 r� -7 r--I -, .J _... Project information Sheet Current Project Owner I City of Lubbock Project Name I Milwaukee Ave Paving Improvements General Project Description Remove and Relocate water and sewer infastructure for new road BudgetPrqject Budget History °k o Bi Amount Amount Schedule Performance Date Days Bid $ 2,511,467.50 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 0.00% Actual / Estimated Substantial Completion Date Final Cost Project S 2,511,467.50 Actual / Estimated Final Completion Date 12/2013 X64 Personnel Project Manager Project Sup Safety Officer Quality Manager Chris Balios Name Ty Lane Marty Hamm Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? if not, who started or completed the project in their place. Reason for Change 'Contact information (listing names indicates approval Name Title/position Organization Telephone Email Owner Mike Keenum Engineer City of Lubbock, Texas (806) 775.2393 Mkeenum@mail, a.Iubbock.tx,Lis Designer Project Mgr Allen Butter Construction Construction Manager Rick Humphries (806) 745.7498 rhumohries@allenbutter.net Surety Howard Cowan Attorney Liberty Mutual SSU Resolved or ;, Boards resolved I 0 issues I 0 Number of issues Pending I (806) 722-2663 Olin Resolved issues 0 Project Information Sheet Completed Project Owner I City of Lubbock, Texas Project Name Annexation Sanitary Sewer Improvements General Project Description The Project Consisted of 29,978 LF of 36" and 48" Sanitary Sewer Pipe. BudgetProject Budget History Schedule Performance Amount 90 o Bi Amount Date Days Bid $ 4,717,409.00 Notice to Proceed 5/5/2002 720 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 5 - 0.00% Actual / Estimated SubstanYlal Completion Date Final Cost S 4,717,409.00 Actual / Estimated Final Completion Date _,'1 1 696 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Troy Lane Leo Garcia T,:y: Chris Balios 50°Y Percentage of Time Devoted to the Project 100% Proposed for this Project Troy Lane .. Liai uj t , s : , ndi: Chris Balios Did Individual Complete the Project? Yes Yes If not, who started or completed the project in their place. Reason for Change �ft*repce Contact Information . approval Name . contacting the names individuals Organization Telephone Emeil Title/position Owner Wood Franklin Engineer uty 01 u�4t Y 15 2433 Designer Construction Manager David Ockerman Inspector C,ty Of Surety sues / Disputes Resolved Howard Cowan or Pending Resolution by Arbitration, Attorney Utigation or SafeCo Dispute Review Boards Number of issues Pending •:'7'; ,'.7' ;,5 Total amount involved 0 in Resolved issues 0 Number of issues Total Amount involved in Resolved resolved issues 0 7-7 Project Information Sheet Completed Project Owner I City Of Lubbock, Texas Project Name Marsha Sharp Freeway General Project Description This Project consisted of 27,154 LF of 24" to 60" Cast -In -Place Pipe and Steel Cylindar Lines with inlets and Junction Boxes ranging in depth from 6' to 24' Project Budget and Schedule Perf orniance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 3,451,540.15 Notice to Proceed 7/5/2005 840 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 316,404,17 9.17% 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 $ 316,404.17 9.17% Actual / Estimated Substantial Completion Date Final Cost $ 3,767,944.32 e -Project Personnel Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 1 10/1/2007 806 Quality Manager Name Ty Lane Marty Hamm Taylor Condit Chris Balios Percentage of Time Devoted to the Project 50% 100% 50•/0 3D% Proposed for this Project Ty Lane Marty Hamm Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Contact Information (listing names indicates approvalItleference , Telephone Email Name Title/position organization Owner Brian Wilson Engineer TxDot (806) 74BA496 Designer Engineer PBQ&D inc. Construction Manager David Ockerman Inspector City of Lubbock (8D6) 5484152 Surety Howard Cowan JZornry I SafeCo (425) 376-6535 d or Pending Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or Dispute 316,40 Review Boards Number of issues Pending Total amount involved I in Resolved issues 316,404 mber of issues Folved I 4 Project Information Sheet Completed Project Owner I City of Lubbock, Texas Project Name Railport Industrial Improvements General Project Description [The Project consisted of 1680 LF of 8" Waterline; 7825 LF of 16" Waterline; 4123 LF 6" Sewerline; and 2010 LF of 10" Sewerline. Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Sid $ 1,214,548.00 Notice to Proceed Contract Substantial Completion Date at Notice to Proceed 8/1/2007 240 Change Orders Owner Enhancements $ 41,435.00 3.41% 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 5 41,435.00 3.41% Actual / Estimated Substantial Completion Date 3/7/2008 Z17 Quality Manager Final Cost $ 1,255,983.00 Key Project Personnel _ Actual /Estimated Final Completion Date Project Manager Project Sup Safety Officer Name Ty Lane Cody Hamm T Condit/Cody Hamm Chris Balios Percentage of Time Devoted to the Project 40% 100% 100% 40% Proposed for this Project Ty Lane Cody Hamm Taylor Condit Chris Babos Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Contact Information (listing names Indicates approvalRe�ereme Name , Title/position Organization Telephone Email Owner Wood Franklin Engineer City of Lubbock (806) 775-2343 wfranklin(a-)mylubbock.us Designer Brian Stephens Engineer Parkhill,Smith & Cooper (806) 473-2199 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector Parkhili,Smith &Cooper (806) 473 2200 mcarpenter@team-psc.com Surety lssues Disputes Resolved Howard Cowan or Pending Resolution by Arbitration, Total Amount involved in Resolved issues Attorney Safeco Litigation or Dispute Review Boards 41,435 Number of issues Pending (425) 376-6535 Total amount involved in Resolved issues 41,435 Number of issues resolved 6 C , C = = = u O = = = = = = = = = Project Information Sheet Completed Project Owner I City of Lubbock, Texas Project Name South Central Lubbock Drainage Project General Project Description This Project Consisted of 29,990 LF of 24" to 72" Cast in Place Storm Sewer Ranging in Depths up to SO feet. Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days aid $ 5,811,646.00 Notice to Proceed 2/25/2007 590 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Unforeseen Conditions Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ - 0.00% Actual / Estimated Substantial Completion Date Final Cost $ 5,811,646.00 Actual / Estimated Final Completion Date 9/30/2008 575 *ey Project Personnel Project Manager Project Sup Leo Garcia Safety Officer Taylor Condit Quality Manager _ Chris Balios 60% Name Ty Lane/Troy Lane Percentage of Time Devoted to the Project 30% 100% 40% Proposed for this Project Ty Lane Leo Garcia Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change 'Reference Contact Information (listing names Indicates approval Name Title/position Organization Telephone Email (806) 775-2393 mkeenumAmail.cOubboc .tx.us Owner Mike Keenum Engineer City of Lubbock Designer Paul Mcmillan Engineer Parkhill,Smith&Cooper (806) 775-2393 pmcmillan(@team-psc.com (806) 773-2200 dmcclenanPteam-psc.com Construction Manager Don McClenan Inspector Parkhill,Smith&Cooper Surety Howard Cowan Attorney Safeco 1 (425) 376-6535 Disputes Resolved, .n, Litigation or Dispute Review :.. . Total Amount involved in Resolved issues 0 Number of issues Pending Total amount involved 0 in Resolved issues 0 Number of issues resolved 0 Project Information Sheet Completed Project Owner I City of Lubbock, Texas 1project Name 98th Street Roadway & Drainage Improvements General Project Description The Project Consisted of 6972 LF of 24" to 36" Open Cut Storm Sewer with Curb inlet; 6540 LF of 6" to 16" Water Pipe ranging in depth form 5'-25'. Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 3,790,134,00 Notice to Proceed 4/25/2006 Change Orders Contract Substantial Completion Date at Notice to Proceed 480 Owner Enhancements $ 95,099,59 2.51% Contract Final Completion Date at Notice to Proceed ° J Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 95,099.58 2.51% Actual / Estimated Substantial Completion Date 5/5/2008 730 Final Cost Personnel $ 3,885,233.58 JActual / Estimated Final Completion Date 10/1/2008 XwProiect Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Cody Harem Cody Hamm Chris Balios Percentage of Time Devoted to the Project 50% emu. 100% 50% Proposed for this Project Ty Lane Uay r,ausm Cody Hamm Chris Balios Did individual Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. Reason for Change ContactReference . .n (listing names Indicates approval . contacting the names individuals Telephone Email Name Title/positron Organization Owner ;:Uod i% rr] LJii!QCk (806) 775-2343 wfranklin@mvlubbock.us Designer Gaty Dawson Et;;;;rry zr City of Lubber: (806) 775-2343 gdawson@rnvlubbock.us Construction Manager Ron P�derson impt:!Ctor Pai khitl,5rsittii&Coc;p: r (806) 928-6561 Surety Disputes Resolved Howard Cowan Attorney or Pending Rmlution by Arbitration, Litigation or Dispute S,,ftzca BoardsIssues Review Number of issues Pending :425j 376-635 Total amount involved ? in Resolved issues 108,421.50 Number of issues resolved 4 Total Amount involved in Resolved issues 95,099.58 r--- I----, Project Information Sheet Completed Project Owner Lubbock Economic Development Alliance Project Name Lubbock Business Park - Phase 1A and 2A General Project Description The Project consisted of 881 LF 6" Waterline; 136'8" Waterline; 3575 LF of 10" Waterline; 10162 LF 12" Waterline and 5698 LF of 12" Sewerline. roject Budget and Schedule Performance Budget History Schedule Performance Amount Amount Date Days Bid $ 4,844,662.00 Notice to Proceed 9/1/2007 700 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 964,128.17 19.90% Contract Final Completion Date at Notice to Proceed 3/2008 120 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 964,128.17 19.913' <O Actual / Estimated Substantial Completion Date Final Cost $ 5,808,790.17 Project Personnel JActual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 1/8/2009 1318 Quality Manager Name Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Percentage of Time Devoted to the Project 30% 100% 30% 30% Proposed for this Project Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change :*efe'rence Contact Information (listing narno Indicates approval to contacting the names individuals as a reference) Telephone Email Name rile/position Organization Owner LEDA (806) 749-4500 Designer MarkHaberer Engineer Parkhiii,Smith&Cooper (806)473-2200 mhabererPteam-psc.cor�n Construction Manager Mark Carpenter inspector City of Lubbock (806) 777-0160 Surety / Disputes Resolved Howard Cowan lAtiorney or Pending Resolution by Arbitration, Total Amount involved in Resolved issues Safeco BoardsUsues Litigation or Dispute Review 664,128.17 1 Number of issues Pending (425) 376-6535 Total amount involved in Resolved issues 964,128.17 mber of issues F"u olved "-1 '—] Project Information Sheet Completed Project Owner City of Lubbock, Texas Project Name South Lubbock Drainage Project General Project Description The Project consisted of 30,410 Lf of 54" Open Cut Storm Sewer pipe; 2826 LF of 42" Open Cut Storm Sewer; 8058 LF of 36" Open Cut Storm Sewer; 1354 LF Open Cut Storrs Sewer; 3562 LF Open Cut storm Sewer. 6425 LF 54" Bored Storm Sewer, 702 LF 42" Bored Sorm Sewer; 2202 LF 36" Bored Storm Sewer; 380 LF 30" Bored Storm Sewer; and 1541 LF 24" Bored Storm Sewer. BudgetProject Budget History Schedule Performance Amount $ % of Bid Amount Notice to Proceed lContract Substantial Completion Date at Notice to Proceed Date 10/27/2005 Days Bid S 25,699,455.50 Change Orders Owner Enhancements $ 5,004,603.00 19.47% Contract Final Completion Date at Notice to Proceed 10/27/2009 1440 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total S 5,004,603.00 19.47% Actual / Estimated Substantial Completion Date 5/1/2009 1262 Final Cost S 30,704,059.50 KeV Project Personnel Actual / Estimated Final Completion Project Manager Ty Lane Date Project Sup Safety Officer Chris Balios Taylor Condit 6/1/2009 1292 Quality Manager Name Marty Hamm Percentage of Time Devoted to the Project 60% 60% 60% 40•/a Proposed for this Project Ty Lane Chris Balios Taylor Condit Yes Marty Hamm Did individual Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Contact Information (listing names indicates approvalReference Name . Organization Telephone Email (806) 775-2393 MkeenumPmad.0 lubbock tx.us (806) 473-2200 RmcmillenPteam-psc.com (806) 473-2200 dmclenariPteam-psc.com Title/position Owner Mike Keenum Engineer Engineer Inspector City of Lubbock, Texas Parkhill,Smith & Cooper Parkhill,Smith & Cooper Designer Paul McMillen Construction Manager Don McClenan Surety Howard Cowan JAttorney Safeco (425) 376-6535 Number of issues resolved d or Pending Resolution by Arbitration, Litigation or Dispute 5004603,D0 Review Boards Number of issues Pending Total amount involved Olin Resolved issues 1 500463.00 tal Amount involved in Resolved T-TISues - 7 Project information Sheet Completed Project Owner I City of Lubbock, Texas 1projectName 16 Inch Supply Line to Pump Station 15 General Project Description This project Consisted of 23,380 LF of 16" Waterline running through Lubbock Airport to Pump Station No. 15, Budget Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 985,321.00 Notice to Proceed 6/29/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed 180 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues 0.00% Change Order Authorized Final Completion Date _ Total $ - Actual / Estimated Substantial Completion Date 12/24/2009 178 Final Cost 1$ 985,321.00 1 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 1 1115/2010 224 Quality Manager Name Ty Lane Cody Hamm Taylor Condit Chris Balios Percentage of Time Devoted to the Project 100% 30% 30% Proposed for this Project Ty Lane Cody Hamm Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes No Yes If not, who started or completed the project in their place. Troy Lane Reason for Change Resignation Aeference Contact Information (listing names Indicates approval to contacting the names Individuals asa Name Title/position Organization reference) Telephone Email Owrn•c Dineen Doss Et yer C:,!y of Lubbock (8061775 2168 ddo5sfamYlubbocic.us Dep.-;ner Brian 5tephem Engineer Par€chill,Smith &Cooper (8061473.2200 bstephensatearn-psc.corn Construction Manc-,rer Mark Carpenter Inspector City of Lubbock (806) 777-0160 5ulutr Howard Cowan Attorney Safeco (425) 376-6535 Disputes • • or ♦ing Resolution by Arbitration,• Number of issues Total Amount involved In Resolved resolved issues Dispute 0 CBoards Number of issues Pending I Total amount involved Olin Resolved issues 0 Project Information Sheet Completed Project Owner I Lubbock Economic Development Alliance JProjectName Lubbock Business Park - Phase 113 General Project Description Installation of 2410' - 10", 3280' - 12", 2315'-20" Waterline and 4156' - 12" Sewerline Project Budget and Schedule Performance Budget History Schedule Performance % o Bi Amount Amount Date Days Bid $ 979,OS9.20 Notice to Proceed 6/15/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 25,491.28 2.60% 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 S 25,491.28 2.60% Actual / Estimated Substantial Completion Date Final Cost $ 1,004,550.48 Actual / Estimated Final Completion Date 3/1/2010 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Lorenzo Vasquez Chad Pabody Chris Balios Percentage of Time Devoted to the Project 100% Proposed for this Project Did individual Complete the Project? if not, who started or completed the project in their place. Reason for Change Contact.rmation (listing names indicates approval. Name contacting the names individuals Title/position Organization Telephone Email Owner Designer Brian Stephens Engioeer Parknin,Smtth&Cuoper iSOuj 473-2200 bstephens@team-psc.com Construction Manager Jason Hetler Allen au:let Ccnstruc6or► 1 57106+ 4-5 4j6. iason@allenbutler.net Attorney I Liberty fAutu;l 1 (806) 722 2G63 Surety Howard Cowan "Issues / Disputes d or Pending Resolution by Arbitration, Litigation or Dispute Review Boards I 25491.28 Number of issues Pending lin Resolved issues resolved I 4 issues Project Information Sheet Completed Project Owner City of Lubbock, Texas Project Name 34th Street Waterline Replacement Project General Project Description This Project Constists the removal and replacement of 500 LF 6" Waterline; 1000 LF of 8" Waterline; 100' 10" Waterline; 4800 LF of 12" Waterline; 18500' 16' Waterline and 6200" of 24" Waterline and Relocating Steel Cylindar Lines. BudgetProject Budget History Schedule Performance Amount 96 o Bi Amount Date Days Bid $ 4,977,034.30 Notice to Proceed 9/25/2008 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 251,075 17 5.04% 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 $ 251,075.17 5.04% Final Cost $ 5,228,109.47 Project Personnel Actual / Estimated Substantial Completion Date Actual / Estimated Final Completion Project Manager Ty Lane Date Project Sup Safety Officer Leo Garcia Taylor Condit 5/2/201Key Quality Manager Chris Balios Name Percentage of Time Devoted to the Project 50% Ty Lane ? CC,% 40% 40% Proposed for this Project Leo ::j Taylor Condit Chris Babos Did individual Complete the Project? No If not, who started or completed the project in their place. Chad Pabody Reason for Change Resignation Reference Cantact Information. approval to contacting the names individuals Title/position Organization Telephone Email Name Owner Zoltan Fekete Engineer City of Lubbock, Texas (805) 775-3377 zfekete(3)mvlubbock.us Designer Surety Jahn Marler Engineer HDR (512) 912-5188 iohn.marler(ohdrinc.com Howard Cowan Attorney Uberry Mutual (806) 722-26G3 'Is%ues I Uispuies Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boards 251,075.17 Number of issues Pending Total amount involved 0 in Resolved issues 251,075.17 Number of issues resolved 74lisoSues tal Amount involved in Resolved Project Information Sheet Completed Project Owner I City of Post, TeKas Project Name Post/Cedar Hills Water System Improvements General Project Description Installation of 27,000 LF of 6" HDPE Waterline by boring. BudgetProject Budget History Schedule Performance Amount of Bid Amount Date Days Bid $ 875,309.90 Notice to Proceed 211/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 167,077.80 19 ^°"G 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 S 167,077.80 _: a";a Actual / Estimated Substantial Completion Date Final Cost $ 1,042,387.70 *ey Project Personnel Actual / Estimated FinaJ Completion Project Manager Date Project Sup Safety Officer 77777777777 Quality Manager Name '-hid P. �od� C.:,d�: �,:x�-m r• ^�,!]r. T,. lcro Percentage of Time Devoted to the Project Proposed for this Project P3bndy Cody . {crr; n �tra❑ P.. G,' ..:;te Did individual Complete the Project? - ; No if not, who started or completed the project in their place. Tray Lain Reason for Change RCSi,ilvh 1n ContactAeferenoe Title/position Organization Telephone Email Name Owner Arbie Taylor City Mgr. `r' e r Pm. TX (806) 495.2611 atavloreppostearza.net Designer Dwight Brandt Engineer 6-:ndt End? ;sr..rs (8U61 681-8631 Mrand10brandtenjeg1rs.com Construction Manager Oscar Ostis RPR 6riinrlt EnJ3 rr% :SO6) 691-8631 OostisPbrancitenaineers.com Surety Issues Disputes Resolved Number of issues TSTISOsues resolved Howard Cowan or Attorney Liberty Mutual Dispute Review Boards 167077.8 Number of issues Pending (80G) 722-266•s Total amount involved 0 in Resolved issues 167077.8 tal Amount involved in Resolved Project Information Sheet Completed Project Owner City of Wolfforth Project Name Wolfforth Sewer Expansion General Project Description Budget Budget History Schedule Performance Amount of Bid Amount Date Days Bid $ 1,100,215.00 Notice to Proceed 9/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 15,250.00 1.39% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues 1.390/6 Change Order Authorized Final Completion Date Total $ 15,250.00 Actual / Estimated Substantial Completion Date 1 4/29/2011 Quality Manager Chris Balios Final Cost $ 1,115,465.00 Y Project Personnel Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Name Ty Lane Leo Garcia Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change '�Reference Contact Information Owner (listing names indicates approval Name to contacting Title/position Inspector the names individuals as a re ference) Organization Telephone Email Doug Hutchison (806) 8K5 4120 Designer Construction Manager Michael Adams OJO Engineering (8061791-2300 michaeLadarvis;A �neineerma.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 ,issues Disputes d or Pending Resolution by Arbitration, Litigation or Dispute Review Boards resolved 1 issues I 15250 Number of issues Pending in Resolved issues 15250 Project Information Sheet Completed Project Owner I Lubbock Cooper ISD Project Name Cooper Middle School General Project Description 3575 LF 8" Waterline; 2930 LF 10" Sewerline Budget Budget History Schedule Performance °k o erd Amount Amount Date Days Bid $ 488,248.00 Notice to Proceed 8/112009 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change order Authorized Substantial Completion Date Design Issues $ 13,842.00 $ 13,842.00 2.94% 2.84% Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date final Cost $ 502,090.00 Key Project Personnel Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Ty Lane Lorenzo Vasquez Chris Balios 7/27/2011 Quality Manager Name Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for change reInce Contact Information (listing names Indicates approvalRek. . Title/position Organization Telephone Email Name Owner Marsha Reed Engineer :r 01 Wbbo& (806) 775-2335 mreedPrnail.ci.lubbock.tx.us Designer Gary Dawson Engineer (806) 743-2201 Pdawson@team-psc.com Construction Manager Michael Haverdink Project Mgr J Sandia Construction (806) 745-9450 michaelPsandiaconst.corn Surety Howard Cowan Resolved or .ResolutionbV Arbitration.or resolved I 3 issues Attorney I Liberty Mut::il DisputeBoards 13842Number of issues Pending (806) 722-2663 lin Resolved issues r-71 77- Project Information Sheet Completed Project Owner City of Lubbock JProject Name Indiana Paving Improvements General Project Description Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline,11 Manholes, 72" Steel Casing Project Budget and Schedule PerfDrManCe Bud et History Schedule Performance Amount °0 8i Amount Date Days Bid S 1,293,497.S0 Notice to Proceed 2/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 36,787.38 2.84% 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 $ 36,787.38 2.84% Actual / Estimated Substantial Completion Date Final Cost Key Project Personnel $ 1,330,284.88 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Leo Garcia Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started of completed the project in their place. Reason for Change ContactReference . .n (listing names indicates approval Name . contacting the names individuals Title/position Organization Telephone Email Owner Wood Franklin Engineer City of Lubbock (806) 775-2343 wfranklinPrnylubbock,us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rhumahrtesgallenbutler.ne� Surety Howard Cowan Jssues / 133sputes. Resolved or Pending Resolution by Arbitration, resolved 2 issues Attorney Liberty Mutual (806) 722-2663 Litigation or Dispute Review Boards 36787.38 Number of issues Pending in Resolved issues 36787.38 Project Information Sheet Completed Project Owner City of Denver City 1Project Name Denver City Well Field Improvements General Project Description Installation of 16" water line Project Budget and Schedule Performance Budget History Schedule Performance % o Bi Amount Amount Date Days Bid $ 196,595.75 Notice to Proceed 6/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 292,378.75 148.72% 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 $ 292,378.75 148.72% Final Cost $ 488,974.50 Xoy Project Personnel Actual / Estimated Substantial Completion Date Actual / Estimated Final Completion date Project Manager Project Sup Safety Officer 8/31/2011 Quality Manager Chris Ballos Name Leo Garcia Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place, Reason for Change Contact Information (11sting names indicates approvalAefererKe . Telephone Email Name Title/position Organization Owner Designer Construction Manager James Tompkins (432) 523.2181 JamesTOwtcenz►neerine.com Surety Howard Cowan I Attorney Liberty Mutual (806) 722-2663 Disputes Resolved. resolved ? Boards issues; 1 292378.75 Number of issues Pending in Resolved issues 292378.75 --7 Project Information Sheet Completed Project Owner I City of Plainview Project Name Plainview Water Reconstruction General Project Description Installation of 12", 10", 8", 6", 4" water fines 'Projectrget and Schedule Performance Performance %o Bid Budget History LNofice Amount Amount Date Days Bid $ 1,494 410.00 Proceed 3/1/2011 Change Orders lContract Substantial Completion Dale at Notice to Proceed Owner Enhancements $ 55,M-75 3.74% Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Unforeseen Conditions Design Issues Change Order Authorized Final Completion Date Total S 55,848.75 3.74% Actual / Estimated Substantial Completion Date Final Cost S 1,550,258.75 "Key Project Personnel Actual / Estimated Final Completion Dale Project Manager Project Sup Safety Officer December 2011 Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Petererme contact Information (listing names indicates approval to contacting the names Individuals as a reference), Title/position Organization Telephone Email Engineer City of Plainview (806) 296-1150 meilliland@ci,Dlainview.tx.us Name Owner Mike Gilliland Designer Construction Manager Brandon Autry Engineer AMD Engineering (806) 771-5976 bautrv@amdeng.com Surety I Howard Cowan Attorney Liberty Mutual (806) 722-2663 DisputesIssues • • or •ing Resolution by r rn, resolved 1 issues I23929 Litigationor Dispute Review Boards Number of issues Pending lin Resolved issues 23929 Project Information Sheet Completed Project Owner City of Lubbock Project Name Quaker Ave Reconstruction from 114th to FM 1585 General Project Description Installation of water, sewer, & storm sewer lines Project Budget and Schedule Performance Budget History Schedule Performance Amount q o Bi Amount Date Days Bid $ 663,467.00 Notice to Proceed 4/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 11,800,76 1.78% 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 $ 11,800.76 1.78% Actual / Estimated Substantial Completion Date Final Cost 1 $ 675,267.76 ,Key Project Personnel JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Z/3112011 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Contact Information (listing names indicates approval"Reference Title/position Organization Telephone Email Name Owner Designer Construction Manager E ,JI- Guininck Prgect Mgr 0uininck 6rothpri '.O7 491-0946 RCDuininck@dbitx.com Surety Issues / Disputes Resolved Howard Cowan or Pending Resolution by Arbitration, _ .Attorney Liberty Mutual (906) 722 <2UO Litigation or Dispute Review Boards I 11WO.76f Number of issues Pending in Resolved issues 11800.76 resolved 1 issues , 777C._ . a Project Information Sheet Completed Project Owner I City of Levelland Project Name Lee St, Water System Improvements General Project Description Installation of 14" water line ec "_91 t Budget and Schedule Performance Budget History Schedule Performance Amount %of Bid Amount Date Days Bid $ 777,548.95 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed 12/20/2011 Owner Enhancements $ (16,533.95) -2.13% Contract Final Completion Date at Notice to Proceed 1/19/2012 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues -2.13% Change Order Authorized Final Completion Date Total $ (16,533.95) $ 761,015.00 Actual / Estimated Substantial Completion Date 04/2012 Final Cost ey Project Personnel Actual / Estimated Final Completion Date Project Manager Project Sup Chris Ballos Safety Officer Chris Ballos Quality Manager Chris Ballos Name Ty Lane Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? if not, who started or completed the project in their place. Reason for Change Contact information (listing names inditates approvali'Reference Name Title/position Organization Telephone Email Owner Designer Parkhiil,Smith&Cooper (806) 473-2200 inail@)team-psc.com Construction Manager Leonard Nail Engineer Surety Howard Cowan Attorney I Liberty Mutual (806) 722-2663 Issues Disputes d or Pending Resolution by Arbitration, resolved 0 issues Litigation or Dispute Review Boards 0 Number of issues Pending 0 in Resoived issues 0 Project Information Sheet Completed Project Owner I City of Lubbock Project Name Lubbock Downtown Redevelopment General Project Description Project Budget and Schedule Performance Budget History Schedule Performance Amount Amount Date Days Bid $ 2,074,508.00 Notice to Proceed 1/31/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 11/25/2012 Owner Enhancements $ (16,033,96) -0.77% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date 1Actual Total S (16,033.96) -0.77% Finai Cost $ 2,058,474.04 *ey Project Personnel / Estimated Substantial Completion Date Nov 2012 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer December 2012 Quality Manager Chris Balios Name Ty Lane Troy Lane Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change RerferenceContact. .indicates}t . tocontacting. I Name Title/position Organization Telephone Email Mike Keenum Engineer Cty of !_ubbo:".t, ,::Ads (806) 775-239-- Mkeenum2mai1.oLubbock tk.0 Owner Designer Construction Manager Joscph Van Deventer Engineer SGS iSCb) 7ji --u327 1VanDeventer(&SGSEna.com Surety Howard Cowan Attorney Liberty Mutual (80G) 722.2663 Issues Disputes Resolved resolved 0 or Pending ResolutionBoards issues 0 Number of issues Pending 0 in Resolved issues 0 Project Information Sheet Completed Project Owner I DCOS JProjectName Industrial Park General Project Description Water and Sanitary Sewer Infastructure i�Project Budget and Schedule Performance Budget History Schedule Performance Amount of Bid Amount Date Days Bid Change Orders S 1,199,151,15 Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Owner Enhancements S 269,497.00 22.47% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues S 269,497.00 22.47% Change Order Authorized Final Completion Date Actual / Estimated Substantial Completion Date Total Final Cost S 1,468,648.15 Proiect Personnel JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer JJinuary2013 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Aefe.rIcInce Contact Information (listing names indicates approval Name to contacting the names individuals as a reference) Title/position Organization Telephone Email _ Owner Designer Construction Manager George Villarreal Engineer Parkhill, Smith & Cooper {8061473-3563 GViilarreal@team•asc.com Surety Issues j bisoutes ResolvedArbitration,Boards resolved I 0 Howard Cowan I issues I Attorney I Liberty Mutual 1 (806) 722-2663 0 dumber of issues Pending i 0 in Resolved issues 0 Project Information Sheet Completed Project Owner I City of Leveliand Project Name 2012 Water System Improvements General Project Description Replace 2" cast iron water with 6" and 8" pvc Budgetproject Budget History Schedule Performance Amount % of old Amount Date Days Bid $ 249,210.00 Notice to Proceed 11/26/2012 210 Change Orders lContract Substantial Completion Date at Notice to Proceed 5/25/2013 180 Owner Enhancements $ 1,600.00 0.64% Contract Final Completion Date at Notice to Proceed 6/24/2013 210 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Actual / Estimated Substantial Completion Date Actual /Estimated Final Completion Date Project Manager Project Sup Safety Officer Ty Lane Steve Levitt Chris Balios February 2013 Quality Manager Total $ 1,600.00 0.6 %% Final Cost $ 250,810.00 Key,Project Personnel Name Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact information (listing names indicates approval to contacting the names individuals asareference) Organization Telephone Email Name Tide/position Owner Erik Rejino City of Levelland, Texas (806) 894-0113 ereiino levelliancitexas.org Designer Construction Manager Knsn Laverty Eginecr Parkhill, Smith & Cooper (806) 473.3634 klave rtyPteam-asc.com Surety hoviard Cowan Artorney I Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Resolution by Arbitration, BoardsIssues Litigation or Dispute Review 0 Number of issues Pending in Resolved issues 0 resolved 1 issues Project information Sheet Completed Project Owner I City of Lubbock Project Name Reconstruction & Widening of Frankford Ave General Project Description Remove and Relocate water and sewer infastructure for new road BudgetProject Budget History Schedule Performance Bid Change Orders Owner Enhancements Amount S 251.878.50 $ 36,100.00 % of 8i Amount 14.33% Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Date Days Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 36,100.00 14.330% Actual / Estimated Substantial Completion Date Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 06/2013 07/2013 Quality Manager Chris Bahos Final Cost $ 287,978.50 Xl,ey Project Personnel Name Ty Lane Marty Hamm Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change �ikeference Contact information (listing names indicates approval Name to contacting the names individuals as a Title/position Organization reference) Telephone Email Owner Mike Keenum Engineer City of Lubbock, Texas (806) 775-2393 Mkeenurn9Drna0.c,.14bockAx us Designer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rhumohries@allenbutler.net Howard Cowan Attorney Liberty Mutual 1 (806) 722.2663 or Pending Resolution by Arbitration, Litigation or Dispute issues O Number of issues Pending Olin Resolved issues 0 Surety Iss Disputes Resolved resolved 0 Project information Sheet Completed Project Owner I Costco Project Name Costco Warehouse, Lubbock General Project Description Water and Sanitary Sewer Infastructure BudgetProject Budget History Schedule Performance Bid Change Orders Amount S 880,398.00 °% o Bi Amount Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Date Days Owner Enhancements $ 56,433.00 6.41% 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 $ 56,433.00 6.41% Actual / Estimated Substantial Completion Date 10/2013 Final Cost $ 936,831.00 Actual /Estimated Final Completion Date 10/2013 Project Manager Project Sup Safety Officer Quality Manager Chris Balios Chris Balios Name Percentage of Time Devoted to the Project Ty Lane Chris Balios Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change 'Reference Contact Information flisting names Indicates approval Name to contacting the names individuals as a reference) Title/position Organization Telephone Email Owner Designer Construction Manager Jerry Pollock Project Mgr >• :. cL , -: , • - , . 42J" 531-107Y ierrypPiacksondean.com Surety Disputes r resolved 0 Howard Cowan or .ing Resolution by Arbitration,. issues Attorney Liberty Mutual j&U6) 722 -'uu3 Dispute Review Boards O Number of issues Pending I Olin Resolved issues 0 t_ CITY OF LUBBOCK r„ INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror Must be submitted with Propos 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to tlh City meeting all of the requirements defined in this proposal. i' Ty Lane nal Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: Utility Contractors of America. Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 5805 CR 7700 Lubbock TX 79424 Ezi NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 14-11709-TF, South Lubbock Sanitary Sewer Extension Phase 1 - Package B SAFETY RECORD QUESTIONNAIRE sy ZN 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 tine 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 tine past ten (10) years, which resulted in bodily harm or death. Any other safety related matter deenned by the City Council to be material in determining tine responsibility of the offeror and his or her ability to perform the services or goods required by tine proposal documents in a safe environment, both for tine 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 three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Y _tt __Offeror's Initials QUESTION TWO Has the offeror, or the fine, corporation, partnership, or institution represented by the offeror, or anyone acting for such olq firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X if the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: .77 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that 1 have made no willful misrepresentations in this Questionnaire nor have 1 withheld information in my statements and answers to questions. 1 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. President Title WORKERS COM. PEMBA m �M EXPE IENCE RATING - " ` I fart? fta Lrl ILr'tY CONTRACTORS OF /'VRICA INC 6d-,k 6o� •4Z'-30ezu"52- R--thigE€4--thro Ustv. Prdudtfz o DvIc 0411GfM3 "e. TEXAS Spi-oia 4RPt f:;p Ez:c s E .p Prka Ael Eve Lnaws Ge€fit .4C4. Sna Lees." Act tie ,n IS14PI I Loses L Losses terms TX .10,te ,2¢s a a (A-) (13 ��2%2 v) Exp (mE pri-n EFnA Exc (a) aat€est (H) Act I= (t)Apdra rm oes Los:gez Waves (H - E) Loom Lo szm 1 20,26 33,57`9 7,,-z8s 8,9831 0 4 Petmry Lossees sf ab #`ikv val w Wable Excess Totals (t} C ` (1 - A) t G (A) ° (F) (3) Actual 0 32,620 0 32,620 (E} C " (1 - A) a. G (A} ° (C) (K) Expected 7,285 32,620 2,625 42,534 ARAP Ft —ARAM Exp Mod Factors .77 Copy" 103-ZW b. AA MOO roomed MS exp_ WM trm VkQ11 n k= U ccmP:1—L-y Of rc< TEMM sn6 "Wtflavon rrYkh tte fna "rW'aty WW a- a"'a pmpert of the Ss'k>�i Ct.,J�d on com(t =von I tuaaxa, Inc (ucr...Il. No fu char uea, os?rsserNrsate.n, es�, car for, essnn: t cs dopathton rA Eta cxd':iar�a rs6'm� ro G: a; fin tae7or ur arty poi mt`ra-d ,NOV by taco t"C;rotd the tin cor"M of NCO fK7't tr-t!ea ro rop-"Om--ft�n oiiT,-r. rM, bXr::-tgu4 ar knp ck na B7::hy r. 5�t whst-,c-mot t:xN,dng bA tml6ntAod iv d;n accu:aey of cry hb;rrAann, pioCcet of a®rvka f'utirt9od foeret nd;'u sn4 solo 14M. tocfpmN of lift experidwo r:," eiov+ mltan L=c'af outwit" to : nj u-:stes m Iniow afto %e vt* .s mr. Page 1 of 2 bi € arnw:1JTIUTY CONT (ACTORS OF AF7+ERICA INC PtIsh 1D. 420076452 EffbetIva fie: OWSMI3 Production Dem: 04/1&2D13 e: TEXAS 42-TEXAS Flora €D: Iu a Nam: UTILITY CONTRACTORS OF AMERICA INC Wrier 29M9 PdLv Edna. 00012OM2 Et7 Date: 09/06/2009 Ef:p E}Am, 00 =10 Cock ELR L3 t a to Payroll Expeaw Loam so deal i Oata W OP Act We Loses Alat Pry Lass" 5M .26 .22 146,100 409 90 6306 1.66 .21 171,148 Z841 597 6319 1,09 .22 654 320 7,139 t.571 8227 ZI 22 219,260 1,7761 391 8810 .0L3 .22 81.120 49 I Policy Total: 1,272,568 Subject Premium: 57,784 Total Act tree Losses: 8 42-TEXAS Firm It3: H" Name: UTILITY CONTRACTORS OF AMERICA INC Carrier: 29939 Policy No. 0001204282 Ell date: 09105t2010 F-x€a Date. 09105f2011 Cad® ELR D- Ratio Payroll Expected Losses Exp, Prim tosses Mh-n Data M OF Alt Inc Loses Act Prim� Lasses 5606 .28 .22 150,600 422 93 6306 1.66 .21 241,407 4,007 841 6319 1.09 .22 425,015 4,633 1,019 8227 .81 .22 187,069 1,515 333 8810 .081.22 1 77,558 47 10 Policy Total: 1,031,049 Subject Premium: 0,51E Taal Act Inc Losses: 0 _.: 42-TEXAS Firma IIJ: Finn Name: UTILITY CONTRACTORS OF AMERICA INC Carrier; 29M Pc4icy No. 0001204282 Elif hate: 09105/2011 Exp Date: 09/0512012 Code SLR D- Redo Payrolt Expected L®Sees Exp Prim Losses Claim Data IJ OF Act Inc Losses Act PrIm Losses 56M .28 .22 221,250 620 136 6308 1.66 .21 166,133 3,021 649 6319 1.09 .22 478,751 5,218 1,148 8227 .81 .22 215,708 4,747 N3 9 9810 1 .061 1.570 56 12 policy Total: 1,196,402 suwaecl Premium: 46,626 Total Act lrec Lasses: 3 CcgirG 4ri t@f332093, A@ rl" roserved. Trae axpstfeme madVlcaVw Peciof o comprtm d of complagte and 6aermaecn vdith ere Uv Woprt-rkaty and exckrake property of ft NcWM4 Cmt sed art CampsrraCan lr vraree. inC (N(=). NO furztwr Lme. rstmemintuDn. gas, tarei€x, eem*m"rd w Psapastmon a6 to * sa as6srres yawl mo*rx- 'i¢sn ta+er u sty pan v"fo*' My be u3nd wehota Ora wrakn oenser8 of NCCI. NCCI moktt no roprown6ean er w tmray, oap,"oed w eapk: d, sa to any mst5 w whabuvot kw s&ne but not NrlEod to ft ncsumcy of any mbrtfe(k n, pmarx-1 or M-Weo NpnnW%cd P,atoundor and, as to tJCO. reNcL5r4 pI thA axpertanta tatk,g 2nd tfflfes dta worwtaftnn S.eMk_8'st te. ' toff by PoVcy Year of atl cases S2WO of I&= 0 Drm465d LOSS X Ex-IA6dkof coverav U UcLSMN e Cstatuopfre Loos E Empbyets L121MMy Loss 0 Lftnftd Laea Page 2 of 2 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. COMPANY NAME: Utility Contractors of America, Inc. FEDERAL TAX ID or SOCIAL SECUKrY No. 75-2214193 Signature of Company Official: A � At:f�_ Printed name of company official si�n' ig above: TV Lane - Date Signed: 2/25/14 _41; i SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency, COMPANY NAME: Utility Contractors of America, Inc. FEDERAL TAX 1D or SOCIAL SECU Y No. A 75-2214193 Signature of Company Official: A t Printed name of company official si n" g above: Ty Lane ham' Date Signed: 2/25/14 PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Fame Location Services Provided Yes No 1. Barricades Unlimited Lubbock Striping & Barricades ° 2. Hugo Reed Lubbock Surveying ° � 3. Lone Star Dirt & Paving Lubbock Paving ° R 4. Southland Contracting Lubbock Tunneling ° 3€ s. Lubbock Electric Lubbock Flow Meters ° 3� 6. ° ° 7. ° ° 8. ° ° 9. ° ° to. ❑ ❑ 11. ❑ ❑ 12. ° ° 13. ° ° 14. ° ° r la. ❑ ❑ 16. ° ° THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Utility Contractors of America, Inc. (PRINT NAME OF COMPANY) s: =' RFP 14-11709-TF, South Lubbock Sanitary Sewer Extension Pbase 1 - Package B I I 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 proposals are due. FINAL LIST OF SUB -CONTRACTORS FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Barricades Unlimited Lubbock Striping & Barricades ° X 2. Hugo Reed Lubbock Surveying ° X 3. Lone Star Dirt & Paving Lubbock Paving ° `x 4. Southland Contracting Lubbock Tunneling X S. Lubbock Electric Lubbock Flow Meters 11 X 6. 7. 9. 12. 13. 14. ° ° 15. ° ° 16. ° ° SUBMITTED BY: Utility Contractors of America, Inc. (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 14-11709-TF, South Lubbock Sanitary Sewer Extension Phase 1 - Package B i'l THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attomey limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 6362698 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: ThalAmerican Fire & Casualty Company and The Ohio Casualty insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized underthe laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duty organized under the lam of the State of Indiana (herein collectively called the "Companies), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Howard Cowan; Marla Hill all of the city of Lubbock state of TX each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 22nd day of November 2011 > -; American Fire and Casualty Company 4 r y = The Ohio Casualty Insurance Company w F r£ Liberty Mutual Insurance Company d £ West merican Insurance Company .E dam` .N x BY. w. R STATE OF PENNSYLVANIA ss David M. Care ;Assistant Secretary C ems *X W ems COUNTY OF MONTGOMERY d 0) On this 22ed day of November 2013 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire cc F' 0 and Casualty Company, Liberty Mutual Insurance Company,; The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, W O 2 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. sr L. 4) > IN WITNESS WHEREOF, I have hereunto subscrjbedlt ramm�tand affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. C. �J 0 N a - B C i Teresa Pastella ,Notary Public y 16, RE 00 c my This Power of Attorney is made and executed p cmdfDo fonry of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company,stAmrmey,xssm Insurance Company in full force as follows: (n p. ai which resolutions are now and effect reading r CO w ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject O c w to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, > y O = d acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so � 3 d p executed, such instruments shall be as binding as if signed by President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under > 0 the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. v �W C ARTICLE Xlii — Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, E o? > and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, z. M O = seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their � aQ Z a respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 00 executed such instruments shall be as binding as if signed by the president and attested by the secretary. co Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- ~ r fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Powerof Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 8 TH day of APRIL 20 14 190 t i : a By: Al Gregory W Davenport, Assistant Secretary }l 36 of 200 LMS 12e73_122013 Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Home Office Surety at 1-610-832-8240 AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede contactar a servicio de la oficina principal de Surety al:1-610-832-8240 3 You may call (company)'s toll -free telephone Usted puede Ilamar al numero de telefono number for information or to make a complaint gratis de (company)'s para informacion o at: para someter una queja al: (800) 472-5357 Surety Option #7 4 You may also write to Liberty Mutual Surety at: 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 (800) 472-5357 Surety Opcion De #7 Usted tambien puede escribir a Liberty Mutual Surety 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 5 You may contact the Texas Department of Puede comunicarse con el Departmento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at: acerca de companias, coberturas, derechos o quejas al: (800)252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. (800) 252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso become a part or condition of the attached document. S-6128/LM 7/07 XDP PAYMENT BOND Pate Intentionally Left Blank �rn�l y�o. oaaoc�c{11�a I 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 (hiereinafter called the Principals) as Principal(s), and y (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 Twenty Million Two Hundred Ninety -Three Thousand One Hundred Sixty Dollars ($20.291160) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of March, 2014, to RFP 14-11709-TF South Lubbock Sanitary Sewer Extension Phase 1— Bid Package B and said Principal under the law is required before cominencing 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 hire 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 WITNES WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of C4,0j 4 V 2014.c.�i- 6191 , Surety �'% _ (C#npany Name) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWA n 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 Approved as to form: City of L k By: City Attorney rIVVV MnL) WtMAN ATTY IN FACT * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 PERFORMANCE BOND W STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) x OF THE TEXAS GOVERNMENT CODE (CONTRACTS NORE $100,000) KNOW ALL MEN BY TH E PRESENTS, that 11 A- hereinafter called the Principal(s), AIL 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 Twenty Million Two Hundred Ninety-Tbree Thousand One Hundred Sixty Dollars ($20,293,160) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of March, 2014, to RFP 14-11709-TF South Lubbock Sanitary Sewer Extension Phase 1 — Bid Package B r i_ and said principal under the law is required before cominencing 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 MITNES,§ WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this. day of 2014. ` r(J - - * - I I A -FF 19- -9 N", W L4 urety ( " any Name)" * By: H � � COW) FACT [11 The undersigned surety com ny represents that it is duly qualified to do business in Texas, and hereby I�- designates OWARD CO - - K 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. Approved as to Form City of ck By: 4 City Attorney ATTY 1 N FACT) *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. W CERTIFICATE OF INSURANCE Page Intentionally Left Blank '4ile� E® CERTIFICATE OF LIABILITY INSURANCE 4/9/201DATE 4"�"' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER K & S Insurance Agency 2255 Ridge Road, Ste. 333 P . 0. BOX 277 Rockwall TX 75087 CONTACT NAME: Cheryl Bounds PHONE (972) 771-4071 FAX. N . (972)771-4695 E-MAILADDR:cbounds@kandsins.com INSURERS AFFORDING COVERAGE NAIC # INSURER A National Fire Insurance CO. 20478 INSURED Utility Contractors of America, Inc., DBA:Utility Contractors of America, Ltd. 5805 CR 7700 Lubbock TX 79424 INSURERB.Valley Forge Insurance Co. 20508 INSURERC:Continental Casualty Insurance 20443 INSURERD:Texas Mutual Insurance Co. 22945 INSURERE: 1 INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR N 086411021 9/5/2013 9/5/2014 PREMISES (Ea occuence $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 140331D 1/13 - Al GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OPAGG $ 2,000,000 18652J 7/12 - WOS POLICY X PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,000 BODILY INJURY (Per person) $ B ANY AUTO ALL OWNED SCHEDULED AUTOSAUTOS 086411052 9/5/2013 9/5/2014 IR BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED AUTOS X NON -OWNED AUTOS Uninsured/Undennsured $ 1 000 000 NA63359XX 4/12 -AI & WOS X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 C EXCESS LIAB CLAIMS -MADE DED I X I RETENTION$ 10,00C $ 5086411035 9/5/2013 9/5/2014 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N/A SF00012042$2 9/5/2013 9/5/2014 X WC STATU- OTH- E.L. EACH ACCIDENT $ 1, 00,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below C420304A 1/00 - WOS E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (Attach ACORD 707, Additional Remarks Schedule, Itmore space is required) RE.South Lubbock Sanitary Sewer Extension Phase 1 - Bid Package B, Project # 92178. See above listing of additional insured and waiver of subrogation endorsement forms. City of Lubbock P.O. Box 2000, Suite 102 Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Johnny Moss/CHERYL ACORD 25 (2010/05) INS(125 e9ntnnsi nt ©1988-2010 ACORD CORPORATION. All rights reserved. Thn ArY)Pr) name 2nrl Innn am renictnrcrl m2rtrc of Ar.f Pn No Text COMMENTS/REMARKS General Liability policy does not include an endorsement excluding XCU. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS — WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below.) Locations of Covered Operations (As per the "written contract", provided the location is within the "coverage territory" of this Coverage Part.) A. Section II - Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contract"; or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products -completed operations hazard", and only if: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01 edition of CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.I. above, the words 'caused in whole or in part by' are replaced by the words `arising out of. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the "written contract'; c. That described in B.I. above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4.Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. But if required by the "written contract" to be primary and non-contributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. G-140331-D (Ed. 01/13) Page 1 Insured Name: © CNA All Rights Reserved. Policy No: Endorsement No: Effective Date: 5. The insurance provided to the additional insured does not apply to "bodily injury", "property damage', or "personal and advertising injury" arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit' under this insurance, and of any claim or "suit' that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit'; and (4) Tender the defense and indemnity of any claim or "suit' to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract' requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit'. D. Only for the purpose of the insurance provided by this endorsement, SECTION V — DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily injury" or "property damage"; or b The offense that caused the "personal and advertising injury", for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Material used with permission of ISO Properties, Inc G-140331-D (Ed. 01/13) Page 2 Insured Name: 0 CNA All Rights Reserved. Policy No: Endorsement No: Effective Date: CONTRACTORS'GENERAL LIABILITY EXTENSION ENDORSEMENT It Is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART.;as follows. The changes this endorsement makes do not apply with respect to any coverage. that has been exclu+ad or amended by another endorsement attached to this policy. SCHEDULE Coverage Is s0mmadzed below. For particulars and limitations affecting each coverage, please refer to the corresponding policy provisions in the body of this endorsement 1. Additionallnsurede Seven additional insured extensions. 2, sodlly injury — Etpanded: Definition 3. Broad !Saowiedge of Occurrence/ Notice of Occurrence 4. Bid Named insured a. Broadened Liability Coverage For Damage To "Your Product" And "Your Work" Limit: $100,0Q0. f 1. Contractual Liability — .Railroads Expanded definition of"insured.contracr. 7. Contractual Liability For Personal And Advertising Injury 8.. Electronic Data Liability Loss of Electronic Data Limit: $100,000., 9. Expanded Personal And Advertising Injury Discrimination Or Humiliation 10. Expected Or Intended Injury Reasonable force — "bodily injury" or "property damage". 11.. General Aggregate Llmi%. Of Insurance - Per Project 12. In Rem Action. s 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/PArtnershtp/Limited Liability Companies Coverage for our interest in such terminated or ended organizations. 15. Legal Liability/Allenated Premises/Borrowed Equipment Coverage EXtended perils. Default limit increased to $500,000 for Damage to Premises Rented To You. $25,000 limit for "propeq damage" to borrowed tools or equipment at a jobsite. 16. Clberallz;a►tiori Clauise 17. Liquor Liability Oovera' a Extension 1$. Medical Payments Limits increased to $15,000. Reporting incremed to three years from the date of accident. 19. Nomowned Aircraft Coverage 20. Non -owned Wailorcraft Increased to 75 Beet, 21. Primary And Non -Contributory To Other Insurance 22. Prppk_ Damage,- Elevators 23. Supplementary Payments Cost ofbail bonds increased to $5,000. Daily loss of earnings increased .to $1,000. 24. unintentional Failure To Disclose Hazards ?5. Waiver of Subrogation - Blanket Waiver of subrogation where required by written contract or written agreement. 26. Wrap -Up Extermlon 0.1866 J (Ed 07/12) Policy No: Page 1 Endorsement No: Effective Date: Insuree[Narnw., 0 CNA Pill Rights Reserved. CNA 1. ADDITIONAL INSURED SECTION II —WHO IS AN INSURED is amended to include as an insured any person or organization (called additional insured) described in paragraphs A. through G. below whom you are required to add as an additional Insured on this policy under a written contract or written agreement, provided the written contract or written agreement; I.Js currently in effect or becomes effective during the term of this policy; and li._ Was executed prior to the "bodily injury," "property damage" or "personal injury and advertising injury" for Which the additional insured seeks coverage. However, we Will not provide the additional insured any broader coverage or any higher limit of insurance than the least that is. a, The maximum permitted by law; b. Required in the written contract or written agreement; c. Afforded to you under this policy; or d. Described in the applicable paragraphs A. through E. below. A. Controlling' Interest Any persons or organizations with a controlling interest in you but only with respect to their liability arising out of: 1. Their financial control of you; or 2. Premises they own, maintain or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by you and covered under this insurance but only with respect to the co -owner's liability as co-owner of such premises. G. Lessor -Equipment I. Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising Injury" caused, in whole or In part, by your maintenance, operation or use of equipment leased to you by such person or organization. 2. With respect to the insurance afforded to these additional insureds, this Insurance does not apply to any "occurrence" which takes place after the equipment lease expires. D. Lessor -'Land An owner or other interest from whom land has been leased by you but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the land leased to you and subject to the following additional exclusions: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to lease that land; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. E. Lessor - Premises A manager or lessor of premises but only with respect to liability arising out of the ownership, maintenance, or use of that specific part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to be a tenant -in that premises; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of a premises by you. G-18652-J (Ed 07/12) Policy No: Page 2 Endorsement No: Effective Date: Insured Name: 0 CNA All Rights Reserved. CNA This insurance does not apply to structural alterations, new construction or demolition operations performed by or for such additional Insured. 0. State or Governmental Agency or Subdivision or Political Subdivisions A state or governmental agency or subdivision or political subdivision subject to the following provisions: 1. This insurance applies only with respect to the following hazards for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises you own, rent, or control and to which this insurance applies: a; The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, holstaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. The construction, erection, or removal of elevators; or c.. The ownership, maintenance or use of any elevators covered by this insurance. 2. This Insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. 3. This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations perfottned for the federal government, state or municipality; or b. "Bodily injury" or "property damage" included within the "products -completed operations hazard". A governmental permit which requires you to add the governmental entity as an additional insured will trigger this Provision 1. as if the permit were a written contract. 2. BODILY INJURY— EXPANDED DEFINITION SECTION V — DEFINITIONS, the definition of "bodily injury" is changed to read: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury by that person at any time which results as a consequence of the bodily Injury, sickness or disease.. 3. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Condition 2. Duties In The Event of Occurrence, Offense, Claim or Suit of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE You must give us or our authorized representative notice of an "occurrence", offense, claim, or "suit' only When the "occurrence", offense, claim or "suit" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) An executive officer or the employee designated by you to give such notice, if you are a corporation; or . (4) A manager, if you are a limited liability company. B. NOTICE OF OCCURRENCE Your rights under this Coverage Part will not be prejudiced if you fail to give us notice. of an "occurrence", offense, ciaim or "suit" and that failure is solely due to your reasonable belief that the "bodily injury" or "property damage" is not covered under this Coverage Part. However, you shall give written notice of this "occurrence", offense, claim or "suit" to us as soon as you are aware that this insurance may apply to such "occurrence", offense claim or "suit". 4. BROAD NAMED INSURED A. Any subsidiary or affiliate organization, other than a partnership, joint venture or limited liability company, in which a Named Insured specifically shown in the Declarations has management control, directly or through one or more subsidiary organizations, at the time of loss will qualify as a Named Insured but only if there is no other similar insurance available to such organization, nor similar insurance which would be available but for exhaustion of its limits. For the purpose of this provision, similar insurance means general liability or 6-18862-J (Ed 07/12) Policy No: 'Page.3 Endorsement No: Effective Date: Insured Name: 0 CNA AN Rights. Reserved. 1�� equivalent insurance, no matter whether its coverage is broader or narrower than that provided by this insurance. But if the only other similar insurance is for a "consolidated (wrap-up) program", then a subsidiary that qualifies as a Named Insured on such project -specific insurance can still qualify as a Named Insured on this insurance, but not for projects covered by the "consolidated (wrap-up) program". [Please see Item 26.C. of this endorsement for the definition of "consolidated (wrap-up) program".] B. This endorsement does not apply to any organization for which coverage is excluded by another endorsement attached to this policy. C. Only for the purpose of this endorsement: 1. Management control means: a. Ownership interest representing more than 50% of the voting, appointment, or designation power for the subsidiary organization's governing body; or b. Having the right, pursuant to a written contract, or pursuant to the by-laws, charter, operating agreement, or similar document of a specifically shown Named Insured or controlled subsidiary organization to select, appoint, or designate a majority of the subsidiary organization's governing body. Such contract or document must have been created prior to the time of loss; or c. Having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer and sell property held by a trust. 2. Governing body means the Board of Directors of a corporation. 3. Loss means: a. The occurring of the "bodily injury" or "property damage"; or b. The committing of the offense that caused the "personal and advertising injury". D. The insurance provided by this policy applies to Named Insureds when trading under their own names, or under such trading names or doing -business -as (DBA) names as any should choose to employ. 5. BROADENED LIABILITY COVERAGE FOR DAMAGE TO "YOUR PRODUCT" AND "YOUR WORK" A. Under SECTION I —COVERAGE A -BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions is amended to delete exclusions k. and I. and replace them with the following: [This insurance does not apply to:] k. Damage to Your Product "Property damage" to "your product' arising out of it, or any part of it except when caused by or resulting from: ('I) Fire; (2) Smoke; (3) Collapse; or (4) Explosion. 1. Damage to Your Work "Property damage" to °your work" arising out of it, or any part of it and included in the "products - completed operations hazard". This exclusion does not apply: (1) If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) if the cause of loss to the damaged work arises as a result of: (a) Fire, (b) Smoke; (c) Collapse; or (d) Explosion. B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: G-18652-J (Ed 07112) Policy No: Page 4 Endorsement No: Effective Date: Insured Name: 0 CNA All Rights Reserved. Subject to 5. above, $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one "occurrence" because of "property damage" to "your product" and "your work" that is caused by fire, smoke, collapse or explosion and is included within the "product -completed operations hazard". This sublimit does not apply to "property damage" to "your work" if the damaged work or the work out of which the damage arises was perforated on your behalf by a subcontractor. C. This Provision 5. Broadened Liability Coverage: For Damage To "Your Product' And "Your Work" does not apply If an endorsement of the same name is attached to this policy. 6. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of "insured contract' in SECTION V — DEFINITIONS is replaced by the following: "Insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "Insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. :An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed bylaw in the absence of any contract or agreement. Paragraph f. does not include that part of any contractor agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing; approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 7. CONTRACTUAL LIABILITY FOR PERSONAL AND ADVERTISING INJURY Under SECTION I — COVERAGE B -PERSONAL AND ADVERTISING INJURY LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion e. Contractual Liability. This provision 7. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 8. ELECTRONIC DATA LIABILITY A. Under SECTION, I —COVERAGE A —BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: [This insurance does not apply to:] p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access; or inability to manipulate"electronic data" that does not result from physical injury to tangible property. However, this exclusion does not apply to liability for damages because of "bodily injury". B. The following paragraph is added to SECTION III —LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most we will pay under Coverage A for all damages arising out of any one "occurrence" because of "property damage" that results from physical injury to tangible property and arises out of "electronic data". G-18652-J ;(Ed W 2) Policy No: Page 5 Endorsement No: Effective Date: Insured Name: 0 CNA All Rlghts Reserved. AwW,A %W G: The following definition is added to the SECTION V — DEFINITIONS: `'Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purposes of the coverage provided by this endorsement, the definition of"property damage" in SECTION V — DEFINITIONS is replaced by the following: 17. "Property damage" means a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate. "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to -occur at the time of the "occurrence" that caused it. For the purposes of this insurance, "electronic data" is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this Provision 8. Electronic Data Liability is part of, and not in addition to, that higher limit. 9. EXPANDED PERSONAL AND ADVERTISING INJURY - DISCRIMINATION OR HUMILIATION A. SECTION V— DEFINITIONS is amended to add the following to the definition of "Personal and advertising injury": . h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) The insured; or (b) Any "executive officer", director, stockholder, partner, member or manager (if you are a limited liability company) of the insured; and (2) Not directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person or persons by any insured. B. Under SECTION I — COVERAGE S —PERSONAL AND ADVERTISING INJURY LIABILITY, Paragraph 2. Exclusions is amended to add the following additional exclusions: [This insurance does not apply to;] Discrimination Relating To Room, Dwelling or Premises ''Personal or advertising injury" caused by discrimination directly or indirectly related to the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any insured. Fines Or Penalties Fines or penalties levied or imposed by a governmental entity because of discrimination. This provision 9, does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part, 10. EXPECTED OR INTENDED INJURY Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions Is .amended to delete exclusion a. Expected or Intended Injury and replace it with the following: [This insurance does not apply to:] a. Expected or Intended Injury "Bodily injury" or "propertyy damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. G-18652.J (Ed 07/12) Policy No: Page 6 Endorsement No: Effective Date: Insured Name: 0 CNA All Rights Reserved. 1`1. GENERAL AGGREGATE, LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises you own or rent, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit; is the most we will pay for the sum of: 1. All damages under Coverage A, except damages because of "bodily injury" or "property damage" included In the "products -completed operations hazard"; and 2. Ail medical expenses under Coverage C, that arise from "occurrences" or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project Aggregate Limit of any other construction project. B. All 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by "occurrences" which cannot be attributed solely to ongoing operations at a single construction project, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project Aggregate Limit or the General Aggregate Limit, depending on whether the "occurrence" can be attributed solely to ongoing operations at particular construction project. D. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injuryor "property damage" included in the "products -completed operations hazard", regardless of the number of locations involved will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations. E. If a single construction project away from premises owned by or rented to the insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of SECTION III — LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS Any action in rem against any vessel owned or operated by or for you, or chartered by or for you will be treated in the same manner as though the action were in personam against you. In rem is a term used to designate actions instituted against the thing, as distinct from actions against the person, which are said to be in personam. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE A. With respect only to "bodily injury" that arises out of a "health care incident", COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY OF SECTION 1— COVERAGES is amended to replace Insuring Agreement Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to "bodily injury" only if you are not in the business of providing professional health care services, and only if: (1) The "bodily injury" is caused by an "occurrence" that takes place in the "coverage territory." For the purpose of this insurance: (a) "Bodily injury" caused by a "health care incident" will be considered caused by an "occurrence'; and (b) All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single "occurrence"; G-186624 (Ed 07/12) Policy No: Page 7 Endorsement No: Effective Date: Insured Name: 0 CNA All Rights Reserved. (2) The "bodily injuryoccurs during the policy period. All "bodily Injury" arising from an "occurrence" will be deemed to have occurred at the time of the first act, error, or omission that is part of the "occurrence"; and B. With respect only to the insurance provided by this Provision 13., Exclusion 2.e. Employer's Liability of SECTION i COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, is amended to append the following: Only for "bodily injury" not covered by other liability insurance (including state -sanctioned self insurance) available to the Insured (or which would be available but for exhaustion of its limits), this exclusion does not apply to "bodily injury" that arises out of a "health care incident". C. SECTION V -- DEFINITIONS Is amended to add the following new definition: "Health care incident' means a negligent act, error or omission by your "employees" or "volunteer workers" working on your behalf in the rendering of or failure to render professional health care services In .any of the following capacities, or the related furnishing of food, beverages, medical supplies or appliances: a. Physician; b. Nurse; c. Emergency medical technician; d. Paramedic; e. Chiropractor; f. Dentist; g. Athletic trainer; h. Audiologist; I. Physical therapist; J. Psychologist; k. Speech therapist; I. Other allied health professional; or m. Provider of first aid or Good Samaritan services rendered in an emergency and for which no payment is demanded or received. D. SECTION I —COVERAGE A— BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to add the following additional exclusions. These new exclusions apply only to this Incidental Health Care Malpractice Coverage: [This insurance does not apply to:] Dishonesty or Crime Any dishonest, criminal or malicious act, error or omission. Clinical Trials ! Product Testing Acts, errors or omissions that occur in the course of human clinical trials or product testing. Medicare/Medicaid Fraud Medicare or Medicaid fraud or abuse. Services Excluded by Endorsement Any "health care incident' for which coverage is excluded by endorsement. E. SECTION V — DEFINITIONS is amended to add the following subparagraph to Paragraph f. of the definition of "insured contract": Paragraph f. does not include that part of any contract or agreement: (4) Under which you assume artother's tort liability for"bodily injury" arising out of the rendering of or failure to render professional health care services. F. SECTION II —WHO IS AN INSURED is amended to add the following provisions: 1. Your "employees° are insureds with respect to: G-18652-J (Ed 07112) Policy No: page 8 Endorsement No: Effective Date: Insured Name;. 0 CNA All Rights Reserved. CNA a. "bodily injury" to a co -"employee" while in the course of the co "employee's" employment by you or while performing duties related to the conduct of your business; and b. "bodily injury" to a "volunteer worker" while performing duties related to the conduct of your business; when such "bodily injury" arises out of a "health care incident". 2. Your "volunteer workers" are insureds with respect to: a. "bodily injury" to a co -"Volunteer worker" while performing duties related to the conduct of your business; and b. "bodily injury" to an "employee" while in the course of the "employee's" employment by you or while performing duties related to the conduct of your business; when such "bodily injury" arises out of a "health care incident". 3. Paragraphs 2.a. (1)(a), (b) and (c) of SECTION II —WHO IS AN INSURED do not apply to "bodily injury" for which insurance is provided this Provision 13. 4. Paragraph 2.a.(1)(d) of SECTION II —WHO IS AN INSURED is deleted. G. With respect to the insurance provided by this Provision 13., the following is added to Paragraph 4.b.(1) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: To the extent this insurance applies, it is excess over any of the other insurance (including qualified self insurance), whetherprimary, excess, contingent or on any other basis, except for insurance purchased specifically by you to be excess of this policy. 14. JOINT VENTURES /"PARTNERSHIP 1 LIMITED LIABILITY COMPANIES A. The following is added to SECTION II —WHO IS AN INSURED: 4. You are an insured when you had an interest in a joint venture, partnership or limited liability company which terminated or ended prior to or during this policy period, but only to the extent of your interest in such joint venture, partnership or limited liability company. This coverage does not apply: a. Prior to the termination date of any joint venture, partnership or limited liability company; b. If there is other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; or c. To a joint venture, partnership or limited liability company which is or was insured under a "consolidated (wrap-up) insurance program". [Please see Item 26.C. of this, endorsement for the definition of "consolidated (wrap-up) program".] B. The last paragraph of SECTION II — WHO IS AN INSURED is deleted and replaced by the following: Except as provided under the Contractors' General Liability Extension Endorsement or by the attachment of another endorsement (if any), no person or organization is an insured with respect to the conduct of any current or past' partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 15. LEGAL LIABILITWALIENATED PREMISEWBORROWED EQUIPMENT A. Under SECTION I COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following; [This insurance does not apply to:] j. Damage to Property "Property damage" to: (1) Property you own, rent, or occupy; (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; (3) Property loaned. to you; (4) Personal property in the care, custody or control of the insured; G-18662-J (Ed 07112) Policy No: Page g Endorsement No: Effective Date: Insured Name: © cNA All Rights Reserved. (I#) That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing operations, if the "property damage" arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because "your work" was Incorrectly performed on it. Paragraph (2) of this exclusion does not apply if the premises are "your work". Paragraphs (3) and(4) of this exclusion do not apply to "property damage" to tools or equipment loaned to you, A separate limit of insurance applies to such tools or equipment that are damaged while being used in your operations. Paragraphs'(7), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises rented to you or temporarily occupied by you with the permission of the owner, or to the contents of premises rented to you for a period of 7 or fewer consecutive days, A separate limit of insurance applies to Damage To Premises Rented To You as described in SECTION Ill— LIMITS OF INSURANCE. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack Agreement Paragraph (6) of this exclusion does not apply to "property damage" included in the "products -completed operations hazard". S. Under -SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE the last paragraph of Paragraph 2. Exclusions Is deleted and replaced by the following. Exclusions c. through n. do not apply to damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner nor to the contents of premises rented to you for a period of 7 or fewer consecutive days. A separate. limit of insurance applies to this coverage as described in SECTION III — LIMITS OF INSURANCE. C. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most we will pay under Coverage A for damages arising out of any one °occurrence° because of "property damage" to tools or equipment loaned to you by others that occurs while the equipment is being used to perform operations. D. Paragraph 6.. Damage To Premises Rented To You Limit of SECTION III — LIMITS OF INSURANCE is replaced by following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most we will pay under SECTION — I — COVERAGE A for damages because of "property damage" to any one premises while rented to you or temporarily occupied by you with the permission of the owner, including contents of such premises rented to you for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of, a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.1b.(1)(a)(Ii) of SECTION IV —COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted And replaced by the following: (H) That is property insurance for premises rented to you, for premises temporarily occupied by you with the permission of the owner; or for personal property of others in your care, custody or control F. This Provision 16, does not apply if Damage To Premises Rented To You Liability under SECTION — I — COVERAGE A is excluded by endorsement. 4$. LIBERALtZAT1ON CLAUSE If we adopt'a change in our forms or rules which would broaden coverage for contractors under this endorsement without an additional premium charge, your policy will automatically provide the additional coverage as of the date the revision is effective in your state. G-18652-J (Ed 07/12) Policy No; Page 10 Endorsement No: Effective Date: Insured Name: 0 CNA All Rights Reserved. ANVA ft 17. LIQUOR LIABILITY Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions Is amended to delete exclusion c. Liquor Liability. This provision 17. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 18. MEDICAL PAYMENTS A. Paragraph 7. Medical Expense Limit, of SECTION III —LIMITS OF INSURANCE is deleted and replaced by the following: 7. Subject to Paragraph 6. above (the Each Occurrence Limit), the Medical Expense Limit is the most we will pay under SECTION —I —COVERAGE C for all medical expenses because of "bodily injury" sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000; or (2) The amount shown in the Declarations for Medical Expense Limit. B. Paragraph 1.a.(3)(b) of SECTION I — COVERAGE C MEDICAL PAYMENTS, is replaced by the following: (b) The expenses are incurred and reported to us within three years of the date of the accident; and This: paragraph B. does not apply to medical expenses incurred in the state of Missouri. 19. NON -.-OWNED, AIRCRAFT Under SECTION I — COVERAGE A -- BODILY INJURY AND PROPERTY DAMAGE LIABILITY. Paragraph 2. Exclusions is amended such that exclusion g. aircraft, Auto or Watercraft does not apply to an aircraft you do not own, provided that: 1. The pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. The aircraft Is rented to you with a trained, paid crew; and 3. The aircraft does not transport persons or cargo for a charge. 20. NON -OWNED WATERCRAFT Under SECTION I -- COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions is amended to delete subparagraph (2) of exclusion g. Aircraft, Auto or Watercraft and replace it with the following. [This exclusion does not apply to:] (2) A watercraft you do not own that is: (a) Less than 75 feet long; and (b) Not being used to carry persons or property for a charge. 21. PRIMARY AND NON-CONTRIBUTORY TO OTHER INSURANCE With respect to any person or organization that is an additional insured under this Coverage Part, the following is added to Paragraph 4. of SECTION, IV— COMMERCIAL GENERAL LIABILITY CONDITIONS: If you have agreed in writing in a contract or agreement that this insurance is primary and non-contributory relative to an additional insured's own insurance, then this insurance is primary and we will not seek contribution from thatother insurance. For the purpose of this Provision 21., the additional insured's own insurance means insurance on which the additional insured is a Named Insured. Thls Provision 21. does not apply in situations where the endorsement on this policy affording coverage to the additional insured specifies that this insurance is excess over any other insurance available to that additional insured. 22. PROPERTY DAMAGE — ELEVATORS A. Under SECTION I — COVERAGE A— BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended such that exclusion k. Damage to Your Product, and subparagraph (3), (4) and (6) of exclusion J. Damage to Property do not apply "property damage" that results from the use of elevators. 0-18652-J (Ed 07112) Policy No: Page I Endorsement No: Effective Date: Insured.Name 0 CNA All Rlghts Reserved. CNA B. With (respect only to the coverage provided by this endorsement, Condition 4.Other Insurance in SECTION IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following subparagraph 4. other insurance b. Excess insurance (1) This insurance Is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis: (v) That is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS A. Under Section I —'Supplementary Payments - Coverages A and B, Paragraph 1.b., the limit of $250 shown for the cost of bail bonds is replaced by $5,000: B. In Paragraph 1.d., the limit of`$260 shown for daily loss of earnings Is replaced by $1,000. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If unintentionally you should fail to disclose all existing hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. 26. WAIVER OF SU13GROGATION - BLANKET Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for Injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work" included in the "products=completed operations hazard". However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only If the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2.. Was executed prior to loss. 26. WRAP-UP EXTENSION: OWNER CONTROLLED INSURANCE PROGRAM, CONTRACTOR CONTROLLED INSURANCE PROGRAM OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in .the state of Alaska, that is not permitted to be insured under a "consolidated (wrap- up) insurance program" by applicable State statute or regulation: If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached to this policy, then the following changes apply: A. The following wording is added to the endorsement: With respect to a "consolidated (wrap-up) insurance program" project in which you are or were involved, this exclusion does not apply to those sums you become legally obligated to pay as damages because of: 1. "Bodily injury", "property damage", or "personal or advertising injury" that occurs during your ongoing operations at the project, or during such operations of anyone acting on your behalf; nor 2. "Bodily injury" or "property damage" included within the "products -completed operations hazard" that arises out of those portions of the project that are not "residential structures". S. SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS Is amended to add the following subparagraph 4.b.(1)(c) to Condition 4.Other Insurance: [This insurance is excess over:] (c) Any of the other insurance whether primary, excess, contingent or any other basis that Is insurance available to you as a result of your being a participant in a "consolidated (wrap-up) Insurance program", but only as respects your involvement in that "consolidated (wrap-up) insurance program". G-18652-J (Ed 01/12) Policy No Page 12 Endorsement No: Effective Date: Insured Game: Q CNA, All Rights Reserved. CNA C. SECTION V -, DEFINITI,QNS is amended to add the following definition: "Consolidated (wrap-up) insurance program" means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an OwnerControlled Insurance Program (Q.C:I.P.) or Contractor Controlled Insurance Program (C.C.I.P). "Residential structure" means any structure where 30% or more of the square foot area is used or is intended to be, used for human residency including but not limited to single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments and also includes their cotnmon-areas and/or appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures). When there is no individual ownership of units, residential structure does not include military housing, collegeluniversity housing or dormitories, long term care facilities, hotels, or motels. Residential structure: also does not include hospitals or prisons. This provision 26. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the policy remain unchanged, This endorsement, which forms a part of and Is for attachment to the Policy issued by the designated insurers, takes effect. oh the effective date. of said Policy at. the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Material used with :permission of I30 Properties, Inc G-1555241(Ed 07/12) Policy No: Page 13 Endorsement No: Effective Date: Insured Name: © CNA All Rights Reserved. CNA83369XX (Ed. 4/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM 1-LIABILITY COVERAGE A. Who is An insured The following is added to Section ll, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision AA. does not apply to any such entity that is an "insured" under any other liability "policy" providing "auto" coverage. 2.' Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2 a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) "Bodily injury" or "property damage" caused by an "accident" that occurred before you acquired or formed the organization; or (2) Any such organization that is an "insured" under any other liability "policy" providing "auto" coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured" but only with respect to their legal liability for acts or omissions of a person, who qualifies as an "insured" under Section 11— Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An "employee of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day. C. Fellow Employee Section II, Paragraph B.5'does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. 11. PHYSICAL DAMAGE COVERAGE A. Glass Breakage'— Hitting A Bird Or Animal — Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: With respect to any covered "auto", any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of $20; subject to CNA63359xX Copyright, CNA Corporation, 2000. Page 1 of 3 (Ed. 4/12) Includes copyrighted material of the insurance Services office used with its permission. CNA63359XX (Ed. 4/12) b. $1,80.0 maximum in lieu of $600. C. L.oss of Use Expenses Section III, Paragraph AA.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of $600. D.: Hired "Autos" The following Is added to Section IIL Paragraph A.: S. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered "auto" you lease, hire, rent or borrow without a driver; and b. Any covered "auto" hired or rented by your "employee" without a driver, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c The most we will pay for any one "accident" or "loss" Is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to "loss" caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned °autos". e. Such physical damage coverage for hired "autos" will: (1) Include loss of use, provided it is the consequence of an "accident" for which the Named Insured 1s legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of $750 per "accident." E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. F. Electronic Equipment Section III, Paragraphs BA.c and B 4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered "auto" also applies to "loss" to any permanently installed electronic equipment including its antennas and other accessories d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following, is added to Section III, Paragraph B.6.: Subject to the following, the "diminution in value" exclusion does not apply to: a. Any covered "auto" of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered "auto" of the private passenger type hired or rented by your "employee" without a driver for a period of 30 days or less, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a "diminution in value" loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs or the installation of substandard parts. d. The most we will pay for "loss" to a covered "auto" in any one accident is the lesser of: (1) $6,000; or (2) 20% of the "auto's" actual cash value (ACV). III. Drive Other Car Coverage — Executive Officers The following is added to Sections ,II and Ill: 1. Any "auto" you don't awn; hire or borrow is a covered "auto" for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers," except: a. An "auto" owned by that "executive officer" or a member of that person's household; or CNA63359XX Page 2 of 3 (Ed. 4112) GNA63359XX (Ed. 4/12) b. An "auto" used by that "executive officer" while working in a business of selling, servicing, repairing or parking "autos." Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered "auto"; and (2) Excess over any, other collectible insurance. 2, For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household; includes that person's spouse. Such "executive officers" are "insureds"while using a covered "auto" described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: (4) Your "employees" may know of an "accident" or "loss." This will not mean that you have such knowledge, unless such "accident" or "loss" is known to you or if you are not an individual, to any of your executive>officers or partners or your Insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your "employees" may know of documents received concerning a claim or "suit." This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. S. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from -us. This Injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an "accident" or "loss". C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to "Accident" or "Loss". E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(S).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. CNA63359XX Copyright, CNA Corporation, 2000. Page 3 of 3 (Ed. 4112) Includes copyrighted material of the Insurance Services Office used with Its permission. WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily Injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.09 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE, This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is Indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement; effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001204282 20130905 of the Texas Mutual Insurance Company Issued'to UTILITY CONTRACTORS OF AMER I CA INC Endorsement No. Premium $ 1",W.Q :6�� Authorized Representative W0420304A (ED.1-01.2000) AGENT'S COPY OUSER 9-04-2013 s 0 S POLICY NUMBER: COMMERCIAL GENERAL LIABILRY CG 02 0512 04 THIS ENDORSEMENT CHANGER THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES — AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS%COMPLETED OPERATIONSLIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: PER SCHEDULE ON FILE 2. Address: 3. 1 Number of days advance natice:o30 Information required to com fete this Schedule If not shown above will be shown in the Declarations. CG 02 0612'04 Copyright, ISO Properties, Inc., 2003 Pagel of 1 T, 0 0 0 0 G-300660-A (Ed. 06/08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES — NOTICE OF CANCELLATION OR MATERIAL CHANGE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the Inception date of the policy unless another date is Indicated below: Endorsement Effective Policy Number Named Insured Countersigned by (Authorized Representative; In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Number of days advance notice: 30 2. Name: PER SCHEDULE ON FILE 3. Address: G 300660»A Page 1 of 1 (Ed. 08108) z TO: CITY OF LUBBOCK P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 THIS IS TO CERTIFY THAT CERTIFICATE OF INSURANCE DATE: TYPE OF PROJECT: (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the stanaara pottctes usea Dy tnis company, the runner neretnarter aescrinea. vxcepttons to stanaara poucy notea nereon. 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) $ Mcd Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESSLIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Fomi $ WORKERS COMPENSA TION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee S 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 Ui (Narf�_'04"V) MUST BE SENT TO THE CITY OF LUBBOCK By: Titl� 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; (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, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARITCULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBLITY TO PROVIDE OT THE OWNER ALL PROOF OF COVERAGE INSURANCE a DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. V, REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project inust 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. Pate Intentionally Left Blank CONTRACT Pate Intentionally Left Blank Contract 11709 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 27th day of March, 2014 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 Utility Contractors of America, Inc., of the City of Lubbock, County of Lubbock, and the State of Texas hereinafter tenned 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 14-11709-TF South Lubbock Sanitary Sewer Extension Phase 1— Bid Package B 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. Utility Contractors of America, Inc.'s proposal dated February 28, 2014 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 finally 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- COMPLETE ADDRESS: Company g " a i 3� Address :A City, State, L(jB604 ATTEST: 1 Corporate Se#etary 0 CITY OF LUBB T S (OWNER): By: Gle o e son, Mayor ATTEST: '0 AV 0. .4 5C Reece, Garza, Ci Secreta AP ROVED O CONTENT: Wop'd Fra;din, P.E., City Engineer hn Turpin,�Wef AXt-er Utilities Engineer FORM: Chad Weaver, Assistant City Attorney Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT IM Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word contractor, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit Utility Contractors of America, Inc., who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative John Turpin, P.E., Chief Water Utilities Engineer, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project _., Representatives 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 t The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR Lj 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 f ' or disapprove the selection of any subcontractor(s). I 11 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. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents 9. FINALLY COMPLETED The term "Finally 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. The pipeline must be backfilled, tested, final grading and seeding performed for final completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished 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. I 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 1_.. 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 man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the ° prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, �J preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 2 1. 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 snake 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. C i 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 inay 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 l 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 j 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 workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the 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, 3 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 .a be included and has provided sufficient sums in its proposal to complete the work in accordance 1 1 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 seven (7) 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 FJ i Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. �I 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT l j 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 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 payer's, in the event of self-insurance, rights to subrogation that any such insurer or payer, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENTS ALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. a. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury XCU Endorsement Heavy Equipment Endorsement b. Owner's and Contractor's Protective Liability Insurance. — Not Required I] c. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles d. Builder's Risk Insurance/Installation Floater Insurance. — Not Required e. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) - Not Required f. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. i. 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. ii. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. iii. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. Fl iv. 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. v. The Contractor shall obtain from each person providing services on the 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 2. 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. vi. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. vii. 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. viii. 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. ix. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: 1. 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; 2. 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; 3. 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; 4. obtain from each other person with whom it contracts, and provide to the Contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and b. 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; 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 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 7. contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. x. 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 f misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 1-9 A 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: i. The name and address of the insured. ii. The location of the operations to which the insurance applies. iii. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. iv. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. v. 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. vi. 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. vii. 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. viii. If policy limits are paid, new policy must be secured for new coverage to complete project. ix. 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 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; 7. post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the 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. �l 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.stateJx 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 8. contractually require each person with whom it contracts to provide services on a project, to: a. provide coverage based on proper reporting of classification codes and payroll arnounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; rl b. provide a certificate of coverage to the Contractor prior to that person beginning work on the project; c. include in all contracts to provide services on the project the 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."; d. provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; e. obtain from each other person with whom it contracts, and provide to the Contractor: i. a certificate of coverage, prior to the other person beginning work on the project; and ii. prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; f. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; g. notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and h. contractually require each other person with whom it contracts, to perform as required by paragraphs (a)-(h), with the certificate of coverage to be provided to the person for whom they are providing services. 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 fonn, 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 FINAL 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 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 $2,000 (Two Thousand Dollars and no cents) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for finally completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the final completion of the work described herein is reasonable tune for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be finally completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that 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. 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 a 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 workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing 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 note 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. 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 detennination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further pYm P PY sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been finally completed, the Owner's Representative and/or the Owner shall inspect the work including making final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall 1 so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner IJ shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 44. 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, 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 two (2) years from the date of certification of final completion by Owner's Representative. 45. 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. 46. 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. 47. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR m 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 4 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. E After receiving said notice of abandornnent or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: a. The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or 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 finally 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 43 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the C 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. 48. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the 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 $25,000. 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. 50. 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 5 L .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 home by the Contractor at his own cost and expense. 52. 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. 53. 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. 54. 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 I 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. 55. 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. 56. 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. 57. 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. EXHIBIT A General Decision Number: TX140007 01/03/2014 TX7 Superseded General Decision Number: TX20130007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/03/2014 * SUTX2011-002 08/02/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 LABORER Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer.................... $ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........................$ 13.46 Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less .................................... $ 12.28 LoaderBackhoe.............. $ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Fringes 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. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non -union. Union Identifiers An identifier enclosed in dotted lilies beginming with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters, PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed wider an "SU' identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: ` SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Ratesl Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 9 IJ Specifications Lubbock, Texas March 2014 RFP # 14-11709-TF KEA Project # 063126005 =FJ Kimley-Horn � and Associates, Inc. TBPE No. F-928 aa. *: .....JEFF JAMES.... 82677 DIVISION 1— GENERAL REQUIREMENTS 063126005 DIVISION 1— GENERAL REQUIREMENTS Jan-14 PART 1 -GENERAL SCOPE SECTION 01020-R MEASUREMENT AND PAYMENT The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. PAY ITEMS PAY ITEM NO. 1 - MOBILIZATION A. The cost for mobilization shall be limited to no more than 5% of the Contract amount for construction items (materials and labor) bid for this project. B. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. C. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be inade upon presentation of a paid invoice for the payment bond, iperformance bond, and required insurance. The combined payment for bonds and t insurance will be no more than 10% of the mobilization lump sum. 3. When 1% of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 4. When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. 063126005 MEASUREMENT AND PAYMENT 01020-R - 1 Mar-14 n. 5. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 6. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. PAY ITEM NO. 2 - OPERATIONAL AND BYPASS PUMPING PLAN This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to prepare an operational plan and bypass pumping plan as a shop drawing prior to beginning construction. The operational plan shall include, at a minimum, the contractor's sequence of construction to minimize disruption to the sanitary sewer collection system. The bypass pumping plan shall include those terms identified in the plans. Measurement for payment shall be on a lump sum basis. PAY ITEM NO.3 THROUGH 24 — 54, 48, 30, AND 24-INCH FIBERGLASS SEWER PIPE BY OPEN CUT (VARIOUS DEPTHS AND PIPE STIFFNESS) This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to install the above referenced fiberglass sewer pipe by open cut at various depths measured to the flow line as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. PAY ITEM NO.25 - 30-INCH FIBERGLASS SEWER PIPE (SN 46) AND 42-INCH STEEL CASING PIPE OR TUNNEL LINER PLATE INSTALLATION BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to " completely install 30-inch SN 46 fiberglass sewer pipe and 42-inch steel casing pipe or tunnel liner plate including, but not limited to, casing spacers or steel skids, grout, and end seals as 1 shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. PAY ITEM NO.26 — 48-INCH FIBERGLASS SEWER PIPE (SN 46) AND 66-INCH STEEL CASING PIPE OR TUNNEL LINER PLATE INSTALLATION BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 48-inch SN 46 fiberglass sewer pipe and 66-inch steel casing pipe or tunnel liner plate including, but not limited to, casing spacers or steel skids, grout, and end seals as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. PAY ITEM NO.27 — 54-INCH FIBERGLASS SEWER PIPE (SN 72) AND 72-INCH STEEL CASING PIPE OR TUNNEL LINER PLATE INSTALLATION BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 54-inch SN 72 fiberglass sewer pipe and 72-inch steel casing pipe or tunnel liner plate including, but not limited to, casing spacers or steel skids, grout, and end seals as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 063126005 MEASUREMENT AND PAYMENT 01020-R - 2 Mar-14 r-° mPAY ITEM NO. 28 — FIBERGLASS TEE BASE WITH 5-FT DIA. MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install Fiberglass Tee Base and 5-foot diameter manholes as shown in the plans, specifications and details. Measurement for payment shall be on a per each basis. PAY ITEM NO. 29 — FIBERGLASS TEE BASE WITH 5-FT DIA. MANHOLE — STA. 87+92.00 This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to y completely install Fiberglass Tee Base and 5-foot diameter manhole at Sta. 87+92.00 as shown in the plans, specifications and details. Measurement for payment shall be on a lump sum basis. PAY ITEM NO. 30 — 10-FOOT DIAMETER SANITARY SEWER MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install a 10-foot diameter manholes as shown in the plans, specifications and details. Manhole shall be either epoxy lined concrete per specifications 03300 and 02906 or polymer concrete per specification 02606. This pay item shall include the epoxy liner. Measurement for payment shall be on a per each basis. PAY ITEM NO. 31— VORTEX FLOW INSERT — LINE A STA. 20+89.15 This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install vortex flow inserts at Line A Sta. 20+89.15 as shown in the plans, specifications and details. Measurement for payment shall be on a lump sum basis. PAY ITEM NO. 32 — 5-FT DIA FIBERGLASS DROP MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install a 5-foot diameter fiberglass drop manhole as shown in the plans, specifications and details. Measurement for payment shall be on a per each basis. PAY ITEM NO. 33 — CONNECT EXISTING SANITARY SEWER PIPE (ALL SIZES) TO PROPOSED MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to connect existing sanitary sewer pipe to the proposed manholes at the locations and grades shown on the plans. Measurement for payment shall be on a per each basis. PAY ITEM NO. 34 — CONNECT PROPOSED PIPE TO EXISTING MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to connect proposed sanitary sewer pipe to an existing manhole at the locations and grades shown on the plans. Measurement for payment shall be on a per each basis. PAY ITEM NO. 35 — POLYMER CONCRETE JUNCTION STRUCTURE — LINE B STA. 0+56.81 This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install in place the polymer concrete junction structure, including but not limited to, structure, stop logs, and hatches as shown in the plans and details. Contractor shall coordinate 063126005 MEASUREMENT AND PAYMENT 01020-R - 3 Mar-14 with Polymer Concrete Manufacturer on installation of Stop Logs in manufacturing plant. Measurement for payment shall be on a lump sum basis. ' PAY ITEM NO. 36 — POLYMER CONCRETE JUNCTION STRUCTURE — LINE C STA. 1+97.78 This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install in place the polymer concrete junction structure, including but not limited to, structure, stop logs, and hatches as shown in the plans and details. Contractor shall coordinate with Polymer Concrete Manufacturer on installation of Stop Logs in manufacturing plant. Measurement for payment shall be on a lump sum basis. PAY ITEM NO. 37 — ABANDON EXISTING SANITARY SEWER MAIN This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely abandon existing sanitary sewer mains as shown in the plans, specifications and details. Measurement for payment shall be on a per each basis. PAY ITEM NO. 38 —CONCRETE ENCASEMENT This item shall consist of the work, labor and materials required for the forming, furnishing and placing of concrete encasement and all necessary work as shown in the plans. In the event the Contractor excavated an extra wide trench or cut the trench beyond the limits required and such excess excavation required additional concrete encasement, the Contractor shall furnish and place such additional concrete at his own expense. Measurement for payment shall be made on the basis of the linear foot installed. PAY ITEM NO. 39 — VACUUM TESTING OF SANITARY SEWER MANHOLES This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to perform vacuum testing of all sanitary sewer manholes in accordance with the technical specifications. Measurement for payment shall be on a per each basis. PAY ITEM NO.40 — POST CONSTRUCTION CLEANING AND TV INSPECTION This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to perform post construction television inspection of all sanitary sewer lines in accordance with the technical specifications. Measurement for payment shall be on a linear foot basis. PAY ITEM NO. 41— TRENCH SAFETY SYSTEM This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely furnish, install and remove a trench safety system as required at the various depths indicated. The Contractor is reminded that he must fully comply with OSHA requirements in all cases and no separate payment will be made for such compliance. Measurement for payment shall be on a linear foot basis. 063126005 MEASUREMENT AND PAYMENT 01020-R - 4 Mar-14 T; PAY ITEM NO.42 —TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION PREVENTION AND CONTROL The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, sand bags, biodegradable logs, construction entrance/exit, diversion swales and any other measure and/or incidentals required for compliance with NPDES Permit. Payment will be made at the unit price bid per lump sum for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. PAY ITEM NO. 43 — FLOW METERS This pay item shall consist of all work and labor necessary to completely install flow meters, monitoring station, associated electrical equipment, SCADA equipment, electrical connections and all incidental equipment and materials not otherwise provided for in these specifications shown in the plans, specifications and details. Measurement for payment shall be on a per each basis. PAY ITEM NO.44 — 6" C-900 DR-18 PVC WATER PIPE The work performed and materials furnished will be paid at the unit price per linear foot of water mains installed. The unit price shall be complete compensation for pipe material and labor, pavements cut by saw cut, excavation, bedding, water main installation, embedment, backfill, density controlled compaction, disposal of spoils, and all incidentals necessary to complete the work complete in place. All work shall be performed in accordance with City of Lubbock Standard Water Specifications Section 5.6. Measurement for payment shall be on a per linear foot basis. PAY ITEM NO.45 — CONNECT TO EXISTING ASBESTOS CEMENT WATER PIPE The unit price bid shall include furnishing and installing al materials, and all incidentals necessary to complete the work. All work shall be performed in accordance with City of Lubbock Standard Water Specifications Section 5.6. Measurement for payment shall be on a per each basis. PAY ITEM NO.46 — ASBESTOS CEMENT PIPE REMOVAL The unit price bid shall include all provisions necessary, including but not limited to removal, handling, disturbance and disposal of all asbestos pipe within limits of project to comply with Division 2 Section 02222 — Asbestos Cement Pipe Removal. Measurement for payment shall be on a linear foot basis. 063126005 MEASUREMENT AND PAYMENT 01020-R - 5 Mar-14 E PAY ITEM NO.47 — 27" x 6" TAPPING SLEEVE AND 6" VALVE This price is full compensation for furnishing and installing 27"x6" Tapping sleeve and 6" gate valve and ductile iron fittings, pavements cut by saw cut only of the existing asphalt or concrete pavement, excavation, trench protection safety plan de -sign and installation of trench protection devices during construction, cutting the existing or pro -posed pipe and connecting to the existing or proposed pipe, bedding, graded gravel backfilled to 12 inch above the top of the valve, backfilled to 95% proctor, testing, disposal of spoils, pavement repairs to match the existing asphalt or concrete pavement and all necessary accessories, complete in place. Measurement for payment shall be on a per each basis. PAY ITEM NO.48 — DUCTILE IRON WATER FITTINGS The unit price bid shall include furnishing and installing all materials, and incidentals necessary to install required ductile iron fittings, including joint -restraint fittings complete in place. All work shall be performed in accordance with City of Lubbock Standard Water Specifications Section 5.6. Measurement for payment shall be on a per ton basis. PAY ITEM NO.49 —UNCLASSIFIED EXCAVATION This item shall consist of all the work, labor, materials and equipment associated with excavating for the proposed roadway improvements. Unusable excavated material and all waste resulting from site clearing and grubbing shall be disposed of at a legal disposal facility off site by the contractor at his expense. Excavation will be measured by the cubic yard based upon the contractor provided surveyed cross sections signed by a RPLS licensed in the State of Texas. PAY ITEM NO.50 — UNCLASSIFIED EMBANKMENT This item shall consist of all the work, labor, materials and equipment necessary to furnish and place materials used for the construction of the roadway subgrade. Embankment will be paid in areas where unsuitable excavated materials are discovered and removed from below the proposed top of roadway subgrade. Embankment will be measured by the cubic yard, in its final position, using the average end area inethod and based upon the contractor provided surveyed cross sections signed by a RPLS licensed in the State of Texas. The volume is computed between the original ground surface or the surface upon which the embankment is to be constructed and the lines, grades, and slopes of the subgrade. Shrinkage or swell factors will not be considered in determining the calculated quantities. PAY ITEM NO.51-12" COMPACTED SUBGRADE The unit price shall be complete compensation for the subgrade preparation to depths shown on typical sections, complete in place, and shall include replacing subgrade, reworking, shaping, moisture conditioning, density control compaction, and any incidental work required to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications Section 8.8. Measurement for payment shall be on a per square yard basis. 063126005 MEASUREMENT AND PAYMENT 01020-R -6 Mar-14 PAY ITEM NO. 52 — FLEXIBLE BASE (6") The unit price shall be complete compensation for the flexible base as shown on typical sections, complete in place, and shall include shaping, density control and any incidental work required to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications Section 8.8. Measurement for payment shall be on a per square yard basis. PAY ITEM NO. 53 — HMAC TYPE C (2") The unit price bid shall include fiunishing and installing all materials, tack and prime coats, compaction and all incidentals necessary to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications Section 8.9. Measurement for payment shall be on a per square yard basis. PAY ITEM NO. 54 — ASPHALT PAVEMENT TRENCH REPAIR This pay item shall consist of all work, labor, materials, removal of existing surface materials, furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the base, tack and prime coats, compaction and all incidentals necessary to complete the work as shown in the plans and details. This pay item encompasses all areas of asphalt pavement repair not identified for full replacement. Measurement for payment shall be on a square yard basis. PAY ITEM NO. 55 — CONCRETE PAVEMENT REPAIR This pay item shall consist of all work, labor, materials, removal of existing surface materials, furnishing and placing all concrete materials, sawing of existing paving edges, preparation of the base, tack and prime coats, compaction and all incidentals necessary to complete the work as shown in the plans and details. Measurement for payment shall be on a square yard basis. PAY ITEM NO. 56 — GRAVEL ROAD REPAIR This pay item shall consist of all work, labor, materials, and all incidentals necessary to completely furnish and install a gravel base road as shown in the plans and details. Measurement for payment shall be on a square yard basis. PAY ITEM NO. 57 THROUGH 59 — ASPHALT / CONCRETE / GRAVEL DRIVEWAY REPAIR The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, curbing, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. Curb on driveways will be included in the area measured for the slab and will not be paid as a separate item. All work shall be performed in accordance with city of Lubbock Standard Street Specifications Section 8.7. Measurement for payment shall be on a square yard basis for each specific type. 063126005 MEASUREMENT AND PAYMENT 01020-R - 7 Mar-14 PAY ITEM NO. 60 — CURB AND GUTTER REPLACEMENT This pay item shall consist of all work, labor, materials, and all incidentals necessary to completely install concrete curb and gutter as shown in the plans and details. The contractor shall receive approval from the Owner and Engineer prior to removing any curb and gutter. If prior approval is not received, no payment for curb and gutter replacement will be allowed. Measurement for payment shall be on a linear foot basis. PAY ITEM NO. 61— CORRUGATED METAL PIPE CULVERT (24") The work performed and materials furnished will be paid at the unit price per linear foot of pipe culvert installed. The unit price shall be complete compensation for pipe material and labor, pavements cut by saw cut, excavation, bedding, pipe culvert installation, embedment, backfill, density controlled compaction, disposal of spoils, and all incidentals necessary to complete the work complete in place. All work shall be performed in accordance with City of Lubbock Standard Storm Drain Specifications Section 8.11. Measurement for payment shall be on a per linear foot basis. PAY ITEM NO. 62 — SAFETY END TREATMENT (24") This item shall consist of the work, labor, materials and equipment required to install safety end treatments at the locations shown in the plans and in accordance with TxDOT Specification Item 467 as defined by the "Standard Specifications for Construction of Highways, Streets and Bridges, 2004". Measurement for payment shall be on a per each basis. PAY ITEM NO. 63 — HYDROMULCH The unit price bid shall include spreading seed, fertilization, watering, maintenance, and all incidentals necessary to complete the work. All work shall be performed in accordance with Division 2 Section 02920 — Lawns and Grasses. Measurement for payment shall be on a per square yard basis. PAY ITEM NO. 64 THROUGH 70 — REFLECTIVE PAVEMENT MARKINGS A. Striping — The unit price bid shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. Measurement for payment shall be on a per linear feet basis of pavement marking of various widths and colors actually installed. B. Arrows —The unit price bid shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. Measurement for payment shall be on a per each basis. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 as defined by the "Standard Specifications for Construction of Highways, Streets and Bridges, 2004". 063126005 MEASUREMENT AND PAYMENT 01020-R - 8 f Mar-14 i_ PAY ITEM NO. 71— TRAFFIC CONTROL Payment will be inade at the unit price bid per month for traffic control measures actually installed in accordance with Division 1 Section 01555. Partial payment will be made on a pro- rata basis as a percentage of the construction contract duration. The sum of the partial payments made for traffic control shall not exceed 90% of the extended bid price for traffic control prior to the termination of the construction contract. No partial payment will be made for partial traffic control measures. Payment shall not be made for this item where the Owner determined a lack of evidence that the traffic control was used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where traffic control is required because of work being remedied due to not meeting the requirements of the plans and specifications. PAY ITEM NO. 72 — CUT AND PLUG EXISTING WATER AND SANITARY SEWER LINES This item shall consist of the work, labor, materials and equipment necessary to cut and plug the existing water and sanitary sewer lines at the locations indicated in the plans. This includes locating, cutting and plugging the lines as shown in the plans. The plug is included as part of this pay item. Measurement for payment shall be on a per each basis. Bid Alternate PAY ITEM No. 28A — 5-FT DIA. POLYMER CONCRETE MANHOLE This item shall consist of the work, labor, and materials necessary for installing a 5-foot Diameter standard polymer concrete manhole to the full depth as shown on the plans and conform to _ Specification 02606. Measurement for payment for manholes shall be on a per each basis. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used 063126005 MEASUREMENT AND PAYMENT 01020-R - 9 Mar-14 SECTION 01027 APPLICATIONS FOR PAYMENT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.3 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 - Measurement and Payment. D. Section 01028 - Change Order Procedures. E. Section 01330 - Submittal procedures. F. Section 01700 - Contract Closeout. 1.4 FORMAT A. EJCDC 1910-8-E -Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5 PREPARATION OF APPLICATIONS A. Present required information in typewritten form or computer generated Excel Spreadsheet. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.6 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Submit at intervals stipulated in the Agreement. 063126005 Jan-14 APPLICATIONS FOR PAYMENT 01027 - 1 1.7 SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 063126005 APPLICATIONS FOR PAYMENT 01027 - 2 Jan-14 PART 1 -GENERAL 1.1 1.2 1.3 SECTION 01028 CHANGE ORDER PROCEDURES RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 -General Requirements apply to work of this section. SECTION INCLUDES A. Submittals B. Documentation of change in Contract Sum/Price and Contract Time C. Change procedures D. Construction Change Authorization E. Stipulated Price change order F. Unit price change order G. Time and material change order H. Execution of change orders I. Correlation of Contractor submittals RELATED SECTIONS A. Section 01027 -Applications for Payment B. Section 01330 -Submittal Procedures C. Section 01600 -Product Requirements D. Section 01700 -Contract Closeout 1.4 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Fonns: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or tune with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions fiom Contract, similarly documented. 063126005 Jan-14 CHANGE ORDER PROCEDURES 01028 - 1 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. 1.6 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.8 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.9 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Suim/Price or Contract Time will be computed as specified for Time and Material Change Order. 063126005 CHANGE ORDER PROCEDURES 01028 - 2 I Jan-14 4 1.10 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 063126005 CHANGE ORDER PROCEDURES 01028 - 3 Jan-14 ! SECTION 01039 COORDINATION AND MEETINGS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination. B. Preconstruction meeting. C. Progress meetings. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting with the required attendees. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Distribution of executed Contract Documents. 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Survey layout. 11. Security and housekeeping procedures. 12. Procedures for testing. 13. Procedures for inaintaining record documents. 14. Inspection and acceptance of equipment or improvements put into service during construction period. 15. Other items as deemed necessary by Owner or Engineer. 063126005 COORDINATION AND MEETINGS 01039 - 1 Jan-14 tl D. Engineer will record minutes and distribute copies to participants. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work as the Owner deems necessary. B. Engineer will snake arrangements for ieetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. 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. 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. Engineer will record minutes and distribute copies to participants. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 063126005 COORDINATION AND MEETINGS Jan-14 SECTION 01100 SUMMARY OF WORK PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 -General Requirements apply to work of this section. A. Work covered by Contract Documents B. Contractor use of premises. C. Owner occupancy. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Lubbock, Texas. Project consists of the construction of Phase 1 Bid Package B of the South Lubbock Sanitary Sewer Extension. 1. Location/Owner: Lubbock, Texas / City of Lubbock, Texas. B. Identification: City of Lubbock, Lubbock, Texas. Project consists of the following: 1. Sanitary sewer construction of approximately 35,500 linear feet of 24-inch through 54- inch diameter gravity sanitary sewer main. 2. Complete pavement replacement on MLK Blvd. south of Loop 289 to 981h Street and 981h Street fiom MLK Blvd. to US Hwy 87. C. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as described in 1.4(A) & (B). 1.5 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premses is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy. 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 063126005 SUMMARY OF WORK 01100 - 1 Jan-14 SECTION 01140-R WORK RESTRICTIONS PART I — GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 — General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C. Working period. D. Noise restrictions. E. Advance Notice. F. Water for Construction. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within the limits of the construction easement or right-of-way as shown on plans. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to residents, employees and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. a. Schedule construction to minimize obstruction of driveways and entrances. b. Provide residential, commercial, and industrial occupants with at least one (1) driveway suitable to traffic in and out of the location when obstructions are inevitable. Some additional requirements are noted on the plans for some affected driveways. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a minimum of 14 calendar days prior to the desired date of interruption. C. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 1.5 WORKING PERIOD A. Working Hours — Regular working hours shall be between 7:00 a.m. and 6:00 p.m., Monday through Friday, and between 9:00 a.m. and 5:00 p.1n. on Saturday. The Owner reserves the 063126005 WORK RESTRICTIONS 01140-R - 1 Mar-14 right, at the Owner's discretion, to not allow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: 1. New Year's Day (observed) 2. Memorial Day Holiday (observed) 3. Independence Day Holiday (observed) 4. Labor Day Holiday (observed) 5. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. 6. Christmas week. If Christmas Day falls on a Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on a Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. B. Work Outside Regular Hours — Work outside regular working hours requires Owner's approval. Make application 21 calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. C. The drawings contain specific requirements that affect certain areas of the work. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. Contractor shall keep on site OSHA -approved hand portable sound measurement equipment for both the Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. All advance notification shall be coordinated and approve through the City prior to release of any documents. B. Contractor shall provide a minimum of five business days advance written notice of construction to businesses and residences along the construction route. 1. The advance written notice shall be in the form of a single -page flyer to be placed by hand by the Contractor's forces on door handles or handed to applicable individuals at each route building. 2. The text for the advance written notice will be provided by the Owner in written form and electronic form. 3. Reproduction shall be at the Contractor's expense. 4. Distribution shall be at the Contractor's expense. 5. Single -page flyers shall be of a paper or post -card color other than white to direct the recipient's attention to the information. 6. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. 7. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). 063126005 WORK RESTRICTIONS 01140-R - 2 Mar-14 C. Prior to closing any street or thoroughfare for any length of time, the Contractor shall notify the following a minimum of 5 business days in advance: 1. All Emergency Services — Fire, Police, EMS 2. City of Lubbock Solid Waste Department 3. Lubbock Cooper Independent School District 4. Durham Transportation 5. TxDOT 6. Lubbock Avalanche Journal 7. United States Postal Service 8. Press release for local radio and television stations 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will not furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude Contractor from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 — PRODUCTS Not Used PART 3 — EXECUTION A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. B. Work along Martin Luther King Jr. Blvd. north of Loop 289 shall be restricted to 500-feet or less. END OF SECTION 01140 063126005 WORK RESTRICTIONS 01140-R -3 Mar-14 I SECTION 01310 PROGRESS SCHEDULES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Format. B. Content. C. Revisions to schedules. D. Submittals. E. Distribution 1.3 RELATED SECTIONS A. Section 01100 -Summary of Work B. Section 01027 -Applications for Payment. C. Section 01330 -Submittal Procedures. 1.4 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches. D. Maintain monthly updates to schedule. 1.5 CONTENT Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. A. Identify each item by specification Section number. B. Provide sub -schedules to define critical portions of the entire Schedule. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required fiom Engineer. 063126005 PROGRESS SCHEDULES 01310 - 1 Jan-14 1.6 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.7 SUBMITTALS A. Submit initial Schedules within 10 days after date established in Notice to Proceed. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.8 DISTRIBUTION A. Distribute copies of reviewed Schedules to Engineer's project file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 063126005 PROGRESS SCHEDULES 01310 - 2 Jan-14 SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 — General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs 2. Periodic construction photographs 3. Preconstruction DVD's 4. Periodic construction DVD's B. Related Sections include the following: 1. Section 1330 — Submittal Procedures 1.3 SUBMITTALS A. Submit three complete sets of preconstruction photographs or videotape to Engineer. All three sets will be retained by the Owner and the Engineer. 1. Identification: On back of each print or DVD provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Name and address of photographer. C. Name of Engineer. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. PART 2 — PRODUCTS Not Used 063126005 PHOTOGRAPHIC DOCUMENTATION 01322 - 1 Jan-14 PART 3 — EXECUTION l 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs ofj Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs shall be provided as follows: 1. With each contractor's pay application. 2. As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 3.3 CONSTRUCTION VIDEOS, GENERAL A. Narration: Describe scenes on video by audio narration by microphone while video is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, and direction (by compass point). 3.4 CONSTRUCTION VIDEOS A. Preconstruction Video: Before starting construction, record video of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition videos shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, video the area in question and provide to Engineer. END OF SECTION 01322 063126005 PHOTOGRAPHIC DOCUMENTATION 01322 - 2 Jan-14- SECTION 01330 SUBMITTAL PROCEDURES PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 — General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner's or Engineer's responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals Schedule: Comply with requirements in Section 01310 "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activities. C. Processing Time: Allow enough time for submittal review, including time for re -submittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. If more than five submittals are transmitted for review within any five day period, the time allowed for review will be increased to 21 days. 3. Concuizent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each re -submittal. Each re -submittal will count toward the submittal count in any five day period in paragraph 1 A.C.2 above. 063126005 SUBMITTAL PROCEDURES 01330 - 1 Jan-14 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. D. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 x 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Owner or Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. c. Name and address of Owner. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer, if different than supplier. h. Unique identifier, including revision number. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. E. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. F. Additional Copies: Submit five copies to Owner or Engineer. Submit additional copies if required by Contractor for his work. Unless additional copies are required for final submittal, and unless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Owner or Engineer. G. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a consecutively numbered transmittal form. Owner and/or Engineer will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. c. Submittal number. d. Destination (To:). e. Source (From:). f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. h. Submittal purpose and description. i. Submittal and transmittal distribution record. j. Remarks. k. Signature of transmitter. 063126005 SUBMITTAL PROCEDURES 01330 - 2 Jan-14 H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. I. Use for Construction: Use only final submittals with mark indicating action taken by Owner or Engineer in connection with construction. PART 2 — PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. The five copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. c. Standard color charts. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Schedules. e. Design calculations. f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 11 x 17 inches. 3. Number of Copies: Submit five copies of each shop drawing submittal. Owner and Engineer will retain all five copies. 063126005 SUBMITTAL PROCEDURES 01330 - 3 Jan-14 2.2 INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include naive of product and naive, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Construction Videotapes: Comply with requirements in Section 01322 "Photographic Documentation". r PART 3 — EXECUTION 3.1 CONTRACTOR'S REVIEW 1 A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. 063126005 SUBMITTAL PROCEDURES 01330 - 4 Jan-14-� I B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner or Engineer will provide an action review sheet and will mark appropriately to indicate action to be taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected. 5. The submittal review by the Engineer indicates that the Engineer checked for: a. General conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. C. Informational Submittals: Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. 063126005 Jan-14 END OF SECTION 01330 SUBMITTAL PROCEDURES 01330 - 5 C SECTION 01356 STORM WATER POLLUTION PREVENTION PLAN (SWP3) PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 — General Requirements apply to work of this section. 1.2 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ or'EPA for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. It is the Contractor's responsibility to ensure that his Storm Water Pollution Prevention Plan is in full compliance with the TPDES permit. The Contractor shall modify the his plan as necessary to show implementation plans, dates of construction activities, best management practices, inspection reports, and any other information pertinent to the plan or otherwise required to ensure that the plan remains in compliance with permit. C. Fines levied against the Owner by the TCEQ for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. D. Storm water must be adequately routed during construction operations in the same general direction as currently occurs. 1.3 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical and in accordance with the SWP3. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. 063126005 STORM WATER POLLUTION PREVENTION PLAN 01356 - 1 Jan-14 C. Silt Fences/Diversion Berms 1. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Biodegradable Logs: f 1. Provide commercially available biodegradable logs manufactured fiom rice straw, t excelsior wood fiber, coconut fiber, jute or other biodegradable material bound with an open mesh fabric of jute or light -weight plastic. The Engineer will accept the (� biodegradable logs based on compliance with dimensional and other requirements j shown in the Contract Documents, and visual inspection of the installed material. E. Sand/Gravel Bags 1. The Contractor may provide sand/ avel bags as a temporary structural practice to Y p �' g p rY P , minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. F. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include, but are not limited to, any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, c. geotextiles, d. vegetative buffer strips, e. paving. 3. Stabilization measures shall be implemented in accordance with the SWP3. PART 2 — PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polyineric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to snake the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: 063126005 STORM WATER POLLUTION PREVENTION PLAN 01356 - 2 Jan-14 FILTER FABRIC PHYSICAL FOR SILT FENCE PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30% inax. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec' AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Biodegradable Logs Stakes 1. Only wooden stakes may be used for staking of biodegradable logs. Wooden stakes utilized for biodegradable logs construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. D. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. PART 3 — EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. The Storm Water Pollution Prevention Plan (SWP3) will be provided by the Contractor. Contractor must keep a copy of the SWP3 on site at all times. B. The SWP3 shall be submitted to and approved by the City of Lubbock Stolin Water Management before the start of ground disturbing activities. C. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. D. Contractor shall maintain SWP3 in accordance with the TPDES permit to ensure that the SWP3 reflects current project conditions and remains in compliance with the TPDES permit. E. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. F. The Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION 01356 063126005 STORM WATER POLLUTION PREVENTION PLAN 01356 - 3 Jan-14 SECTION 01400 QUALITY REQUIREMENTS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1— General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Construction materials testing services are required by the Contractor in order for the Engineer to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.3 DEFINITIONS A. Quality Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. 1.4 SUBMITTALS A. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test data. 9. Test results. 063126005 QUALITY REQUIREMENTS 01400 - 1 Jan-14 10. Ambient conditions at time of sample taking and testing. 1 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. B. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to ly practice in the jurisdiction where the project is located and who is experienced in providing l engineering services of the kind indicated. C. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference j standards, and that has the capability and experience in the types of tests to be performed. D. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. E. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third party agency personnel are obligated to report results of such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 063126005 QUALITY REQUIREMENTS 01400 - 2 Jan-14 4. Testing requested by Contractor and not required by Contract Documents are the Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or ;j Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the _3 work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 1 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Resident Project Representative at least 1 day prior to when testing of any u9 kind is to be performed. ..j 063126005 QUALITY REQUIREMENTS 01400 - 3 Jan-14 G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. I.7\ t_71�' ; 90100] V Not Used PART 3 -EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality -control service activities: " C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION 01400 063126005 QUALITY REQUIREMENTS 01400 - 4 Jan-14 SECTION 01420 PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications includes: 1. Summary of Industry Standards. 1.3 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by Owner or Engineer, requested by Owner or Engineer, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. H. "Project site" is the space available for performing construction activities. 1.4 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. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before proceeding. 063126005 REFERENCES 01420 - 1 Jan-14 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified, shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner or Engineer for a decision before proceeding. C. Abbreviations and Acronyms for 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. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. _ AASHTO- American Association of State Highway and Transportation Officials (202) 624-5800 www.aashto.or ACI- American Concrete Institute/ACI International (248) 848-3700 www.aci-ipL= ACPA- American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org Al- Asphalt Institute (859) 288-4960 www.asphaltinstitute.or 11 AIA- American Institute of Architects (The) (800) 242-3837 www.aia.or%z AISC- American Institute of Steel Construction, Inc. (800) 644-2400 www.aisc.org (312) 670-2400 AISI- American Iron and Steel Institute (202) 452-7100 www.steel.org ANSI- American National Standards Institute (212) 642-4900 www.ansi.or ASCE- American Society of Civil Engineers (800) 548-2723 www.asce.= (703) 295-6300 ASTM- American Society for Testing and Materials (610) 832-9585 www.astm.or AWWA- American Water Works Association (800) 926-7337 ,,vww.awwa.or(303) 794-7711 CDA- Copper Development Association Inc. (800) 232-3282 www.copper.or (212) 251-7200 CLFMI- Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlnnkinfo.coim 063126005 REFERENCES 01420 - 2 Jan-14 Ll CRSI- Concrete Reinforcing Steel Institute (847) 517-1200 www.crsi.org CSI- Construction Specifications Institute (The) (800) 689-2900 www.csinet.or (703) 684-0300 EJMA- Expansion Joint Manufacturers Association, Inc. (914) 332-0040 www.ejma.org FM- Factory Mutual System (See FMG) FMG- FM Global (Formerly: FM - Factory Mutual System) (401) 275-3000 www.finglobal.com GRI- Geosynthetic Research Institute (610) 522-8440 www. drexel. edu/gri NRMCA- National Ready Mixed Concrete Association (301) 587-1400 www.nrmca.or NSA- National Stone, Sand and Gravel Association (800) 342-1415 www.ag rg_-e atg es.org (703) 525-8788 PCI- Precast/Prestressed Concrete Institute (312) 786-0300 www.pci.org SDI- Steel Deck Institute (847) 458-4647 www.sdi.M TPI- Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UL- Underwriters Laboratories Inc. (800) 704-4050 www.ul.com (847) 272-8800 BOCA- Boca International, Inc. (800) 214-4321 www.bocai.org (708) 799-2300 CABO- Council of American Building Officials (See ICC) IAPMO- International Association of Plumbing and Mechanical Officials (The) (909) 472-4100 www.iapmo.or� ICBO- International Conference of Building Officials (562) 699-0541 www.icbo.or (800) 284-4406 ICC- International Code Council (Formerly: CABO -Council of American Building Officials) (703) 931-4533 www.iccsafe.or 063126005 REFERENCES 01420 - 3 Jan-14 SECCI- Southern Building Code Congress International, Inc. (205) 591-1853 www.sbcci.or� CE- Army Corps of Engineers CRD Standards (601) 634-2355 w-vvw.usace.aM.mil CFR- Code of Federal Regulations (202) 512-1530 xvwxv.acce-ss.gpo.gov/nara/cfi (888) 293-6498 EPA- Enviromnental Protection Agency (202) 260-2090 www.epa.gov FED -STD- Federal Standard (See FS) FS- Federal Specification (Available from DOD, GSA, and NIBS) NISI- National Institute of Standards and Technology (301) 975-6478 www.nist.gov OSHA- Occupational Safety & Health Adininistration (See CFR 29) (800) 321-6742 www.osha.gov TCEQ- Texas Commission on Enviromnent Quality (806) 796-7092 www.tcec,.state.tx.us (512) 239-1000 PART 2 — PRODUCTS Not Used PART 3 — EXECUTION Not Used END OF SECTION 01420 063126005 REFERENCES 01420 - 4 Jan-14 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: l . Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking water facilities. Provide separate male and female sanitary facilities. 3. Electric power service. 4. Telephone service. 5. High speed internet service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Project identification and signs. 3. Field offices. 4. Storage and fabrication sheds. 5. Construction aids and miscellaneous services and facilities. D. Protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Barricades, warning signs and lights. E. Related Sections include the following: 1. Section 01330 - "Submittal Procedures" 2. Section 01356 - "Stormwater Pollution Prevention". 3. Section 01555 - "Barricades, Signs and Traffic Handling". 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. 063126005 TEMPORARY FACILITIES AND CONTROLS 01500 - 1 Jan-14 C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. D. Electric Power Service: Pay electric power service.use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.4 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART 2 — PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. B. Pavement: Comply with City of Lubbock standard specifications. C. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch-OD line posts and 2-7/8-inch-OD corner and pull posts, with 1-5/8-inch-OD top and bottom rails. Provide galvanized steel bases for supporting posts. D. Water: Potable. PART 3 — EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. 063126005 TEMPORARY FACILITIES AND CONTROLS Jan-14 01500 - 2 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Telephone Service: Provide temporary telephone service throughout construction period for common -use facilities used by all personnel engaged in construction activities. Install separate telephone line for each field office. 1. Provide additional telephone lines for the following: a. In field office with more than two occupants, install a telephone for each additional occupant. b. Provide a dedicated telephone line for each facsimile machine. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. C. Contractor's home office. d. Contractor's field office. e. Contractor's emergency contact number. f. "On -call" personnel. g. Engineers' office. h. Owner's office. i. Principal subcontractors' field and home offices. 3. Provide an answering machine or voice mail service on field office telephone. F. High Speed Internet Service — Provide temporary high speed internet connection throughout the construction period. Connection can be through cable modem or DSL. Provide all equipment necessary for a single point connection to the project computer. 063126005 TEMPORARY FACILITIES AND CONTROLS Jan-14 01500 - 3 3.3 SUPPORT FACILITIES INSTALLATION C A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. Submit location of these facilities to Owner for approval. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use �1 same facilities. Maintain Project site, excavations, and construction free of water. D. Project Identification and Temporary Signs: Prepare Project identification signs with the information listed below. Install signs to inform public and persons seeking entrance to lY Project. Do not permit installation of unauthorized signs. Submit the layout and dimensions of the sign to the Owner. The sign and lettering shall be of sufficient size to be visible and legible at 100 feet distance. 1. Provide one project sign to be placed at the location specified by the City. 2. Project sign to include the following information. List all items on separate lines of the E. F. sign. a. City of Lubbock, Texas b. Capital Improvements C. City of Lubbock Project South Lubbock Sanitary Sewer Extensions d. Contractor: (include name of contractor and location of their main headquarters) e. Engineer: Kimley-Horn and Associates, Inc. g. Project Serving the Citizens of Lubbock, Texas 3. City Lubbock and Engineer firm logos to be included with firm names on project sign. 4. Submit proposed sign layout according to specifications Section 01330 "Submittal Procedures" prior to constructing project identification sign. 5. Engage an experienced sign painter to apply graphics for Project identification signs. 6. Prepare temporary signs to provide directional information to construction personnel and visitors. 7. Construct signs of exterior -type Grade B-B high -density concrete form overlay plywood. Support on posts or framing of preservative -treated wood or steel. 8. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over exterior primer. 9. Maintain project signs until acceptance of the project. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. Common -Use Field Office: Provide an insulated, weathertight, air-conditioned and heated field office for use as a common facility by all personnel engaged in construction activities; of sufficient size to accommodate required office personnel and meetings of 10 persons at Project site. Contractor shall provide weekly housekeeping service. 1. Furnish and equip field office as follows: 063126005 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 Jan-14 I] 3.4 a. One individual office with locking door for RPR. The office shall have one desk and two chairs, a four -drawer file cabinet, a four duplex electrical outlet, and connection for cable modem or DSL. b. A plan table, a plan rack, and bookcase. c. Water cooler for drinking water and private toilet complete with water closet, lavatory with hot and cold water, and medicine cabinet with mirror. d. Drinking water for water cooler, disposable cups, toilet paper, paper towels, hand soap, and first aid kit. 2. Maintain field office and repair, as necessary, in a timely manner until acceptance of the project by the Owner. G. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on -site. OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements. END OF SECTION 01500 063126005 TEMPORARY FACILITIES AND CONTROLS Jan-14 01500 - 5 I 1 . SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1— General Requirements apply to work of this section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 — PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 2.2 TEMPORARY PAVEMENT MARKINGS A. Materials, handling and installation shall be in accordance with Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004 (TxDOT) Item 662. B. Layout, color and placement shall conform with the TMUTCD and be verified by the Owner's representative before installation. PART 3 — EXECUTION 3.1 GENERAL A. For this project a Traffic Control Plan (TCP), responsive to the TMUTCD, has been established by the Engineer. The Contractor may propose their own TCP. Contractor -proposed major modifications to the Traffic Control Plan shall bear the seal of a Registered Professional Engineer. If the plan is approved in writing by the Engineer or Owner, it may be used. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on the project site or in the immediate area to insure compliance with the TCP. 063126005 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 Jan-14 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. B. The contractor will be responsible for repairing and replacing any damaged crash cushion attenuators during construction. Begin repair or replacement of an attenuator within 48 hours of notification. Cleanup of a damaged attenuator should commence immediately in order to maintain open lanes of traffic according to the TCP. END OF SECTION 01555 063126005 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 2 Jan-14 Ia 0 SECTION 01576 WASTE MATERIAL DISPOSAL PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 — General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.3 RELATED SECTIONS A. Section 02221 — Removing Existing Pavements. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Structures. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas and Kimley-Horn and Associate, Inc. as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. PART 2 — PRODUCTS Not Used PART 3 — EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations as directed by Engineer. B. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements in Section 02221 — Removing Existing Pavements. C. Other Salvageable Materials: Conform to requirements of individual Specification Sections. D. Salvageable material shall be delivered to the City of Lubbock Recycling Facility at 8e Street and Avenue P. Contractor shall coordinate with Cody Blevins at 806-775-3680. 063126005 WASTE MATERIAL DISPOSAL 01576 - 1 Jan-14 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site in a timely manner and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the respective property owner. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. D. Excess material may be disposed at the West Texas Region Disposal Facility. There may be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposaUdisfees.htm. There may also be a fee per load for every truck that is not covered properly when coining to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01020. END OF SECTION 01576 063126005 WASTE MATERIAL, DISPOSAL 01576 - 2 Jan-14 I SECTION 01600 IIi;t17aimA-s 11111711u1'BICK-g PART 1—GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 — General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. Information to Bidders: Product options and substitution procedures. B. Section 01400 -Quality Requirements. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. 063126005 PRODUCT REQUIREMENTS 01600 - 1 Jan-14 B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals t 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. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Owner. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 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. 063126005 PRODUCT REQUIREMENTS 01600 - 2 f Jan-14 E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART 2—PRODUCTS Not Used PART 3 — EXECUTION Not Used END OF SECTION 01600 063126005 PRODUCT REQUIREMENTS 01600 - 3 Jan-14 SECTION 01700 CONTRACT CLOSEOUT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 —Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure sinooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 063126005 CONTRACT CLOSEOUT 01700 - 1 Jan-14 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. t J D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. d F. Submit documents to Engineer as line segment installation is completed and with claim for final Application for Payment. 1.8 WARRANTIES a A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with inetal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 01700 063126005 CONTRACT CLOSEOUT 01700 - 2 l Jan-14 C_... I DIVISION 2 — SITE WORK 063126005 DIVISION 2 — SITE WORK Jan-14 SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers the removal of existing pavements. Included, but not limited to the following are: concrete paving, asphaltic paving, concrete curb and/or gutter, miscellaneous items. 1.3 RELATED SECTIONS A. Section 01576 —Waste Material Disposal. B. Section 02300 — Earthwork. C. Section 02317 —Excavation and Backfill for Structures. D. Section 03300 — Cast -in -Place Concrete. 1.4 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 —Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 — PRODUCTS Not Used PART 3 — EXECUTION 3.1 REPARATION A. Obtain advance approval from Engineer for dimensions and limits of removal work. B. Identify all utilities below grade. Stake and flag locations. 3.2 PROTECTION A. Protect the following from damage or displacement: I. Adjacent public and private property. 2. Trees, plants, and other landscape features designated to remain. 3. Utilities not designated to be removed. 063126005 REMOVING EXISTING PAVEMENTS 02221 - 1 Jan-14 4. Pavement and utility structures not designated to be removed. 5. Bench marks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. B. Minimize amount of earth loaded during removal operations. C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches. D. Where street and driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint. E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. F. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at the Contractor's expense. G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. H. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of 1-foot of steel length shall be cleaned of all old concrete and left in place to tie into the new construction where applicable. I. Existing asphalt pavement and caliche base shall be salvaged and delivered to stockpile area at 8425 N Avenue P. Salvage to depth indicated in drawings. Care shall be taken to exclude subgrade soils from the salvaged paving material. Material shall be crushed to a maximum diameter of 2-inches, whether crushed or milled. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300— Earthwork or 02317 — Excavation and Backfill for Structures as applicable to the specific portion of the work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION 02221 063126005 REMOVING EXISTING PAVEMENTS 02221 - 2� Jan-14 I SECTION 02222 HANDLING ASBESTOS CEMENT PIPE PART I - GENERAL 1.1 DESCRIPTION OF WORK: A. This item shall govern for the removal, handling, disturbance, and disposal of asbestos cement (AC) pipe and other asbestos containing materials (ACM) related to the AC pipe work. AC pipe is also known as transite pipe. Since buried AC pipe typically contains approximately 15% to 20% chrysotile and crocidolite asbestos, it is considered to be an asbestos -containing material. The material is classified as non -friable, unless broken at which time its classification changes to friable ACM. The removal and/or disturbance of this material is governed by the National Emissions Standards for Hazardous Air Pollutants (NESHAP) and the Occupational Safety and Health Administration (OSHA). B. This item shall consist of the handling, disturbance, removal and disposal of AC water pipe, joints, wrappings and other ACM. In order to comply with NESHAP and OSHA regulations, this project will require workers with specialized training using wet work procedures to cut and remove AC pipe, AC pipe joints, valves (any type) containing ACM and surrounding soils containing ACM. A Texas Department of Health (TDH) licensed Asbestos Consultant shall develop the asbestos work practices and monitoring in the Contractor's Health & Safety Plan to be reviewed by the City of Lubbock. It is the contractor's responsibility to obtain the services of a licensed Asbestos Consultant authorized in the State of Texas and this work shall be considered subsidiary to this item. Any other ACM encountered that has not been identified by the City of Lubbock inspector or not shown on City of Lubbock plans will not be authorized for payment. C. To meet and/or exceed NESHAP and OSHA guidelines, the contractor will subcontract the AC water pipe handling to an Environmental Protection Agency (EPA) accredited and TDH licensed Asbestos Abatement Contractor and TDH Licensed Asbestos Consultants. D. An alternative method would entail the disturbance, handling, repair, and disposal of the AC pipe by an authorized TDH licensed worker with the required course of an asbestos work awareness class or a TDH required asbestos training course preparing workers to handle disturbed ACM. Review of the asbestos work practices and monitoring in the Contractor's Health & Safety Plan will still need to be performed by a licensed TDH Asbestos Consultant. E. NESHAP guidelines apply to projects with at least 260 linear feet or 35 cubic feet or 160 square feet. NESHAP also applies when AC pipe becomes or will become "regulated asbestos containing material" or RACK This means that if at least 260 linear feet of the AC pipe has become crushed, crumbled, or pulverized, then the project is subject to the NESHAP. If the Texas Department of Health (TDH) limit of 260 LF is exceeded, the contractor will be responsible for the TDH administrative fee. The asbestos consultant shall be responsible for submitting the TDH notification with copies also submitted to the City of Lubbock, if the quantity of 260 LF is exceeded. F. During the disjoining operation of AC pipe removal, only the portion that has become RACM would be counted toward the threshold amount if the debris caused by the disjoining operation is 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 1 Jan-14 cleaned up so that it does not contaminate a greater length of pipe. If the generated AC pipe debris is not properly cleaned up, then the AC pipe must be considered contaminated, and the whole length is treated as asbestos -containing waste material. If the scope of this project may involve the threshold amount (260 linear feet or greater), then a Demolition/Removal Notification Form will need to be sent to TDH by the Contractor. This form will need to be post -marked no later than 11 working days prior to the start of any asbestos disturbance. G. All AC pipe projects will require that NESHAP and OSHA guidelines are met and/or exceeded in areas where AC pipe is to be disturbed. This means that all AC pipe disturbance will require a third party TDH licensed asbestos consultant and asbestos contractor on -site during AC pipe disturbance. An asbestos abatement work plan shall be provided to the City of Lubbock representatives by both the licensed asbestos consultant and asbestos contractor. Upon completion of the AC pipe project an air monitoring abatement report shall be required by the contractor's asbestos consultant. Copies of the final abatement report shall be prepared and submitted to the City of Lubbock by the contractor's consultant. OSHA requires that during any ACM disturbance, regardless of amount, the asbestos worker(s) shall be properly protected during potential asbestos exposure, 29 CFR, Subpart Z, 1910.1101. 1.2 DEFINITIONS: A. Air Monitoring - The process of measuring the fiber concentration of a known volume of air collected during a specific period of time. The analysis procedure utilized for asbestos is the NIOSH Standard Analytical Method for Asbestos in Air, Method 7400. Transmission electron microscopy (TEM) may be utilized for lower detection limits and/or specific fiber identification. B. Air Monitoring Technician - The person licensed by the Texas Department of Health to conduct air monitoring for an asbestos abatement project or related activity. The Air Monitoring Technician may only obtain air samples, and may only perform analysis of air samples with an upgraded Air Monitoring Technician License, which includes completion of the NIOSH-582 equivalent course. The air -monitoring technician shall be an employee of a licensed asbestos laboratory or a licensed Asbestos Consultant agency. C. Amended Water - Water to which a surfactant has been added. D. Asbestos - The asbestiform varieties of serpentines and amphiboles. Specifically, chrysotile, crocidolite, grunerite, amosite, anthophyllite, actinolite, and tremolite. E. Asbestos Containing Material (ACM) - Material or products that contain more than 1.0% of any kind of asbestos. F. Asbestos Containing Waste Material - asbestos containing material or asbestos contaminated objects requiring disposal. G. Authorized Personnel - Any person authorized by the Contractor and required by work duties to be present in the work area or other regulated areas. H. Authorized Visitor - City of Lubbock representatives, and any representative of a regulatory or 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 2 Jan-14 other agency having jurisdiction over the project. I. Asbestos Consultant - That person licensed by the Texas Department of Health to perform the following asbestos related functions: (1) Project design; (2) Asbestos surveys and condition assessment of ACM; (3) Asbestos Management Planning; (4) The collection of bulk material samples, airborne substance samples and the planning of sampling strategies; (5) Owner -representative services for asbestos abatement projects or O&M programs, including air monitoring and project management; (6) Consultation regarding regulatory compliance and all aspects of technical specifications and contract documents; and (7) The selection, fit testing, and appropriate use of personal protection equipment and the development of asbestos related engineering controls. J. Abatement Contractor - The company, agency, or entity licensed by the Texas Department of Health that has been retained by City of Lubbock or the Contractor to perform asbestos abatement and other associated functions. K. Class II Asbestos Work (OSHA Standard) - Activities involving the removal of ACM, which is not thermal system insulation or surfacing material. This includes, but is not limited to, the removal of asbestos -containing wallboard, floor file and sheeting, roofing and siding shingles, and construction mastics. L. Competent Person - One who is capable of identifying existing asbestos hazards in the workplace and selecting the appropriate control strategy for asbestos exposure, who has the authority to take prompt corrective measures to eliminate them. M. Encapsulant - A specific adhesive designed to lock down and minimize the fiber release of asbestos containing materials and asbestos contaminated materials. N. Friable Asbestos - Asbestos -containing material, which can be crumbled to dust, when dry, under hand pressure, and includes previously nonfriable material after such previously non - friable material becomes damaged to the extent that, when dry, it may be crumbled, pulverized, or reduced to powder by hand pressure. O. HEPA Filter - A high efficiency particulate air filter capable of removing particles > 0.3 microns in diameter with 99.97% efficiency. P. NESHAP -The National Emission Standards for Hazardous Air Pollutants (40 CFR Part 61). Q. NIOSH - The National Institute for Occupational Safety and Health. R. OSHA - The Occupational Safety and Health Administration. S. Regulated Area - An area established by the Contractor to demarcate areas where asbestos work is conducted, and any adjoining area where debris and waste from such asbestos work accumulate; and a work area within which airborne concentrations of asbestos, exceed or there is a reasonable possibility they may exceed the permissible exposure limit. 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 3 __ Jan-14 T. Regulated Asbestos -containing Material (RACM) - (1) Friable asbestos material; (2) Category I non -friable ACM that has become friable; (3) Category I non -friable ACM that will be or has been subjected to sanding, grinding, cutting, or abrading; or, (4) Category R non -friable ACM that has a high probability of becoming or has become crumbled, pulverized, or reduced to powder by forces expected to act on the material in the course of the demolition or renovation operations regulated by 40 CFR Part 61, Subpart M.-� U. Staging area - A pre -selected area where containerized asbestos containing waste material will be placed prior to removal from the project site. V. Surfactant - A chemical wetting agent added to water to improve penetration. 1.3 REFERENCE STANDARDS: A. All work under these specifications shall be done in strict accordance with all applicable Federal, State, and local Regulations, standards, and codes governing asbestos abatement and any other trade work done in conjunction with the asbestos abatement. Work activities must also comply with these and other City of Lubbock Specifications related to health and safety. B. The most recent edition of any relevant regulation, standard, or code shall be in effect. Where there exists conflict between the regulations, standards, codes, or these specifications, the most stringent requirements shall be utilized. C. Occupational Safety and Health Administration (OSHA) including but not limited to: 1. Title 29 Code of Federal Regulations Section 19 10. 1001 - General Industry Standard for Asbestos. 2. Title 29 Code of Federal Regulations Section 1910.134 - General Industry Standard for Respiratory Protection. 3. Title 29 Code of Federal Regulations Section 1926 - Construction Industry. 4. Title 29 Code of Federal Regulations Section 1910.2 - Access to Employee Exposure and Medical Records. 5. Title 29 Code of Federal Regulations Section 1910, 1200 - Hazard Communication. D. Environmental Protection Agency (EPA) including but not limited to: 1. Title 40 Code of Federal Regulations Part 61 Subpart M - National Emission Standard for Asbestos. E. Texas Department of Health including but not limited to: Texas Department of Health - Texas Administrative Code, Title 25, Chapter 295, Subchapter C - Texas Asbestos Health Protection. 2. Texas Department of Health - Texas Administrative Code, Title 25, Chapter 325 - Texas Solid Waste Regulations. 3. Texas Department of Health - Texas Civil Statutes, Article 4477A, Section 12, General Provisions 295.31 to 295.73. 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 4 Jan-14 F. American National Standards Institute (ANSI) G. American Society for Testing and Materials (ASTM) H. Department of Transportation - HM 181 1.4 SUBMITTALS AND NOTICES: A. At least one week prior to the Pre -construction Conference/Meeting, all training records, certifications, medical records, and laboratory qualifications will be submitted for review to the City of Lubbock as well as the following: 1. The Contractor will be responsible for developing and implementing an asbestos removal work plan in accordance with NESHAP, OSHA, City of Lubbock Special Specifications, Item Number 3000, and state requirements. As such, Contractors submitting bids for the project must have a Texas Department of Health (TDH) licensed Asbestos Consultant provide detailed asbestos specific safety and work plans for ensuring worker and community protection. Plans submitted by the Asbestos Consultant must include the person or fines name, address, phone number and TDH certification. Health and Safety plans for working with ACM must address the guidance provided in these special specifications. The guidance provided in this special specification is not intended and does not constitute asbestos abatement project design as described under TAC 25, Chapter 295.47 (TDH asbestos regulations). 2. Submit documentation satisfactory to the City of Lubbock representatives that an Initial and/or Negative Exposure Assessment in accordance with OSHA Standard 29 CFR 1911 has or will be performed (as applicable). 3. Submit documentation satisfactory to the City of Lubbock representatives that the Contractor's employees, including foremen, supervisors and any other company personnel or agents who may be exposed to airborne asbestos fibers or who may be responsible for any aspects of asbestos disturbance activities, have received adequate training in compliance with applicable rules and regulations. 4. Submit documentation to the City of Lubbock representatives of a respiratory protection program for affected employees as per OSHA Standard 29 CFR 1910.134. 5. Submit documentation to the City of Lubbock representatives from a physician that all personnel who may be required to wear a respirator are medically monitored to determine whether they are physically capable of working while wearing the required respiratory protection without suffering adverse health effects. In addition, document that personnel have received medical monitoring as is required in compliance with applicable rules and regulations. 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 5 Jan-14 6. Submit to the City of Lubbock representative's documentation of respirator fit testing for all f Contractor employees and agents who must enter the work area. This fit testing shall be in accordance with qualitative procedures as detailed in the OSHA Standard 29 CFR 1910.134. Optionally, the fit testing may be quantitative in nature. 7. Name of OSHA monitoring Consultant Lab. The Contractor will be responsible for air monitoring as required to meet OSHA Requirements. 8. Submit proof satisfactory to the City of Lubbock representatives that required permits, site location and arrangements for transport and disposal of asbestos containing waste materials have been made. B. During Asbestos Disturbance Activities: 1. Submit copies to the City of Lubbock representatives of all transport manifests, trip tickets, and disposal receipts for all asbestos waste materials removed from the work area during the project. The Contractor will sign manifests as the City of Lubbock's representative (generator) for the AC pipe and provide copies to the City of Lubbock for final payment. 2. Upon completion of the AC pipe project an abatement report shall be required by the contractor's asbestos consultant. Copies of the final abatement report shall be prepared and submitted to the City of Lubbock representatives or by the contractor's consultant. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION 3.1 CONSTRUCTION REQUIREMENTS: A. The Work includes all Work specified herein, to include mobilization and demobilization, labor, materials, overhead, profit, taxes, transportation, disposal fees, administrative fees incidental cost, etc. Estimating areas, quantities, weight, etc., are the sole responsibility of the Contractor. B. The Contractor shall remove, seal, transport and dispose of all impacted asbestos -containing materials in compliance with all current Federal, State and local regulations, laws, ordinances, rules, standards and regulatory agency recommended requirements. Asbestos disturbance and/or removal activities shall be conducted by properly trained, accredited, and licensed personnel using proper personal protective equipment. C. The Contractor shall notify City of Lubbock representatives, if applicable, at least 72 hours in advance prior to beginning removal and/or disturbance of the AC pipe. AC pipe disturbance shall be conducted during regular business hours, Monday -Friday. No weekend work of AC pipe disturbance is allowed, unless special circumstances require the contractor to do so. 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 6 Jan-14 D. Time is of the essence in removing the asbestos -containing materials from the project area. All work must be completed within the time period specified. The Contractor shall be responsible for coordinating this work in high -density areas, such as schools, church facilities, and residential areas with the City of Lubbock representative. E. All required notifications required to state regulatory agencies will be made by the Contractor with copies provided to City of Lubbock representatives, including but not limited to the TDH Demolition/Renovation Notification Form. If 260 linear feet or greater of AC pipe will become crushed, crumbled or pulverized, then the project is subject to NESHAP regulations and a Demolition/Renovation Notification Form will need to be sent to TDH by the Contractor. This form will need to be post -marked no later than two (2) working days prior to the start of any asbestos disturbance. F. The Contractor shall have an on -site supervisor, who is an OSHA Competent Person, present on the job site at all times that the work is in progress. This supervisor shall be thoroughly familiar with and experienced at asbestos disturbance and other related work and shall be familiar with and shall enforce the use of all safety procedures and equipment. He shall be knowledgeable of all applicable EPA, OSHA, NIOSH and TDH requirements and guidelines. G. Prior to commencing any preparation of the work areas for asbestos disturbance, the Contractor Y' shall post all required documents, warning signs and, as necessary, erect physical barriers in order that the work area may be secured. H. The Contractor has sole and primary responsibility for the "means and/or methods" of the work and obligation to City of Lubbock to make inspections of the work at all stages and has sole responsibility to supervise the performance of the work. Certain work practices for AC pipe disturbance are prohibited as per Section 3000.10.B.1. I. The Contractor shall be responsible for site safety and for taking all necessary precautions to protect the Contractor's personnel, City of Lubbock personnel and the public from asbestos exposure and/or injury. The Contractor shall be responsible for maintaining the integrity of the work area. J. The Contractor shall confine operations at the site to the area requiring disturbance of AC pipe and the general site area associated with the proximity of the project. Portions of the site beyond areas on which the indicated work is required are not to be disturbed. The Contractor will not unreasonably encumber the site with materials or equipment. If asbestos containing waste materials are required to be stored overnight, it will be properly labeled, secured, and containerized to preclude unauthorized disturbance of the waste materials. K. The Contractor shall be responsible for the transport and disposal of asbestos containing waste materials to a duly licensed landfill facility permitted to accept asbestos waste. The Contractor shall be responsible for obtaining and coordinating waste disposal authorization from a TCEQ licensed landfill. Waste manifests shall be used to transport the AC pipe from the project site to the final landfill disposal site. The Contractor will sign manifests as the City of Lubbock's representative (generator) for the AC pipe and provide copies to the City of Lubbock for final payment. 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 7 Jan-14 3.2 SITE SECURITY: A. The Contractor shall demarcate the area of AC pipe disturbance ("regulated area") with barrier tape and warning signs, as per OSHA regulation 29 CFR 1926.1101. Access to the regulated area will be limited to only authorized personnel. Authorized personnel will have to have asbestos awareness training, respiratory training, etc. including City of Lubbock personnel-, B. Entry into the work area by unauthorized individuals shall be reported immediately to City of Lubbock representatives by the Contractor. C. A logbook shall be maintained immediately outside of the regulated area. Anyone who enters the regulated area must record name, affiliation, time in, and time out for each entry. 3.3 PERSONAL PROTECTIVE EQUIPMENT: A. All work which will or may disturb asbestos -containing materials as specified shall be accomplished utilizing, as a minimum disposal suits with protective head cover, gloves, boots, eye protection, proper respiratory protection, decontamination by HEPA vacuuming and/or wet methods and wet wiping all equipment. The Contractor shall provide hard hats and/or other protection as required for job conditions or by applicable safety regulations. Disposal suits consisting of material impenetrable by asbestos fibers shall be provided to all workers and authorized visitors in sizes adequate to accommodate movement without tearing. Workers will be provided protective clothing from the time of first disturbance of asbestos -containing or contaminated materials until final cleanup is completed. 1-11 B. Respiratory Protection: The Contractor shall use removal techniques, methods and equipment which will not permit the fiber count to exceed the OSHA Permissible Exposure Level (PEL) of 0.1 fibers per cubic centimeter (f/cc) of air as detected by personal air sampling methods. Any remedial measures taken by the Contractor to meet this requirement will be at the Contractor's expense. 1. The Contractor's Competent Person shall ensure use of the appropriate respiratory protection for the work being performed. For minimum legal respiratory requirements, see OSHA Standards 29 CFR 1910.134, 29 CFR 1910.1001, and 29 CFR 1926.1101. All respiratory equipment, such as respirators, filters, etc. shall be certified by the National Institute of Occupational Safety and Health (NIOSH) for use in asbestos contaminated atmospheres. 2. The Contractor's Competent Person shall perform an Initial and/or Negative Exposure Assessment, which shall be performed on employees who have been trained in compliance with the OSHA regulations. Employee's exposures shall be collected using objective data that is to demonstrate whether the materials specified for removal can release airborne fibers in concentration levels exceeding 0.1 fibers per cubic centimeters (f/cc) during an eight-(8) hour - time weighted average (TWA) and the excursion limit of 1.0 f/cc. For the purpose of the i assessment, the work conditions should be those having the greatest potential for releasing asbestos fibers. Removal methods using conventional hand tools shall be performed in an area , that requires a minimum of a seven-(7) hour work shift with employees performing functions normally required for a total project. Removal, for the purposes of the assessment, should be performed with methods most likely to release fibers and that do not render the asbestos- , 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 8 Jan-14 containing materials friable. Properly trained employees shall wear proper protective clothing and respirators during the assessment. Initial and/or Negative Exposure Assessments shall be performed in accordance with OSHA Standard 29 CFR 1926.1101. The development of the Health & Safety Plan by the Contractor's TDH licensed Asbestos Consultant shall include determining the adequacy of the Contractor's air monitoring data (which must performed within the previous 12 months of the project start date) for the Initial and/or Negative Exposure Assessment, based in part on site -specific factors such as changes in personnel or work methods used during AC pipe removal. If this type of air monitoring data needs to be reviewed during the course of a project, the Contractor's Asbestos Consultant shall review the data in order to determine if it is adequate. Any downgrade in personal protective equipment related to asbestos exposure shall be requested in writing to the City of Lubbock, and approved by a TDH licensed Asbestos Consultant. This request may be granted only when all regulations and pertinent sections of this special specification for respiratory protection are met. The Contractor shall begin AC pipe removal operations (i.e., breaking, sawing, cutting, or repairing the pipe) in powered air purifying respirators (PAPRs) equipped with dual HEPA filters. PAPRs will be utilized until such time that air monitoring results indicate that half -face respirators may be used. Any changes (downgrade or upgrade) in respiratory protection will be based upon an 8-hour time weighted average (TW A) of fiber concentrations in the regulated area. Eight hour TW Xs will be calculated daily by the Contractor's OSHA monitoring firm, for personal samples. The highest calculated 8 hour TWA shall be used to determine the type of respirator to be worn. The type of respirators worn will be selected in accordance with 29 CFR 1926.1101 (h) (3). The Contractor may request a respiratory protection downgrade, approved by a TDH licensed Asbestos Consultant, in writing to the City of Lubbock when all regulations and pertinent sections of this special specification for respiratory protection are met. 4. Workers shall be provided with personally issued, individually identified respirators. 5. No one wearing a beard shall be permitted to wear a respirator. 3.4 AIR MONITORING: A. Personal Air Monitoring: The Contractor shall provide personal air sampling as required by OSHA regulations. The OSHA TWA permissible exposure limit (PEL) for asbestos (0.1 f/cc) shall not be exceeded. Personal air samples shall be obtained by a TDH licensed Asbestos Air Monitoring Technician and analyzed by an accredited, independent TDH licensed Phase Contrast Microscopy (PCM) laboratory. OSHA monitoring results shall be posted at the project site and made available to all affected Contractor personnel on a daily basis. 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 9 Jan-14 B. The Contractor shall provide, as a minimum, personal air monitoring on each worker who is cutting, (wet) sawing, breaking, or repairing the AC pipe. i_ C. Area Air Monitoring: At any time that visible airborne fibers are generated or that wet work procedures are not used, all work will immediately cease until air monitoring by a TDH- licensed Asbestos Consultant Agency has started. The Contractor's on -site Competent Person shall be responsible for making this determination; however, periodic, random site visits by City of Lubbock Inspectors will field -verify the objectivity of the Competent Person in these matters. Once initiated, the sampling and frequency of the area air monitoring will be dependent upon on the specific work practices being used by the workers at that time. However, the area air monitoring shall include, as a minimum, samples collected inside the regulated area, and upwind and downwind of the regulated area. The TDH licensed Asbestos Consultant Agency hired by the Contractor shall determine the need for additional samples and shall amend the Health & Safety Plan (with a copy to City of Lubbock) to include sampling protocols. D. Area air monitoring shall be conducted in accordance with applicable Federal, State, and local requirements. The cost of area air monitoring due to failure to use adequate wet work procedures will be borne by the Contractor. Copies of all results will be provided to the City of Lubbock representatives. E. Area air sampling shall be mandatory in high density areas such as schools, residential areas, and certain other locations as determined by City of Lubbock representatives and made clear in individual City of Lubbock bid documents/plans. 3.5 EMPLOYEE TRAINING: A. Training shall be provided by the Contractor to all employees or agents who may be required to disturb asbestos containing or asbestos contaminated materials for AC pipe handling and auxiliary purposes and to all supervisory personnel who may be involved in planning, execution or inspection of such projects. The training shall be in accordance with OSHA Standard 29 CFR 1926.1101 for "Class II asbestos work". B. At a minimum, Contractor employees who will be potentially exposed to- asbestos shall have completed within the last 12 months, an 8-hour Asbestos Awareness training course taught by a TDH licensed Asbestos Training Provider. The training course shall cover topics including, but not be limited to: the health effects of asbestos and work practices related to the handling of AC pipe. C. The Contractor's Competent Person shall have completed within the last 12 months, a 40-hour Asbestos Contractor Supervisor training course taught by a TDH licensed Asbestos Training Provider. The training course shall cover topics including, but not be limited to: the health effects of asbestos, employee personal protective equipment, medical monitoring requirements for workers, air monitoring procedures and requirements for workers, work practices for asbestos abatement, personal hygiene procedures, special safety hazards that may be encountered, and other topics as required. 3.6 AC PIPE HANDLING: i 1. 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 10 Jan-14 V A. General: The Contractor shall properly remove, handle, transport and dispose of all AC pipe specified in the City of Lubbock bid documents/plans for this project. All work involving AC pipe and other ACM products must be addressed in Health and Safety Program documents submitted to City of Lubbock representatives. Contractors submitting bids for the project must have a TDH licensed Asbestos Consultant provide detailed asbestos specific safety and work plans for ensuring worker and community protection. Health and Safety Program plans are to include provisions for the discipline of any worker failing to use wet work procedures or failing to use designated personnel protective equipment. The Contractor shall remove ACM with wet methods or by other controlled techniques approved by the TDH, EPA, and OSHA and in accordance with these specifications and the Contractor -provided Health & Safety Plan. Alternative removal methods must be approved at time of the Contractor's submittals. The Contractor shall take special care to prevent damage to the adjacent structures, materials and finished materials not required for demolition to access ACM. The Contractor shall limit his use of the premises to the work area indicated. Access to the work area shall be controlled by the Contractor. All electrical equipment, etc., shall have ground fault circuit interrupter (GFCI) protection. The Contractor shall properly demarcate, barricade and contain the work and/or regulated areas. The work consists of providing GFCI protection, the use of approved equipment with engineering controls, sufficiently wetting the asbestos -containing materials using a surfactant or lock -down encapsulant, removing the asbestos -containing materials, HEPA vacuuming the work area, wet wiping the work area, double-bagging/double-wrapping the waste and removing carefully as indicated herein and in accordance with the Contractor -provided Health & Safety Plan. B. Equipment: Equipment used to cut, break, or otherwise disturb AC pipe and associated asbestos -containing materials may include, but are not limited to: wet -cutting saws, saws equipped with point of cut ventilator (saw equipped with a water mister) or enclosures with HEPA filtered exhaust air, snap cutters, manual field lathes, pressure and non -pressure tapping devices. Equipment used to either control visible emissions of fibers, contain the work area, or facilitate the clean-up of debris may include, but are not limited to: airless spray equipment, pump -up enca sprayers, surfactant, lockdown sulant, HEPA vacuums, brushes brooms shovels p disposable rags, polyethylene sheeting of 6-mil thickness, moisture resistant duct tape, asbestos warning signs, notices and barrier tape. Alternative dismantling equipment may be substituted for the materials indicated herein, but must be approved by the City of Lubbock. 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 11 Jan-14 1. Prohibited Work Practices and Engineering Controls: the following work practices and engineering controls shall not be used for work related to asbestos or for work which disturbs ACM, regardless of asbestos exposure or the results of Initial Exposure Assessments: a. High-speed abrasive disc saws that are not equipped with point of cut ventilator or enclosures with HEPA filtered exhaust air. b. Other high-speed abrasive tools, such as disk sanders. c. Carbide -tipped cutting blades. d. Electrical drills, chisels, and rasps used to make field connections in AC pipe. e. Shell cutters used to cut entry holes in AC pipe. f. A hammer and chisel used to remove couplings or collars on AC pipe. g. Compressed air used to remove asbestos, or materials containing asbestos, unless the compressed air is used in conjunction with an enclosed ventilation system designed to capture the dust cloud generated by the compressed air. h. Dry sweeping, dry shoveling or other dry clean-up of dust and debris containing ACM. i. Employee rotation as a means of reducing employee exposure to asbestos. C. General Removal Work Practices: AC pipe has been identified as a nonfriable ACM with the potential to become friable ACM. The material is classified as non -friable, unless broken at which time its classification changes to friable. NESHAP guidelines apply to projects with at least 260 linear feet or 35 cubic feet or 160 square feet. NESHAP also applies when AC pipe becomes or will become "regulated asbestos containing material" or RACK This means that if at least 260 linear feet of the AC pipe has become crushed, crumbled, or pulverized, then the project is subject to the NESHAP. During the disjoining operation of AC pipe removal, only the portion that has become RACM would be counted toward the threshold amount if the debris caused by the disjoining operation is cleaned up so that it does not contaminate a greater length of pipe.. If the generated AC pipe debris is not properly cleaned up, then the AC pipe must be considered contaminated, and the whole length is treated as asbestos -containing waste material. If the scope of this project may involve the threshold amount (260 linear feet or greater), then a Demolition/Renovation Notification Form will need to be sent to TDH by the Contractor. This form will need to be post -marked no later than II working days prior to the start of any asbestos disturbance. All AC pipe projects will require that NESHAP and OSHA guidelines are met and/or - exceeded in areas where AC pipe is to be disturbed. This means that all AC pipe disturbance will require a third parry TDH licensed asbestos consultant and asbestos contractor on -site during AC pipe disturbance. An asbestos abatement work plan shall be provided to the City of Lubbock by both the licensed asbestos consultant and asbestos contractor. Upon completion of the AC pipe project an air monitoring abatement report shall be required by the contractor's 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 12 Jan-14 asbestos consultant. Copies of the final abatement report shall be prepared and submitted to City of Lubbock representatives by the contractor's consultant. OSHA requires that during any ACM disturbance, regardless of amount, the asbestos worker(s) shall be properly protected during potential asbestos exposure, 29 CFR, Subpart Z, 1910.1101. In order to comply with the City of Lubbock requirements for any project with the potential to involve friable ACM, the Contractor will be responsible for developing and implementing an asbestos removal work plan in accordance with NESHAP, OSHA, and state requirements. As such, Contractors submitting bids for the project must have a TDH licensed Asbestos Consultant provide detailed asbestos specific safety and work plans for ensuring worker and community protection. Health and Safety plans for working with ACM must address the guidance provided in these special specifications. D. A sufficient supply of disposable rags for work area decontamination shall be available. E. Disposal bags for RACM shall be of true 6-mil polyethylene, pre-printed with labels as required by EPA regulation 40 CFR 61.152 (b )(i)(iv) or OSHA requirement 29 CFR 1926.1101(k)(8). F. Stick -on labels identifying the Generator's name (City of Lubbock) and address and the project site location shall be applied to any asbestos waste bags that contain RACM, as per EPA or OSHA and Department of Transportation HM 181 requirements. G. Work Area Preparation: Post warning signs and barrier tape meeting the specification of OSHA 29 CFR 19 10. 1001 and 40 CFR 61 at any location and approaches to a location where airborne concentrations of asbestos may exceed the PEL. Signs shall be posted at a distance sufficiently far enough away from the work area to permit an employee to read the sign and take the necessary protective measures to avoid exposure. Maintain constant security against unauthorized entry past warning signs and barrier tape. Signs will be in both English and Spanish. H. Personnel exit procedures Before leaving the work area all personnel shall remove gross contamination from the outside of respirators and protective clothing by brushing and/or wet wiping procedures (Small HEPA vacuums with brush attachments may be utilized for this purpose). Adequate washing facilities shall be provided and utilized on -site. 2. Upon completion of the work, contaminated gloves shall be disposed of as asbestos contaminated waste. Disposable cloth gloves may be substituted for leather gloves, at the Contractor's discretion (Rubber boots may be decontaminated at the completion of the project). I. Specific Removal Work Practice Requirements 1. The Contractor has sole and primary responsibility for the "means and/or methods" of the work and obligation to City of Lubbock to make inspections of the work at all stages and has sole responsibility to supervise the performance of the work. 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 13 Jan-14 2. The Contractor shall isolate the regulated area with barrier tape and asbestos warning signs. 3. The Contractor shall lay and secure 6-mil polyethylene sheeting on the ground on both sides of the AC pipe for the length of the work area. 4. Working within the regulated area, using wet removal methods, the Contractor shall thoroughly soak each section of AC pipe to be disturbed, prior to any removal activity, with a surfactant or lock -down encapsulant. The Contractor shall use equipment capable of producing a "mist" application to reduce the potential for release of fibers. The Contractor shall take care to use as much encapsulant or surfactant as needed in order to lockdown possible fallout debris from edges and joints during removal. Provide continuous wetting of the materials throughout the entire removal process. The Contractor shall take care to limit the breakage of asbestos containing materials and remove these materials as intact as possible. Any AC pipe debris on adjacent surfaces shall be removed. The Contractor shall promptly clean up asbestos wastes and debris following AC pipe disturbance. Remove and containerize all visible accumulations of asbestos containing material and asbestos contaminated debris by hand. Asbestos debris mixed with soil may be picked up with shovels, with the contaminated soil being containerized as a regulated ACM waste. Clean- up activities may also involve vacuum cleaners equipped with HEPA filtration or wet - wiping surfaces with disposable rags. Contaminated rags shall be containerized as a regulated ACM waste. 6. After disturbance and clean-up activities and prior to removal of the AC pipe from the regulated area, the Contractor shall encapsulate damaged and exposed areas and ends of the AC pipe with a lock -down encapsulant. 7. The Contractor may now remove the Category II non -friable asbestos -containing material "that is not in poor condition and is not friable" as defined in NESHAP regulations. The Contractor shall remove all AC pipe "intact" and in whole complete sections by carefully lifting the AC pipe to the disposal container using approved equipment. The Category II non -friable AC pipe must not become "friable" (crumbled, pulverized, or reduced to a powder). The Contractor shall not drop, break and/or otherwise make the AC pipe susceptible to release asbestos fibers. If these procedures are followed and debris is cleaned up properly, then the Category H non -friable AC pipe may be disposed of as nonregulated asbestos -containing waste material. 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 14 Jan-14 Pieces of AC pipe debris shall be considered RACM and handled as regulated ACM waste. The debris shall be placed in two 6-mil asbestos bags or double wrapped, with proper labeling. J. Abandonment of AC water mains/pipes: The Contractor is responsible for isolating the existing mains to remain in service by capping, plugging and blocking as necessary. The opening of an abandoned ac water main and all other openings or holes shall be blocked off by manually forcing cement grout or concrete into and around the openings in sufficient quantity to provide a permanent watertight seal. Abandonment of old, existing AC water mains will be considered subsidiary to the work required, and no direct payment will be made. K. Abandonment of Valves that contain ACM: Valves to be abandoned in the execution of the work shall have the valve box and extension packed with sand to within eight (8") inches of the street surface. The remaining eight (8") shall be filled with 2,500 psi concrete or an equivalent sand -cement mix and finished flush with the adjacent pavement or ground surface. The valves covers shall be salvaged and returned to the City of Lubbock. The abandonment of valves containing ACM will be considered subsidiary to the work required, and no direct payment will be made. L. Verification of Removal & Clean-up Procedures: The Contractor's on -site Competent Person shall inspect the work area and ensure that all surfaces are free of AC pipe dust and debris. M. Disposal Procedures 1. If a dumpster/trailer is used for temporary storage it will be secured and closed at all times except when loading. It will be properly marked and critical barrier tape will be in place. 2. AC pipe debris and asbestos -contaminated items shall be properly double bagged, labeled and loaded in a fully enclosed, lined, locked and placard transport container and transported and disposed of in compliance with all regulatory requirements as RACK 3. After being removed from the regulated area, Category H nonfriable AC pipe shall be jtransferred to a polyethylene -lined container. Remove all containers as soon as practical, but no later than the end of the work shift. 4. When the dumpsters/trailers are full, they will be hauled away to the closest EPA approved landfill for proper disposal. The Contractor may dispose of the Category II non -friable AC pipe waste material as non -regulated waste in a municipal solid waste landfill as defined in the NESHAP and TCEQ Rule (Type I Landfill). Written approval to transport and accept the Category H non -friable material shall be obtained from a pre -approved transporter and landfill and submitted to the City of Lubbock representatives prior to disposal. 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 15 Jan-14 5. Submit copies to the City of Lubbock representatives of all transport manifests, trip tickets, and disposal receipts for all asbestos waste materials removed from the work area during the project. The Contractor will sign manifests as the City of Lubbock's representative (generator) for the AC pipe and provide copies to the City of Lubbock for final payment. END OF SECTION 02223 063126005 HANDLING ASBESTOS CEMENT PIPE 02222 - 16 Jan-14 SECTION 02225-R UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Backfill g. Compaction B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02221— Removing Existing Pavements 1.2 REFERENCES A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: 063126005 UTILITY TRENCH EXCAVATION AND BACKFI LL 02225-R -1 Mar-14 PAVED AREASt UNPAVED AREAS - Q Nf— m M J a INITIAL BACKFILL�� LLJ LLJ co w ----- % ^' w _0- MUNCHING BEDDING f FOUNDATION OD CLEARANCE EXCAVATED TRENCH WIDTH 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225-R - 2 Mar-14 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil - Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 1557 Standard Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10-1b Rammer and 18-in. Drop j. ASTM 2487 —10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) k. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications 1. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) in. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) n. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit {' Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with the specifications prior to commencement of construction activities. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All subinittals shall be approved by the Engineer or the City prior to construction. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water control, if required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225-R - 3 Mar-14 3. Provide detailed drawings and explanation for protection and support of existing storm drain lines that will be crossed with proposed sanitary sewer pipe. 4. Stockpiled excavation and/or backfill material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement 1.6 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights -of -Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 01356. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 01356. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 1.7 FIELD [SITE] CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. I 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225-R - 4 `j Mar-14 PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 2.2 MATERIALS A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM C33 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not snore than a 25 percent maximum loss when subjective to 5 cycles of magnesium sulfate soundness per ASTM C88. 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225-R - 5 Mar-14 _I 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type I/II portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D1633, Method A f. Mix in a stationary pug mill, weigh -batch or continuous mixing plant 10. Flowable Fill a. Flowable fill shall consist of a mixture of Portland cement, pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. 1) Utility ditches in existing paved streets shall be backfilled with compacted native material or flowable fill fiom the top of the embedment material to the paving surface as specified in the current City of Lubbock Streets Ordinance. 2) Alternatively, flowable fill can be used for full depth backfill in all utility ditches within the right-of-way. 3) Maximum unconfined compressive strength no greater than 150 psi measured at 28 days. a) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. 4) Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their expense. 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High -tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to10 percent 3) Fibers shall retain their relative position I 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225-R - 6 i Mar-14 I 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal PART 3 - EXECUTION 3.1 EXAMINATION A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 3.2 PREPARATION A. Protection of In -Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the Owner. 2. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings. 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225-R - 7 Mar-14 IJ 4. Traffic a. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan b. Use traffic rated plates to maintain access until access is restored. 5. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 6. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.3 INSTALLATION A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 3. The bottom of the excavation shall be firm and free from standing water. j a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 4. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 5. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 6. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this _ Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225-R - 8 L 1 Mar-14 l� B. Shoring, Sheeting and Bracing Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 1. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, groundwater is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the ,s installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered - at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225-R - 9 Mar-14 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. 3. Sanitary Sewer Lines a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipeline shall be within f0.1 inches of the elevation on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compaction of the embedment and initial backfill methods and procedures shall be performed by the Contractor prior to construction. 1. Place trench geotextile fabric on top of the initial backfill. in. Place marker tape on top of the trench geotextile fabric in accordance with Section 02765. D. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the work. 2. Backfill Material a. Final backfill 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225-R - 10 Mar-14 c) Select backfill material, CSS, or flowable fill. 3. Required Compaction and Density a. Final backfill depths less than 15 feet 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Modified Proctor per ASTM D 1557 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or flowable fill requires no compaction. b. Final backfill depths greater than 15 feet 1) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Modified Proctor per ASTM D 1557 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a. If the in -situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the City may require that the contractor to remove the saturated soil and backfill with imported acceptable backfill material. b. Removal of existing soils and placement of imported acceptable backfill material shall be at price bid per cubic yard. 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Place in loose lifts not to exceed 8 inches. c. Compact to specified densities. d. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. e. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. f. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 02765. 6. Backfill Means and Methods Demonstration a. Notify the testing lab in writing with sufficient time for the lab to obtain samples and perform standard proctor test in accordance with the specifications. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The Contractor will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions. 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225-R - 11 Mar-14 b. The City may acquire additional proctors at its discretion. c. Significant changes in soil conditions will require an additional Means and J Methods demonstration. 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Proctors a. The lab will perform Proctors in accordance with ASTM D1557. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer i c. Notify the City if the characteristic of the soil changes. d. Perform new proctors for varying soils: ( j 1) When indicated in the geotechnical investigation in the Appendix l' 2) If notified by the Contractor e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Test Shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trenches deeper than 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test. f, d. For final backfill depths less than 15 feet: 1) A minimum of one test for every 300 linear feet of compacted trench zone backfill material for each 12 inches of backfill. e. For final backfill depths greater than 15 feet deep: 1) A minimum of one test for every 300 linear feet of compacted trench zone backfill material for each 24 inches of backfill. f. Make the excavation available for testing. g. The City will determine the location of the test. h. The testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. i. A formal report will be issued within 48 hours. j. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density B. Non -Conforming Work 1. All non -conforming work shall be removed and replaced. END OF SECTION 02225 063126005 UTILITY TRENCH EXCAVATION AND BACKFILL 02225-R - 12 Mar-14 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES This section of the specifications covers trench safety systems and excavations equal to or greater than five feet in depth. All excavation work performed for the project shall also comply with US Department of Labor Rules 29 CFR, OSHA Part 1926, Subpart P and all State and Local codes. 1.3 RELATED SECTIONS A. Section 02317 —Excavation and Backfill for Structures. 1.4 SUBMITTALS A. Conform to Section 01330 — Submittal Procedures. B. Prior to, or at the Pre -Construction Conference, the Contractor shall submit to Owner a "Trench Safety System Plan" sealed by a Professional Engineer registered in the State of Texas. Notice to Proceed with construction will not be issued by Engineer until Contractor has submitted a "Trench Safety System Plan" to Owner. The Trench Safety System Plan shall, at a minimum, conform to OSHA standards for sloping of sides, utilization of trench boxes, and/or utilization of shoring, sheeting and bracing methods. 1.5 QUALITY ASSURANCE A. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. B. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform work of this Section who has specialized in installing excavation support and protection systems similar to those required for this Project and with a record of successful in service performance. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trench and excavations. C. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in providing engineering services for designing excavation support and protection systems that are similar to those indicated for this Project in material, design, and extent. 1. Engineering Responsibility: As needed by the Contractor to assure worker safety and compliance with OSHA regulations, the Contractor shall be responsible for engaging a qualified professional engineer to prepare or supervise the preparation of 063126005 EXCAVATION SUPPORT AND PROTECTION 02260 - 1 Jan-14 data for the excavation support and protection system including drawings and comprehensive engineering analysis that shows the system's compliance with specified requirements. 1.6 PROJECT CONDITIONS A. Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements, structures or adjacent ground and submit a written report to the Engineer of all such changes. 1.7 EXISTING UTILITIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. PART 2 -PRODUCTS 2.1 MATERIALS A. Materials need not be new but must be in serviceable condition. B. Structural Steel: ASTM A 36. C. Steel Sheet Piling: ASTM A 328 or ASTM A 572 D. Wood: Soft or hard wood as required by design. E. Aluminum: Type 1061-T6, thickness as required by design. PART 3 -EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. C. Locate excavation support and protection systems clear of permanent construction and to permit forming and finishing of concrete surfaces. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure excavation support and protection systems remain stable. 063126005 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 Jan-14 0 E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 TRENCHING PROCEDURES Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at least three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. F. If cut back method is allowed by Owner and is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. Cut back method W may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty feet to trench edge provided the Contractor deems it safe to do so. 3.3 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils and damaging structures, pavements, facilities, and utilities. 1. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by Contractor's operations. END OF SECTION 02260 063126005 EXCAVATION SUPPORT AND PROTECTION 02260 - 3 Jan-14 SECTION 02300 EARTHWORK PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at utilities, ditches, channel grading, subgrade preparation related to paving, flexible base, topsoil placement, and other miscellaneous grading items. For trenching -specific earthwork and excavations at least five feet deep, refer to Section 02317 Excavation and Backfill for Structures and Trench. 1.3 RELATED SECTIONS A. Section 01400 - Quality Requirements B. Section 01500 - Temporary Facilities and Controls C. Section 02260 - Excavation Support and Protection D. Section 02318 - Borrow E. Section 03300 - Cast -in -Place Concrete. F. City of Lubbock Public Works Engineering - Standard Specifications 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft3). ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D 1557 (2002) Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft — lbf/ft3) ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils 063126005 EARTHWORK 02300 - 1 Jan-14 ASTM D 2487 ASTM D 2922 ASTM D 3017 ASTM D 4318 1.5 DEFINITIONS (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils A. Backfill: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. G. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. H. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. Utilities: Include on -site underground pipes, conduits, ducts, and cables. J. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. K. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Engineer shall be notified of any contaminated materials. 063126005 EARTHWORK 02300 - 2 Jan-14 L. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D �. 1140. M. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 or ASTM D 1557 as designated in the Contract Documents abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as applicable along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. N. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.6 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material. 1.7 QUALITY ASSURANCE A. Refer to Section 01400 — Quality Requirements. 1.7 SCHEDULING A. Temporary fencing must be in place prior to excavation beginning and maintained at all times. B. Coordinate backfilling of trench with water line installation including embedment and backfill. C. Testing to be scheduled with Owner. PART 2 -PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Refer to Section 02318 — Borrow. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; flee of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. 063126005 Jan-14 EARTHWORK 02300 - 3 i C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, AIL, MH, CL, CH, i OL, OH, and PT, or a combination of these group symbols. i 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Satisfactory soils. F. Flexible Base: 1. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications, 8.8.02 Flexible Base (Caliche). 2. Flexible base material shall conform to the following test requirements: Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications. G. Subgrade: 1. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications. 2.2 ACCESSORIES A. Warning Tape: Acid -and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface (subsidiary to project). PART 3 -EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and 063126005 EARTHWORK 02300 - 4 Jan-14 re plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 6 inches of excavated material. Surface soil that is heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are G . not considered in this specification. 3.3 FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recornpacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 3.4 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks, pavements and similar paths to indicated cross sections, elevations, and grades. 3.5 EXCAVATION FOR UTILITIES A. Refer to City of Lubbock Public Works Engineering - Standard Water and Sewer Specifications. 3.6 EXCAVATION FOR TRENCH A. Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. B. Perform excavation of trench to the limits established in the Drawings. C. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. 3.7 SUBGRADE PREPARATION 3 ' A. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications. P 063126005 EARTHWORK 02300 - 5 Jan-14 3.8 UNSUITABLE MATERIAL A. If unsuitable material is encountered during subgrade preparation regardless of how it is discovered, the Contractor shall take corrective action as directed by the Engineer. If removal and replacement of the material is required or if drying is required deeper than 6 inches below subgrade it will be considered over excavation and paid for separately. Contractor shall back fill any over excavation with suitable material and compact to 95% of Modified Proctor Density at a moisture content within 2% of optimum in accordance to ASTM D698. 3.9 FLEXIBLE BASE CONSTRUCTION A. Refer to City of Lubbock Public Works Engineering — Standard Paving Specifications. B. Completed flexible base shall be cured for at least 7 days before finishing. During the curing period the street may be opened to traffic. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. 3.10 STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials to stockpile site indicated on Drawings. Stockpile soil materials without intermixing. Place, grade and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. 3.11 UTILITY TRENCH BACKFILL A. Refer to Specification 02225. 3.12 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material to required elevations as directed in the plans using satisfactory soil material. D. When required, provide additional backfill material conforming with requirements of Section 02318 - Borrow. 3.13 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 063126005 Jan-14 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimurn moisture content by 2 percent and is too wet to compact to specified dry unit weight. EARTHWORK 02300 - 6 3.14 COMPACTION OF FILLS A. Place fill materials in layers not more than 6 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. B. Any backfill or fill 20-ft or greater in depth from the finished surface shall be compacted to 100% of Standard Proctor Density at a moisture content within 2% of optimum; backfill or fill material less than 20-ft in depth up to 10-ft in depth from the finished surface shall be compacted to a minimum of 98% of Standard Proctor Density at a moisture content within 2% of optimum; and backfill or fill material within 10 feet of the finished surface shall be compacted to a minimum of 95% of Modified Proctor Density at a moisture content within 2% of optimum. C. Use only hand -operated tamping equipment until a rninnnum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment unless approved by the Owner and until 5 feet of cover over pipes, conduits and ducts is obtained. Use of vibratory equipment within 10 feet measured from the top of finished surface or adjacent to existing structures will only be permitted if approved by the Owner on a case -by -case basis. 3.15 TESTING A. Testing Agency: Owner will conduct independent construction materials testing in conformance with Section 01400 — Quality Requirements. Contractor shall be responsible ...b for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed _ with subsequent earthwork only after Engineer has verified that test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM D 2922, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 5000 sq. ft. or less of paved area, but in no case fewer than three tests. 2. Trench Backfill: Refer to Section 02317 — Excavation and Backfill for Structures and Trenches. D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of ' compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.16 GRADING A. General: Uniformly grade areas to a smooth surface free frorn irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. Provide a smooth transition between adjacent existing grades and new grades. 063126005 EARTHWORK 02300 - 7 Jan-14 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 3/8 inch. 3.17 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash, debris and excess weeds. 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 Engineer; 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. 3.18 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 according to Section 01576 — Waste Material Disposal. END OF SECTION 02300 063126005 EARTHWORK 02300 - 8- Jan-14 ( i HAND TUNNELING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for Hand Tunneling using tunnel liner plate or casing pipe at the locations shown on the Drawings B. Related Specification Sections include, but are not necessarily limited to: 1. Division 1— General Requirements 2. Section 02610 —Tunnel Liner Plate 3. Section 02611 —Steel Casing Pipe 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the tune of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. HB-17, Standard Specifications for Highway Bridges. 3. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Pact 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.3 ADMINISTRATIVE REQUIREMENTS A. Pre -installation 1. The Contractor shall provide written notice to the City at least 72 hours in advance of the planned launch of tunneling operations. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Submit the following, when required by the Contract Documents: a. Detailed description of the methods and equipment to be used in completing each reach of tunnel b. Description of the survey methods that will be used to ensure that the tunnel is advanced as shown on the Drawings and within the line and grade tolerances specified c. Shaft layout drawings 063126005 HAND TUNNELING 02310 - 1 Jan-14 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City and/or Engineer shall have access to spoils removed from the tunnel excavation prior to, during and following all tunneling operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. PART 2 - PRODUCTS 2.1 MATERIALS A. Description 1. Tunnel Liner Plate shall be in accordance with Section 02610. 2. Casing Pipe shall be in accordance with Section 02611. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports and anticipated 2. Tolerance a. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. b. Maintain a maximum of/Z inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. c. The tunnel diameter shall not be greater than 2 inches larger than the casing/liner outer diameter (O.D.). 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities and facilities. b. Repair any damage caused by ground movements at no cost to the City. PART 3 - EXECUTION 3.1 PREPARATION A. Tunneling shall not begin until the following have been completed: 1. All required submittals have been made and the City and/or Engineer has reviewed and accepted all submittals. 2. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. 3. Shaft excavations and support systems for each drive completed in accordance with the requirements of the Specifications. 4. Site safety representative has prepared a code of safe practices in accordance with OSHA requirements. 063126005 HAND TUNNELING 02310 - 4 Jan-14 a. Provide the Engineer and Owner with a copy of each prior to starting shaft construction or tunneling. b. Hold safety meetings and provide safety instruction for new employees as required by OSHA.. 5. All specified settlement monitoring points have been installed, approved and baselined in accordance with the Contract Documents. B. Verification of Stability 1. Confirm that the ground will remain stable without movement of soil or water while the entry/exit location shoring is removed and while the tunnel is launched or received into a shaft. 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: a. Prevent the inflow of weak, running or flowing soils. b. Prevent the inflow of loose rock. c. Prevent and control groundwater inflows. 3.2 INSTALLATION A. Tunnel Methods 1. Tunnel liner plate shall not be used where bore or jack methods are used, or where not allowed on the Drawings or permits. 2. The Contractor shall be fully responsible to: a. Ensure the methods used are adequate for the protection of workers, pipe, property and the public b. Provide a finished product as required. B. General 1. The Contractor shall immediately notify the City, in writing, if and when any problems are encountered with equipment or materials, or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. 2. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of Specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 3. Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 4. Promptly clean up. Remove and dispose of any spoil or slurry spillage. 5. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. C. Installation with Steel Casing Pipe 1. Jack the pipe from the low or downstream end, unless specified otherwise. <` a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. 1) When operating jacks, apply pressure evenly. 063126005 HAND TUNNELING 02310 - 5 Jan-14 b. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. c. Provide a suitable jacking frame or back stop. d. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. e. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. f. In general, excavate embankment material just ahead of the pipe and remove material through the pipe. g. Force the pipe through the embankment with jacks into the space excavated. 2. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. a. Provide a clearance of not more than 2 inches for the upper half of the pipe. 1) This clearance shall be tapered off to 0 at the point where the excavation conforms to the contour of the pipe. b. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2 feet in any case. 1) Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. 3. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. 4. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. a. Remove and replace any pipe damaged in the jacking operations. b. The Contractor shall absorb the entire expense. D. Installation with Tunnel Liner Plate Install the tunnel liner plates to the limits indicated on the Drawings and as specified in AASHTO HB-17, Section II-26, Construction of Tunnels Using Steel Tunnel Liner Plates. a. Assemble liner plates into circumferential rings. b. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel. 2. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. a. Maintain a maximum of'h inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. 3. Liner plate installation shall proceed as closely as possible behind the excavation. a. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tunnel liner plate. b. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. c. Casing/Tunnel liner plate shall not be allowed to deflect vertically during installation. 4. Tunneling operations shall control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. 063126005 HAND TUNNELING 02310 - 6 Jan-14 a. In no case shall ground movements cause damage to adjacent structures, roadways, or utilities. b. The Contractor shall repair any damage resulting from construction activities, ^' at no additional cost to the City and without extensions of schedule for completion. E. Contact Grouting 1. Pressure grout any voids caused by or encountered during the tunneling. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. 2. Install contact grout in the void space between the outside of the casing/tunnel liner and the excavation. a. For tunnel liner plate, install pressure grout mix at the end of each work day or more often, as conditions warrant. 3. Install pressure grouting through grout fittings for the casing/tunnel liner plate 48- inches in diameter or larger. a. Grout fittings shall be fabricated into tunnel liner plate at a maximum spacing of 6 feet. b. Remove and plug grout fittings after pressure grouting. 4. Install pressure grout from the low end for all crossings where grout fittings are not used. a. Seal the low end and pressure grout until grout is extruded from the opposite end. F. Control of Line and Grade 1. Confirm that all established benchmarks and control points provided for the Contractor's use are accurate. a. Use these benchmarks to furnish and maintain all reference lines and grades for tunneling. b. Use lines and grades to establish the location of the pipe using a laser or theodolite guidance system. c. Submit to the City copies of field notes used to establish all lines and grades and allow the Engineer to check guidance system setup prior to beginning each tunneling drive. d. Provide access for the City to perform survey checks of the guidance system and the line and grade of the carrier pipe on a daily basis during tunneling operations. e. The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 2. The casing/tunnel liner shall be installed in accordance with the following tolerances: a. Variations from design line or grade: f 2 inches maximum 1) If the installation is off line or grade, snake the necessary corrections and return to the design alignment and grade at a rate of not more than 1 inch per 25 feet. 3. Monitor line and grade continuously during tunneling operations. a. Record deviation with respect to design line and grade once at each pipe joint and submit records to Engineer daily. 063126005 HAND TUNNELING 02310 - 7 Jan-14 4. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. G. Obstructions 1. If the tunneling operations should encounter an object or condition that impedes the forward progress of the shield, notify the City immediately. 2. Correct the condition and remove, clear or otherwise make it possible for the shield to advance past any objects or obstructions that impede forward progress. 3. Proceed with removal of the object or obstruction by methods submitted by the Contractor and accepted by the City and/or Engineer. 4. Compensation a. The Contractor will receive compensation by change order for removal of obstructions, as defined as metallic debris, reinforced concrete, rocks, whole trees and other hard objects with a maximum dimension larger than 50 percent of the outer diameter of the shield which: 1) Cannot be broken up by the cutting tools with diligent effort, and 2) Are located partially or wholly within the cross -sectional area of the bore 3) Contain utilities or ditch lines located longitudinally within the tunnel horizon b. Payment will be negotiated with the Contractor on a case -by -case basis. c. The City and/or Engineer shall be provided an opportunity to view obstruction prior to removal. 1) Any removal process that does not allow direct inspection of the nature and position of the obstruction will not be considered for payment. d. No additional compensation will be allowed for removing, clearing or otherwise snaking it possible for the shield to advance past objects consisting of cobbles, boulders, wood, reinforced concrete, and other objects or debris with maximum lateral dimensions less than 50 percent of the outer diameter of the shield. 3.3 CLEANUP AND RESTORATION A. After completion of the tunneling, all construction debris, spoils, oil, grease and other materials shall be removed from the tunneling pipe, shafts and all work areas. 1. Cleaning shall be incidental to the construction. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or tunneling. 2. Any property damaged or destroyed, shall be restored to a condition equal to or better than that to which it existed prior to construction. 3. Restoration shall be completed no later than 30 days after tunneling is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.4 SITE QUALITY CONTROL A. Safety 063126005 HAND TUNNELING 02310 - S Jan-14 I i 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject to applicable local, State, and Federal regulations. 2. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 3. Perform all Work in accordance with all current applicable regulations and safety i' requirements of the Federal, State, and Local agencies. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Consti action and Subpart P, Excavations. a. In the event of conflict, comply with the more stringent requirements. 4. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with . _ the agency having jurisdiction. END OF SECTION 02310 063126005 HAND TUNNELING 02310 - 9 Jan-14 SECTION 02311 AUGER BORING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for Auger Boring using casing pipe at the locations shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02225 — Utility Trench Excavation, Embedment and Backfill 4. Section 02611 — Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to steel casing pipe construction. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation 1. Provide written notice to the City at least 3 workings days in advance of the planned launch of auger boring operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01330. 063126005 AUGER BORING 02311 - 1 Jan-14 B. All submittals shall be approved by the City prior to delivery. �1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Contractor a. All boring work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 boring projects of similar diameter and ground conditions. 1) At least 1 of the projects shall have an individual boring length equal to or greater in length than the longest tunnel on this project. 2) Submit details of referenced projects including owner's name and contact information, project superintendent and machine operators. b. The project superintendent shall have at least 5 years of experience supervising boring construction. 1) The Contractor may be required to submit details of referenced project including owner's name, contact information and project superintendent. c. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel construction and shall have current certification by OSHA. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FUE2NISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Steel Casing Pipe shall be in accordance with Section 02611. 2. Tunnel Liner Plate is not permitted for use with Auger Boring. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports anticipated 2. Tolerance a. Pressurized Carrier pipe 063126005 AUGER BORING 02311- 2 Jan-14 1) Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of linch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b. Gravity Carrier Pipe 1) Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe - and clearances from other underground utilities or structures. 2) Grades shown on Drawings must be maintained vertically. 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities or surface features (i.e. pavement, structures, railroad tracks, etc.) b. Repair any damage caused by ground movements at no cost to the City. PART 3 - EXECUTION 3.1 PREPARATION A. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2. Complete pit excavations and support systems for each drive in accordance with the requirements of the Specifications. 3.2 INSTALLATION A. General 1. Immediately notify the City if any problems are encountered with equipment or materials or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. 2. Where pipe is required to be installed under railroad embankments or under highways, streets or other facilities, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway or other facility, and so as not to weaken or damage any embankment or structure. 3. During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians until such time as the backfill has been completed and then remove from the site. 063126005 AUGER BORING 02311 - 3 Jan-14 4. Properly inanage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without _ proper approval and permits. 5. Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 6. Promptly clean up, remove and dispose of any spoil or slurry spillage. 7. Do not disturb roadways, railroads, canal channels, adjacent structures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. 9. Notify the Texas One Call system (800-245-4545) to request marking of utilities by utility owners / operators that subscribe to One Call, and shall individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that all requested locates are made prior to commencing boring operations. b. Visually confirm and stake necessary existing lines, cables, or other underground facilities including exposing necessary crossing utilities and utilities within 10 feet laterally of the designed tunnel. c. Control drilling and grouting practices to prevent damage to existing utilities. B. Boring Methods 1. Tunnel liner plate shall not be used for auger boring. 2. The Contractor shall be fully responsible for insuring the methods used are adequate for the protection of workers, pipe, property and the public and to provide a finished product as required. 3. Blasting is not allowed. C. Pits and Trenches 1. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end j oints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. 3. The location of the pit shall meet the approval of the City. 4. The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Section 02225 immediately after the casing and carrier pipe installation has been completed. D. Boring 063126005 AUGER BORING 02311 - 4 Jan-14 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and t workmen. 3. Pilot Hole, required for 24-inch and larger casings a. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated material near the top of the working pit and disposed of as required. 1) If no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to: a. Consolidate cuttings of the bit b. Seal the walls of the hole c. Furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6. Allowable variation from the line and grade shall be as specified in this Specification. 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure grouted. E. Contact Grouting 1. Contact grout any voids caused by or encountered during the boring. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. F. Control of Line and Grade 1. Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. 3.3 CLEANUP AND RESTORATION A. After completion of the boring, all construction debris, spoils, oil, grease and other materials shall be removed from the pipe, pits and all work areas. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 063126005 AUGER BORING 02311 - 5 Jan-14 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or boring. 2. Any property damaged or destroyed shall be restored to a condition equal to or 1- better than existing prior to construction. 3. Restoration shall be completed no later than 30 days after boring is complete, or earlier if required as part of a perinit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.4 RE -INSTALLATION [NOT USED] 3.5 SITE QUALITY CONTROL A. Field Tests and Inspections 1. Allow access to the City and furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection, including, but not limited to the following: a. The City shall have access to the boring system prior to, during and following all boring operations. b. The City shall have access to the tunneling shafts prior to, during and following all boring operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed from the boring excavation prior to, during and following all boring operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. B. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject to applicable local, State and Federal regulations. 3. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 4. Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State and Local agencies. 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. 063126005 AUGER BORING 02311 - 6 Jan-14 t-1 0 1_ a. In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. END OF SECTION 02311 063126005 AUGER BORING 02311 - 7 Jan-14 H. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. I. Excavation Drainage: Removal of surface water in trench by sump pumping or other X approved means. J. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. 1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as Fill sloughing, sliding, boiling, heaving or loss of density. K. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of Fiji foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. L. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench. M. Over -Excavation and Backfrll: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. N. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. j O. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection. P. Trench Shield (Trench Box): A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. t_ Q. Shoring System: A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1, 063126005 EXCAVATION AND BACKFILL FOR STRUCTURES 02317-R - 2 Mar-14 ` i _� 1.5 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 -Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb (2.49-kg) Raimner and 12-in. (304.8-mm) Drop. C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 - Classification of Soils for Engineering Purposes. E. ASTM D 2922 -Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 -Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E - Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.6 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.7 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, backfill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soil. C. Submit a surface water control plan in accordance with requirements in this Section. D. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 - Backfill Materials for Structures. E. Submit record of location of storm sewer installed, referenced to survey control points. Include locations of utilities encountered that are not shown on Drawings or rerouted for the convenience of the Contractor. Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and gradients of installed storm sewer. F. Submit field density tests of trench backfill. G. Submit laboratory density compaction curves for each material. 1.8 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Backfill Materials for Structures. B. Perform field density tests in accordance with the requirements of Section 02225 - Utility Trench Excavation and Backfill. 063126005 EXCAVATION AND BACKFILL FOR STRUCTURES 02317-R - 3 Mar-14 C. Once within pavement subgrade depth under paved areas, perform field density tests of subgrade at the frequency specified in Section 02300 — Earthwork. 1 D. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor. PART 2 -PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. �T C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 - Backfill Materials for Structures. PART 3 -EXECUTION 3.1 PREPARATION A. Establish traffic control to conform with requirements of Section 01555 — Barricades, Signs and Traffic Handling and the Drawings. B. The Contractor shall demonstrate proposed installation and compaction methods by installing one joint of pipe to prove that all specifications and standards are being met. B. Perform work to conform with applicable safety standards and regulations. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs or relocations, either temporary or permanent. D. Remove existing pavements and structures, including sidewalks and driveways, to conform with requirements of Section 02221 - Removing Existing Pavements. E. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.2 PROTECTION A. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage 063126005 EXCAVATION AND BACKFILL FOR STRUCTURES 02317-R - 4 Mar-14 - thereto. Verification of location, size and burial depth of existing utilities shall be the complete responsibility of the Contractor. B. The Contractor shall protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings. C. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. D. Contractor shall protect and support above -grade and below -grade utilities which are to remain. E. Contractor shall restore damaged permanent facilities to pre -construction conditions, at the Contractors expense, unless replacement or abandonment of facilities are indicated on the Drawings. F. Contractor shall implement measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to Owner. G. The Contractor- is responsible for notifying pipeline and cable utility owners of his intention of crossing their utility no less than seven days prior to crossing the utility. Coordinate vertical separation requirements with the utility owners and any other special construction considerations. Notify the Engineer of required changes in the vertical profile shown on the Drawings prior to constructing these changes. 3.3 EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Perform excavation of existing sanitary sewer pipeline trench to the limits established in the Drawings. C. Structural excavation quantities for pipe or box installation, while shown for informational purposes only, have been determined using the following table: Inside Diameter/ Box Width Trench Width (Feet) 42" O.D. + 2'-0" > 42" O.D. + 4'-0" In situations where benching of trench is required for lowering excavator below grade, minimum bench width should be 22'-0" to allow the excavator to make a 90' pivot unless Contractor chooses to "walk" the excavator on a ramp into and out of the trench. D. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In roadside ditch areas, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. Depth of topsoil will vary. Excavate topsoil and keep separate from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other excavated materials. 063126005 EXCAVATION AND BACKFILL FOR STRUCTURES 02317-R - 5 Mar-14 E. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. F. Shoring of Trench Walls. 1. Install Special Shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. 2. For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out from behind the trench wall support. 3. Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. Leave rangers, wallers, and braces in place as long as required to support sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. 4. Employ special methods for maintaining the integrity of embedment or foundation material. Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. As supports are moved, finish placing and compacting embedment. 5. If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a 1-inch-thick steel plate. Fill voids left on removal of supports with compacted backfill material. 6. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workman and the public. G. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: 1. Make trench excavations of sufficient width to allow shield to be lifted or pulled freely, without damage to the trench sidewalls. 2. Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged nor disturbed, nor the degree of compaction reduced. 3. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is placed and spread. Place and compact backfill materials against undisturbed trench walls and foundation. 4. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. 5. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workman and the public. 3.4 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320-Backfill Materials for Structures. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. Do not place stockpiles of excess excavated materials on streets and adjacent properties. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 - Temporary Facilities and Controls. C. Protect topsoil from intermixing with undesirable materials. 063126005 EXCAVATION AND BACKFILL FOR STRUCTURES 02317-R - 6 Mar-14 �t D. All surplus or unsuitable materials shall be loaded and wasted at the Contractor's expense. 3.5 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with approved material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.6 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow materials to free -fall from heights greater than 24 inches above top of pipe. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. D. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. E. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. Remove sandbags and other suitable means prior to backfilling where these items are located. F. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of next lift. Water tamping and water jetting are not allowed. G. For cement stabilized backfill, vibrate with concrete vibrator to consolidate material under haunches. Use minimum two-inch diameter vibrator, vibrate backfill continuously along entire length of pipe leaving no unconsolidated lengths or areas. If compaction is required to fill all voids with cement stabilized backfill, then hand operated tampers may be used. 3.7 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. B. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. 063126005 EXCAVATION AND BACKFILL FOR STRUCTURES 02317-R - 7 Mar-14 1. Cement Stabilized Backfill. a. Place in depths as shown on plans. b. Use vibratory equipment to ensure placement under the haunches of the pipe. 2. Pea Gravel a. Place in depths as shown on plans. b. Use vibratory equipment or shovel -slicing to ensure placement under the haunches of the pipe. 3. Native Material/Borrow Material a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. C. Moisture content within 2% of optirnum determined according to ASTM D 698. 3 4. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by steel wheel roller or by vibratory equipment to a minimum of 95 percent of the maximum dry density, except the top 12 inches where no paving is proposed shall be compacted to at least 90 percent of the maximum dry density, determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 5. Bedding Material _ a. Sand bedding shall be loosely placed in trench as shown on Drawings. 3.8 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.9 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 -Backfill Materials for Structures. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to Owner. C. Tests will be performed by Contractor on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted pipe foundation, embedment and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. 1. Perform field density tests in accordance with the requirements of Section 02225 - Utility Trench Excavation and Backfill. r'j 063126005 EXCAVATION AND BACKFILL FOR STRUCTURES 02317-R - 8 Mar-14 t i r 2. Density tests will be distributed among the placement areas. Placement areas are: foundation, bedding, haunching, initial backfill and trench zone. 3. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified. 4. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. 5. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 6. Recompacted placement will be retested at the same fiequency as the first test series, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. G. Acceptability of crushed rock compaction will be determined by inspection. 3.10 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 -Waste Material Disposal END OF SECTION 02317 063126005 EXCAVATION AND BACKFILL FOR STRUCTURES 02317-R - 9 Mar-14 SECTION 02318 BORROW PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This portion of the specifications shall consist of the removal and proper utilization of materials secured from sources obtained by the contractor and approved by the Engineer. 1.3 RELATED SECTIONS A. Related Sections include the following: 1. Section 01400 — Quality Requirements. 2. Section 02300 - Earthwork. 3. Section 02260 - Excavation Support and Protection. 5. Section 02920 - Lawns and Grasses. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3) ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 063126005 BORROW 02318 - 1 Jan-14 1.5 DEFINITIONS 3 A. Refer to Section 02300 —Earthwork 1.6 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for borrow soil material. PART 2 -PRODUCTS 2.1 MATERIALS A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: 1. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 nor more than 15. B. Class B: This material shall consist of suitable non -swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. Topsoil for a particular location shall closely match the original topsoil removed from that particular location in terms of color, Atterberg limits and texture. PART 3 -EXECUTION 3.1 METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation grade work shall conform to the established aligmnent, grades, and cross-section required of the Contractor by the borrow pit owner. D. Contractor shall arrange for borrow from one of the following sources: 1. Existing borrow pit. 2. New borrow pit. 3. Surplus excavated material from a site which has all required permits. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the perinit. F 063126005 BORROW 02318 - 2 t Jan-14 F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. END OF SECTION 02318 063126005 BORROW 02318 - 3 Jan-14 SECTION 02320-R BACKFILL MATERIALS FOR STRUCTURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A.' This Section of the specifications covers materials related to the backfill of structures. Included are the following: 1. Sand. 2. Cement stabilized backfill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 6. Pea Gravel. 1.3 RELATED SECTIONS A. Section 01330 —Submittal Procedures. B. Section 01400 —Quality Requirements. C. Section 02317 — Excavation and Backfill for Structures. 1.4 DEFINITIONS A. Refer to Section 02317 —Excavation and Backfill for Structures. 1.5 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 -Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 2487 -Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 -Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 063126005 BACKFILL MATERIALS FOR STRUCTURES 02320-R - 1 Mar-14 L. ASTM D 4643 -Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. ' M. TxDOT Tex- 101-E - Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex-104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) O. TxDOT Tex-106-E - Test Method - Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. Q. City of Lubbock Public Works Engineering - Standard Paving Specifications, 7.10 Backfilling. 1.6 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, inaterial classification and product description, production method, and application of backfill materials. C. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. D. For each delivery of material, provide a delivery ticket which includes source location. 1.7 TESTS A. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART 2 -PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. Sand 1. Sand backfill material shall be in accordance with the requirements of Section 02225 — Utility Trench Excavation and Backfill. B. Cement Stabilized Backfill 1. Cement stabilized backfill material shall be in accordance with the requirements of Section 02225 — Utility Trench Excavation and Backfill. C. Native Soil Material for Backfill 1. Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. D. Topsoil 1. Provide topsoil material that is free of stones greater than 1-inch, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. Cultivated farm land topsoil shall be free of rocks. 2. Surface should be made clear of rock and other debris before planting in accordance with Section 02920 — Lawns and Grasses. 3. Use topsoil material salvaged under Section 02317 — Excavation and Backfill for Structures of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non -paved areas. 063126005 BACKFILL MATERIALS FOR STRUCTURES 02320-R -2 Mar-14 E. Gravel Embedment 1. Gravel embedment material shall be in accordance with the requirements of Section 02225 — Utility Trench Excavation and Backfill. F. It is the intent that materials excavated from trench or cut and cover operations be used as backfill in the same general open cut location. There is not a specification limit on liquid limit, plastic limit or plasticity index for native materials removed from a trench and then used as backfill in that same trench. Native backfill materials shall meet the requirements of paragraph 2. LD. Where material must be imported to bring a trench to grade, then the material requirements of paragraph 2.1.17.2 shall be followed. Where cuttings or spoil from excavation operations have been mixed with carrier fluids that contain additives (such as those by Baroid Drilling Fluids, Cetco, Cross Tech, Federal Summit Drilling Fluids, Kein-Tron, Parchem, Polymer Drilling Systems, Wyo-Ben, and others), such cuttings or spoil shall be considered as unsuitable for backfill and shall not be used for backfill. Where cuttings or spoil have been mixed with water only, such cuttings or spoil may be used for backfill provided the material's water content can be satisfactorily reduced to optimum and specified compaction density can be achieved. 2.2 MATERIAL TESTING A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing only when questionable material is encountered. PART 3 -EXECUTION 3.1 SOURCES ' 063126005 BACKFILL MATERIALS FOR STRUCTURES 02320-R -3 Mar-14 A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. B. Identify off -site sources for backfill materials at least 21 days ahead of intended use so that the Engineer may obtain samples for verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use a material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from entering the drainage system. C. Cement stabilized backfill and lean concrete backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. D. Pea gravel shall be consolidated upon placement by using rodding or pneumatic vibratory methods. Shovel slicing shall be used as necessary to ensure filling of voids, filling around and under haunches of pipe and filling of spaces. 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at: a. Sources including borrow pits, production plants and Contractor's designated off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work. 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials. END OF SECTION 02320 H 063126005 BACKFILL MATERIALS FOR STRUCTURES 02320-R - 4 Mar-14 1 I SECTION 02349 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner plate at locations shown on the Drawings B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Fonns, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 02730 — Sewer and Manhole Testing 1.2 REFERENCES rA. Definitions [ 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the ground and provides a stable underground excavation for installation of the carrier pipe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. Y 2. American Society of Testing and Materials (ASTM) a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 1 b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in or [50 min] Cube Specimens). c. D638, Standard Test Method for Tensile Properties of Plastics. 3. International Organization for Standardization (ISO): a. 9001, Quality Management Systems - Requirements. 4. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 6... 1.3 SUBMITTALS 0 A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 1 Jan-14 `1 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS �.... A. Product Data 1. Casing Isolators/Spacers a. Material Data 2. Grout Mix a. Material Data B. Shop Drawings 1. Required for 16-inch and larger pipe installations 2. Submit Work Plan describing the carrier pipe installation equipment, materials and construction methods to be employed. 3. Casing Spacers/Isolators a. Detail drawings and manufacturer's information for the casing isolators/spacers that will be used. 1) Include dimension and component materials and documentation of manufacturer's ISO 9001:2000 certification. b. Alternatives to casing spacers/isolators may be allowed by the City on a case - by -case basis. c. For consideration of alternate method, submit a detailed description of method including details. 4. End seal or bulkhead designs and locations for casing/liners. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work Plan and Methods including: a. Grouting methods b. Details of equipment c. Grouting procedures and sequences including: 1) Injection methods 2) Injection pressures 3) Monitoring and recording equipment 4) Pressure gauge calibration data 5) Materials d. Grout inix details including: 1) Proportions 2) Admixtures including: a) Manufacturer's literature b) Laboratory test data verifying the strength of the proposed grout mix c) Proposed grout densities d) Viscosity e) Initial set time of grout (1) Data for these requirements shall be derived from trial batches from an approved testing laboratory. e. Submit a minimum of 3 other similar projects where the proposed grout mix design was used. f. Submit anticipated volumes of grout to be pumped for each application and reach grouted. g. For pipe installations greater than 36-inches, without hold down jacks or a restrained spacer, provide buoyant force calculations during grouting and measures to prevent flotation. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 2_� Jan-14 ;1 1) Calculations sealed by a licensed Engineer in the State of Texas. h. Description of methods and devices to prevent buckling of carrier pipe during 1 grouting of annular space, if required 1.5 QUALITY ASSURANCE A. Certifications 1. Casing isolator/spacer manufacturer shall be certified against the provisions of IS09001:2000. 2.1 MATERIALS A. Manufacturers 1. The sanitary sewer line shall be new and the Casing Spacers/Isolators shall be new and the product of a manufacturer regularly engaged in the manufacturing of casing spacers/isolators. B. Design Criteria and Materials 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as indicated in PART 3 of this Specification, incorporating all support/insulator dimensions required. Diameter Specification (inches) Material Reference Sanitary 24-inch through Fiberglass 02660 Sewer Line 54-inch 2. Grout of annular space a. For gravity sewer carrier pipe installation: 1) Fill all voids between the carrier pipe and the casing or liner with grout. 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces shall be in contact with the grout. b. For water line installation: 1) No annular space fill will be used. Grout Mixes a. Low Density Cellular Grout (LDCC) 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be LDCC. 2) The LDCC shall be portland cement based grout mix with the addition of a foaming agent designed for this application. 3) Develop 1 or more grout mixes designed to completely fill the annular space based on the following requirements: a) Provide adequate retardation to completely fill the annular space in 1 monolithic pour. b) Provide less than 1 percent shrinkage by volurne. c) Compressive Strength (1) Minimum strength of 10 psi in 24 hours, 50 psi in 28 days. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 3 Jan-14 d) Design grout mix with the proper density and use proper methods to prevent floating of the carrier pipe. e) Proportion grout to flow and to completely fill all voids between the carrier pipe and the casing or liner. 4. End Seals a. Provide end seals at each end of the casing or liner to contain the grout backfrll or to close the casing/liner ends to prevent the inflow of water or soil. 1) For water piping less than 24-inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. 2) For water piping 24-inch diameter and greater, use pull -on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 3) For sewer piping, no end seals are required since the annular space between the carrier pipe and the casing will be grouted. b. Design end seals to withstand the anticipated soil or grouting pressure and be watertight to prevent groundwater from entering the casing. 5. Casing Spacers/Insulators a. Provide casing spacers/insulators to support the carrier pipe during installation and grouting (where grout is used). b. Casing Spacers/Isolators material and properties: 1) Shall be minimum 14 gage 2) For water pipe, utilize Stainless Steel. 3) For sewer pipe, utilize Coated Steel. 4) Suitable for supporting weight of carrier pipe without deformation or collapse during installation c. Provide restrained -style casing spacers to hold all pipes stable during grouting operations and prevent floating or movement. d. Provide dielectric strength sufficient to electrically isolate each component from one another and frorn the casing. e. Design risers for appropriate loads, and, as a minimum: 1) Provide 10 gage steel risers a) Provide stainless steel bands and risers for water installations. f. Band material and criteria 1) Provide polyvinyl chloride inner liner with: a) Minimum thickness of 0.09 inches L b) Durometer "A" of 85-90 hardness c) Minimum dielectric strength of 58,000 volts g. Runner material and criteria 1) Provide pressure -molded glass reinforced polymer or UHMW with: a) Minimum of 2 inches in width and a minimum of 1 I inches in length. 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless steel studs. 3) Runner studs and nuts shall be recessed well below the wearing surface of the runner a) File recess with a corrosion inhibiting filler. h. Riser height 1) Provide sufficient height with attached runner allow a minimum clearance of 2 inches between the outside of carrier pipe bells or couplings and the inside of the casing liner surface. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 4 Jan-14 PART 3 - EXECUTION 3.1 INSTALLATION ' A. General 1. Carrier pipe installation shall not begin until the following tasks have been completed: a. All required submittals have been provided, reviewed and accepted. b. All casing/liner joints are watertight and no water is entering casing or liner from any sources. c. All contact grouting is complete. d. Casing/liner alignment record drawings have been submitted and accepted by Engineer to document deviations due to casing/liner installation. e. Site safety representative has prepared a code of safe practices and an emergency plan in accordance with applicable requirements. 2. The carrier pipe shall be installed within the casings or liners between the limits indicated on the Drawings, to the specified lines and grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities and the public. B. Control of Line and Grade 1. Install Carrier pipe inside the steel casing within the following tolerances: a. Horizontal 1) f 2 inches from design line b. Vertical 1) ±1 inch from design grade - 2. Check line and grade set up prior to beginning carrier pipe installation. 3. Perform survey checks of line -and -grade of carrier pipe during installation operations. 4. The Contractor is fully responsible for the accuracy of the installation and the correction of it, as required. a. Where the carrier pipe installation does not satisfy the specified tolerances, ' correct the installation, including if necessary, redesign of the pipe or structures at no additional cost to City. C. Installation of Carrier Pipe 1. Pipe Installation a. Remove all loose soil from casing or liner. b. Grind smooth all rough welds at casing joints. 2. Installation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent N flotation, movement or damage to the pipe during installation and grout backfill placement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. ` c. Correctly assemble, evenly tighten and prevent damage during tightening of the insulators and pipe insertion. d. Install spacers in accordance with manufacturer's recommendations. e. Install carrier pipe so that there is no metallic contact between the carrier pipe and the casing. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 5 Jan-14 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing/liner in a manner that could damage the pipe or coatings. 1) If guide rails are allowed, place cement mortar on both sides of the rails. 1 g. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to minimize friction when installing the carrier pipe. h. The carrier pipe shall be electrically isolated from the carrier pipe and from the casing. i. Grade the bottom of the trench adjacent to each end of the casing to provide a . firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. j. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. n 3. Insulator Spacing a. Maximum distance between spacers is to be 6 feet. b. For ductile -iron pipe, flanged pipe or bell and spigot pipe, install spacers within 1 foot on each side of the bell or flange and 1 in the center of the joint where 18 foot or 20 foot long joints are used. c. If the casing or pipe is angled or bent, reduce the spacing. d. The end spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the spigot into the bell. 4. After installation of the carrier pipe: a. Mortar inside and outside of the joints, as applicable b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. c. If hold down jacks or casing spacers are used, seal or plug the ends of the casing. d. If steel pipe is used and not welded prior to installation in casing/liner, welding of pipe will only be allowed after grouting of annular space is complete. D. Installation of End Seals 1. Grout annular space between carrier pipe and casing as indicated in this Specification. E. Annular Space Grouting (For Sewer Only) 1. Prepare pipe as necessary to prevent the pipe from floating during grouting operation as necessary. 2. Mixing of Grout a. Mix material in equipment of sufficient size to provide the desired amount of grout material for each stage in a single operation. 1) The equipment shall be capable of mixing the grout at the required densities for the approved procedure and shall be capable of changing the densities as required by field conditions. 3. Backfill Annular Space with Grout a. Prior to filling of the annular space, test the carrier pipe in accordance with Section 03360. b. Verify the maximum allowable pressure with the carrier pipe manufacturer and do not exceed this pressure. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 6 Jan-14 c. After the installation of the carrier pipe, the remaining space (all voids) between the casing/liner and the carrier shall be filled with LDCC grout. 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall be in contact with the grout. 2) Grout shall be pumped through a pipe or hose. 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier pipe during grouting. 4. Injection of LDCC Grout a. Grout injection pressure shall not exceed the carrier pipe manufacturer's approved recommendations or 5 psi (whichever is lower). b. Pumping equipment shall be of a size sufficient to inject grout at a volume, velocity and pressure compatible with the size/volume of the annular space. c. Once grouting operations begin, grouting shall proceed uninterrupted, unless grouting procedures require multiple stages. d. Grout placements shall not be terminated until the estimated annular volume of grout has been injected. 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 6. Protect and preserve the interior surfaces of the casing from damage. 3.2 FIELD [oR] SITE QUALITY CONTROL A. Reports and Records required for pipe installations greater than 48-inches and longer than 350 feet 1. Maintain and submit daily logs of grouting operations. a. Include: 1) Grouting locations 2) Pressures 3) Volumes 4) Grout mix pumped 5) Time of pumping 2. Note any problems or unusual observations on logs. B. Grout Strength Tests 1. Submit test results for 24-hour and 28-day compressive strength tests for the cylinder molds or grout cubes obtained during grouting operations. 2. Perform field sampling during annular space grouting. a. Collect at least 1 set of 4 cylinder molds or grout cubes for each 100 cubic yards of grout injected but not less than 1 set for each grouting shift. b. Perform 24-hour and 28-day compressive strength tests per ASTM C39 (cylindrical specimens) or ASTM C109 (cube specimens). c. Remaining samples shall be tested as directed by City. C. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving shafts/pits. 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 7 Jan-14 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to applicable local, State and Federal regulations. 3. Methods of construction shall be such as to ensure the safety of the Work, Contractor's and other employees on site and the public. J 4. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an j atmosphere free of toxic or flammable gasses in all underground work areas. 5. Perform all Work in accordance with all current applicable regulations and safety requirements of the federal, state and local agencies. a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. b. In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction a END OF SECTION 02349 063126005 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02349 - 8 ` Jan-14 SECTION 02605 FIBERGLASS MANHOLES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Glass -Fiber -Reinforced Polyester (Fiberglass) Sanitary Sewer Manholes B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03300 — Cast -in -Place Concrete 4. Section 02730 — Sewer and Manhole Testing 5. Section 02225 — Utility Trench Excavation, Embedment and Backfill 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. ASTM A307 — Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. b. ASTM A615 — Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. c. ASTM C76 — Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. d. ASTM C270 — Standard Specification for Mortar for Unit Masonry. e. ASTM C478 — Standard Specification for Precast Reinforced Concrete Manhole Sections. f. ASTM C923 — Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. g. ASTM C 1107 — Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Non -Shrink). h. ASTM C1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill. i. ASTM C1628 - Standard Specification for Joints for Concrete Gravity Flow Sewer Pipe, Using Rubber Gaskets. j. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN- m/m)). k. ASTM D2996 — Standard Specification for Filament -Wound Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. 063126005 Jan-14 FIBERGLASS MANHOLES 01605 - 1 1. ASTM D2997 — Standard Specification for Centrifugally -Cast Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. in. ASTM D3753 — Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells. n. ASTM D4258 — Standard Practice for Surface Cleaning of Concrete. o. ASTM D4259 — Standard Practice for Abrading Concrete. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Design and fabrication details of Fiberglass Manhole components 2. Installation instructions for Fiberglass Manholes 3. Drop connection materials 4. Pipe connections at manhole walls 5. Materials for stubs and stub plugs, if applicable 6. Grade ring materials 7. External coating materials 8. Plugs for hydrostatic testing 1.5 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Fiberglass Manholes a. Provide Prefabricated Fiberglass Manholes conforming in shape, size, dimensions, and details shown in the Drawings. b. Unless modified in the Drawings, use manhole sections conforming to ASTM D3753. c. Mark date of manufacture and name or trademark of manufacturer in 1 inch tall stenciled letters on the inside of the barrel. d. Unless larger size is required, provide 48-inch diameter barrel. e. Provide wall section thickness for depth of manhole according to ASTM D3753, but not less than 0.48 inches in thickness. f. Provide fabricated reducer bonded at factory to form 1 continuous unit at top of manhole barrel to accept concrete grade rings and cast iron frame and cover. 1) Reducer design shall be of sufficient strength to safely support HS-20 loading in accordance with AASHTO. 2. Lifting Devices a. Manhole bases may be furnished with lift lugs or lift holes. 063126005 FIBERGLASS MANHOLES 02605 - 2 Jan-14 k b. If lift lugs are provided, place 180 degrees apart. c. If lift holes are provided, place 180 degrees apart and grout during manhole installation. 3. Pipe Connections a. Conform to ASTM C923 or ASTM C1628. PART 3 - EXECUTION 3.1 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.2 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for the manhole to be constructed on. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.3 INSTALLATION A. General 1. Manhole a. Construct manhole to dimensions shown on Drawings. b. Lower manhole barrel onto base section. c. Seal with manufacturer's gasket or approved sealant. d. Wrap joint with external sealing material a minimum of 12 inches in width. e. Where cast -in -place base is used, support manhole barrel in place and brace it from sides of excavation to prevent any movement of barrel during concrete placement and while concrete is setting. 1) Provide minimum clearance between reinforcing steel and manhole barrel bottom as shown on Drawings. 2) Do not support manhole barrel on reinforcing steel. 3) Place bead of water swelling sealant around inside of barrel near bottom, as shown on Drawings, to form seal. 2. Pipe connections at Manhole a. Construct pipe stubs for future connections at locations and with materials indicated on Drawings. 1) Install stub plugs at interior of manhole and wood or plastic bulkhead at the end of the stub. b. Cut manhole barrel for pipe penetrations following curvature of pipe and with maximum of 1-inch clearance. 1) Seal cut edges with resin. 2) Hole may be circular or cutout with semi -circular top, which extends to bottom of barrel. c. Place continuous bead of water swelling sealant, as shown on Drawings, around pipe penetrations on interior of manhole barrel. 063126005 FIBERGLASS MANHOLES 02605 - 3 f Jan-14 t PART 3 - EXECUTION 3.1 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 2. Polymer concrete manhole manufacturer shall coordinate with stop log manufacturer to ensure stop log system is installed per the manufacturer's recommendations. 3.3 INSTALLATION A. Installation: The installation of manholes shall be in accordance with the project plans and specifications and the manufacturer's recommended practices. B. Handling: Properly rated slings and spreader bar shall be used for lifting. The type of rigging used shall be per the manufacturer's recommendation. C. Jointing: 1. Sealing surfaces and joint components shall be inspected for damage and cleaned of all debris. 2. Apply joint lubricant to elastomeric seals. Use only lubricants approved by the manufacturer. 3. Use suitable equipment handle and set manholes. 4. Placement and compaction of surrounding backfill material shall be applied so as to provide sufficient and equal side pressure on the manhole. D. The Stop Log Frame System shall be installed in the shop to ensure proper aligmnent. E. Final Rim Elevation 1. Install grade rings or approved equal as need for height adjustment. 2. Use sealant between rings as shown on Drawings. 3. Set frame on top of manhole or grade rings using continuous water sealant. 4. Remove debris, stones and dirt to ensure a watertight seal. 5. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform testing in accordance with Specification 02730. END OF SECTION 02606 063126005 POLYMER CONCRETE MANHOLES 02606 - 4 Jan-14 SECTION 02610 TUNNEL LINER PLATE PART1- GENERAL f9 MYllu 10 Vi'1 A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Tunnel Liner Plate to be used for excavation support as installed By Other than Open Cut at the locations shown on the Drawings B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 02310 — Hand Tunneling 4. Section 02349 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. HB-17, Standard Specifications for Highway Bridges, Section 16. b. M190, Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches. 3. ASTM International (ASTM): a. A123, Standard Specification for Zinc (Hot- Dip Galvanized) Coating on Iron and Steel Products. b. A153, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware. c. A1011, Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Allay and High -Strength Los -Alloy with Improved Formability, and Ultra -High Strength. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Tunnel Liner Plate and fasteners a. Material data 2. Exterior Coating 063126005 TUNNEL LINER PLATE 02610 - 1 Jan-14 y a. Material data b. Field touch-up procedures 3. Grout Mix a. Material data B. Shop Drawings 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed Engineer in the State of Texas. 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 3. Grout coupling location and spacing 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle and store Tunnel Liner Plate in accordance with the Manufacturer's recommendations to protect coating systems. PART 2 - PRODUCTS [NOT USED] 2.1 MATERIALS A. Design Criteria 1. Manufacturer to design Tunnel Liner Plate in accordance with the methods and criteria as specified in AASHTO BB-17. a. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. b. Allow a maximum deflection of 3 percent. c. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength and resistance to deflection. B. Materials 1. Tunnel Liner Plate a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets conforming to the requirements of ASTM A 1011. 1) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. 2) Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO HB-17. 3) Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 4) Bolts and nuts shall be galvanized to conform to ASTM A153. 5) Where groundwater is encountered gasketed liner plates shall be used. 6) Plates shall be of uniform fabrication and those intended for 1 size tunnel shall be interchangeable. 7) Field welding of Tunnel Liner Plate, including grout couplings shall not be allowed. 063126005 TUNNEL LINER PLATE 02610 - 2 Jan-14 8) The material used for the construction of these plates shall be new, unused and suitable for the purpose intended. 9) Minimum thickness of Tunnel Liner Plate shall be as follows: Tunnel Diameter (inches) 2-Flanged Liner Plate Thickness (gauge) 4-Flanged Liner Plate Thickness (gauge) Bury Depth: Per Plans 42 14 12 66 12 12 72 8 8 2. Casing Insulators a. Casing insulators shall be used for this project in accordance with Section 02349. PART 3 - EXECUTION 3.1 INSTALLATION A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 02310. B. Carrier pipe shall be installed inside Tunnel Liner Plate in accordance with Section 02349. C. Contact grouting of the annulus outside the Tunnel Liner Plate shall be performed in accordance with Section 03360. END OF SECTION 02610 063126005 TUNNEL LINER PLATE 02610 - 3 Jan-14 `,1 B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubricationports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.5 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2. Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. PART 2 - PRODUCTS 2.1 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. d. Steel Casing Pipe shall have a minimum wall thickness as follows: 063126005 STEEL CASING PIPE 02611 - 2 Jan-14 Casing Pipe Diameter (inches) Minimum Wall Thickness (inches) 42 0.625 (5/8 66 0.875 (7/8) 72 0.938 15/16 3. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 02349. a. Allowable casing diameters are shown on the Drawings for each crossing. 4. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 5. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 6. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 3. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of ± 2'/2 degrees and with a width of root face 1/16 inch ± 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. 063126005 STEEL CASING PIPE 02611 - 3 Jan-14 C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. PART 3 - EXECUTION 3.1 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 02310. Install Steel Casing Pipe for Open Cut in accordance with Section 02225. 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press -fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press -fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 02349. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 02310. END OF SECTION 02611 3 063126005 STEEL CASING PIPE 02611- 4 Jan-14 SECTION 02660 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWER 1.1 SUMMARY A. Section Includes: 1. Fiberglass Reinforced pipe 18-inch and larger for gravity sanitary sewer applications B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02730 — Sewer and Manhole Testing 4. Section 02763 — Closed Circuit Television (CCTV) Inspection 5. Section 02225 — Utility Trench Excavation, Embedment and Backfill 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D3236, Standard Test Method for Apparent Viscoscity of Hot Melt Adhesives and Coating Materials. b. D3262, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Sewer Pipe. c. D3681, Standard Test Method for Chemical Resistance of "Fiberglass" (Glass - Fiber -Reinforced Thermosetting -Resin) Pipe in a Deflected Condition. d. D4161, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric Seals. e. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Manufacturer 2. Manufacturer Number (identifies factory, location, and date manufactured) 3. Nominal Diameter 063126005 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 1 Jan-14 4. Beam load 5. Laying lengths 6. ASTM designation B. Shop Drawings 1. Pipe details 2. Joint details 3. Miscellaneous items to be furnished and fabricated for the pipe 4. Dimensions 5. Tolerances 6. Wall thickness 7. Properties and strengths 8. Pipe calculations a. Calculations confirming the pipe will handle anticipated loading signed and sealed by a Licensed Professional Engineer in Texas j C. Certificates 1 1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM D3262. 1.5 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with this specification and ASTM D3262. 1.6 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Provide adequate strutting during transport to prevent damage to the pipe, fittings and appurtenances. B. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. Only the pipe and fittings that will be installed during a single work day will be allowed to be stored within the barricaded work area. 063126005 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 2 Jan-14 PART 2 - PRODUCTS 2.1 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Performance / Design Criteria 1. Pipe a. Design in accordance with ASTM D3262 b. Design pipe for service loads that include: 1) External groundwater and earth loads 2) Jacking/pushing loads a) The allowable jacking/pushing capacity shall not exceed 40 percent of the ultimate compressive strength or the maximum allowable compressive strength recommended by the manufacturer, whichever is less. 3) Traffic loads 4) Practical considerations for handling, shipping and other construction operations c. Design is to be conducted under the supervision of a Professional Engineer licensed in the State of Texas, who shall seal and sign the design. d. Standard lay length of 20 feet, except for special fittings or closure pieces necessary to comply with the Drawings. e. Stiffness class that satisfies design requirement on the Drawings, but not less than 46 psi when used in direct bury operations. f. Acconunodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. g. In no case shall pipe be installed deeper than its design allows. h. Identification markings on each joint of pipe as follows: 1) Nominal pipe diameter 2) Beam Load 3) Company, plant and date of manufacture 4) ASTM designation 2. Dimensional Tolerances a. Inside diameter 1) Pipe shall not vary more than 1/8 inch from the nominal inside diameter. b. Roundness 1) The difference between the major and minor outside diameters shall not exceed 0.1 percent of the nominal outside or'A inch, whichever is less. c. Wall thickness 1) Provide minimum single point thickness no less than 98 percent of stated design thickness. d. End Squareness 1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. e. Fittings 1) Provide tolerance of angle of elbow and angle between main and leg of wye or tee to f2 degrees. 2) Provide tolerance of laying length of fitting to f2 inches. 063126005 FIBERGLASS REINFORCED PrPE FOR GRAVITY SANITARY SEWERS 02660 - 3 Jan-14 B. Materials' 1. Resin Systems a. Only use polyester resin system with proven history of performance in this particular application. 2. Glass Reinforcements a. Use reinforcing glass fibers of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnated resins to manufacture components. 3. Fillers a. Silica sand or other suitable materials may be used. d b. Use 98 percent silica with maximum moisture contest of 0.2 percent. 4. Additives a. Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product.. 5. Internal liner resin -- a. Suitable for service as sewer pipe b. Highly resistant to exposure to sulfuric acid c. Produced by biological activity from hydrogen sulfide gases d. Meet or exceed requirements of ASTM D3681 6. Gaskets a. Supply from approved gasket manufacturer in accordance with ASTM F477 and suitable for service intended. b. Affix gaskets to pipe by means of suitable adhesive or install in a manner so as to prevent gasket from rolling out of re -cut groove in pipe or sleeve coupling. p g g p �' P P�. c. Provide the following gaskets in potentially contaminated areas. 1) Petroleum (diesel, gasoline) — Viton I 2) Other contaminants — Manufacturer recommendation LJ 7. Couplings a. Field connect pipe with fiberglass sleeve couplings that utilize elastomeric sealing gaskets as sole means to maintain joint water tightness. 8. Joints a. Joints must meet requirements of ASTM D4161. 9. Pipe markings shall meet the minimum requirements of ASTM D3236. Minimum pipe markings shall be as follows: a. Manufacturer b. Manufacturer Number (identifies factory, location, date manufactured, shift and sequence) c. Nominal diameter d. Beam load e. Laying length f. ASTM designation 10. Connections a. Use only manufactured fittings. 063126005 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 4 Jan-14 PART 3 - EXECUTION 3.1 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in Section 02225 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 02225. 4. Embed pipe in accordance with Section 02225. 5. For installation of carrier pipe within casing, see Section 02349. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. 3.2 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Closed Circuit Television (CCTV) Inspection a. Provide a CCTV inspection in accordance with Section 02763. 2. Air Test and Deflection (Mandrel) Test a. Perform test in accordance with Section 02730. END OF SECTION 02660 063126005 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 5 Jan-14 _; SECTION 02730 SEWER AND MANHOLE TESTING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- inch pipe and smaller. 4. Hydrostatic testing is not allowed. 5. Manhole testing will include vacuum test. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements and Contract Information 2. Division 1 — General Requirements 1.2 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.3 CLOSEOUT SUBMITTALS A. Test and Evaluation Reports 1. All test reports generated during testing (pass and fail). 1.4 QUALITY ASSURANCE A. Certifications 1. Mandrel Equipment a. If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. 063126005 SEWER AND MANHOLE TESTING 02730 - 1 Jan-14 __ PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Low Pressure Air Test (Pipe) 1. Clean the sewer main before testing, as outlined in this Specification. 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. B. Deflection (mandrel) test (Pipe) 1. Perform as last work item before final inspection. 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 3. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modified after certification will invalidate the deflection test. 2) Mandrel requirements a) Odd number of legs with 9 legs minimum b) Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a runner indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter (OD) f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. C. Vacuum test (Manhole) 1. Plug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum is drawn. 4. Plug pipes with drop connections beyond drop. 5. Place test head inside the frame at the top of the manhole. 3.2 INSTALLATION A. Low pressure air test (Pipe) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure holding time per diameter per length of pipe is computed from the following equation: 063126005 SEWER AND MANHOLE TESTING 02730 - 2 ' Jan-14 i1 T = (0.0850*D*K) Q (_ Where: T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig K = 0.000419*D*L, but not less than 1.0 D = nominal pipe diameter, inches L = length of pipe being tested (by pipe size), feet Q = 0.0015, cubic feet per minute per square foot of internal surface 5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the equation above. 6. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. T" B. Deflection (mandrel) test (Pipe) 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 C. Vacuum test (Manhole) 1. Draw a vacuum of 10 inches of mercury and turn off the pump. 2. With the valve closed, read the level vacuum level after the required test time. 3. Minimum time required for vacuum drop of 1 inch of inercuiy is as follows: Depth of Manhole, feet 4-foot Dia Seconds 5-foot Dia Seconds 6-foot Dia Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 1 52 1 67 18 40 59 73 ** T=5 T=6.5 T=8 * * For manholes over 18 feet deep, add "T" seconds as shown for each respective diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 seconds. 40+6(5)=70 seconds) 063126005 SEWER AND MANHOLE TESTING 02730 - 3 Jan-14 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have failed the test. 3.3 FIELD QUALITY CONTROL A. Non -Conforming Work 1. Low pressure air test a. Should the air test fail, find and repair leak(s) and retest. 2. Deflection (mandrel) test (Pipe) a. Should the mandrel fail to pass, the pipe is considered overdeflected. b. Uncover overdeflected pipe. Reinstall if not damaged. c. If damaged, remove and replace. 3. Vacuum test (Manhole) a. Should the vacuum test fail, repair suspect area and retest. 1) External repairs required for leaks at pipe connection to manhole. 2) Leaks within the manhole structure may be repaired internally or externally. END OF SECTION 02730 063126005 SEWER AND MANHOLE TESTING 02730 - 4 Jan-14 SECTION 02750 BYPASS PUMPING OF EXISTING SEWER SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer lines unless otherwise specified in the Contract Documents B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Organization (OSHA). 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule meeting with City to review sewer shutdown prior to replacing or rehabilitating any facilities. 2. City reserves the right to delay schedule due to weather conditions, or other unexpected emergency within the sewer system. 3. Review bypass pumping arrangement or layout in the field with City prior to beginning operations. Facilitate preliminary bypass pumping run with City staff present to affirm the operation is satisfactory to the City. 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with City staff. 5. Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: a. Personnel on site b. Portable SCADA equipment 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 063126005 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 02750 - 1 Jan-14 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to the handling of sewer flows. Submit the plan to the City for approval a minimum of 7 days prior to commencing work. Include the following i details: 1. Schedule for installation and maintenance of the bypass pumping system 2. Staging areas for pumps 3. Pump sizes, capacity, number of each size, and power requirements 4. Calculations for static lift, friction losses, and velocity 5. Pump curves showing operating range and system head curves 6. Sewer plugging methods 7. Size, length, material, joint type, and method for installation of suction and 1 discharge piping 8. Method of noise control for each pump and/or generator, if required 9. Standby power generator size and location 10. Suction and discharge piping plan 11. Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill 12. Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office, mobile) 13. A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems PART 2 - PRODUCTS 2.1 EQUIPMENT A. Pumping 1. Provide equipment that will convey 100 percent of wet weather peak flow conditions. 2. Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming the system. 3. Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. 5. If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. 6. Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping 1. Install pipes with joints which prevent the incident of flow spillage. C. Plugs or Stop Logs 1. Plugs 063126005 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 02750 - 2 Jan-14 a. Select a plug that is made for the size and potential pressure head that will be experienced. b. Provide an additional anchor, support or bracing to secure plug when back pressure is present. c. Use accurately calibrated air pressure gauges for monitoring the inflation pressure. d. Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. e. Never over inflate the plug beyond its pressure rating. 2. Stop Logs a. Use stop log devices designed for the manhole or sewer vault structure in use. b. If applicable, obtain stop logs from City that may be used on specific structures. PART 3 - EXECUTION 3.1 PREPARATION A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the City. B. Make preparations to comply with OSHA requirements when working in the presence of sewer gases, oxygen -deficient atmospheres and confined spaces. C. Do not begin bypass preparation and operation until City approval of the submittals requested per this Specification. 3.2 INSTALLATION A. Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. B. Sewer flow stoppage 1. Plugging a. Use confined space procedures and equipment during installation when necessary. b. Thoroughly clean the pipe before insertion of the plug. c. Insert the plug seal surface completely so it is fully supported by the pipe. d. Position the plug where there are not sharp edges or protrusions that may damage the plug. e. Use pressure gauges for measuring inflation pressures. f. Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. 063126005 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 02750 - 3 Jan-14 4. Do not construct bypass facilities where vehicular traffic may travel over the piping. a. Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. 3.3 FIELD [OR] SITE QUALITY CONTROL A. Field [OR] Site Tests and Inspections 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. Have City staff on site during tests. 3.4 CLOSEOUT ACTIVITIES A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging, and major downstream disturbance. END OF SECTION 02750 063126005 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 02750 - 4 Jan-14 SECTION 02763 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of sanitary sewer or storm sewer mains. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02750 — Bypass Pumping of Existing Sewer Systems ` 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. ^" 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Meet with City Water Department staff to confirm that the equipment, software, standard templates, defect codes and defect rankings are being used, if required. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.5 INFORMATIONAL SUBMITTALS A. Pre -CCTV submittals for sanitary sewer lines 24 inches and larger, if required 1. Project schedule 2. Listing of cleaning equipment and procedures 3. Listing of flow diversion procedures 4. Listing of CCTV equipment 5. Listing of backup and standby equipment 6. Listing of safety precautions and traffic control measures 1.6 CLOSEOUT SUBMITTALS A. Post -CCTV submittals 1. 2 copies of CCTV video results on DVD _r 063126005 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 02763 - 1 Jan-14 1] 2. 2 hard copies of Inspection Report r PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. CCTV Equipment `- 1. Use equipment specifically designed and constructed for such inspection. 2. Use equipment designed to operate in 100 percent humidity conditions. 3. Use equipment with a pan (f270 degrees), tilt, and rotates (360 degrees). 4. Use camera with an accurate footage counter that displays on the monitor the distance of the camera (to the nearest 1/10 foot) fiom the centerline of the starting manhole. 5. Use camera with height adjustment so camera lens is always centered at 1/2 the inside diameter, or higher, in the televised pipe. 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 7. Provide color video. B. Temporary Bypass Pumping — Conform to Section 02750. 3.2 INSPECTION (CCTV) A. General 1. Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main's condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. 5. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the camera to provide additional detail at: a. Manholes b. Service connections c. Joints d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris e. Infiltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe conditions 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. 063126005 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 02763 - 2 Jan-14 a. Do not provide a single segment of main on more than 1 DVD. B. Pre -Installation Inspection for Sewer Mains to be rehabilitated _a 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed fiom the opposite manhole. C. Post -Installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance with City Standards. D. Documentation of CCTV Inspection 1. Follow the CCTV Manual for the inspection video, data logging and reporting. END OF SECTION 02763 063126005 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 02763 - 3 Jan-14 1 1 SECTION 02765 UTILITY MARKERS / LOCATORS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried and surface utility markers for utility construction B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker PART 2 - PRODUCTS 2.1 MATERIALS A. Manufacturers 1. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the inanufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers a. Detectable warning tape shall be as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 7.5 pounds per 1,000 square feet 4) Triple Layer with: 063126005 UTILITY MARKERS / LOCATORS 02765 - 1 Jan-14 a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil - (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub -off 7) Color and Legends a) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Sewer lines (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below r-j PART 3 - EXECUTION 3.1 INSTALLATION A. Buried Markers 1. Detectable Warning Tape a. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. 1) Allow 18 inches minimum between utility and marker. 2) Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: a. Buried Features 1) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valve vault. 2) Place at locations identified on the plan sheets. END OF SECTION 02765 063126005 UTILITY MARKERS / LOCATORS 02765 - 2 Jan-14 SECTION 02906 EPDXY LINERS FOR CONCRETE MANHOLES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Application of a high -build epoxy coating system to concrete utility structures such as manholes, junction boxes or other concrete facilities that may need protection from corrosive materials. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents. b. D638, Standard Test Method for Tensile Properties of Plastics. c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. d. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser. f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch Gages. g. D4541, Standard Test Method for Pull -off Strength of Coatings Using Portable Adhesion Testers. 3. Environmental Protection Agency (EPA). 4. NACE International (MACE). 5. Occupational Safety and Health Administration (OSHA). 6. Resource Conservation and Recovery Act, (RCRA). 7. The Society for Protective Coatings/NACE International (SSPC/NACE): spINNACE No. 6, Surface Preparation of Concrete 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. _x 063126005 EPDXY LINERS FOR CONCRETE MANHOLES 02906 - 1 Jan-14 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data: Technical data sheet on each product used. B. Material Safety Data Sheet (MSDS) for each product used. [ C. Copies of independent testing performed on the coating product indicating the product meets the requirements as specified herein. D. Technical data sheet and project specific data for repair materials to be topcoated with the coating product including application, cure time and surface preparation procedures. E. Contractor Data. F. Current documentation from coating product manufacturer certifying Contractor's training and equipment complies with the Quality Assurance requirements specified herein. G. 5 recent references of Contractor indicating successful application of coating product(s) of the same material type as specified herein, applied by spray application within the municipal wastewater environment. 1.5 QUALITY ASSURANCE t A. Qualifications: Contractor shall be trained by, or have training approved and certified by, the coating product manufacturer for the handling, mixing, application and inspection of the coating product(s) to be used as specified herein. B. Initiate and enforce quality control procedures consistent with the coating product(s) manufacturer recommendations and applicable NACE or SSPC standards as referenced herein. 1.6 DELIVERY, STORAGE, AND HANDLING A. Keep materials dry, protected from weather and stored under cover. B. Store coating materials between 50 degrees F and 90 degrees F. C. Do not store near flame, heat or strong oxidants. D. Handle coating materials according to their material safety data sheets. 1.7 FIELD [SITE] CONDITIONS A. Provide confined space entry, flow diversion and/or bypass plans as necessary to perform the specified work. 1.8 WARRANTY A. Contractor Warranty. H PART 2- PRODUCTS 2.1 MATERIALS, EQUIPMENT, PRODUCT TYPES A. Repair and Resurfacing Products: Compatible with the specified coating product(s) in order to bond effectively, thus forming a composite system. B. Used and applied in accordance with the manufacturer's recommendations. C. The repair and resurfacing products must meet the following: 1. 100 percent solids, solvent -flee epoxy grout specifically formulated for epoxy top coating compatibility 063126005 EPDXY LINERS FOR CONCRETE MANHOLES 02906 - 2 Jan-14 2. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink repair mortar that can be toweled or pneumatically spray applied and specifically formulated to be suitable for top coating with the specified coating product used D. Coating Product: Capable of being installed and curing properly within a manhole or concrete utility environment. E. Resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems; and, capable of adhering to typical manhole structure substrates F. The 100 percent solids, solvent -flee ultra -high -build epoxy system shall exhibit the following characteristics: 1. Application Temperature — 50 degrees F, minimum 2. Thickness — 125 mils minimum 3. Color — White, Light Blue, or Beige 4. Compressive Strength (per ASTM D695) — 8,800 psi minimum 5. Tensile Strength (per ASTM D638) — 7,500 psi minimum. 6. Hardness, Shore D (per ASTM D4541) — 70 minimum 7. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss maximum 8. Flexural Modulus (per ASTM D790) — 400,000 psi minimum 9. Flexural Strength (per ASTM D790) — 12,000 psi minimum 10. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) failure 11. Chemical Resistance (ASTM D543/G20) all types of service for: 12. Municipal sanitary sewer environment 13. Sulfuric acid, 30 percent 14. Sodium hydroxide, 5 percent G. Coating Application Equipment 1. Manufacturer approved heated plural component spray equipment. 2. Hard to reach areas, primer application and touch-up may be performed using hand tools. 2.2 SOURCE QUALITY CONTROL A. Testing: Take wet film thickness gauge per ASTM D4414 at 3 locations within the manhole, 2 spaced equally apart along the wall and 1 on the bench. B. Document and attest measurements and provide to the City. C. After coating has set, repair all visible pinholes by lightly abrading the surface and brushing the lining material over the area. D. Repair all blisters and evidence of uneven cover according to the manufacturer's recommendations. E. Test manhole for final acceptance according to Section 02730. 063126005 EPDXY LINERS FOR CONCRETE MANHOLES Jan-14 02906 - 3 PART 3 - EXECUTION 3.1 INSTALLERS A. All installers shall be certified applicators approved by the manufacturers. 3.2 PREPARATION A. Manhole Preparation: Stop active flows via damming, plugging or diverting as required to ensure all liquids are maintained below or away from the surfaces to be coated. B. Maintain temperature of the surface to be coated between 40 and 120 degrees F. C. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat source. D. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. E. Surface Preparation: 1. Remove oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts or other contaminants which may affect the performance and adhesion of the coating to the substrate. 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation so that only sound substrate remains. 3. Surface preparation method, or combination of methods, that may be used include high pressure water cleaning, high pressure water jetting, abrasive blasting, shot blasting, grinding, scarifying, detergent water cleaning, hot water blasting and others as described in SSPC SP 13/NACE No. 6. 4. All methods used shall be performed in a manner that provides a uniform, sound, clean, neutralized, surface suitable for the specified coating product. 3.3 INSTALLATION A. General: Perform coating after the sewer line replacement/repairs, grade adjustments and grouting are complete. B. Perform application procedures per recommendations of the coating product manufacturer including: environmental controls, product handling, mixing and application. C. Temperature: Only perform application if surface temperature is between 40 and 120 degrees F D. Make no application if freezing is expected to occur inside the manhole within 24 hours after application. E. Coating: Spray apply per manufacturer's recornmendation at a minimum film thickness of 125 mils. F. Apply coating from bottom of manhole frame to the bench/trough, including the bench/trough. G. After walls are coated, remove bench covers and spray bench/trough to at least the same thickness as the walls. H. Apply any top coat or additional coats within the product's recoat window. Additional surface preparation is required if the recoat window is exceeded. I. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating flow. 063126005 EPDXY LINERS FOR CONCRETE MANHOLES 02906 - 4 Jan-14 Ll s! 3.4 FIELD [OR] SITE QUALITY CONTROL A. Each structure will be visually inspected by the City the same day following the application. B. The inspector will check for deficiencies, pinholes and thin spots. C. If leaks are detected they will be chipped back, plugged and coated immediately with protective epoxy resin coating. D. Make repair 24 hours after leak detection. 3.5 CLOSEOUT ACTIVITIES A. Upon final completion of the work, the manufacturer will provide a written certification of proper application to the City. B. The certification will confirm that the deficient areas were repaired in accordance with the procedure set forth in this Specification. II END OF SECTION 02906 063126005 EPDXY LINERS FOR CONCRETE MANHOLES 02906 - 5 Jan-14 SECTION 02920 LAWNS AND GRASSES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. A. This section refers to establishment of grasses for developed and undeveloped areas damaged or removed by construction activities. All developed areas are to be sodded using approved methods and materials. All undeveloped areas are to be seeded using approved methods and materials. Where seeding is required the Contractor has the option of either planting seed with a drill or planting seed through hydroseeding, or a mixture of both methods, in accordance with these specifications. 1.3 RELATED DOCUMENTS A. Related Sections include the following: 1. Section 02317 — Excavation and Backfill for Structures 1.4 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Developed Areas: Areas disturbed by construction activities adjacent to homes apartments or businesses along the roadway. For the purposes of meeting the re -vegetation requirements required under this project, developed areas shall be defined as land with any type of improvement such as a home apartment building, storage building, fence, or any type of business. F. Undeveloped Areas: Area disturbed by construction activities where the land is not developed. For the purposes of meeting the re -vegetation requirements for this project, undeveloped areas shall be defined as land without improvements. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and 063126005 LAWNS AND GRASSES 02920 - 1 Jan-14 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 trfgrass, identifying source, including name and telephone number of supplier. 2. Certification that any trees, sod or seed are from nurseries that are certified to be fire ant free. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. rl E. Planting Schedule: Indicating anticipated planting dates for each type of planting. F. Preconstruction Condition Documentation: Prior to construction in any developed or undeveloped area, submit video or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the "preconstruction" condition of these areas. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 1.7 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements in TPPs "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." 1.8 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. Li 1. Seeding: February - May 2. Sodding: March - September B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. C. When construction activities are completed outside planting periods for seeding or sodding operations, the Contractor shall overseed the areas disturbed by construction activities with annual rye grass as a temporary stabilization measure. The Contractor shall re -seed or L re -sod areas overseeded with annual rye with approved permanent stabilization grasses as soon as practical during the following planting season. 1.9 UNDEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 "Satisfactory Grass Establishment", but for not less than 40 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, weeding, mowing, trinuning, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch. 063126005 LAWNS AND GRASSES 02920 - 2 Jan-14 C. Watering: Provide and maintain temporary piping, hoses, or other lawn -watering equipment to convey water from sources to keep soil uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water seed at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent inowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent inowings to maintain the following grass height: 1. Mow grass 4 inches to 6 inches high. E. Seeding/Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is _. dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to seeded 1. area. 1.10 DEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 "Satisfactory Grass Establishment", but for not less than the following periods: 1. Sodded Lawns: 30 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, or other lawn -watering equipment to convey water from sources to keep soil uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water grass at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 1-1/2 inch to 2 inches high. E. Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. 063126005 LAWNS AND GRASSES 02920 - 3 Jan-14 PART 2 -PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Use Bermuda grass seed for disturbed undeveloped areas. Choose a variety such as Sahara Bermuda or Yuma Bermuda and submit to the Engineer 60 days prior to planting for approval. j 2.2 TURFGRASS SOD A. Turfgrass Sod: Approved, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Bermuda grass (Cynodon dactylon tiffway cultivar) 2.3 TOPSOIL A. Contractor shall use approved topsoil obtained from stripping ahead of construction activities. 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.5 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. 063126005 LAWNS AND GRASSES 02920 - 4 Jan-14 B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Remove weeds before seeding by applying selective herbicides as required do not use pre -emergence herbicides. D. Limit subgrade preparation to areas to be planted. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than one inch in any 5 dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. 1. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. 2. Reduce elevation of planting soil to allow for soil thickness of sod. E. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. 2. Remove stones larger than one inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. F. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. G. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. H. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.3 DRILLED SEEDING A. Sow seed with drill specifically designed for type of seed to be used. Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Sow seed at the rate of 2 lb. of pure live seed (pls) per 1000 sf. C. Roll lightly, and water with fine spray. 3.4 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment - specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic or asphalt -emulsion tackifier. s 2. Apply slurry uniformly to all areas to be seeded in a one-step process. 063126005 LAWNS AND GRASSES 02920 - 5 Jan-14 3.5 SODDING A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding three horizontal to one vertical. 2. Anchor sod on slopes exceeding six horizontal to one vertical with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.6 RENOVATION OF LAWNS A. Renovate existing grasses and landscaping damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles, at Contractor's expense. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. 2. Contractor shall replace damaged grass or plants with grass or plants that are identical to those present in the existing lawn or landscaping. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet fmish grades. H. Water newly planted areas and keep moist until new grass is established. 3.7 SATISFACTORY GRASS ESTABLISHMENT A. Satisfactory Seeded Area: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Satisfactory sodded Area: At end of maintenance period, a healthy, well -rooted, even -colored, viable stand of grass has been established, flee of weeds, open joints, bare areas, and surface irregularities. C. Reestablish grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. 063126005 LAWNS AND GRASSES 02920 - 6 Jan-14 3.8 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period in accordance with the Storm Water Pollution Prevention Plan. END OF SECTION 02920 063126005 LAWNS AND GRASSES 02920 - 7 Jan-14 SECTION 02930 SANITARY SEWER FLOW METER PART 1-GENERAL lU_I\L.. A. Section Includes: 1. Sanitary sewer flow meters. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Fonns, and Conditions of the Contract 2. Division 1— General Requirements 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Flow meter sensor 2. Electronics unit 3. Interconnecting cable PART 2 - PRODUCTS 2.1 MATERIALS A. Manufacturers 1. Provide new Flo-DarTM Sensor with Flo -Station Open Channel Flow Meter manufactured by Marsh-McBimey Hach Company. B. General Description 1. The flow meter shall consist of three components; an electronics unit, sensor, and interconnecting cable. The sensor shall combine advanced radar velocity sensing technology with ultrasonic pulse echo level sensing to remotely measure open channel flow. Flow shall be calculated based on the Continuity Equation (Q= V x A), where Q= Flow, V= Average Velocity and A= Area. 063126005 SANITARY SEWER FLOW METER 02930 - 1 Jan-14 C. Materials 1. Sensor a. The sensor shall consist of three transducers housed in a single polystyrene watertight enclosure. The sensor shall be of the non -contact type and be mounted above the flow surface. The three transducers shall be a digital Doppler radar for surface velocity, an ultrasonic pulse echo for fluid level, and a piezo-resistive pressure measurement for surcharge level. The radar beam shall transinit signals, which interact with the fluid and reflect back at a different frequency. These reflected signals shall be compared with the transmitted frequency, resulting in a frequency shift. The frequency shift shall provide an accurate measurement of the flow velocity. Fluid level shall be measured with an ultrasonic pulse echo transceiver by transmitting a sound wave to the fluid surface. The sensor shall accurately measure flows in circular and rectangular channels down to flow depths of 1/4 inch. A Piezo-resistive pressure sensor shall be used to measure the level of fluid above the sensor if a surcharge condition occurs. A Surcharge Condition sensor shall also be supplied. 1) Enclosure a) Material: Polystyrene (IP68) b) Dimensions: 6.9" W X 16.65" L X 11.7" D c) Weight: 10.5lbs. d) Operating Temperature Range: 14°F to 122°F e) Storage Temperature Range: -4°F to 140°F 2) Sensor Cable - The standard sensor cable shall be abrasive resistant polyurethane jacket with one waterproof connection at the sensor end and pigtails at the monitor end to allow for sensor interchangeability. a) Material: Polyurethane jacketed b) Length: As indicated in plans. 3) Velocity Measurement a) Method: Radar b) Range: 0.75 to 20 ft/s c) Accuracy: f0.5%; ±0.1 ft/s 4) Level Measurement a) Method: Ultrasonic b) Operating Range: 0.25 in. to 60 in. c) Temperature Compensated d) Accuracy: f0.1 in (1% Accuracy) 5) Surcharge Conditions Level / Velocity a) Level — Standard (1) Method: Piezo-resistive pressure transducer (2) Maximum Range: 138 in. b) Velocity (1) Method: Electromagnetic (2) Range: -5 to +20 ft/s 6) Flow Measurement (Based on Continuity Equation) a) Accuracy: f5.0% of reading typical where flow is in a channel with uniform flow conditions and is not surcharged. 063126005 SANITARY SEWER FLOW METER 02930 - 2 j Jan-14 2. Electronics a. Model 1204-2 - Flo -Station with Display Includes (4) 4-20 mA outputs & Flo - Ware software with Communications Cable — 120/240 AC powered _.. 1) Data Storage: 64K (16 cycles of velocity/level data). 2) Local Terminal: RS232C @ 19.2K baud 3) Display: 1 in. x 3 in. a) Four lines of text display Flow, Level, Velocity, Total, or any combination of any four channels containing data. Screens can be programmed to display alternate values. !, 4) Housing material: ABS plastic and is a NEMA 4 rated enclosure. 5) Operating temperature range: 14' Fahrenheit to 122' Fahrenheit with relative humidity non -condensing 10-90%. 6) Storage temperature: 4° Fahrenheit to 140' Fahrenheit. 7) Time base Accuracy: 1 second per day 8) Outputs: Four 4-20 mA outputs; system -isolated, up to 600SZ load for FLOW, LEVEL, VELOCITY, and SURCHARGE LEVEL. 9) Contact Closure: Dry contact closure with adjustable duration selectable for flow -proportional or alarm based on: FLOW; LEVEL; VELOCITY; SURCHARGE LEVEL; TEMPERATURE; DC SUPPLY VOLTAGE; EACH SAMPLE; BAD SAMPLE; or ANALOG INPUT. a) Rating: 0.5A @ 125 VAC (resistive) 10) Power Requirements: 100-240 VAC, 47-63 Hz, 15 Watts (20 watts with display; backlight ON) 3. Software a. Flo -Ware for Windows 1) The software shall include driver's specific for the sensor. 2) The local communications cable shall be USB or RS232 with DB9 connector. 3) The reports section of the program shall use the raw data from the instrument to create "projects" that can be viewed, adjusted, and printed. Reports shall consist of chart, text and scatter plot formats. 4) Data can be adjusted in the raw data view to change incorrect values. 5) Data shall be able to be saved in a .txt or .csv file format for use in common applications such as Microsoft® Excel® spreadsheet software. 6) The software shall be compatible with desktop/lap top computers utilizing Windows operating system; minimum graphics resolution needed is 1024 x 768. 4. Miscellaneous materials a. Sensor retrieval / placement pole (extends to 24 ft.) b. Sensor retrieval hook c. Sensor laser alignment tool d. Sensor mount hardware 1) Mount shall be of stainless steel material suitable for manhole applications and consist of a sensor mount frame, wall mount flame, wall mount bracket, two space bars and clamps which can be bolted directly inside a manhole 063126005 SANITARY SEWER FLOW METER 02930 - 3 Jan-14 PART 3 - EXECUTION 3.1 INSTALLATION A. Sensor and Electronics 1. All equipment shall be installed in accordance with the manufacturer and as shown on the drawings. 2. Installation and adjustment shall be checked and approved by a manufacturer's factory representative. After acceptance, the representative shall address a letter to the Owner outlining all installation and start up procedures. The letter shall include a statement that the flow meters are installed per the manufacturer's recommendations. 3. The manufacturer or his qualified representative shall be on site to conduct the startup of the equipment for all locations as shown in the plans. 4. The manufacturer or his qualified representative shall conduct training sessions for the Owner's personnel in the operation of the equipment. 5. The contractor shall certify the calibration of the equipment prior to acceptance by the Owner. END OF SECTION 02930 063126005 SANITARY SEWER FLOW METER 02930 - 4 Jan-14 SECTION 02931 �YK\9.WyK10401 PART1-GENERAL 1, 1.1 SUMMARY A. Section Includes: 1. SCADA equipment for Flo-DarTM flow meters. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 1.3 SUBMITTALS qi A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Submit catalog literature, specification material and installation and operation manual for each instrument and device specified herein. 2. Submit outline and dimensional drawings and wiring diagrams to Engineer for review. 3. Submit shop drawings for including wiring and dimensional outlines. Shop drawings shall include ISA loop drawings on all RTU 1/0. Loop drawings shall include all device terminal numbers and wire numbers. PART 2 - PRODUCTS 2.1 MATERIALS A. RTU's (Remote Terminal Units) 1. RTU's shall be SCADA-Pack 100 Smart RTU. 2. Radios shall be MDSTM SD9 radios as manufactured by GE. 3. RTU shall be powered off of a 12 VDC power supply B. Directional Antennas 1. Directional antennas shall be Yaggi type and shall have a 10 dB gain. Furnish PCTEL Bluewave Antennas model BGYD890K Series antennas. 063126005 SCADA SYSTEM 02931 - 1 Jan-14 $ i C. Antenna Towers 1. Antenna tower shall be a galvanized round straight pole, constructed of welded steel members and shall be hot dipped galvanized after fabrication. Towers shall be attached as noted on plans and shall be placed at a height to achieve clear line of sight to SEWRP Administration building. D. Surge Suppressor 1. Surge suppressors for protecting 120vac circuits shall meet UL 1449, UL 1283, NEMA LS- 1 1992, and ANSI/IEEE C62.41 and C62.45 E. Security Light 1. Security lights installed at the meter sites shall be manufactured by RAB Lighting and shall be model WPLED52 Bronze with a photo cell dawn to dusk. Ell F. Control Box 1. Enclosures for RTU and other instrumentation equipment shall be hinged door type. Enclosure be house but be less shall sized to the specified equipment, shall not than the size e indicated on the drawings. 1- 2. Enclosure rating outdoors shall be NEMA 4X and shall be constructed of 304 stainless steel. PART 3 - EXECUTION 3.1 INSTALLATION A. Instrumentation 1. Permanently mount the instruments, all SCADA equipment, and all required appurtenances in accordance with manufacturer's requirements. All work shall be done in accordance with industry standards, the NEC, ISA recommendations and in a workmanship like manner. 2. Calibrate and test all components. 3. Certify that all instrument installations and calibrations are done in accordance with ISA and the manufacturer's recommendations. 4. Provide completed ISA calibration sheets for all new instruments provided. 5. All surge suppression devices shall be grounded with minimum #8 ground wire. B. Radio System 1. Antenna shall be mounted at the top of the round straight pole as shown on the drawings for proper installation of the Yagi antenna. Tower erection shall be in accordance with manufacturer's instructions and anchor pattern provided by the manufacturer and shall be performed by qualified and experienced personnel. a. The City of Lubbock will install a temporary antenna on the administration building of the SEWRP. All antennas shall be placed such that a clear line of sight may be achieved to the SEWRP antenna. 2. All towers and antennas shall be grounded as required by local and national codes. 3. Weatherproof all outdoor connectors with shrink tubing, Decibel Products VB-8 Vapor -Bloc. Carefully inspect installed cable for nicks and kinks. 4. Check VSWR (voltage standing wave ratio) at each site after installation and submit test results to engineer for review. 063126005 SCADA SYSTEM 02931 -2 Jan-14 5. Configure radios to communicate to SEWRP Administration building. C. RTU Programming 1. All equipment shall be able to conununicate with the existing system at the SEW". 2. The City of Lubbock will be responsible for programming the new meters into the existing SCADA system. END OF SECTION 02931 063126005 SCADA SYSTEM 02931 - 3 Jan-14 SECTION 02940 VORTEX FLOW INSERT PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install Vortex Flow Insert and all associated mounting and connection materials in a drop structure as indicated and specified herein. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association (AWWA) Standards a. C900: Standard for Polyvinylchloride (PVC) Pressure Pipe and Fabricated Fittings, 4 to 12-inch nominal diameter. b. C905: Standard for Polyvinylchloride (PVC) Pressure Pipe and Fabricated Fittings, 14 to 48-inch nominal diameter. 3. Canadian Standards Association (CSA) Standards a. B 137.3: Fabricated Fittings 4. Canadian General Standards Board (CGSB) Standards a. CAN/CGSB-41-22-93: Fiberglass 5. American Society for Testing and Materials (ASTM) Standards a. C581-00: Chemical Resistance of Thermosetting Resins Used in Glass -Fiber - Reinforced Structures Intended for Liquid Service 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Vortex Flow Insert 2. Structural design signed and sealed by a professional engineer 063126005 VORTEX FLOW INSERT 02940 - 1 Jan-14 PART 2 - PRODUCTS 2.1 MATERIALS A. Manufacturers 1. The Vortex Flow Insert consists of a Vortex Top Form, a Vortex Shaft and an Energy Dissipation Pool as specified by IPEX Inc. B. General Description 1. Vortex Flow Insert shall be designed to operate effectively with flows between 15% and 115% of their rated capacity, unless otherwise specified. a. Design flows: 1) Average Flow (dry weather) = 2.36 MGD 2) Peak Flow (wet weather) = 7.59 MGD 3) Build -out Peak Flow (wet weather) = 10.58 MGD 2. Vortex Flow Insert must display a label engraved "U.S. Patent No. 6,419,843". C. Material 1. All Vortex Flow Inserts will be manufactured by IPEX USA L.L.0 (1-800-463-9572) or an IPEX authorized Sub -Contractor. 2. All units to be manufactured to standard specifications produced and supplied under license by IPEX Inc. 3. All pipe sections used in the fabrication of the Vortex Flow Insert must be manufactured to AWWA C900 and/or AWWA C905 standards. 4. All pipe sections used in the fabrication of the Vortex Flow Insert must be CSA Certified to CSA B137.3.All PVC sheet used in the fabrication of the Vortex Flow Insert is to be of 1/4" minimum thickness. 5. All Roving used in the fabrication of the Vortex Flow Insert is to be 24oz/sgyd minimum. 6. All Mat used in the fabrication of the Vortex Flow Insert is to be 1-1/2oz/sgft minimum. 7. All Derakane used in the fabrication of the Vortex Flow Insert will be of minimum grade 470-300. 8. All resin used in the fabrication of the Vortex Flow Insert will be determined by supplier to meet the specific requirements of the fluid and the temperature. 9. All bolts, fasteners, straps, supports and mounting hardware shall be stainless steel, with the grade to be determined by the contractor's structural engineer. 2.2 QUALITY ASSURANCE A. Acceptance at site: 1. The quality of all materials shall be subject to inspection and approval by the Resident Project Representative. The Vortex Flow Insert shall be subject to rejection upon delivery on account of failure to meet specification requirements. If any material is damaged between the times of delivery and the completion of installation, it shall be repaired or replaced, if permitted by the Owner, at the expense of the Contractor. 2. Materials will be inspected for compliance with specified standards and the specifications herein. In addition, all materials shall be inspected for general appearance, dimensions, and cracks. 063126005 VORTEX FLOW INSERT 02940 - 2^� Jan-14 3. Minor imperfections may be repaired, if permitted by the Owner, at the expense of the Contractor. All repairs shall be inspected before final approval by the Resident Project } Representative. PART 3 - EXECUTION 3.1 INSTALLATION A. Contractor is responsible for securing, supporting and connecting the Vortex Flow Insert to existing influent pipe and manhole structure as specified and designed by the Engineer. B. Install Vortex Flow Insert in accordance with plans. C. Align Vortex Flow Insert as designed and specified in the plans. D. Anchor Vortex Flow Insert to wall of structure per approved shop drawings. E. Provide spacers and supports for Vortex Flow Insert per approved shop drawings. F. Provide a watertight connection between Vortex Flow Insert and influent pipe through the use of non -shrink sealant/grout or a similar method. G. Protect Vortex Flow Insert from water and debris entering structure during construction. H. Support all work until permanent support has been installed. Contractor is responsible for furnishing and installing temporary and pennanent support systems. END OF SECTION 02940 063126005 VORTEX FLOW INSERT 02940 - 3 Jan-14 DIVISION 3 — CONCRETE 063126005 DIVISION 3 — CONCRETE Jan-14 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction and Division 1 -General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes, but is not limited to cast -in place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Cast -in -place concrete includes but is not limited to the following: 1. Concrete Rip -rap. 2. Sign anchors. 3. ADA ramps. 4. Illumination pole foundations. 5. Headwalls, wingwalls, and aprons. 6. Utility encasements. 7. Cast -in -place manhole bases and manhole riser supports at pipe tee locations. C. Concrete for pavement, sidewalk, curb and gutter, driveways, and alleys shall meet the City of Lubbock Specifications. 1.3 SUBMITTALS A. Submit product data in accordance with Section 01330 — Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete mix. D. Shopdrawings for reinforcement detailing fabricating, bending, and placing concrete g reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, } materials, steel grades, and arrangement of concrete reinforcement and methods of support. Include special reinforcing required for openings through concrete structures. E. Laboratory test reports for concrete materials and mix design test. F. Formwork shop drawings: Prepared by or under supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of formwork. Design and Engineering :.. of formwork are Contractor's responsibility. G. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork, shoring removal and installing and removing reshoring. 063126005 Jan-14 CAST -IN -PLACE CONCRETE 03300 - 1 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 4. American Concrete Institute (ACI) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACI) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete Construction and Materials." B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material evaluation tests and to design concrete mixes. Agency shall be qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated. Personnel conducting field test shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-1 or an equivalent certification program. C. Materials and installed Work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this project and whose work has resulted in construction with a record of successful in-service performance. E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94, "Requirements for Production Facilities and Equipment." 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. PART 2 -PRODUCTS 2.1 FORM MATERIALS A. Refer to City of Lubbock Specifications 2.2 REINFORCING MATERIALS A. Refer to City of Lubbock Specifications 2.3 CONCRETE MATERIALS A. Portland Cement: Refer to City of Lubbock Specifications 063126005 CAST -IN -PLACE CONCRETE 03300 - 2 Jan-14 I 1_ B. Water: Refer to City of Lubbock Specifications E. Admixtures, General: Provide concrete admixtures that contain not more than 0.1 percent chloride ions. F. Air -Entraining Admixture: Refer to City of Lubbock Specifications G. Water -Reducing Admixture: Refer to City of Lubbock Specifications H. High -Range Water -Reducing Admixture: Refer to City of Lubbock Specifications y; I. Water -Reducing, Accelerating Admixture: Refer to City of Lubbock Specifications J. Water -Reducing, Retarding Admixture: Refer to City of Lubbock Specifications K. Water Proofing Admixture: Refer to City of Lubbock Specifications 2.4 CURING COMPOUND A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 2.5 RELATED MATERIALS A. Dovetail Anchor Slots: Hot -dip galvanized sheet steel, not less than 0.0336 inch thick with bent tab anchors. Fill slot with temporary filler or cover face opening to prevent intrusion of concrete or debris. B. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. C. Liquid Membrane -Forming Curing Compound: Liquid -type membrane -forming curing compound complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 lb/sq.yd. when applied at 200 sq. ft./gal. D. Bonding Agent: Polyvinyl acetate or acrylic base. E. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.6 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. 1. Do not use the same testing agency as Owner for field quality control testing. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by Engineer. Do not submit mix designs for other projects or that are over 60 days of age. Do not submit concrete cylinder strength reports from other projects that are older than 45 days, or that are not of the proposed mix design. C. Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: 1. 3000 psi, 28-day compressive strength. 2. Type I cement. 3. Fly Ash: Allow up to 30% of ceimentitious material. 063126005 CAST -IN -PLACE CONCRETE 03300 - 3 Jan-14 �3 4. Minimum Slump: 4 inches. 5. Maximum Slump: 6 inches. 6. Maximum Water Cementitious Water Ratio:.55. 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. D. Water related structures mix design: Provide normal weight concrete with the following properties: 1. 4500 psi, 28-day compressive strength. 2. Type I cement 3. Fly Ash: 30% of total cementitious weight. 4. Minimum slurnp: 6 inches 5. Maximum slump: 8 inches 6. Maximum water cementitious material ratio:.40 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. 8. Water proofing admixture. E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in Work. 2.7 ADMIXTURES A. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg Fahrenheit. C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. D. Use water -reducing admixture in pumped concrete, concrete required to be water tight, and concrete with a water cementitious materials ratio below 0.50. E. Limit water-soluble, chloride ion content in hardened concrete to 0.15 percent by weight of cement. 2.8 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specked. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. 063126005 CAST -IN -PLACE CONCRETE 03300 - 4 Jan-14 V, _ PART 3 -EXECUTION 3.1 GENERAL A. Coordinate the installation of joint materials, vapor retarder, and other related materials with placement of forms and reinforcing steel. Before concrete placement operations begin, the substrate shall be fully prepared. Contractor shall be responsible for verifying that all work which will be embedded is complete and necessary inspections have been performed. Pour stops or bulkheads shall be in place and reinforcement shall be secured in proper location. 3.2 FORMS A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 347 limits: 1. Provide Class A tolerances for concrete surfaces exposed to view. 2. Provide Class C tolerances for other concrete surfaces. B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent cement paste from leaking. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. D. Provide temporary openings for clean -outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber { chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. I 063126005 Jan-14 CAST -IN -PLACE CONCRETE 03300 - 5 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Engineer. D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full inesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Do not weld reinforcing bars unless specifically shown. Where shown on the plans, comply with AWS D 1.4. Bars to be welded shall conform to ASTM A706. 3.4 JOINTS A. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. B. Provide keyways at least 1-1/2 inches deep in construction joints in walls and slabs and between walls and footings. Bulkheads designed and accepted for this purpose may be used for slabs. C. Place construction joints perpendicular to main reinforcement. Continue reinforcement j across construction joints except as indicated otherwise. Do not continue reinforcement through sides of strip placements. �j D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of work. Field fabricate joints in waterstops according to manufacturer's printed instructions. F. Isolation Joints in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of i contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. -£ G. Contraction (Control) Joints in Slabs -on -Grade: Construct contraction joints in slabs -on -grade to form panels of patterns as shown. 063126005 CAST -IN -PLACE CONCRETE 03300 - 6 Jan-14 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. i B. Install dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. D. Ends of storm sewer pipe to be embedded in cast -in -place walls shall be in place prior to setting formwork and reinforcement, floor slab inclusive. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, nonresidual, low-VOC, form -coating compound before placing reinforcement. B. Do not allow excess form -coating material to accumulate in forms or come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. 1. Coat steel forms with a nonstaining, lust -preventative material. Rust -stained steel formwork is not acceptable. 3.7 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators t vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate v 063126005 CAST -IN -PLACE CONCRETE 03300 - 7 Jan-14 concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into corners. 2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in proper position on chairs during concrete placement. F. Cold -Weather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. G. When air temperature has fallen to or is expected to fall below 40 deg F, uniforinly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. Hot -Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305R and as specified. I. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or diy areas. 4. Use water -reducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to Engineer. Water may be added to the concrete at the project site, subject to the following conditions: 1. Truck tickets indicate maximum amount of water that can be added without exceeding the maximum specified water/cement ratio. 2. Water is added in a manner to control volume added. 3. Concrete is properly re -mixed after addition of water. 4. Inspector is notified, if concrete placement requires inspection. 5. Site added water should be done prior to taking concrete samples for testing. 6. Do not add water to concrete after adding high range water -reducing admixtures to mix. 063126005 CAST -IN -PLACE CONCRETE 03300 - 8 Jan-14 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: Provide a rough -formed finish on formed concrete surfaces not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by form -facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off. B. Smooth -Formed Finish: Provide a smooth -formed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or another similar system. This is an as -cast concrete surface obtained with selected form -facing material, arranged in an orderly and symmetrical manner with a 5 minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. C. Smooth -Rubbed Finish: Provide smooth -rubbed finish on scheduled concrete surfaces that have received smooth -formed finish treatment not later than 1 day after form removal. 1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.9 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as specified; slab surfaces to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand -bed terrazzo; and where indicated. 1. After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating, using float blades or float shoes only, when surface water has disappeared, or when concrete has stiffened sufficiently to permit operation of power -driven floats, or both. Consolidate surface with power -driven floats or by hand -floating if area is small or inaccessible to power units. Finish surfaces to tolerances of F(F) 18 (floor flatness) and F(L) 15 (floor levelness) measured according to ASTM E 1155 . Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. 2. Remove any efflorescence as soon as feasible after its appearance. If the efflorescence hardens, then remove with a mild detergent or a mild acid cleaner. B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or another thin film -finish coating system. 1. After floating, begin first trowel -finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand -troweling operation, free of trowel marks, 33' 063126005 CAST -IN -PLACE CONCRETE 03300 - 9 Jan-14 uniform in texture and appearance, and finish surfaces to tolerances of F(F) 20 (floor flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1155. Grind smooth any surface defects that would telegraph through applied floor covering system. C. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Innnediately after float finishing, slightly roughen concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete Work. 3.11 CONCRETE CURING AND PROTECTION A. General: Protect fleshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation -control material. Apply according to manufacturer's instructions after screeding and bull floating, but before power floating and troweling. B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. C. Curing Methods: Cure concrete by curing compound, and moisture -retaining cover curing. D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 1 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray. Recoat areas subjected to rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.12 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form -removal operations, and provided curing and protection operations are maintained. 3.13 REUSING FORMS A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or �J otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply J new form -coating compound as specified for new formwork. 063126005 CAST -IN -PLACE CONCRETE 03300 - 10- Jan-14 B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to .- Engineer. 3.14 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removing forms, when acceptable to Engineer. B. Mix dry -pack mortar, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. 1. Cut out honeycombs, rock pockets, voids over 1/4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and biush-coat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried. 2. For surfaces exposed to view, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on the surface, and stains and other discoloration that cannot be removed by cleaning. Flush out form tie holes and fill with dry -pack mortar or precast cement cone plugs secured in place with bonding agent. 1. Repair concealed formed surfaces, where possible, containing defects that affect the concrete's durability. If defects cannot be repaired, remove and replace the concrete. D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope. 1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to the reinforcement or completely through nonreinforced section regardless of width, spalling, popouts, honeycombs, rock pockets, and other objectionable condition. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operation by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may be used when acceptable to Engineer. 4. Repair defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all 063126005 CAST -IN -PLACE CONCRETE 03300 - 11 Jan-14 around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. E. Repair isolated random cracks and single holes 1 inch or less in diameter by dry -pack method. Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding compound. Place dry -pack before bonding agent has dried. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. If random cracks and single holes indicate weeping and leakage under adjacent hydrostatic head, seal with Avanti International Scotch Seal 5600 urethane, water -activated grout prior to dry packing. F. Perform structural repairs with prior approval of Engineer for method and procedure, using specified epoxy adhesive and mortar. G. Repair methods not specified above may be used, subject to acceptance of Engineer. j 3.15 HYDRAULIC LEAKAGE REPAIR A. Joints, embedments and penetrations that exhibit leakage or weeping when under adjacent hydrostatic pressure shall be sealed with Avanti International Scotch Seal 5600 water -activated urethane grout. Procedures and surface finish over urethane grout shall be as approved by the Engineer. 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Sampling and testing for quality control during concrete placement shall be performed by Contractor as follows: 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with - ASTM C 94. a. Slump: ASTM C 143; one test at point of discharge for each days pour of each type of concrete; additional tests when concrete consistency seems to have changed. One test for each set of compressive strength cylinders cast. b. Air Content: ASTM C 173, volumetric method for lightweight or normal weight i concrete; ASTM C 231, pressure method for normal weight concrete; one for each day's pour of each type of air -entrained concrete. c. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below, when 80 deg F and above, and one test for each set of compressive -strength specimens. One test for each set of compressive strength cylinders cast. d. Compression Test Specimen: ASTM C 31; one set of four standard cylinders for i each compressive -strength test, unless otherwise directed. Mold and store cylinders 4 for laboratory -cured test specimens except when field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; one set for each day's pour exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each 063126005 CAST -IN -PLACE CONCRETE 03300 - 12 Jan-14 concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 2. When frequency of testing will provide fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used. 3. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi. B. Test results will be reported in writing to Engineer, ready -mix producer, and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-day tests and 28-day tests. C. Additional Tests: The Contractor will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. The Owner may require the Contractor to conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. D. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders are not representative of concrete in -place in the structure; or c. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the structure, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the structure. Damaged cores shall be replaced. 063126005 CAST -IN -PLACE CONCRETE 03300 - 13 Jan-14 b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. c. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified strength. , END OF SECTION 03300 a . 063126005 CAST -IN -PLACE CONCRETE Jan-14 03300 - 14 SECTION 03360 CONTACT GROUTING PART I - GENERAL 1. SCOPE OF WORK a. This Section provides minimum requirements for contact grouting of all voids caused or encountered during casing installation, the annular space outside the jacking pipe after trenchless installations are complete, around shafts as necessary to prevent surface settlement, as necessary to complete portal stabilization work, and for abandonment grouting of boreholes for subsurface monitoring points after trenchless construction is complete. 2. RELATED WORK SPECIFIED ELSEWHERE a. 02611 —Steel Casing Pipe b. 02349 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 3. REFERENCE SPECIFICATIONS, CODES, AND STANDARDS a. The publications listed below form a part of this Specification to the extent referenced. Where conflicts between these Specifications and the referenced specification, code, or standard occur, the more restrictive specification shall govern. The latest edition available on the date of issue of Contract Documents shall be used. b. ASTM C 31— Standard Practice for Making and Curing Concrete Test Specimens in the Field C. ASTM C 39 — Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens d. ASTM C 94 — Standard Specification for Ready -Mixed Concrete e. ASTM C 109 — Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch Cube Specimens) f. ASTM C 144 — Standard Specification for Aggregate for Masonry Mortar g. ASTM C 150 — Standard Specification for Portland Cement 063126005 CONTACT GROUTING 03360 - 1 Jan-14 h. ASTM C 937 — Standard Specification for Grout Fluidifier for Preplaced- 1.....) Aggregate Concrete 4. DESIGN CRITERIA a. Contact grout shall be used to fill any voids caused or encountered outside the casing pipe to fill the annular space created by the shield overcut during trenchless construction, to fill any voids caused or encountered outside of shafts, as necessary for portal stabilization, and for abandonment of subsurface monitoring point boreholes. b. Grout Mixes: Develop one or more grout mixes designed to completely fill the voids outside the casing or shafts and to provide acceptable strength to prevent settlement. Grout used outside shaft excavations shall be of a strength that allows for efficient excavation by the tunneling equipment. Determine 24-hour and 28- day strength of each grout mix in accordance with ASTM C39 or C109. All grout mix proportions shall be subject to review and acceptance by the Engineer. Grout Composition: Grout shall consist of Portland cement, bentonite, fluidifier as necessary, and water in the proportions specified herein or as approved by the Engineer. Sand may be added to the grout mix in instances of very high grout takes as approved by the Engineer. The addition of sand may require additional water or fluidifier to be added to the grout mix. d. Compressive Strength: The miniinuin compressive strength at 24 hours shall be at least 10 psi. The ininimum compressive strength at 28 days shall be 50 psi. The grouting contractor shall coordinate with the trenchless subcontractor to ensure that the grout strength for any grout that will be excavated during trenchless construction can be efficiently excavated by the tunneling equipment without damaging the equipment or causing excessive wear of cutting tools. QUALITY ASSURANCE a. Grout Strength Tests: 1) Prepare samples for 24-hour and 28-day compressive strength tests according to ASTM C31 for cylinders or ASTM C109 for cubes. Test samples according to ASTM C39 or C109 as applicable. Grout for the cylinders or cubes shall be taken from the nozzle of the grout injection line. Collect at least one set of four (4) samples for each 500 cubic feet of grout injected but not less than one set for each grouting shift, unless directed in writing otherwise by the Engineer. 063126005 CONTACT GROUTING 03360 - 2 Jan-14 l_� 6. SUBMITTALS a. Submittals shall be made in accordance with Section 01330. Review and acceptance of the Contractor's submittals by the Engineer shall not be construed in any way as relieving the Contractor of its responsibilities under this Contract. b. Work Plan and Methods: 1) Submit a work plan for each type of contact grouting required, including: contact grouting methods and details of equipment, grouting procedures and sequences, injection pressures, monitoring and recording equipment, pressure gauge calibration data, methods of controlling grout pressure, and provisions to protect pipe lining or shaft supports. 2) Submit details of grout mix proportions, admixtures, including manufacturer's literature, MSD sheets, and laboratory test data verifying the strength of the proposed grout mix. Reports and Records: Maintain and submit daily logs of grouting operations, including grouting locations, pressures, volumes, and grout mix pumped, and time of pumping. Note any problems or unusual observations on logs. d. Grout Strength Tests: Submit test results for 24-hour and 28-day compressive strength tests for the cylinder molds or grout cubes obtained during grouting operations. 1. MATERIALS a. Cement: Cement shall be Type 11 or Type V Portland cement conforming to ASTM C 150. Type H cement shall meet Table 4 false set requirements of ASTM C 150. b. Bentonite: Bentonite shall be a commercially processed powdered bentonite, Wyoming type, such as Imacco-gel, Black Hills, or equal. C. Fluidifier: Fluidifiers shall hold the solid constituents of the grout in colloidal suspension, be compatible with the cement and water used in the grouting work, and comply with the requirements of ASTM C 937. d. Admixtures: Other admixtures may be used subject to the written approval of the Engineer to improve the pumpability, to control set time, to hold sand in suspension, and to prevent segregation and bleeding. 063126005 CONTACT GROUTING 03360 - 3 Jan-14 2. EQUIPMENT pt a. Equipment for mixing and injecting grout shall be adequate to satisfactorily mix and agitate the grout and force it into the grout ports, in a continuous flow at the desired pressure. Pumps shall be capable of continuously developing a sustained pressure of 15 psi in excess of existing groundwater pressures at the grout port connection. b. Two pressure gauges shall be provided, one at the grout pump and one at the collar of each port being grouted. The accuracy of the gauges shall be periodically checked with an accurately calibrated pressure gauge. A minimum of two spare pressure gauges shall be available on site at all times. C. The grouting equipment shall be provided with a meter to determine the volume of grout injected. The meter shall be calibrated in cubic feet to the nearest one -tenth of a cubic foot. d. The grouting equipment shall be maintained in satisfactory operating condition throughout the course of the work to ensure continuous and efficient performance during grouting operations. e. Suitable stop valves shall be provided at the collar of each port for use in maintaining pressure as required until the grout has set. f. Grout hoses shall have an inside diameter not less than 1-1/2 inches and shall be capable of withstanding the maximum water and grout pressures to be used. PART 3 - EXECUTION GENERAL REQUIREMENTS a. The Contractor shall use contact grouting to fill any voids caused or encountered during shaft construction that could lead to shaft movements during trenchless operations, or that could lead to settlement and damage of installed pipe, surface features, or subsurface utilities. b. The Contractor shall use contact grouting to completely fill the void space outside the jacking pipe caused by the trenchless operations (including the overcut), and any voids caused or encountered during the trenchless construction. C. All grouting operations are to be performed in the presence of the Engineer. Notify the Engineer at least 24 hours in advance of starting contact grouting operations. d. The Contractor shall take care to prevent the spill or escape of grout to the ground surface, into any water body, or into any sanitary or storm sewer. The Contractor 063126005 CONTACT GROUTING 03360 - 4 Jan 14 i _ shall closely monitor grouting operations to detect any spills or escape of grout to the surface or into any water body, sanitary sewer, or storm sewer. Any such spill shall be immediately contained and cleaned up by the Contractor at no additional cost. e. During grouting work, provide for adequate disposal of all waste and wastewater. Remove and properly dispose of all waste grout resulting froin grouting operations. The contents of grout lines shall not be discharged into the pipe, sanitary sewers, storm drains, or water bodies. 2. MIXING AND INJECTION OF GROUT a. All materials shall be free of lumps when put into the mixer and the grout mix shall be continuously agitated. Grout shall flow unimpeded and shall completely fill all voids. Grout not injected within 90 minutes of mixing shall be wasted. b. The grouting process shall be operated and controlled so that the grout is delivered uniformly and steadily. C. Recirculate grout mixes when any new mix is batched or after adding water, fluidifier, or sand to mix. Recirculate mix for at least 2 minutes prior to pumping grout into grout port. d. In general, grouting will be considered completed when less than one cubic foot of grout of the accepted mix and consistency can be pumped in 5 minutes under the specified maximum pressure. After the grouting is finished, the valve shall be closed before the grout header is removed, and remain closed until grout has set. For any port ahead of the grouting operation, with a valve attached, and the valve in the open position; the current port shall be considered grouted if grout issues forth, from the subsequent port, with the same color and consistency, and at the same rate as that being pumped. Replace grout plugs in pipe at the completion of grouting. e. The maximum sustained grouting pressure shall be 15 psi in excess of existing groundwater pressures at the grout port collar connection, unless otherwise approved in writing by the Engineer. 3. CONTACT GROUTING OF SHAFTS Commence contact grouting of shafts after completion of each shaft, and before trenchless construction begins. b. Inject grout through vertical or inclined holes drilled from the ground surface to intersect the known or suspected void. Alternatively, drill grout holes horizontally through shaft support elements into the soil to intersect the known or suspected void. Holes shall be sufficiently close to ensure all voids are completely filled. 063126005 CONTACT GROUTING 03360 - 5 Jan-14 _y C. Install check valve and grout nipple in each hole drilled. d. Inject grout through each grout nipple until completion, as defined in Paragraphs Part 3.2.d and e. e. Engineer may direct Contractor to drill and grout additional holes if the grouting operation has not, in the judgment of the Engineer, achieved satisfactory filling of all known or suspected voids. 4. CONTACT GROUTING OF STEEL CASING a. Commence contact grouting outside of the casing pipe within 72 hours following the completion of each drive. b. Grout ports shall be provided in casing pipes at intervals not greater than 10 feet. C. Contact grout ports shall be installed by the pipe manufacturer in the pipe before pipe is jacked into place. Drilling grout ports through pipe shall not be permitted. Grout ports shall be threaded to accept valve fittings and plugs. d. An attempt shall be made to hook-up and pump grout at every port or coupling unless approval is granted by the Engineer in writing to omit grouting of selected ports. �a e. Before attempting to grout a port the Contractor shall insert a long rod through the port to clean the area outside the grout port of loose soil and to provide a path for j grout to travel. f. Inject grout through the grout connections in such a manner as to completely fill all voids outside the pipe resulting from, or encountered during, trenchless operations. Grout pressure shall be controlled to avoid damaging the pipe, and to avoid movement of the surrounding ground or improvements. g. Grouting shall generally progress sequentially in a constant upgradient direction from one grout port to the next grout port in the sequence indicated in the approved submittals. h. At all times during the grouting operations, sufficient contact grout ports ahead of the port to be grouted shall be cleaned and ready for grouting. Valves or other suitable devices shall be attached and placed in the fully open position on all ungrouted ports within the maximum grout communication distance, as determined by the Contractor and accepted by the Engineer. i. For any port ahead of the grouting operation, with a valve attached, and the valve in the open position, such port shall be considered grouted if grout issues forth of 063126005 CONTACT GROUTING 03360 - 6 Jan-14 i i the same consistency and color, and at the same rate as that being pumped. Replace grout plugs in pipe at the completion of grouting. j. Pipe grout fittings shall be sealed with screw type plugs upon completion of grouting. 5. CONTACT GROUTING OF SUBSURFACE SETTLEMENT POINT BOREHOLES a. After all settlement monitoring measurements have been completed, monitoring point borehole casings shall be grouted. b. Inject grout into each casing until filled. Grout may be injected by gravity flow, through a tremie pipe, or by attaching a valve and nipple at the casing collar. 6. CLEANUP a. After completion of contact grouting, all related construction debris, grout, oil, grease, and all other materials shall be removed from the jacking pipe, jacking and receiving shafts, and all Contractor work areas. END OF SECTION 03360 063126005 CONTACT GROUTING 03360 - 7 Jan-14 0 APPENDIX A — GEOTECHNICAL REPORT Lf 063126005 APPENDIX A — GEOTECHNICAL REPORT Jan-14 EOTECHNICAL ENGINEER9NG STUDY South Lubbock Sanitary Sewer System Extension Lubbock, Texas Prepared for: Kimley-Horn and Associates, Inc. Prepared by: PAVETEX ENGINEERING 8, TESTING, INC. } 3 Engineering & Westin May, 2011 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 1 Pave Iml Engineering ?:stin * May 10, 2011 Mr. Aaron K. Rader, P.E. Kimley-Horn and Associates, Inc. 801 Cherry Street, Suite 950, Unit 11 Forth Worth, Texas 76102 Subject: Geotechnical Engineering Study South Lubbock Sanitary Sewer System Extension Lubbock, Texas Dear Mr. Rader: This report presents the results of field exploration, laboratory testing and engineering analyses with recommendations for structure foundation design and construction for the sanitary sewer system extension located in the southern portion of Lubbock, Texas. The project extends from Lift Station 43 near 981h street and Avenue P north to the Southeast Water Reclamation Plant, generally running east along 98th street and north along MLK Boulevard. This alignment is approximately 7 miles in length. This geotechnical engineering report has been prepared for the use of Kimley-Horn and Associates, Inc. for design purposes in accordance with generally accepted engineering practices and is not intended for the use of other parties or entities. This study was authorized by Mr. Aaron Rader with Kimley-Horn and Associates, Inc.. We appreciate the opportunity to be of service to you on this project and look forward to continuing our business relationship through the construction phase by providing construction materials testing services. Please contact us if you have any questions about this report. Sincerely, PAVETEX ENGINEERING & TESTING, INC. Texas. R-egistered Engineering Firm F-961 Robert G. Comey, P.E. Vice President Copies Submitted: Addressee (3) 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 2 f I , A Report Prepared for: Kimley-Horn and Associates, Inc. Fort Worth, Texas Prepared by: Lewis A. Reagan, P.E. Senior Geotechnical Engineer Robert G. Comey, P.E. Vice President Al ............ ILEWIS , A. RCAGAW" : .......... - ........ 4., -A 6 E PAVETEX ENGINEERING & TESTING, INC. Texas Registered Engineering Firm F-961 May, 2011 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 — rconiey@pavetex.com Page 3 Based upon the results of the field exploration program and laboratory testing, the following factors will affect the design and construction at this site: o The area near the WW I P has conflicts with existing utilities, junction boxes, and buildings. The material encountered in the upper 20 feet is loose and appears to be old fill. The material encountered near the 50th street structure is loose to about 10 to 15 feet below grade. This may impact the design of the planned structure depending on the planned depth. At boring B-13 (approx. sta. 300+00) a gravel layer was encountered from 19 feet bgs to the bottom of the boring at 30 feet bgs. This material caved in the bore hole and if the planned pipeline grade extends into this material a positive shoring system will likely be necessary unless an sloped excavation can be utilized. o At boring B-14, caliche was encountered at a depth of about 19 feet bgs and may require larger excavation equipment than might be utilized on other portions of the project. Engineering analyses and recommendations for this project will be discussed in a in the following section of this report. fM CONCU SIONS AND RECOMMENDATIONS The following recommendations are based on the results of the field exploration program, laboratory testing and engineering analyses. 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 -- rcomey@pavetex.coin Page 12 4.1.1 EXCAVATABILITY The alignment is generally underlain by clayey sand with intermittent layering of lean clay, sand and gravels. The consistency of the clayey sand, sand and gravels ranged from loose to very dense. The loose material was typically encountered in the upper 10 r feet bgs with the exception of boring B-1 near the WWTP, where the loose material extended down to about 20 feet bgs. The alignment should be excavatable with conventional equipment, however, caliche was encountered at 19 feet bgs on 98th street. We recommend the contractor be equipped to deal with caliche if necessary. Based on the limited information available as of this writing, it appears that the foundation layer for the pipe will be below the loose materials. However, the loose material may be an issue during the excavation and prior to backfill. If the pipe bottom is supported in material that is deemed to be too loose for adequate support it may become necessary to compact this material prior to pipe placement. 4.1.2 STRUCTURES The proposed subsurface structures may be founded on the native materials. If the foundations materials are soft or loose, it may be necessary to compact or remove and replace depending on the severity of the issue. Crushed caliche or reclaimed concrete may be used for select material if needed. Structures may be founded on prepared natural soil or approved engineered fill. The values provided are based on a reinforced slab foundation or Mat foundation. Mat foundations are often designed to act as a unit with a low bearing pressure. Based on the conditions encountered in the borings, the base of the subsurface structure will bear in the clayey sand. A foundation founded in these materials may be designed for a maximum net bearing pressure 2,000 pounds per square foot. The bearing capacity should provide a factor of safety of at least 3, with the maximum allowable value based upon a maximum settlement of 1 inch. These recommendations assume that the mat will be uniformly loaded. A lean concrete "mud slab" may be necessary at the base of the excavations to reduce disturbance of the bearing stratum and to provide a firm and level working surface. 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 ^- rcomey@pavetex.com 'Page 13 The allowable bearing pressure provided is a net value; therefore, the weight of the foundation extending below grade may be neglected when computing dead loads. The allowable bearing pressure applies to dead plus live loads and will provide a calculated factor of safety in excess of 3 under normal conditions with respect to the design soil shear strength. 4.1.3 1NIAITP CONFLICTS The alignment near the WWTP is in conflict with several utilities and the adjacent electrical building. The following conflicts are present: • The alignment runs parallel to an existing 30 inch sanitary sewer line, approximately 12 feet offset. The 30 inch line is approximately 3 feet nigher than the proposed 54 inch line at the junction box; however, its grade rises must faster than the 54 inch. This prohibits the use of a sloped trench excavation and will require a positive pressure shoring system. The shoring would need to stay in place the entire tinne the trench is open and should only be removed during backfilling of the trench. A Jack and Bore installation is recommended as a method of dealing with this issue. © The alignment is within about 10 feet of the adjacent electrical building and 2 feet from the concrete sidewalk. This also would require a positive pressure shoring system and we are not confident that there would not be some impact to the existing structure even with a positive shoring system. The shoring would need to stay in place the entire time the trench is open and should only be removed during backfilling of the trench. Backfill of the 54 inch line should be completed with flowable fill up to a depth of no more than 8 feet below the adjacent electrical building slab. The flowable fill should extend from the junction box to station 1+50. The concrete sidewalk surrounding the building will likely be undermined during the trench excavation process and may require replacement of the area near the trench after completion of the pipeline. A Jack and Bore installation is recommended as a method of dealing with this issue o The alignment runs within about 4 feet of the existing junction box on the existing sanitary sewer line. The proposed 54 inch excavation would be 3 to 4 feet lower than the bottorn of the box. The trench excavation would require the complete excavation of the junction box on order to keep the box from shifting towards the 54 inch due to the lateral pressure on the away side of the box. Due to the consistency and quality of the material under the box, we do not believe that a 12804 County Road 2500 Lubbock TX 79404 N Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com� Page 14 L 11 shoring system or underpinning system will protect the box adequately and some risk of movement is possible with any shoring system. Excavation of the trench would likely undermine the box. One possible method to increase the shear strength of the material underlying the box would be to jet grout the underlying material after the box is exposed. This would reduce the risk but not eliminate it. Any shoring method used at this point would need to be done from the elevation of the box bottom. Any excavation, such as would be done for soil nails or similar shoring system, would likely result in undermining of the box. The shoring of the box will need to be something such as sheet piling or soldier piles that are installed by a vibration free method. The problem with this is conventional installation will require the use of a crane potentially over shallow pipelines and structures. A specialty geotechnical contractor should be consulted for this type of system. The shoring would need to stay in place the entire time the trench is open and should only be removed after the trench was backfilled up to the bottom of the box. Backfill of this pipe should be completed with flowable fill up to the bottom of the box. A Jack and Bore installation is recommended as a method of dealing with this issue. o The alignment runs parallel to the existing 54 inch connecting the junction box to the WWTP. This line will also be vulnerable during the trench excavation and will also require a positive shoring system. The shoring would need to stay in place the entire time the trench is open and should only be removed during backfilling of the trench. Backfill of this pipe should be completed with flowable fill up to the bottom of the box. Excavation adjacent to this pipe is inevitable even with a Jack and Bore installation method as this will be the terminus of the proposed 54 inch line. Risk to this pipeline could be reduced by jet grouting the soils between the existing pipe and the proposed pipe prior to excavation. The alignment runs under multiple smaller utilities and a 24 inch force main. We understand the force main will be off line during this construction process. The alignment intersects an existing 30 inch line that is planned to be lowered to accommodate the 54 inch line. This line is in very close proximity to the box. This excavation will also compromise the box. It is our understanding that the preferred method of installation for lowering the 30 inch is the Jack and Bore method. If not, shoring and backfill of this line would need to follow the same procedures recommended for the 54 inch line adjacent to the box. The shoring would need to stay in place the entire time the trench is open and should only be removed after the trench was backfilled up to the bottom of the box. Backfill of 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 15 this pipe should be completed with flowable fill up to the bottom of the adjacent box. Based on the known conflicts it is our opinion that the best method to protect the parallel line, junction box and electrical building is to use the Jack and Bore method to install the proposed 54 inch line. It is our opinion that the methods of shoring all the different pieces of this project during the installation of the proposed 54 inch pipe will have a high risk of disturbance of the existing system. If the Jack and Bore method is not possible, it is our recommendation to take the box and parallel lines off line during the installation of the 54 inch line. The contractor should be responsible for the means and method of this procedure. Excavations should be configured to create a safe working condition. As required by Texas State law, the excavation design and maintenance is the sole responsibility of the Contractor. Attention is drawn to OSHA Standards 29 CFR for guidance in the design of such systems. The Contractor should complete before and after survey of the nearby r features to provided documentation that structures and pipelines were not impacted. '12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 16 A.1.4 LATERAL EavgC Pressures The following equivalent fluid pressures, with a triangular distribution, may be used for the horizontal backfill, non -surcharged condition. These values do not include load factors. The geotechnical design recommendations on the on -site native clayey sand are provided. Native Clayey Sand: This material should be a clayey sand or sandy clay. An approximate angle of internal friction of 30 degrees and a unit weight of 115 pounds per cubic Foot has been assumed. Table 4.1.4 - Equivalent Fluid Pressures for Racicfill Equivalent Fluid Pressure, pcf Condition Drained 7[7U drained At -Rest, 63 94 ko 0. 50 At -Rest, 42 83 ko 0. 33 4.1.5 LATERAL RESISTANCE Resistance to lateral loads may be provided by frictional resistance between the bottom of concrete foundations and the underlying soils and by passive soil pressure against the sides of the foundation. A friction coefficient of 0.35 can be used for soil to concrete interface. Passive pressure available in engineered fill or undisturbed native soil may be taken as equivalent to the pressure exerted by a fluid weighing 345 pounds per cubic foot (pcf). These values are un-factored. 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 — Fax (806) 771-7062 — rcomey@pavetex.com Page 17 W BORE LOCATION EXHIBIT c x�wwr tai SOUTH LUBBOCK SANITARY SEWER EXTENSION - BID PACKAGE No. 1 (� IN SEWER L10FROM 10+ BEGIN TO 58) tty Wlubbock: i 9 � ❑®® may Hom ® 2ndAs.aale5„4.,Inc' . '� No Text worm za, SOUTH LUBBOCK SANITARY SEWER EXTENSION - BID PACKAGE No. 1 gaSH�ii BORE LOCATION av (54 IN SEWER LINE FROM 0+58) Elm"a d Wiles, Inc BEGIN TO 1C EXHIBIT nu a ��% P nw�wmR ►�: nw.. .v Mesa. "� �°°° 9Plubbock: �eMJtirW,�myctmYawb-. mwq �•+ pz'f V. JP3 iv . 47 AV th 4 S S - iVluxiM SOUTH LUBBOCK SANITARY SEWER EXTENSION - BID PACKAGE No. 1 9 gltilll� (54-IN SEWER LINE FROM P BORE LOCATION K ear BEGIN TO10+56) a 9 ❑�❑ EXHIBIT and ndAs socLltes fr�c td ubbo& H Il I va�,IO - 4 4p 7�1 Al - fry ��� t{T ;+ 4 'I- ` 4 • - 4 u If 40 0 M III- cr Lu--suj-- ed A o-v wp 431 7#' IT L G kr,' 'Ll 9Y -7- 1 wm mi SOUTH LUBBOCK SANITARY SEWER EXTENSION - BID PACKAGE No. 1 (54-IN SEWER LINE FROM Kffky-Hom BORE LOCATION BEGIN TO 10+56) aM Associates, Inc. EXHIBIT * , � 1 : c +awxrmi SOUTH LUBBOCK SANITARY SEWER �m EXTENSION - BID PACKAGE No. 1��;� ry,� W BORE LOCATION EXHIBIT (�-IN SEWER LINE FROM BEGIN TO 10+56) a�� ❑�❑-H0r11 end Aasodates, Inc W q 0"-7 NO ni ^"'�n im Rmse lubbock n. Y�ro JIM Imp 1, {7�. '+,l p 4 F a� I I;' I I 4'�A Fl®ri 1 # m IN r 1 I" A. �- { Z Ir 's c +s,uvr+ta, SOUTH LUBBOCK SANITARY SEWER um EXTENSION - BID PACKAGE No. 7 ����� r^ BORE LOCATION (`�-IN SEWER LINE FROM R ❑_❑ w�� `l/ °t a"' BEGIN TO 10+56) a EXHIBIT a� M Ma'k.' au r'vof P nwy�'r..�`.ax"rwa,mww�n "� °� lubbock r: —.ice• f • � y � — �r I -- , LIF r Am I ti i ,Y 1 i . - _ •-'f fit• ' ' - y iw I a # E u+urxrta� SOUTH LUBBOCK SANITARY SEWER ua EXTENSION - BID PACKAGE No. 19a13 BORE LOCATION rc &VI (`54-IN SEWER LINE FROM BEGIN TO 10+56) Yt 6y HN11 O EXHIBIT nu�9 a ❑�❑ andAssadates Inc. u�Y� nr"'wm~Iri swan nv vwr•ya ,am 1bl ock ,r,r, 250oo41, zsz+oo 254+ao zss+oa'�iI'M 't- S ltf4':. >jr.4 ni s ,uRwr x.t SOUTH LUBBOCK SANITARY SEWER EXTENSION - BID PACKAGE No. 1 Li€3 nm (`�-IN SEWER LINE FROM n GrI BORE LOCATION rc au BEGIN TO 10+56) �9 � EXHIBIT � tr * �• Lubbock tt,tt 4 ■y{f Y4 Elm" ICmley-Fbm 8fld 1lSSO01 t kx. Yi r - - 'kL L ,ppY e +uuwr )pll SOUTH LUBBOCK SANITARY SEWER EXTENSION - BID PACKAGE No. 1 all BORE LOCATION eul (51-IN SEWER LINE FROM BEGIN TO 10+58)�� d as N EXHIBIT o� Iw *11ubbdtyoof�k I r ' s WIl�fi"� �w r w� q'' r;a 4rfi z r Viat k �r A4 krM7,-' h Yp n sk -x�yt w4"f y I'll 51,111 V s � m Y y t 5 Io i 5 r4 ✓ �� t E r �'w w rn HIGHWAY 87 r� SOUTH LUBBOCK SANITARY SEWER U. a« EXTENSION - BID PACKAGE No. 1 sits BORE LOCATION a eu (54-IN SEWER LINE FROM y� hmley Hom BEGIN TO 10+56) Con and Associates, Inc. W EXHIBIT nu 10 1p s. lubbo&k mVny�suoVAnfenUOY �F �.N>�,mUsh rrF i. �F ' I I 1 1 e uwa,er a,,, SOUTH LUBBOCK SANITARY SEWER EXTENSION - BID PACKAGE No. t g pAlai (54-IN SEWER LINE FROM Ea —� BORE LOCATION ew 9 � ❑�_❑ IGAey-H- BEGIN TO 10+56) EXHIBIT nu o.a.. srtand AASS0�C121RU1C. w' lubliock IW_ im, llll, PaveTex Engineering and Testing BORING NUMBER 131 12804 CR 2500 40 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/8/11 COMPLETED 2/8/11 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING -- NOTES Sta. 00+75 AFTER DRILLING — ATTERBERGLu F a W w o LIMITS W X� U W �w } o-o c w ��� o r� �� z o c0 o O MATERIAL DESCRIPTION 00> d5 > a 0� 0� Q w N Y" z n� �" w H O F 7� F U 0 C7 2Z 0 pp0> ()z 0 % 0z 0J uig Hp �Z rn w uQi a o SOU a �— z 0 a U_ CLAYEY SAND, (SC) with caliche nodules, brown to tan, damp to moist, loose to medium dense 12 9 25 13 12 32 7 11 5 4 13 30 17 13 30 a 10 J J J N 15 8 8 15 14 1 11 POORLY GRADED SAND WITH SILT AND GRAVEL, (SP-SM) z brown to tan, damp to moist, loose E 0 w J U Y 20 50 11 CLAYEY SAND WITH GRAVEL, (SC) tan to pink, damp to moist, W dense to very dense 0 zz 0 N N 2 N 73 19 35 15 20 38 0 25 N Bottom of borehole at 25.0 feet. fy w N N n M H ni 3 0 z c� z J U S !D S U W r 0 w (7 PaveTex Engineering and Testing BORING NUMBER B2 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/8/11 COMPLETED 2/8111 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING -- NOTES Sta. 02+50 AFTER DRILLING -- ATTERBERG a w w o LIMITS w m wo 0z� �� ~� Dz z a 0 o MATERIAL DESCRIPTION g > C7 O� ¢ w Y Y Z a w �_ �� U v_ X �V �� �z w m0> Uz o v Oz �� U) g� �p U)z UV uw ¢ U) o o �o U (L g- z 0 a- LL CLAYEY SAND, (SC) with caliche nodules, brown to tan, damp to moist,dense to very dense 23 18 23 13 10 33 33 16 5 19 11 a 10 J J J N 30 12 33 12 21 45 15 z 0 O m w J U 64 11 35 15 20 35 Y 20 U W Z O H S w 57 10 29 16 13 20 0 25 Bottom of borehole at 25.0 feet. W w m U r a F- O U [O Q J 0 N z Z_ U' U Z J Q U S m S U W F O w 0 BORING NUMBER B3 PaveTex Engineering and Testing 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/8/11 COMPLETED 2/8/11 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING - NOTES Sta. 11+00 AFTER DRILLING — ATTERBERG o- w w W LIMITS w U r U =U _ rn �ZJ a ~� �� DZ ~ Z H� w ° O MATERIAL DESCRIPTION 00 a g W� 0 > H� W v n U) Lu H r" U w O C7 W V m0 UZ UO �J Ug gJ Hp �Z U QZ U o- o 0O v a- a w z 0 LL POORLY GRADED SAND WITH CLAY AND GRAVEL, (SC SM) with caliche nodules, brown to tan, damp, loose to dense 26 7 18 12 6 28 10 10 5 45 5 22 16 6 28 10 49 8 48 20 28 12 15 POORLY GRADED GRAVEL WITH SILT AND SAND, (GP -GM) with ° caliche nodules, brown to tan, dense to very dense 0 ° 50 12 41 18 23 30 20 CLAYEY SAND, (SC) with caliche nodules, brown to tan, damp, dense to very dense 25 GRAVELLY LEAN CLAY WITH SAND, (CL) with caliche nodules, tan, 37 16 23 15 8 57 damp, hard 32 20 30 14 23 17 9 8 35 35 CLAYEY SAND WITH GRAVEL, (SC) with caliche nodules, tan to pink, damp, medium dense Bottom of borehole at 35.0 feet. 1 El PaveTex Engineering and Testing BORING NUMBER B4 CR 2500 PAGE 1 OF 1 IV12804 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock. TX DATE STARTED 219111 COMPLETED 2/9111 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING -- NOTES Sta. 32+00 AFTER DRILLING — ATTERBERG �— U w w W LIMITS w ~^ wo cn �z� �� F �Z z w a..0 O MATERIAL DESCRIPTION Wm 2 o(3 O �; m0Oz Y v j a o U U� O o p ( nJ. az W_ O 0z C3 g �z wv U) a a v J a g— z 0 a LL CLAYEY SAND, (SC) with caliche nodules, brown to tan, damp to moist, medium dense 10 12 27 7 20 29 5 11 13 23 66 11 14 13 15 27 32 44 12 14 28 15 18 16 44 41 7 10 15 20 T0, POORLY GRADED GRAVEL WITH SILT, (GP -GM) with caliche nodules, brown to tan, damp to moist, medium dense O 0 21 18 25 0 O 30 0 50 15 40 23 17 17 CLAYEY SAND WITH GRAVEL, (SC) with caliche nodules, brown to tan, damp to moist, medium dense to very dense 35 53 50 16 34 33 35 40 45 bottom or Dorenoie at 4o.0 Teet. BORING NUMBER B5 Engineering and Testing 12804 CR 2500 PAGE 1 OF 1 NvPaveTex Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley-Hom and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/16/10 COMPLETED 2/16/10 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING - NOTES Sta. 49+00 AFTER DRILLING ATTERBERG W w o LIMITS W 0 v } wo U w Oz a �� z z n w aC� O MATERIAL DESCRIPTION wm g n > C7 0� —j Q F- z w ,l z a co x 0 w �o Oo 0 ov 0 Lu m0> Uz U` 0 } Oz 20 _�� J z" rn Lu <z o �J n n 0 (SC) with caliche nodules, brown to tan, damp to moist, loose to 11 12 25 13 12 40 NAII medium dense 8 15 25 15 10 35 4 12 30 11 19 36 10 0 0 51 14 39 33 6 9 -0 (SP-SM) with caliche nodules, brown to tan, damp to moist, medium dense to very dense 40 26 20 19 22 45 28 17 9 From 25' below ground surface to a depth of 45' below ground surface the compressed air used to remove clippings from the hole created a large pocket therefore causing the hole to collapse. The hole was advanced to a total depth of 45' but blow counts were not recorded. The material was loose silty sand 30 40 Bottom of borehole at 45.0 feet. PaveTex Engineering and Testing BORING NUMBER B6 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley-Hom and Associates PROJECT NAME _ South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/16/10 COMPLETED 2/16/10 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING -5.00 ft LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING -- NOTES Sta. 72+00 AFTER DRILLING -- O w o ATTERBERG LIMITS �- Lu = ~ 0 w U w o z EL z W z w a ¢� MATERIAL DESCRIPTION W Co �g > �¢ E- � w `Z' CL F- cnW o F c� P: E F- O O— U' o aZ) Qz O� w MO> k)z N o x I- �- 715 g5 U)z w cn rr a o zo v a g 0 K CLAYEY SAND, (SC) with caliche nodules, brown to tan, damp to moist, medium dense 21 14 26 7 19 31 5 11 17 31 7 24 54 GRAVELLY LEAN CLAY, (CL) with caliche nodules, brown to tan, damp to moist, stiff to hard 10 10 53 17 15 33 41 5 8 28 33 52 17 15 CLAYEY SAND WITH GRAVEL, (SC) with caliche nodules, brown to tan, damp to moist, dense to very dense 20 36 12 53 32 21 5 ° POORLY GRADED GRAVEL WITH SILT AND SAND, (GP -GM) with caliche nodules, tan to pink, damp to moist, dense to very dense 25 oac 23 22 54 25 29 8 POORLY GRADED SAND WITH SILT AND GRAVEL, (SP-SM) with caliche nodules, tan to pink, damp to moist, medium dense 30 16 22 17 23 40 57 19 27 21 30 9 10 35 CLAYEY SAND WITH GRAVEL, (SC) with caliche nodules, brown to tan, moist to wet, medium dense 40 21 30 47 22 25 23 Bottom of borehole at 40.0 feet. PaveTex Engineering and Testing BORING NUMBER B7 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/16/10 COMPLETED 2/16/10 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING -- NOTES Sta. 99+50 AFTER DRILLING -- ATTERBERG E w W o LIMITS w yy. F_ 0o } w �ZJ o_ =Z ~ Z a=U W_ ° O MATERIAL DESCRIPTION Co 2i W� > Cy OJ E-� Y v —� Z a -- W E E U E U w Ov o t7 ¢Z UO� moZ O 0O � QQ UZ Wv U) of o_ o U -7 o a z 0 CLAYEY SAND, (SC) with caliche nodules, brown to tan, damp to moist, loose to dense 15 10 22 14 8 39 6 14 27 14 13 26 5 9 13 33 13 20 49 10 38 12 44 24 20 21 15 20 POORLY GRADED SAND WITH SILT, (SP-SM) with caliche nodules, 27 23 55 35 20 12 tan to pink, damp to moist, medium dense 30 21 25 21 24 48 23 25 30 35 CLAYEY SAND WITH GRAVEL, (SC) with caliche nodules, tan to 72 27 14 pink, damp to moist, very dense Bottom of borehole at 35.0 feet. PaveTex Engineering and Testing BORING NUMBER B8 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/8/11 COMPLETED 2/8/11 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING NOTES Sta. 125+00 AFTER DRILLING — ATTERBERG H w Lu o LIMITS z }} F_ F c� =U } � ui �ZJ a H� �` DZ z Z a 0-0 �J MATERIAL DESCRIPTION CO g LU > 0 0- 0 ¢ H� w Y `1" z Q M)'a F- w 0 E U E U ix OO o ov 0 a� Q_z w m0> U z O � OZ Ji J U) H❑ cn � a a 2 0 U a a- g? Z 0 a LL CLAYEY SAND, (SC) with caliche nodules, brown to dan, damp to moist, loose to very dense 7 14 16 16 NP 44 13 11 25 14 11 41 5 11 17 39 17 22 45 10 32 14 i i i i 15 i i 71 17 33 16 17 36 20 i i 50 15 42 12 30 22 i 25 u 0 52 20 r 30 = Bottom of borehole at 30.0 feet. 0 i Q ] n i 9 n J L n t U L J L PaveTex Engineering and Testing BORING NUMBER B9 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT KimlewHom and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 218/11 COMPLETED 218111 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING -- NOTES Sta. 165+50 AFTER DRILLING -- ATTERBERGLu E W w LIMITS Z ui F t) = a>- U: co �(7 Z aO MATERIAL DESCRIPTION �] W C Z Ww E U o ( ZC) mo O 0O �� g �¢z w U) n o C) a g— Z 0 n u- SILTY SAND, (SM) with caliche nodules, brown to tan, damp to moist, 1 loose 1 5 9 1 17 16 1 17 9 1 1 1 14 GRAVELLY LEAN CLAY, (CL) with caliche nodules, brown to tan, ( I 9 I I I 14 134 ( 6 128 ( 53 I damp to moist, soft to hard 64 1 1 1 15 1 37 1 16 1 21 1 54 1 CLAYEY SAND WITH GRAVEL, (SC) with caliche nodules, brown to 43 14 1 31 1 8 1 23 37 tan, damp to moist, dense Bottom of borehole at 20.0 feet. um PaveTex Engineering and Testing BORING NUMBER B10 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/8/11 COMPLETED 2/8/11 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING — NOTES Sta. 169+00 AFTER DRILLING ATTERBERG F- a o W a LIMITS} w I— Wm W� �zJ rz ~� F � =2 Z aw Wv EL 0 0 MATERIAL DESCRIPTION w g > Cy Ct� O ¢ w w `Le z a �`. r j uw o F- �� U � != v x W O o U�. �J �Z w op0> Uz o W �o �� g� gz w ¢ o p U o- 0 a U- CLAYEY SAND, (SC) with caliche nodules, brown to tan, damp to moist, medium dense to very dense 12 12 31 7 24 43 23 7 25 5 20 43 5 11 11 41 8 33 27 'a 10 J rJ^ 3 J 50 12 15 z 0 0 m w J 0 U Y 20 50 15 w Bottom of borehole at 20.0 feet. 0 zz 0 w J O 0 in W w m 3 U N N V ti F co Q J N O F- N Z Z_ U N Z J U co U W t— o w U PaveTex Engineering and Testing BORING NUMBER B13 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/16/10 COMPLETED 2/16/10 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAIR AT END OF DRILLING NOTES Sta. 300+00 AFTER DRILLING — ATTERBERGLu E a W w o LIMITS W ~ 0 O w m } LU O coW O z N Z � H z o W$ Q 2J MATERIAL DESCRIPTION an > >O� Q m0> w Y` �n Ult- o S� x HWp 0 �" c�z a o M0 � aJ rnz <z Wv z 0 CLAYEY GRAVEL WITH SAND, (GC) with caliche nodules, brown to P", tan, damp to moist, medium dense 12 13 32 15 17 42 - 5 14 16 32 16 16 36 0 CLAYEY SAND WITH GRAVEL, (SC) with caliche nodules tan to light tan, damp to moist, loose to medium dense 8 17 10 8 14 33 16 17 31 15 12 13 36 23 13 15 20 CLAYEY GRAVEL WITH SAND, (GC) From 20' below ground surface to a depth of 30' below ground surface the compressed air used to remove cuttings from the hole created a large pocket therefore causing the hole to collapse. The hole was advanced to a total depth of 30' but blow counts were not recorded. The material was loose clayey gravel. 13 25 13 30 Bottom of borehole at 30.0 feet. i i i PaveTex Engineering and Testing BORING NUMBER B14 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/16/10 COMPLETED 2/16/10 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING NOTES Sta. 336+00 AFTER DRILLING -- ATTERBERG E w a w w o LIMITS w v a. a 0 co > oU Q w N a 01 w E 0— a. MATERIAL DESCRIPTION Z Z �., E ix O aE) O� coo> UZ 1— �� Cy �� gJ Hp �z �— w QZ W O W �O a g- z 0 a U- GRAVELLY LEAN CLAY, (CL) with caliche nodules, brown to tan, damp to moist, soft 6 17 40 15 25 52 5 17 32 13 19 65 5 6 12 26 13 13 43 10 CLAYEY SAND WITH GRAVEL, (SC) with caliche nodules, brown to tan, damp to moist, loose to very dense 75 12 39 25 14 21 15 i i i '• 20 50 11 Caliche, light tan to pink, damp, hard i i i i 50 7 i 25 50 7 7 i i J ' 30 s i 50 7 35 ' Bottom of borehole at 35.0 feet. 0 0 c 0 c u J u 7 BORING NUMBER B15 PaveTex Engineering and Testing 12804 CR 2500 PAGE 1 OF 1 Lubbock, TX 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates PROJECT NAME South Lubbock Sanitary Sewer Extension PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 2/7/11 COMPLETED 2/7/11 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling Services GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — LOGGED BY Kevin Crispin CHECKED BY LAR AT END OF DRILLING -- NOTES Sta. 350+00 AFTER DRILLING — ATTERBERG a- w W o LIMITS w T O >_ m w a W � F- W$ n O <J MATERIAL DESCRIPTION CO g UJ > (� O— ¢ W 12 o cn W H U w o ov C7 n.Z W m0> UZ Uv Oz 02 m� gJ Hp coz m W QZ m O a a 20 U MJ n a 0 LL CLAYEY SAND, (SC) with caliche nodules, brown to tan, damp to moist, medium dense 16 10 27 5 22 44 16 6 27 5 22 58 GRAVELLY LEAN CLAY, (CL) with caliche nodules, brown to tan, damp to moist, stiff 5 23 18 33 6 27 29 CLAYEY SAND, (SC) with caliche nodules, brown to tan, moist, dense damp to 10 25 14 15 0 21 10 37 9 28 28 20 24 14 25 50 5 30 Bottom of borehole at 30.0 feet. APPENDIX B—CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS (SECTION 5-8) ,! 063126005 APPENDIX B — COL PW ENG DESIGN STD & SPECS (SECTION 5-8) Jan-14 City of Lubbock Public Works Engineering Design Standards and Specifications city of bock TEXAS Department of Public Works Engineering City of Lubbock, Texas January 1, 2013 t These Standards and Specifications are general standards and specifications for design work on public infrastructure, At all times these regulations are subject to the specific o versight and judgment of the City Engineer who may make modifications in their implementation as may be necessary on a case -by -case basis to protect the best interest of the public. This document is a portion of the City of Lubbock Public Works Engineering Design Standards and Specifications. It does not necessarily contain all design criteria, standard details, or construction specifications. The entire document is available on the City of Lubbock web site. Design Standards and Specifications Table of Contents TION 1IMUM DESIGN STANDARDS FOR WATER DISTRIBUTION General......................................................................................................................................12 Design Flow................................................................................................................................13 i Design Pressure..........................................................................................................................2 4 draulic Design.........................................................................................................................25 Ty ' al Layout............................................................................................................................26 Beddi and Cover......................................................................................................................37 Relation Sanitary Sewer Mains and Appurtenances....................................................................38 Pipe Size a Spacing.................................................................................................................6'; 1.9 Pipe Materials...........................................................................................................................6! 1.10 Methods of Con ction................................................................................................................7: 1.11 Flanged Outlets .......................................................................................................................Ji 1.12 Valve Spacing ..........................................................................................................................J, 1.13 Fire Protection Require m ts.......................................................................................................7= 1.14 Easements ................................................................................................................................8 1.15 Soil Analysis ........................... .................................................................................................... 9= 1.16 Pipe Restraints and Reaction Blo ing..........................................................................................9, 1.17 Tunneling, Jacking and Boring ........ ............................................................................................ 9' 1.18 Dead-end Mains.........................................................................................................................9. 1.19 Abandonment of Water Mains ................. .................................................................................. 10, SECTION 2 CHECKLIST FOR WATER DISTRIBUTION CONSTR TION PLANS 2.1 Plan Submittal Requirements....................................................................................................11 2.2 Plan Details............................................................................................................................13' SECTION 3 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS 3.1 General..................................................................................................................................15' 3.2 Design Flow..:**"* .................. ....*.................................................................. ......... ..... ..... ",15' 3.3 Hydraulic Design......................................................................................................................16' 3.4 Design Details..........................................................................................................................16' 3.5 Typical Layout.........................................................................................................................17 3.6 Bedding and Cover...................................................................................................................18' 3.7 Relation to Water Mains...........................................................................................................18 3.8 Abandonment of Sewer Mains and Manholes.............................................................................20 3.9 Easements...............................................................................................................................20 3.10 Soil Analysis.............................................................................................................................20 3.11 Tunneling, Jacking and Boring..................................................................................................20 . 3.12 Lift Station...............................................................................................................................21 SECTION 4 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS 4.1 Plan Submittal Requirements.................................................................................................... 2 4.2 Plan Details..............................................................................................................................2 SECTION S STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.1 General....................................................................................................................................26 5.2 Plan Requirements....................................................................................................................26 5.3 Plan Approval...........................................................................................................................26 5.4 Inspection................................................................................................................................26 5.5 Specifications............................................................................................................................26 5.6 Materials of Construction...........................................................................................................26 5.7 Methods of Construction............................................................................................................35 5.8 Pneumatic Testing for Tapping Sleeves......................................................................................42 5.9 Hydrostatic Pressure Testing......................................................................................................42 5.10 Sterilization and Bacteriological Testing......................................................................................43 Design Standards and Specifications Table of Contents 5.11 Restoration and Clean Up..........................................................................................................44 5.12 Warranty and Acceptance..........................................................................................................44 'ANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION General.................................................................................................................................... 45 6.2 Plan Requirements....................................................................................................................45 6.3 Plan Approval...........................................................................................................................45 6.4 Inspection................................................................................................................................45 6.5 ecifications ............................................................................................................................45 6.6 Ma erials of Construction...........................................................................................................45 6.7 Meth ds of Construction............................................................................................................50 6.8 Inspe ' n, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes .59 6.9 Lift Stati......................................................................................................65 6.10 Restoration nd Clean Up...................................................,......................................................66 6.11 Warranty an cceptance..........................................................................................................67 SECTION 7 APPROVED MATERIALS A D MANUFACTURERS LIST 7.1 Introduction............................................................................................................................. 68 7.2 Product Submittal Pro dures....................................................................................................68 7.3 Evaluation Process...................................................................................................................69 7.4 Approval Process ....................................................................................................................69 7.5 Water System .........................................................................................................................71 7.6 Sanitary Sewer System.............................................................................................................78 7.7 Water and Sanitary Sewer Syste s............................................................................................83 SECTION 8 STANDARD SPECIFICATIONS FOR STREE AND DRAINAGE CONSTRUCTION 8.1 General...................................................................................................................................84 8.2 Design Standards.....................................................................................................................84 8.3 Testing and Inspection ............................................................................................................85 8.4 Notification of Property Owners ...............................................................................................86 8.5 Protection of Utilities and Irrigation Systems..............................................................................86 8.6 Water for Construction.............................................................................................................86 8.7 Concrete.................................................................................................................................87 8.8 Subgrade and Base..................................................................................................................95 8.9 Hot Mix Asphalt Concrete Surface(HMAC)...............................................................................101 8.10 Micro-Surfacing......................................................................................................................108 8.11 Storm Sewer.........................................................................................................................111 8.12 Fences.................................................................................................................................117 8.13 Salvage of Asphalt Paving.......................................................................................................117 8.14 Traffic Control........................................................................................................................117 8.15 Prosecution of the Work and Working Days.............................................................................118 8.16 Measurement and Payment....................................................................................................120 8.17 Restoration and Clean Up.......................................................................................................123 8.18 Certificate of Completion and Warranty ...................................................................................123 SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.1 Plan Submittal Requirements..................................................................................................124 9.2 Plan Details...........................................................................................................................125 SECTION 10 TYPICAL DETAILS OF CONSTRUCTION 10.1 General Details......................................................................................................................121 10.2 Water Details.................................................................................................................... ....130 10.3 Sewer Details.....................................................................................................................\.14310.4 Street and Drainage Details................................................................................................10.5 Appendix........................................................................................................................... l Design Standards and Specifications Water Specifications SECTION S STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.1 General 5.1.01 All water main construction within the City of Lubbock water system or for future connections to the City of Lubbock water system shall be accomplished in accordance with the requirements of these specifications. 5.2 Plan Requirements 5.2.01 Water main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 5.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Water Distribution and shall show all information called for on the City of Lubbock Check List for Water Distribution Construction Plans. 5.3 Plan Approval 5.3.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 5.4 Inspection 5.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours prior to the planned construction is to commence and also before starting up when construction is interrupted for any reason. 5.4.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 5.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, by written notice, may order that portion of construction in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 5.5 Specifications 5.5.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 5.6 Materials of Construction 5.6.01 Water Pipe A. All pipe used in the City of Lubbock water distribution system shall be C900 PVC, C905 PVC, { C906 High Density Polyethylene (HDPE), Cement -lined Ductile Iron, C301 Prestressed- J 26 Section 5 Section 5 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 Chief Water Utilities Engineer 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 j provided with 3/8 inch x 0.20 steel straps on each side. j n :i Design Standards and Specifications Water Specifications 5.6.02 Service Saddles A. 1-inch and 2-inch Service Connection i. Service connections shall be made through an approved service saddle. a. Service saddles shall be manufactured to conform to ASTM A240 Type 304 stainless steel. b. Service saddles shall be 4-bolt, double band type. c. Service saddle shall be fusion bonded epoxy or nylon coated. d. 1-inch service saddles shall have AWWA Tapered (CS/CC) threaded connection. e. 2-inch service saddles shall have iron pipe sized (IPS) threaded connection. 5.6.03 Tapping Sleeves A. 4-inch through 12-inch Main Line Connection i. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. ii. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. iii. Bolts and hex nuts shall be stainless steel. B. 16-inch through 24-inch Main Line Connection L 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. ii. Flanges shall be fabricated from steel plate conforming to ASTM Standard Designation A36 or A285, Grade C. iii. Dimensions shall conform to AWWA Standard C207, "Steel Pipe Flanges," Class D. a. Flanges shall be machined to a flat face with finish of 250 micro -inches or machined to a flat surface with a serrated finished in accordance with AWWA Standard C-207, "Steel Pipe Flanges." b. Machined face shall be recessed for tapping valves in accordance with the MSS Standard SP-60. iv. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. v. Bolts and hex nuts shall be stainless steel. C. Testing Outlet i. A 3/4-inch NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a 3/4-inch square head pipe plug. D. Painting i. All surfaces of the saddle shall be clean, dry, and free from grease and dirt before painting. ii. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall be given a shop coat of a two-part thermosetting epoxy. Face of flanges shall be shop coated with a rust preventive compound. iii. Bolts and nuts shall be shipped bare, no paint or protective coating. 28 Section 5 Design Standards and Specifications Water Specifications 5.6.04 Ductile Iron Fittings A. Fittings shall be mechanical joint or rubber gasket AWWA Class D bell with transition gasket for the type of pipe used. B. All fittings shall be lined with cement or coal tar and coated with an asphaltic paint. C. Fittings shall conform to AWWA C104, AWWA C110 and AWWA C111 latest revision. 5.6.05 Double Disc Gate Valves A. Double disc gate valves 12-inch and smaller shall be parallel seat, ductile iron body and bronze mounted throughout. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. 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. 5.6.06 Resilient Seat Gate Valves A. Resilient seat gate valves 12-inch and smaller shall be ductile iron. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C509 or C515 standards. 5.6.07 Butterfly Valves A. Butterfly valves 16-inch and larger shall be ductile iron and may be either short body or long body lengths. 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. iv. Valve shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. v. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. vi. Valves shall comply with the latest revision of AWWA C504 for Class 150B. B. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type to be approved by Water Utilities Engineering Department. 5.6.08 Pressure Regulating Valves -m 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. Section 5 29 �--� Design Standards and Specifications Water Specifications iii. Pilot valve shall be attached to the main valve with piping and isolation valves so arranged for easy access in making adjustments and also for its removal from the main valve while the main valve is under pressure. iv. Needle valve shall be all bronze and included with the main valve to control the speed of piston travel. v. An indicator rod shall be furnished as an integral part of the valve to show the position of the piston within the valve body. vi. The valve shall be designed to provide an access opening in the valve body for removing the piston and other internal parts without removing the main valve body from the line. B. The valve shall be fully bronze -mounted and all packing shall have either leather or rubber seals to provide tight closure and prevent metal to metal friction. 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. 5.6.09 2-inch Combination Air and Vacuum Release Valves A. The function of a combination air and vacuum release valve is to allow air to escape during 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 150 psi. iv. Material shall be one of the following: a. Valve body (1) Cast Iron - ASTM A48-CIass 35 (2) Cast Steel - ASTM A27 GR U60-30 (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. 30 Section 5 Section 5 Design Standards and Specifications Water Specifications 5.7.06 Barricades and Safety Measures I 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. 5.7.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. L To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. iii. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. iv. The contractor shall be responsible for reporting monthly water usage. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention device is installed. 37 Design Standards and Specifications Water Specifications 5.7.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. A contractor shall not be allowed to disrupt water service without permission from the Water Utilities Engineering Department. i. When a service disruption is planned, the Contractor shall notify the Water Utilities Engineering Department a minimum of 48 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of any utilities when broken or otherwise damaged because of carelessness on their part. ]. 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. �a 5.7.09 Excavation and Trenching A. Minimum width of the trench shall be the outside diameter of the pipe plus 12 inches. B. Maximum width of the trench shall be the outside diameter of the pipe plus 18 inches. i. The Chief Water Utilities Engineer shall review instances where trench widths are required to be greater than the maximum allowable due to installation techniques or shoring. C. Contractor shall take all necessary precautions for protecting paved streets and drives from ._< being damaged by the trenching and backfilling equipment. D. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. - i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. E. In order to obtain a true, even grade, the trench shall be fine -graded. 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. a 38 Section 5 c Section 5 i Design Standards and Specifications Water Specifications ' ii. Where the trench is excavated in excess of 3 inches below grade, the bedding material shall be compacted to 95% Modified Proctor Density. 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. 5.7.10 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps L All service taps on existing mains shall be installed by City personnel or a City - designated contractor. C. Main Line Taps L 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 L Contractors shall not operate valves within the existing City of Lubbock water distribution system. ii. Operation of valves shall be done by authorized City of Lubbock personnel only. iii. Contractors shall arrange opening or closing of valves by notifying the Water Utilities Engineering Department at least 24-hours prior to needing a valve operated. 5.7.11 Pipe Installation A. Pipe, fittings, valves and other accessories shall be inspected, handled, laid and joined in the manner herein specified. B. Pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective may be rejected. L 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. 39 Design Standards and Specifications Water Specifications 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. 1. 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. a. At the times when pipe laying is not in progress, the open ends of pipe shall be properly plugged and sealed to prevent contamination. b. No trench water shall be permitted to enter the pipe. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. 5.7.12 Trace wire for nonmetallic pipe installation A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. i. Trace wire shall be 14 gauge minimum solid copper with thermoplastic 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, water meter boxes and fire hydrants. a. Trace wire shall not be placed inside valve box risers. b. Trace wire shall be installed such that no less than 6 inches but no more than 12 inches of wire remain accessible. 5.7.13 Detectable Marking Tape 40 Section 5 Design Standards and Specifications Table of Contents 5.11 _ _. _.Kestoratioi i. and . 5.12 Warranty and Acceptance. SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.1 General....................................................................................................................................45 6.2 Plan Requirements....................................................... .... 45 6.3 Plan Approval 45 6.4 Inspection 6.5 Specifications. .45 6.6 Materials of Construction...........................................................................................................45 6.7 Methods of Construction............................................................................................................50 6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes .59 6.9 Lift Station................................................................................................................................65 6.10 Restoration and Clean Up ..................66 6.11 Warranty and Acceptance..........................................................................................................67 ECTION 7 A ROVED MATERIALS AND MANUFACTURERS LIST 7. Introduction.............................................................................................................................. 68 7.2 Product Submittal Procedures....................................................................................................68 7.3 valuation Process....................................................................................................................69 ,.., 7.4 A roval Process......................................................................................................................69 i 7.5 Wat System...........................................................................................................................711 7.6 , Sanita ewer System..............................................................................................................78 7.7 Water an anitary Sewer Systems............................................................................................83 SECTIONS STANDARD SPECIFICA NS FOR STREETS AND DRAINAGE CONSTRUCTION 8.1 General..................................................................................................................................841 8.2 Design Standards.................................................................................................................841 r 8.3 Testing and Inspection.............................................................................................................85 8.4 Notification of Property Ow rs.................................................................................................86 i 8.5 Protection of Utilities and Irrig ion Systems...............................................................................861 I 8.6 Water for Construction .................. ...........................................................................................86 1 t 8.7 Concrete................................................................................................................................871 8.8 Subgrade and Base ....................... ...............................................................................101; 95 8.9 Hot Mix Asphalt Concrete Surface (HMAC 1 8.10 Micro -Surfacing ............................................ .......................................................................... 108= 8.11 Storm Sewer.......................................................................................................................... III i 8.12 Fences ...................................... .......... 117 8.13 Salvage of Asphalt Paving ............................................................117i 8.14 Traffic Control....................................................................................................................1171 , 8.15 Prosecution of the Work and Working Days.............................................................................118 ! , ' 8.16 Measurement and Payment....................................................................................................120 8.17 Restoration and Clean Up.......................................................................................................123 8.18 Certificate of Completion and Warranty ...................................................................................123 ., SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS_ 9.1 Plan Submittal Requirements 3 9.2 Plan Details...........................................................................................................................125 SECTION 10 TYPICAL DETAILS OF CONSTRUCTION 10.1 General Details.......................................................................................................... ...........127 I 10.2 Water Details ................................................................................................................. .......130, 10.3 Sewer Details..................................................................................................................... 143 10.4 Street and Drainage Details...............................................................................................I..... 53 10.5 Appendix ui Design Standards and Specifications Sewer Specifications SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.1 General 6.1.01 All sanitary sewer main construction within the City of Lubbock sanitary sewerage system or for future connections to the City of Lubbock sanitary sewerage system shall be •. accomplished in accordance with the requirements of these specifications. 6.2 Plan Requirements 6.2.01 Sanitary sewer main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 6.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Sanitary Sewer and shall show all information called for on the City of Lubbock Check List for Sanitary Sewer Construction Plans. 6.3 Plan 6.3.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 6.4 Inspection 6.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. 6.4.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 6.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, • by written notice, may order that portion of construction which is in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 6.5 Specifications 6.5.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 6.6 Materials of Construction � 6.6.01 Sewer Pipe i Section 6 45 Design Standards and Specifications Sewer Specifications D. Joints Other Than Grade Rings i. Joints other than grade rings shall be tongue and groove or an equivalent male and female type joint. ii. Joints shall be effectively joined with water -tight sealant to prevent leakage and infiltration. Sealant shall comply with the Approved Materials List. M E. Cones and Grade Rings L Cones and grade rings shall maintain a clear 30-inch opening. ii. Grade rings shall be reinforced with the same percentage of steel as risers and tops and shall also meet ASTM C478 specifications. 6.6.03 Inflow Prevention Device (IPD) A. All new manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. D. IPDs shall be equipped with ventilation valves or holes. 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. 6.6.04 Manhole Frames and Cover A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM Designation A48, having a clear opening of not less than 30 inches. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Cover shall be furnished with lifting ring or pick bar cast into the cover in such a manner as to prevent water leaking through. D. Frame and cover shall have a weight of not less than 275 pounds, shall include lettering "City of Lubbock, Texas Sanitary Sewer" and shall comply with the Approved Materials List. 6.6.05 Concrete A. Proportioning of the constituents of the concrete shall be such as to produce a dense and workable mixture, and the designed mix shall be approved by the Engineer before any concrete is placed. 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: L Concrete for manholes, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. Section 6 r Design Standards and Specifications Sewer Specifications 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 and Test for Portland Cement", ASTM C150. D. Concrete coarse aggregates shall consist of natural washed and screened sand, and clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. L Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use. E. Sand to be used in cement mortar shall conform to ASTM C144 specifications. F. Water used in mixing concrete or mortar shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. G. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. H. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50. i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. ii. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. I. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. L 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. 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). Section 6 49 1� 1 i Design Standards and Specifications Sewer Specifications I. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 6.6.06 Bedding, Embedment and Backfill A. Sewer Pipe, All Diameters 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: MWE...� Mr.Standard Crt�shedR�oc Aggrega i11.5 Ydb£hP'as4- +--�+vci.' Yx +. 'ah.�:p . C mulatroexP�ercent�Retan 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. 6.6.07 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 existing paved streets shall be backfilled with compacted native material or flowable fill from the top of the embedment material to the paving surface as specified in the current City of Lubbock Streets Ordinance. ii. Alternatively, flowable fill can be used for full depth backfill in all utility ditches within the right-of-way. iii. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their own expense. 6.7 Methods of Construction s0 6.7.01 Scope A. The work covered by this section consists of constructing gravity flow sanitary sewers, manholes and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and jointing pipe; installation of appurtenances; construction of pre -cast, pre -assembled or field assembled manholes; manhole bases; placement and assembly of manhole risers, cones, or tops; installation of manhole rings, covers and grade rings; bedding, embedment and backfilling; and other related work. Section 6 Design Standards and Specifications Sewer Specifications 6.7.02 Quality Standards T'� Y'F n'' `aefY G 'S"( art Sfandard,, ± 4 `v� 4" ..j'3 .#.z _� Y➢5( Pam$ .. f1�� Standard Test Methods for Laboratory Compaction ASTM D698 Characteristics of Soil Using Standard Effort ASTM A746 ANSI Ductile Iron Gravity Sewer Pipe AWWA C600 (ANSI) Installation of Ductile Iron Mains and Their Appurtenances AWWA M23 Polyvinyl Chloride PVC Pipe Design and Installation Recommended Practice for Polyvinyl Chloride (PVC) UNI B 5 Sewer Pipe ASTM C891 Installation of Underground Pre -cast Utility Structures 6.7.03 Materials A. The Contractor shall install sanitary sewer pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the Chief Water Utilities Engineer. B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 6.7.04 Stone Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Storm Water Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 6.7.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas 1. 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 1. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. iii. Asphalt Paving Section 6 51 Design Standards and Specifications Sewer Specifications a. Asphalt surface shall be cut along each side of the trench ahead of the trenching machine and the surfacing and base removed with the trenching machine as"the trench is excavated. 17 b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. 6.7.06 Barricades and Safety Measures 0 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. L If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 6.7.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. L To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. iii. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. iv. The contractor shall be responsible for reporting monthly water usage. 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. 1 52 Section 6 ' Design Standards and Specifications rt Sewer Specifications C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. 3 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. 6.7.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for short periods of time, provided the Contractor obtains permission from the Water Utilities Engineering Department and from the owner of the premises being served by the utility. i. When a customer outage is planned, Contractor shall notify effected customer a minimum of 24 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on their part. 1. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. Section 6 53 Design Standards and Specifications Sewer Specifications 54 6.7.09 Excavation and Trenching A. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: : ,J a Suet% WO!keiicf ildthA _(4A&- -"e ` I W_ idtFi 4" thru 12" 1 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 flne-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. R. 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 backflll and compacting on all sides. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 6.7.10 Dewatering A. All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. B. The method of dewatering shall provide for a dry foundation at the final grades of the excavation. C. Water shall be disposed of in accordance with current City of Lubbock Storm Water Engineering Department requirements and in a manner that does not inconvenience the public or result in a menace to public health. D. Pipe trenches shall contain enough 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. 6.7.11 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps 1. Service taps on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. Section 6 LI r, t_ Design Standards and Specifications Sewer Specifications ii. Service taps on existing, in-service mains shall be installed by City personnel or a City - designated contractor. C. Main Line Connections i. Connections on existing mains shall comply with current TCEQ requirements. ii. Connection to existing main shall be by a new manhole constructed on the existing main or connection to an existing manhole. iii. City Inspector must be present for any connection being installed on an existing main. 6.7.12 Pipe Installation A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Gravity sanitary sewer pipe and other accessories shall be inspected, handled, laid and joined in the manner herein specified. i. Force mains shall be installed according to water pipe installation specifications and current TCEQ requirements. C. Pipe and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their own expense. D. Pipe and accessories shall be handled in accordance with manufacturer's specifications. L 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. I 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 y , 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. w iii. Batter boards or laser beam will be required to fine grade the trench. iv. All foreign matter shall be removed from the inside of the pipe, bells, spigots, or parts of the pipe used in forming the joint before the pipe is lowered into the trench; a. Pipe shall be kept clean by approved means during and after laying. b. At the times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means. v. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the bottom of the trench and to allow ample space for properly jointing the pipe. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. L 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. Section 6 55 Design Standards and Specifications Sewer Specifications 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 Water Utilities Engineering Department shall be notified at least 24 hours in advance of 1 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. 6.7.13 Detectable Marking Tape A. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for sewer mains shall be 3-inch, green in color and clearly labeled "Caution: Buried Sewer Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 6.7.14 Backfill around Pipe A. Bedding L 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 L Bedding and embedment shall be compacted to 95% Modified Proctor Density by approved mechanical means. H- il. 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. ii. In unpaved streets and alleys or in agricultural or cultivated areas, backfill shall be compacted to a minimum of 90% Modified Proctor Density. iii. In paved streets, alleys or proposed paving, backfill shall be compacted to a minimum of 95% Modified Proctor Density. iv. Flowable fill may be substituted for compacted backfill. v. Special situations such as state highway or railroad crossings may be subject to more stringent requirements and shall be addressed on a case -by -case basis. vi. Water jetting will not be allowed. E. Following the completion of the backfilling, the Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. 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 56 Section 6 i Design Standards and Specifications Sewer Specifications I' request of the Chief Water Utilities Engineer 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. 6.7.15 Manhole Construction A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Manholes and other accessories shall be inspected, handled, and installed in the manner herein specified. C. Manhole components and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their own expense. D. Manhole Base i. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. ii. Concrete shall be minimum 3,000 psi. 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. E. 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. F. Manhole Barrels i. Manhole barrels shall be assembled of pre -cast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. 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. Section 6 57 Design Standards and Specifications Sewer Specifications G. Top or Cone Sections L Cone shaped top sections shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. P ii. On shallow lines where standard cone sections will not conform to specified elevations, flat top sections may be considered with prior approval of the Chief Water Utilities Engineer. F H. 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. I. 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. a J. 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. ill. IPDs shall comply with the Approved Materials List. K. 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. L. 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 pipe, an approved protective lining or coating system shall be installed per manufacturer's instructions. Protective lining and coating systems shall conform to the Approved Materials List. M. Backfilling Around Manholes L 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. N. 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. 58 Section 6 Design Standards and Specifications Sewer Specifications a. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the Chief Water Utilities Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. b. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.7.16 Service Connections A. Service connections on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. B. Service connections on existing sewer mains shall be made by City of Lubbock Water Utility forces. C. Contractor shall place wyes and tees for service connections where required by the approved construction plans on new sewer mains. i. Wyes and tees shall be of like material as the sewer pipe. ii. Service lateral lines shall be installed to 2 feet inside adjacent property line at a typical depth of between 4 feet and 6 feet, or deeper when required. 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. 6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes LSection 6 6.8.01 Scope A. The work covered by this section consists of the inspection, testing, approval and acceptance of gravity flow sanitary sewers and manholes and other appurtenances normally installed as part of this system. The work may include inspection, cleaning, leakage testing, deflection testing and television inspection of the interior of the finished sewer system. 6.8.02 Quality Standards A. The latest published revision of: i 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 6.8.03 Materials A. Water used for exfiltration tests shall be potable or as otherwise approved by the City Inspector. 59 I Design Standards and Specifications Sewer Specifications I _' B. Equipment for tests shall be of the type, quality and capacity to perform the operations ' required and shall be furnished by the Contractor. C. All labor and materials, including water, shall be furnished at the Contractor's expense. 6.8.04 Inspection A. City Inspector shall inspect and approve all work accomplished. 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 Water Utilities Engineering Department. 6.8.05 Cleaning A. Contractor shall remove all foreign matter from the interior of the system prior to testing any section of sewer pipe. 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. 6.8.06 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. 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. �3 { 60 Section 6 Design Standards and Specifications Sewer Specifications iv. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. v. Leakage shall be measured by checking the drop in the water level in the upper manhole or structure over a period of 4 hours. 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. ill. 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. rl 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. L_! vi. Time shall not be less than that outlined in the following table: L" Section 6 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 61 Design Standards and Specifications Sewer Specifications 62 L Infiltration tests are acceptable only if the pipeline is continuously subjected to an ' external hydrostatic head (ground water level) of at least 2 feet above the top of the pipe at the upstream manhole or structure. ii. Infiltration test shall be made by sealing the inlet and outlet ends of this pipeline and measuring the volume of water that infiltrates into the section being tested. a. Flow measurement may be measured by collecting the discharge into a volumetric measuring container, weir or other approved method. iii. The test shall be continued over a period of at least 4 hours. Time shall be allowed to soak lines and manholes in advance of performing test. iv. Allowable infiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. v. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce the infiltration to an acceptable rate. vii. Contractor shall repeat the 4 hour infiltration test after repairs are made until an acceptable infiltration rate is attained. viii. All repairs required shall be at the Contractor's own expense. ix. Whenever the rate of infiltration is found to repeatedly exceed the prescribed amount, the Contractor shall be notified in writing. The Contractor may then be required to provide, at their own expense, video inspection of the interior of the conduit. The Contractor shall make appropriate repairs by methods approved by the Chief Water Utilities Engineer and shall continue to test the conduit until it is proven satisfactory. 6.8.07 Video Inspection A. Where determined to be necessary, the new sewer pipe shall be inspected by video camera prior to final acceptance. 1. Initial video inspection shall be at the Contractor's own expense. B. Video equipment expressly designed for pipeline inspection purposes and operated by experienced and qualified personnel shall be pulled through the entire pipeline. L Video equipment operator shall maintain a log of all inspections and note location, type and extent of any deficiencies. ii. Video equipment operator shall also photograph all deficiencies and not less than one "typical" location per each 500 feet of pipeline inspected. C. Contractor shall bear all costs incurred in correcting deficiencies found during the video inspection,_ including cost of additional video inspection required to verify correction of noted deficiencies. D. Video inspection conducted solely for the Contractor's benefit shall be at the Contractor's own expense. 6.8.08 Deflection Test A. Deflection tests shall be conducted in the presence of the City Inspector not less than 30 days after the pipe has been installed and backfilled. L 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. Section 6 Design Standards and Specifications Sewer Specifications 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. F B. Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal diameter of the pipe. Pipe sections that restrict free passage of the mandrel shall be removed and replaced or excavated, re -bedded, backfilled and retested. C. All repairs, replacement, remedial work and retesting shall be performed by the Contractor at their own expense. D. Deflection test may be conducted concurrently with the video inspection of the pipe interior, subject to approval by the City Inspector. 6.8.09 Manhole Testing A. Manholes shall be tested for leakage separately and independently of the sanitary sewer lines by vacuum testing, hydrostatic exfiltration testing or other methods approved by the City Inspector. An infiltration test may also be required if the manhole is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. 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. A vacuum of 10 inches of mercury (4.91 psig) shall be applied to the manhole and the time measured for the vacuum to drop to 9 inches of mercury (4.42 psig). v. The manhole is acceptable if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated below: Section 6 63 Design Standards and Specifications Sewer Specifications Mmimum `kxt::o ice?]' :.M �?6"twtC :. n1Js,=Y' 1+Y Test T� es foraStand'ard4454 le;Diame#ers ...t .; Depth (feet) Diameter inches 48 60 72 Time Seconds <4 10 13 16 6 15 20 25 8 20 26 33 10 25 33 41 12 30 39 49 14 35 46 57 16 40 52 67 18 45 59 73 20 50 65 81 22 55 72 89 24 59 78 97 vi. The Contractor shall have the option to repeat the vacuum test one time after repairs. vii. If a vacuum test is failed twice, the manhole shall be repaired and an exfiltration test shall be performed. [ viii. All repairs required shall be at the Contractor's own expense. G. Exfltration Test I. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. If. 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 r 1 leakage rate is attained. LI A. All repairs required shall be at the Contractor's own expense. H. Infiltration Test I. Infiltration tests are acceptable only if the connecting conduit is continuously subjected to an external hydrostatic head (ground water level) at least 2 feet above the top of the conduit. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. If. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The volume of water that infiltrates into the manhole during a 4 hour period shall be measured in a manner determined by the City Inspector. III. The test shall be conducted after the manhole has been subjected to the maximum ground water level for at least 4 hours to thoroughly saturate the manhole wall. iv. The allowable infiltration shall not exceed 0.025 gallon/foot of diameter/foot of manhole depth/hour during a 4 hour test. v. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. A. All repairs required shall be at the Contractor's own expense. 6.8.10 Approval 64 Section 6 11 ] Design Standards and Specifications Sewer Specifications A. Final approval of sewer lines and manholes shall be based on an inspection covering all items in this specification and other approved plans and material. The inspection shall be done in an appropriate manner by representatives of the Chief Water Utilities Engineer. B. Contractor shall remedy any defects in workmanship or materials revealed by inspection at their own expense. C. Final approval will be based on re -inspection of the sewer after the appropriate repairs and corrections are completed. 6.8.11 Acceptance A. Flow of any kind into the existing sanitary sewer collection system shall not be allowed until the new sewer lines and manholes has been satisfactorily completed and accepted for use by the Chief Water Utilities Engineer. B. Portions of the work completed may be placed in operation after all cleaning, testing and inspection requirements have been fulfilled. Such partial use or partial acceptance shall be subject to approval of the Chief Water Utilities Engineer. 6.9 Lift Station 6.9.01 Lift station design must conform to the most recent TCEQ design criteria. 6.9.02 Site Layout A. Lift station site location shall be approved by the Chief Water Utilities Engineer. B. Site shall be chosen to provide the least negative impact to surrounding existing and future development. C. The station site shall be located so it may serve as much of the entire sewer drainage basin as possible. This may require that the station be located off -site of the development. D. The station site shall be protected from the 100-year flood plain and shall be accessible during the 25-year storm event. E. Lift station site and associated access road shall be located in a dedicated right-of-way or permanent easement. i. Access road shall be a minimum 12-foot wide all-weather surface. 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. 6.9.03 Dry Well A. Dry well shall have separate, dedicated entrance with ladder. B. The dry well or valve vault shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum hatch. Section 6 65 Design Standards and Specifications Sewer Specifications C. Provisions shall be made for water removal from the dry well. D. Dry well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. 6.9.04 Wet Well A. Wet wells must be enclosed by water -tight and gas -tight walls. B. Interior walls of wet wells shall be lined with a lining system per the Approved Materials List. C. Wet well shall have a maintenance hatch for servicing pumps and a separate, dedicated (� entrance. ( J i. Dedicated entrance shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum safety hatch. ii. Maintenance hatch shall be an approved, double -door, lockable, 48-inch x 72-inch pedestrian -rated aluminum hatch or as required to adequately maintain the wet well pumps and components. D. A gravity sewer pipe discharging to a wet well must be located so that the invert elevation is.. above the level of the system's "on" setting. E. All piping within wet well shall be PVC with flanged fittings. F. All interior components shall be stainless steel including nuts, bolts, other fasteners and all base plates. G. Each pump shall be fitted with minimum 25 feet of stainless steel lifting chain. H. Each pump shall be fitted with dual -rail stainless steel guide bar and upper guide bar brackets. I. Wet well shall have a sloped bottom toward the pump intake to avoid solids deposition. J. Wet well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. K. Piping associated with lift stations shall be approved gravity or pressure rated sewer pipe. 6.10 Restoration and Clean U 6.10.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Chief Water Utilities Engineer. 6.10.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 6.10.03 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system and in compliance with current applicable codes. 6.10.04 All rubbish, excess excavated materials, unused materials and other non-native materials shall be removed from the jobsite and legally disposed. 6.10.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief Water Utilities Engineer. 66 Section 6 [ I Design Standards and Specifications Sewer Specifications 6.11 Warranty and Acceptance 6.11.01 At the completion of all or designated portions of work under construction, an inspection shall be made to determine compliance with these specifications, and other approved plans and materials. A. Upon such determination, a Certificate of Acceptance of Utility Construction shall be issued. B. The Certificate of Acceptance of Utility Construction shall constitute the initiation of the warrantee period. C. The Developer shall warrant the accepted work to be free of defects in workmanship or material defects for a period of one year. 6.11.02 The determination of the necessity during the warranty period for the Contractor to repair or replace the work in whole or in part shall rest entirely with the Chief Water Utilities Engineer. Section 6 67 Design Standards and Specifications Table ofContents ......` � STANDARD SPECI�_ICATXONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewerpipe and Manholes .59; SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7.1 Introduction .............................................................................................................................. 68 7.2 Product Submittal Procedures .................................................................................................... 68 7.3 Evaluation Process .................................................................................................................... 6S 7.4 Approval Process ...................................................................................................................... 6S 7.5 Water System ........................................................................................................................... 71 7.6 Sanitary Sewer System .............................................................................................................. 7O 7.' Water and Sanitary Sewer -------..----....--------------...83 SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLAN SECTION 10 TYPICAL DETAILS OF CONSTRUCTION D SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION Design Standards and Specifications Approved Materials List APPROVED MATERIALS AND MANUFACTURERS LIST 7.1 Introduction 7.1.01 This section lists specific products and manufacturers that have been approved for use within the City of Lubbock water and sanitary sewer system. 7.1.02 This listing is intended to be used as a reference source for Water Utilities employees, design engineers, developers, contractors and vendors. 7.1.03 Materials produced by manufacturers not listed herein are not acceptable for use within the City's system. 7.1.04 Manufacturers interested in submitting products for evaluation and possible approval should submit a written request in accordance with the procedures listed below. 7.2 Product Submittal Procedures 7.2.01 Written requests should be sent to the attention of "Chief Water Utilities Engineer, City of Lubbock, PO Box 2000, Lubbock, Texas 79457". 7.2.02 Written requests shall include the following: A. A complete Application for New Product(s) (See Appendix A-1) 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 Chief Water Utilities Engineer. D. All submissions shall be made at least 30 days prior to the meeting at which review is requested. `3 68 Section 7 Design Standards and Specifications Approved Materials List 7.3 Evaluation Process 7.3.01 Product evaluation will be conducted by the Chief Water Utilities Engineer or thier designee. A. Review shall include: i. Conformance with the City of Lubbock Design Standards and Specifications. 1 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. 7.4 Approval Process 7.4.01 The decision of the Chief Water Utilities Engineer is final. 7.4.02 For each product that has been submitted, one of the following recommendations will be made: A. Approval for Use i. This approves a product for use throughout the City's service area. ii. The Chief Water Utilities Engineer may withdraw the Approval for Use status for violation of the City of Lubbock Design Standards and Specifications. 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 Chief Water Utilities Engineer. iii. If, during the field observation period, problems with installation, operation or maintenance of the product are observed, the Chief Water Utilities Engineer may downgrade the status of the product to Disapproved for Use. iv. The Chief Water Utilities Engineer may withdraw the Conditional Approval for Use status for violation of the City of Lubbock Design Standards and Specifications. v. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. 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 Chief Water Utilities Engineer will determine where the product can be used. ii. The product will be reviewed periodically to ensure that no unforeseen installation, operation or maintenance problems have arisen. 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 Section 7 69 Design Standards and Specifications Approved Materials List the length of the field observation period will be determined by the Chief Water Utilities Engineer. iv. If, during the field observation period, problems with the installation, operation or maintenance of the product are observed, the Chief Water Utilities Engineer may downgrade the status of the product to Disapproved for Use. t v. The Chief Water Utilities Engineer may withdraw the Limited Approval for Use status t for violation of the City of Lubbock Design Standards and Specifications. vi. All use of the product will be in conformance with manufacturer's specifications and good engineering practices. D. Disapproved for Use 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 Chief Water Utilities Engineer, the product may not be resubmitted for review unless significant changes have been made to the product. iii. The Chief Water Utilities Engineer will not reconsider a product Disapproved for Use until at least twelve (12) months have passed from the date of disapproval. E. Insufficient Information L Not enough information was provided to evaluate the product. ii. Upon receipt of requested additional information, the Chief Water Utilities Engineer will reevaluate the product. iii. If, upon reevaluation, it is determined that not enough information was provided a Disapproved for Use status will be given. 7.4.03 Design Changes of Approved Products A. After the approval of a product, the manufacturer or their representative shall inform the Chief Water Utilities Engineer, in writing, of any modifications in design or material. Such changes may require further evaluation and approval. 7.4.04 Withdrawal of Approval A. The Chief Water Utilities Engineer may withdraw any approval as a result of a design change, field observation, testing, product failure, or other factors that, in the opinion Chief Water Utilities Engineer, warrant such withdrawal. ' 70 Section 7 Design Standards and Specifications Approved Materials List 7.5 Water System 7.5.01 Water Pipe A. Polyvinyl Chloride (PVC) 4-inch to 24-inch L 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. B. High Density Polyethylene (HDPE) L 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 L AWWA C151 Minimum Thickness Class 50 ii. Manufacturers a. American Cast Iron Pipe b. Griffin Pipe Products _. c. McWane Pipe d. U.S. Pipe and Foundry D. Concrete Cylinder Pipe L AWWA C301, Pre -stressed Concrete Steel Cylinder Pressure Pipe ii. AWWA C303, Concrete Bar -wrapped Steel Cylinder Pressure Pipe iii. Manufacturers: a. Hanson 7.5.02 Fittings: (Bends, Crosses, Tees and Offset Glands) A. Ductile Iron; Compact B. AWWA C110 and C-153 C. Manufacturers: i. American Cast Iron Pipe ii. Griffin Pipe Products iii. McWane Pipe ,i 71 ` ' Section 7 Design Standards and Specifications Approved Materials List iv. Sigma Corporation v. Star Pipe Products, Inc. vi. Tyler Pipe and Foundry Utilities vii. U.S. Pipe and Foundry 7.5.03 Couplings (Transition or Straight), Non -Restrained A. Low -alloy or stainless steel bolts and nuts; outside finish: heat fused nylon coating or fusion bonded epoxy coating; standard length body. B. Manufacturers L Dresser ii. Ford iii. JCM Industries iv. Romac v. Smith -Blair 7.5.04 Resilient Seat Gate Valves, 4-inch through 12-inch A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C509 and C515 C. Manufacturers L American AVK ii. Clow iii. Darling iv. EJIW v. Mueller vi. M & H Model 3067 vii. United 7.5.05 Butterfly Valves — 16-inch and Greater, with gearing if required by manufacturer A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C504 C. Manufacturers L DeZurik ii. Mueller iii. M & H 7.5.06 Fire Hydrants A. AWWA C502 B. 5-1/4-inch valve opening; 2-1/2-inch hose nozzles; 4-inch steamer nozzle C. Factory painted orange D. Manufacturers L American Darling Model B-84-B ii. American AVK iii. Clow Medallion 72 Section 7 Design Standards and Specifications Approved Materials List iv. Mueller Centurion v. M & H Style 129-09 7.5.07 Fire Hydrant Raised Pavement Marker A. Manufacturer i. Stimsonite Model 80 7.5.08 Service Saddles A. Epoxy coated ductile iron body; Double band with SS bands and bolts B. AWWA C800 C. 1-inch i. Female AWWA Taper threads (CC or CS) ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair D. 2-inch i. Female iron pipe threads ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair 7.5.09 Corporation Stops A. Full Port Ball Valve B. AWWA C800 C. 1-inch L Male AWWA Taper threads (CC or CS) by flared copper or compression ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller D. 2-inch i. Male iron pipe threads by flared copper or compression ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller f I� IN Section 7 73 [ 1 i Design Standards and Specifications Approved Materials List 7.5.10 Service Tubing A. Copper Tubing L ASTM B88 ii. Flared copper fittings iii. 1-inch a. Type K -Soft iv. 2-inch a. Type K - Hard) B. Polyethylene Tubing (PET); 1-inch and 2-inch L ASTM D2737 - Copper Tube Size (CTS), 200 PSI Minimum, Black or Blue I. ii. Quick joint type compression fittings used with stainless steel insert stiffeners iii. Manufacturers a. Endot — Endopure PE 4710 b. NuMex PE 4710 c. Silverline — Sil-O-Flex PE 3408 or 4710 d. Ultraline — Driscoplex 5100 Series PE 4710 7.5.11 Curb Stops A. Full Port Ball Valve B. AWWA C800 C. Curb stops shall include meter swivel nut (meter spud) connection on outlet side such that meter nut can be replaced without removing valve from operation. D. Reductions for smaller meter sizes shall be accomplished by use of appropriately sized iron pipe threaded brass bushing on outlet side of curb stop. E. 1-inch and 2-inch i. Flared copper or compression by female iron pipe threads with meter swivel nut. ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller 7.5.12 Compression Fittings A. Compression fittings shall be quick joint type. B. Compression fittings shall be used with stainless steel insert stiffeners. C. Manufacturers i. AY McDonald ii. Ford 7.5.13 Mueller Meter Setters, 2-inch A. Ball valve inlet and outlet, 15 inch height, Female iron pipe threads B. Manufacturers L A. Y. McDonald ii. Ford 74 Section 7 Design Standards and Specifications Approved Materials List iii. Mueller 7.5.14 Tapping Sleeves A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange B. Epoxy coated with stainless steel bolts and nuts C. Manufacturers i. Ford FAST ii. JCM Industries #469 iii. Smith Blair #662 iv. ROMAC #SST 7.5.15 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 7.5.16 Water Meter Boxes and Vaults A. Manufacturers L Hi -Density Polyethylene Plastic Box a. Carson Industries Model 2200 ii. Heavy Duty HS-20 Rated a. EJIW b. Old Castle 7.5.17 Double Check, Double Detector Check and Reduced Pressure Principle Devices A. American Society of Sanitary Engineering Seal Approval B. Call City of Lubbock backflow coordinator at (806) 775-2589 for specific applications. C. Manufacturers L Ames ii. Febco iii. Watts iv. Wilkins 7.5.18 Backflow Preventer Box A. Polyester or Aluminum Enclosure, Heated and Insulated ASSE 1060 B. Manufacturers L EZ Box Model HEz ii. Hot Box iii. Safe-T-Cover Section 7 Design Standards and Specifications Approved Materials List 7.5.19 Air Release Valves A. Manufacturers i. APCO ii. ARI iii. Crespin 7.5.20 Flushing Hydrants A. Manufacturers i. Kupferie 7.5.21 Sampling Stations A. Manufacturers i. Kupferle 7.5.22 Valve boxes A. Cast -Iron slip type B. Manufacturers L ElIW ii. Sigma iii. Star Pipe 7.5.23 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 7.5.24 Casing Spacers A. Manufacturers i. Advance Products ii. BMW iii. Cascade iv. CCI Pipeline V. Culpico vi. PSI 7.5.25 Precast Concrete Vaults, HS-20 Rated A. Manufacturers i. Hanson Pipe and Products ii. Vaughn Concrete Products 76 Section 7 f Design Standards and Specifications Approved Materials List 7.5.26 Waterline Marker i. Manufacturers a. Blackburn b. Carsonite International Section 7 77 Design Standards and Specifications Approved Materials List 7.6 Sanitary Sewer System 7.6.01 Gravity Sewer Pipe A. Polyvinyl Chloride (PVC) Pipe i. 6-inch thru 15-inch: ASTM D3034, Minimum Class SDR 35 ii. 18-inch thru 48-inch: ASTM F679, wall thickness T-1 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 L Plastic Trend (Fittings Only) j. VINYL Plex (Fittings Only) B. PVC Corrugated Sewer Pipe with Smooth Interior L ASTM F949, ASTM F794 ii. Manufacturer a. Diamond Plastics C. High Density Polyethylene (HDPE) L 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 x i. ASTM D6783 ii. Manufacturers a. U. S. Composite Pipe a F. Polypropylene Corrugated Dual Wall and Triple Wall L 12-inch thru 30-inch: ASTM F2736 (` ii. 30-inch thru 60-inch: ASTM F2764 78 Section 7 Design Standards and Specifications Approved Materials List f ' l iii. Manufacturer a. ADS Sanitite HP 7.6.02 Pressure Sewer Pipe A. Polyvinyl Chloride (PVC) i. AWWA C900 Minimum Class DR25 a. Manufacturers (1) Diamond Plastics (2) JM Eagle (3) North American Pipe ii. SDR26 Class 160 a. Manufacturers (1) Diamond Plastics (2) JM Eagle (3) North American Pipe ' B. Ductile Iron (DIP) -Y 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 7.6.03 Manholes A. Precast Concrete i. ASTM C478 ii. Manufacturers a. Hanson Building Products b. South Plains Concrete Products c. The Turner Company d. Vaughn Concrete Products i B. Glass -Fiber -Reinforced Polyester Manholes, Wetwells and Manhole Liners i. ASTM D3753 ii. Manufacturer s f a. LF Manufacturing <_ b. Containment Solutions 7.6.04 Manhole Frames and Covers A. ASTM A48, Class 35B, AASHTO M-306 �' Section 7 79 Design Standards and Specifications Approved Materials List B. Standard Solid Cover i. Manufacturers a. East Jordan Iron Works C. Watertight Frame and Cover i. Manufacturers a. East Jordan Iron Works b. Rexus 7.6.05 Manhole Coatings/Protective Lining System A. Manufacturers i. A-Lok - Dura Plate 100 PVC Liner ii. Raven 405 ill. Tnemec — Series 431 PermaShield 7.6.06 Gaskets and Flexible Manhole Connections A. Flexible cast -in -place seal or flexible boots installed with hydraulic pressure after manhole manufacture. Manhole openings shall be made by hole -formers inserted during manufacture. B. Manufacturers i. Press -Seal Gasket Corp. ii. A-Lok iii. International Precast Supply iv. NPC 7.6.07 Internal Chimney Seals A. ASTM C923 B. Manufacturers i. Cretex ii. NPC 7.6.08 Manhole Joint Seals A. Sealant per ASTM C990 B. O-ring gaskets meeting ASTM C443 and ASTM C1628. 7.6.09 Manhole Joint Wrap (in addition to O-ring specified above) A. Manufacturers i. Ram Nek ii. ConSeal CS 102 7.6.10 Manhole Joint Sealers A. Butyl Mastic B. Manufacturers L Ram Nek ii. ConSeal CS 102 7.6.11 Inflow Prevention Device 80 Section 7 Design Standards and Specifications Approved Materials List A. Non -Corrodible with self cleaning gas relief and vacuum relief valves B. Manufacturers i. L.F. Manufacturing Inc. - Rain Guard �TI ii. No Flow -In Flow iii. The Man Pan iv. Southwestern Packing and Seals, Inc. - Rainstopper 7.6.12 Polyethylene Slope Adjusting Ring {{ A. ASTM D1248 B. Manufacturers L Ladtech 7.6.13 Saddles A. Manufacturer i. NDS 7.6.14 Cleanout Cover A. Manufacturer L East Jordan Iron Works 7.6.15 Valves — Must Be Approved for Use in Wastewater Application A. Plug, Full Port i. Manufacturers a. DeZurik B. Resilient Seat Gate i. AWWA C509 ii. Manufacturers a. American Flow Control b. Clow c. M & H d. Mueller e. U.S. Pipe C. Swing Check i. Manufacturer a. Golden Anderson b. M & H� c. Val-Matic 7.6.16 Backwater Valve for Manhole Vent 1.. A. Manufacturer i. Josam 7.6.17 Lateral Backwater Valve A. Diaphram Operated Stainless Steel Knife Valve ASME Al 12.14.1 Section 7 81 Design Standards and Specifications E-3 Approved Materials List B. Manufacturer i. John Stephens ii. Plastic Trends iii. Smith Floodgate 7.6.18 Sewage Combination Air/Vacuum Valve A. Manufacturers i. APCO/Willamette - ii. ARI iii. Golden Anderson Industries Y.' 7.6.19 Sanitary Sewer Marker _ A. Manufacturers i. Blackburn ii. Carsonite International 7.6.20 Wastewater Pumps A. Manufacturer - i. Flygt N-Pump 82 Section 7 Design Standards and Specifications Approved Materials List 7.7 Water and Sanitary Sewer Systems 7.7.01 Modular Wall Seal A. EPDM with stainless steel nuts and bolts B. Manufacturer i. Thunderline ii. Pipe Seal iii. Link Seal 7.7.02 Vault Doors A. Type K heavy duty aluminum double leaf door, H-20 rated B. Manufacturers i. Bilco ii. Halliday iii. USF Fabrication, Inc. 7.7.03 Tracer Wire A. 14-gauge B. Manufacturers i. Copperhead ii. Southwire 7.7.04 Marking Tape A. 3-inch width, Sewer — green, Water - blue B. Manufacturers L Presco Prodcuts ii. Terra Tape Section 7 83 it A-1 bo&k ity of lub 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. ****Do not write below this line - - For City use only**** Application No. (Ex. 2013-01) Approved By: Title: Accepted Rejected Comments: Design Standards and Specifications Streets and Drainage Specifications 8.2.02 Street Crown Elevations A. All street paving shall incorporate a centerline crown at the following listed elevation unless otherwise indicated on plans, or as directed by the Engineer: Pale, �e�t��,N�dth ^��� £ ��� , �' Faceof�C�irb to; ace.of..Curb � i�F�nishedPavm�; Surface �►Iyove,Gutter ,,;=1. �.,, .. ���� 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% minimum and 4.0% maximum. 8.2.03 Minimum Grades A. All street paving shall incorporate the following slopes unless otherwise indicated on plans, or as directed by the Engineer: L cations 0E1msl ewGrade 5lo e'(mo Linear Curb and Gutter 0.20 Curb and Gutter in Cul-De-Sacs 0.30 Concrete Dips, Valley Gutters and Fillets 0.35 Concrete Alley Paving 0.20 Concrete Drainage Channel 0.20 Fall Around Curb Radii 0.80 B. Asphalt dips shall not be used in the place of concrete dips or valley gutters. 8.3 Testing and Inspection Section 8 I 8.3.01 All work shall be inspected and tested by a representative designated by the City Engineer, who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or associated plans. LJ A. Whenever any portion of these specifications or associated plans is violated, the Engineer may { J order the portion of construction that is in violation to cease until such violation is corrected. 8.3.02 Contractor shall cooperate with the Engineer in providing for sampling and testing procedures. A. In the event City tests indicate out of specification materials, additional tests may be provided f l by the contractor at their own expense. �! B. Conflicting tests provided by the contractor will not automatically be considered as compliance with City specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. 8.3.03 The testing and inspection provided by the City is intended only to verify that materials and construction comply with plans and specifications. The City's testing and inspection efforts are not intended to replace the contractor's responsibility to comply with the specifications. 85 Design Standards and Specifications Streets and Drainage Specifications A. With respect to new material sources, or where the City lab has determined materials or construction do not comply with these specifications, the City will not re -test until the contractor has provided their own testing to demonstrate the materials and construction are ' in compliance with the plans and specifications. 8.3.04 Upon completion of construction, the Contractor will apply sufficient water to all paving improvements within the project to ensure all surfaces meet drainage requirements and are in compliance with these specifications. 8.4 Notification of Property Owners 8.4.01 The contractor shall be responsible for maintaining positive communication with adjacent property owners. 8.4.02 The contractor shall provide two days notice to all affected property owners with respect to pending construction, and restriction of access or driveway locations. 8.5 Protection of Utilities and Irrigation Systems 8.5.01 The plans show only approximate locations of utilities as obtained from various utility companies. A. It is not implied that all utilities or their accurate locations are shown on the plans. 8.5.02 It is the contractor's responsibility to become familiar with all utilities and locations. A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification Centers. B. The contractor shall call DIG TESS (1-800-344-8377) and provide sufficient time for all utilities to be identified prior to construction. 8.5.03 On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will be responsible during the construction period for damages to any utilities. 8.5.04 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system, and in compliance with current applicable codes. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 8.6 Water for Construction 8.6.01 The City will furnish water from fire hydrants for construction purposes. A. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant and will be charged the applicable rate for the quantity of water used. B. The contractor shall contact Lubbock Power and Light Customer Service Department to establish a utility account. The contractor must pay a deposit for each fire hydrant meter and will be responsible for all charges associated with that account. 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. 86 Section 8 i I " Design Standards and Specifications Streets and Drainage Specifications 8.6.02 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. 8.6.03 For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. B. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. 8.6.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. A. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. B. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. 8.6.05 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. 8.7 Concrete Section 8 8.7.01 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 yards of concrete shall be loaded in a Revolving Drum Agitator Truck and transported to the job site. Loads in excess of eight yards will be rejected and shall be removed from the job site. E. 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. F. All concrete shall have 5 percent, minus 1.5 percent to plus 3 percent, air entrainment in conformance with ASTM C260. G. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. 87 Design Standards and Specifications j Streets and Drainage Specifications I 8.7.02 Classification A. The following City of Lubbock classes of concrete shall be used: Classes _ T calFU es ONR Curb and gutter, sidewalks, curb ramps, drainage channels, medians, A inlet boxes headwalls 'unction boxes driveways, and retaining walls. B Valley clutters and fillets alley returns and alley paving. C Concrete street pavement. D Utility encasements Fast setting concrete pavement such as "Fast Track" Concrete E Pavement or, other special design. 8.7.03 Thickness of Concrete Surfaces A. Concrete thoroughfare street paving shall have a minimum thickness of 8 inches. B. Concrete alley paving shall have a minimum thickness of 7-1/2 inches at edge and 5 inches at flow line. J. 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 paving thickness shall be approved in writing by the City Engineer. 8.7.04 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 easements. 8.7.05 Mix Design A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit the concrete mix design to the Engineer for approval. i. The following shall be submitted to the Engineer for review: a. 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. b. 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 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. ii. The Engineer will approve or reject the mix design and materials based on these submittals. iii. Mix design approval shall be subject to additional testing during construction. �� 88 Section 8 Design Standards and Specifications Streets and Drainage Specifications 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. 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. 8.7.14 Curing Compounds A. All fresh concrete surfaces shall be completely painted 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. 8.7.15 Forms A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the concrete section formed. B. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least 12 hours after placing of the concrete. C. Forms shall be treated with a light oil or release agent before each use, and forms which are to be re -used shall be cleaned immediately after each use and maintained in good condition. D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. E. Forms used for curb radii shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow line can be obtained by other methods approved by the Engineer. F. In no case will concrete placement be started without the approval of the Engineer. G. No forms shall be placed until the subgrade is within one inch of its finished grade. Section 8 93 Design Standards and Specifications Streets and Drainage Specifications 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. 8.7.16 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 is below 40 degrees F or if sustained winds are 25 mph or higher as determined by 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. Concrete shall not be placed on frozen subgrade. ii. 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. iii. 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. 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% 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 T-1 or T-2 thoroughfare paving is noticeably uneven, the City may require measurement of the ride quality using the TxDOT Surface Test Type B. 94 Section 8 Design Standards and Specifications Streets and Drainage Specifications 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. 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. 8.7.17 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. 8.7.18 Concrete Alley Paving Cuts A. Refer to Standard Detail 37-2. B. Transverse Cuts i. Minimum width between transverse joints shall be 4 feet. ii. No more than 2 transverse joints shall be added between existing 13 foot tooled joints. iii. Transverse joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. When installed at expansion joints, slip dowels shall be used. C. Longitudinal Cuts i. Longitudinal cuts along the edge of existing alley pavement shall be a minimum width of 3 feet. ii. Maximum width of longitudinal cuts shall be 4 feet. iii. Longitudinal cuts wider than 4 feet, regardless of location, shall replace the full width of existing alley paving. iv. Longitudinal joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. D. Potholing for Locating Existing Utilities L 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 these specifications. 8.8 Subgrade and Base Section 8 8.8.01 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. 95 9 Design Standards and Specifications Streets and Drainage Specifications C. Subgrade material shall be suitable for forming a stable embankment and shall meet the F_ following requirements: U NlateriaVPP e e. lue Liquid Limit Max 45 Plasticity Index Min 5• Max 20 Linear Shrinkage Min 2• Max 10 i. Subgrade material which does not meet the above requirements may be conditioned by blending with lime, sand or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. D. Subgrade Construction L 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 f ' 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. LE. 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. 96 Section 8 i 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. 8.8.02 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. il. 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 r 1 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. f I. Each stockpile shall be dedicated, and identified as to the project or subdivision it Is L for. ii. After a stockpile is completed the contractor shall not add material to that stockpile. ill. 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. ( j E. Material Tests L1 I. Flexible base material shall conform to the following requirements: a. Sieve Analysis j Cumu�atwe' Percent Retained Standard�Crushed4ockAggregate�. Retained on 1-3 4" Sieve 0 Retained on 7 8" Sieve 10-35 Retained on 3 8" Sieve 30-50 Retained on No. 4 Sieve 45-65 Retained on No. 40 Sieve 70-85 b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: Section 8 97 l Design Standards and Specifications Streets and Drainage Specifications Mater�alProeValue ; Liquid Limit Max 35 Plasticity Index Min 3; Max 10 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. 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. } 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. 98 Section 8 Design Standards and Specifications Streets and Drainage Specifications 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 subgrade 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. Ill. No payment will be made for rejected material or construction. 8.8.03 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. ii. The aggregate mixture shall conform to the following master gradation: NWgz_mr t.ht���� Standard Cru hey d Roggregate� 3 `Cumulative Perce_ nt Passing b Wei ht a Sieve 98-100 -Passing1" 3 4" Sieve 84-98 -Passing Passing 3 8" Sieve 60-80 No. 4 Sieve 40-60 -Passing Passing No. 8 Sieve 29-34 No. 30 Sieve 13-28 -Passing No. 50 Sieve 6-20 -Passing Passing No. 200 Sieve 2-7 a. Design produced Minimum VMA 13.0% Section 8 99 Design Standards and Specifications Streets and Drainage Specifications b. Plant produced Minimum VMA 12.0% iii. Material passing the No. 40 sieve shall be known as 'soil binder" and shall meet the following requirements: V. Material Pir AfValue. Liquid Limit Max 45 Plasticity Index Max 15 Linear Shrinkage Max 5 iv. The mineral aggregate shall not contain more than 0.5% 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. 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 �Y Engineer. iii. Asphalt Stabilized Base shall be placed and compacted in 3 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 reported by the Texas Tech University Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees surface temperature. vi. ASB shall be placed at a temperature between 265 and 325 degrees F. vii. Any ASB material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. viii. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross - sections and grades shown on the associated plans. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness is not less than 9 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. F. ASB Compaction L ASB shall be compacted thoroughly and uniformly with approved rollers to a density between 93% and 98% of the maximum theoretical gravity, with a lab molded target of 96.5% 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. 100 Section 8 f_ i Design Standards and Specifications Streets and Drainage Specifications iii. ASB shall meet all compaction requirements at the time of inspection. Re -rolling is not l 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 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. 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. 8.9 Hot Mix Asphalt Concrete Surface (HMAQ 8.9.01 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. 8.9.02 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. No RAP material will be allowed in HMAC. 8.9.03 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). 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% 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% 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. 8.9.04 A minimum of 2 cores per 600' block will be taken to determine thickness, and density of HMAC surfaces. Section 8 101 H Design Standards and Specifications Streets and Drainage Specifications 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. 8.9.05 Thickness of HMAC Surfaces A. HMAC thickness shall be a minimum of 2 inches, or as indicated on the plans. l _ i. No tolerance on minimum thickness will be allowed. B. If a core shows less than the specified minimum thickness, prior to being trimmed, the HMAC surface shall be considered deficient with respect to thickness, and the deficiency shall be rectified by removal and replacement at the specified thickness. I. Additional cores will be taken at 25 foot spacing to define the limits of deficiency. C. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. 8.9.06 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. 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: �a dardCrushed� ock�Aggr�egate .»emu 66"'ll 1W,Percent Passmg m b wei ht Passing 3 4" Sieve 95-100 Passing 3 8" Sieve 70-85 Passing No. 4 Sieve 43-63 Passing No. 8 Sieve 32-44 Passinq No. 30 Sieve 14-28 Passing No. 50 Sieve 7-21 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 14% (2) Plant Produced Minimum VMA 13% "' 102 Section 8 f l_ Design Standards and Specifications Streets and Drainage Specifications b. Type D Fine Graded Surface Course — Curb and gutter street widths of 36 feet or less and strip paved streets of any width: Jw SUifi rd Crushed RocikA11 gre`gate , Cumulate we ht {Pass ngz .` 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% (2) Plant Produced Minimum VMA 14% 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. Coarse Aggregate i. Coarse aggregate must be approved for use by the Engineer and must be on the TXDOT source rating catalog. if. 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% 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. 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% 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. if. A maximum of 15 percent of the total virgin aggregate may be field sand or other crushed fine aggregate. [if. 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. Section 8 103 Design Standards and Specifications Streets and Drainage Specifications 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: edRock AggregaEeIN �� StandardCrus bwe1bit �1> R,.,�� _.� �w. h�o. If 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. Ill. 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. 8.9.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (IMF) for the mix design proposed to be run on that project. The IMF 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 approved. 104 Section 8 Design Standards and Specifications Streets and Drainage Specifications 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 Placement 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. November 1 to April 1 (1) HMAC shall not be placed when the air temperature is below 55 degrees F and falling. (2) HMAC may be placed when the air temperature is above 50 degrees F and rising. �- b. April 1 to November 1 (1) HMAC shall not be placed when the air temperature is below 50 degrees F and falling. (2) HMAC may be placed when the air temperature is above 45 degrees and rising. v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as determined in the field. vi. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock. 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 while passing through the lay down machine, shall be rejected by the Engineer. 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 everyload. x. A level up course 1/2 inch to 1 inch in thickness shall require the use of Type D HMAC. A. A level up course greater than 1 inch shall require the use of ASB. Al. 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. Section 8 105 Design Standards and Specifications Streets and Drainage Specifications 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 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. xv. 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. xvi. 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. xvii.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. D. HMAC Compaction i. HMAC surfaces shall be constructed to the following compacted thickness: Type or Surface Mm�mu h�cknessMaX�inutli Thickness" in . Type D 2.0 2.5 Type C 2.0 3.0 ii. Using appropriate rollers approved by the Engineer, the HMAC surface shall be compacted thoroughly and uniformly to a density between 93% and 98% of the theoretical maximum gravity, with a lab molded target of 96.5% using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. iii. Compaction less than 93 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. A. Finished surfaces, including asphalt and concrete, shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge. 106 Section 8 Section 8 1 Design Standards and Specifications Streets and Drainage Specifications 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 T-1 or T-2 thoroughfare 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 L 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. 8.9.08 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. 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. 8.9.09 Rejected HMAC Material A. Rejected HMAC material, either from the construction area or delivered to the job site shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. B. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. C. No payment will be made for rejected material or construction. 8.9.10 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. 107 Design Standards and Specifications Streets and Drainage Specifications I_ ii. In general that shall mean 8 inch reinforced concrete. iii. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any proposed island. B. The submitted request shall include the proposed pavement design, surface treatment of the island, types of plant materials, and methods and details of irrigation systems. 8.10 Micro-Surfaci 8.10.01 Micro -surfacing materials and construction shall conform to TxDOT Specification Item # 350. There shall be no deviation from these specifications unless so directed by the Street Superintendent. 8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro - surfacing pavement and to ensure that the finished surface has a uniform texture and the micro -surfacing mat is fully adhered to the existing roadway surface. 8.10.03 Materials of Construction A. All materials that are to be stockpiled shall be protected from dust and other contamination. B. Mineral filler shall be stored in a manner that will keep it dry and free from contamination. C. All asphalt materials shall be kept free from contamination. D. Cationic Polymer -Modified Asphalt Emulsion I. Provide CSS-11? in accordance with TxDOT Item # 300.2.1) "Emulsified Asphalt". E. Aggregate I. Aggregate shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality and from a single source. Ii. Aggregate shall meet TxDOT Class "A" surfacing classification. iii. Contractor shall include the amount of mineral filler added to the mix determining the total minus No. 200 sieve aggregate fraction. iv. Aggregate shall meet the following gradation requirements: �StandardrushedRocic�Aggre�a a x .�Cumu�� � Percent Reta�ned� .:�Owee ht � x 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% (5 cycles) based upon TxDOT Test Method Tex-411-A vi. Minimum Sand Equivalent shall be 70% based upon TOOT Test Method Tex-203-F. F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. L G. Contractor shall adjust the mix design to attenuate the usage of Lime. H. Water shall be potable and free of harmful soluble salts. 108 Section 8 Design Standards and Specifications Streets and Drainage Specifications 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. 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. Section 8 109 Design Standards and Specifications Streets and Drainage Specifications 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. A. Locations with turning or stop -and -go traffic shall be protected for longer periods of time. Al. 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. 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. ill. 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 z 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 110 Section 8 Design Standards and Specifications Streets and Drainage Specifications f a depth as to allow a smooth transition between concrete and the completed micro - surfacing pavement. F. Scratch Course L 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 1 more uniform profile for the micro -surfacing pavement to be applied to. G. Finished Surface n i. Micro -surfacing pavement finished grade shall be uniform in texture and free from Ji 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 9 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. �^J 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 8.16 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. 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. Section 8 I" Design Standards and Specifications Streets and Drainage Specifications 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% 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: _r A i M 5 ecification ; M,;MMater1al lr ASTM C33 Aggregates ASTM C150 Cement ASTM C39 Sampling Specimens ASTM C185 Reinforcing ASTM C144 Sand and Mortar 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 ffemale 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. L 112 Section 8 Design Standards and Specifications Streets and Drainage Specifications p 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. A. 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. 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 be Western Iron Works #40 or approved equal. 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 i with the requirements of one of the classes of bedding, and the hard unyielding Section 8 113 Design Standards and Specifications Streets and Drainage Specifications 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, flightly 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 t 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. L a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: ftO_N e Slzeft XMiK ' ench lNidth s - M T ne ch 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. A. 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. ' 114 Section 8 Design Standards and Specifications Streets and Drainage Specifications 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. 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. A. 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. Section 8 115 Design Standards and Specifications Streets and Drainage Specifications 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 L 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% 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 1-1/2 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. 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. Section 8 Design Standards and Specifications Streets and Drainage Specifications r 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. 8.13 Salvage of Asphalt Paving 8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. 8.13.02 Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 8.14 Traffic Control 8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. A. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD). 8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. ( ! Section 8 117 Design Standards and Specifications Streets and Drainage Specifications 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. A. 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. 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. 8.15 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. 118 Section 8 Section 8 Design Standards and Specifications Streets and Drainage Specifications 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 1 not less than 7 hours between 7:00 am and 6:00 pm. L 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 l 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. 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. 119 0 Design Standards and Specifications Streets and Drainage Specifications iv. If City personnel are available, the Engineer may approve the request. 8.16 Measurement and Payment 8.16.01 The unit price bid for all bid items shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. A. Cost of work or materials shown on the plans or called for in the specifications and for which no bid item is indicated shall be considered subsidiary to the various bid items. i. No separate payment shall be made for such subsidiary work or materials. B. Payment will not be made for any item that is not complete, including all associated incidental work. C. All of the items covered by these standard specifications may not be included in a particular project. D. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 8.16.02 Separate Curb and Gutter A. Measurement will be made of the linear feet of separate curb and gutter actually constructed. B. Separate curb and gutter will be paid for at the unit price bid per linear foot. C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall be used only if specifically indicated on plans or bid documents. 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. 120 Section 8 Design Standards and Specifications Streets and Drainage Specifications 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. 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 Flowable Fill A. Quantities of 1-1/2 sack 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 flowable fill. Section 8 121 H €_s Design Standards and Specifications Streets and Drainage Specifications 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. 122 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. 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. Section 8 [1 Design Standards and Specifications Streets and Drainage Specifications B. If no separate bid item for mobilization is included in the contract it shall be considered ' subsidiary to contract bid items, and no separate payment shall be made for mobilization. 8.17 Restoration and Clean U 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 31 calendar days after the Contractor has given the Engineer written notice that the paving or drainage improvements have been completed, or substantially completed, for new subdivision construction or on a City contract the Engineer shall inspect the improvements. A. If it is determined that the improvements have been constructed in accordance with the plans and specifications, the Engineer shall issue to the Contractor a Certificate of Completion of Streets and Drainage Improvements, which will establish the beginning date for the warranty period. B. Neither the final payment nor Certificate of Completion shall relieve the Contractor of responsibility for faulty materials or workmanship. C. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the date of completion. D. Developer and City of Lubbock shall execute a 2-year Warranty for materials and workmanship. Section 8 123 APPENDIX C — CITY OF LUBBOCK UTILITY EXCAVATION MANUAL (UEM) 063126005 APPENDIX C— COL UTILITY EXCAVATION MANUAL (UEM) _ Jan-14 city of ibock UTILITY EXCAVATION MANUAL (UEM) GENERAL REQUIREMENTS AND PROCEDURES •N EXCAVATION IN THE CITY OF LUBBOCK PUBLIC RIGHTS -OF -WAY CITY OF LUBBOCK PUBLIC WORKS DATE: MARCH 2O13 NOTICE TO ALL EXCAVATORS IN THE CITY OF LUBBOCK PUBLIC RIGHT-OF-WAY The Utility Excavation Manual (UEM) has been prepared as a guide for City agencies, utility companies, contractors, Right -of -Way (ROW) Users and other excavators in the public right-of-way in the City of Lubbock, Texas. The primary purpose of the Manual is to compile the various details, drawings, rules and regulations governing excavations in the public right-of-way into a single document. The primary regulation related to these excavations is Article 36.09 of the City of Lubbock Code of Ordinances, "Utility Construction in Public Rights -of -Way". To assist the ROW Users, Article 36.09 is copied in its entirety, and is a part of this Manual. Certain specifications, such as materials and methods of concrete and asphalt construction, are not a part of this manual, but are available in the "City of Lubbock Public Works Engineering Design Standards and Specifications". The primary issues of concern related to these regulations and this manual are: • Public health, safety and welfare • Protection of the traveling public • Improve coordination of work in the ROW • Reduce damages to paved streets and alleys due to utility excavations Before excavating in any public right-of-way within the City, ROW Users are encouraged to familiarize themselves with the requirements of this manual. If you have any questions regarding work in the public right-of-way, please contact the City ROW Management Coordinator at 806-775-3157. Date 2 R , / � jjj, R. Keith Smith, P.E. Chief Operation Officer City of Lubbock Utility Excavation Manual Table of Contents Description Page Notice to Excavators 2 Table of Contents 3 Contact Information 4 Plate UEM-1— Asphalt Pavement Cut Repairs 5 Plate UEM-2 — Concrete Street and Alley Cut Repairs 6 Plate UEM-3 — Brick Street Cut Repairs 7 6 . Plate UEM-4 — Trench Backfill Requirements on Alleys to be Paved 8 Plate UEM-5— Trench Backfill Requirements on Unpaved Streets and Alleys 9 Plate UEM-6— Concrete Paving, Cap, or Alley Paving 10 Plate G-1— Typical Locations for Utilities in Alleys 11 Compaction of Trenches 12-13 Survey of Location of Installed Utility 14-15 l ' Sample Drawing of Permitted Work 16 Posting of Utility or Contractor Information 17 -, Barricade Plan & Traffic Control 18 Storm Sewers 19 k CONTACT INFORMATION ROW Management Coordinator 775-3157 City Engineer 775-2343 Assistant City Engineer 775-2341 Capital Projects Engineer 775-3254 Senior Construction Inspector - Public Works Engineering 775-3751 Stormwater Management Department 775-2347 Street Maintenance Department 775-2358 Water Customer Service 775-2588 Water Engineering Department 775-2351 Solid Waste Department 775-2495 Traffic Engineering Department 775-2132 LP&L Emergency Service 775-2555 TxDOT 745-4411 Police Department (24 Hour) 775-2865 Fire Department (24 Hour) 775-2635 EMS 775-9925 4 TYPE 'C' HMAC MINIMUM OF THE UPPER 12" (18" MINIMUM ON THOROUGHFARE STREETS) OF TRENCH BACKFILL- 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL, IF USING COMPACTED BACKFILL. BACKFILL COMPACTED TO 95%± 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. NO SCALE 6" rz"- ASPHALT TACK COAT. ALL JOINTS TO BE SAWCUT. ASPHALT TACK COAT. 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 Y WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. REVISED DEC. 2012 Lubbock TEXAS UEM-01 CLASS 'B' CONCRETE 3000 PSI AT 7 DAYS. THOROUGHFARE STREETS; CLASS "C" CONCRETE ALL CONCRETE JOINTS TO BE SAW CUT. EXISTING CONCRETE C C PAVING 8" MINIMUM --1 BACKFILL COMPACTED TO 95%f MODIFIED PROCTOR (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. DRILL AND DRIVE 12" DEFORMED V5 DOWEL BARS 6" INTO EXISTING SLAB ON Y SPACING. CONCRETE PAVING NOTE: 1. GREATER THAN 5' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. 2. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. CONCRETE STREET AND ALLEY CUT REPAIRS EXISTING CONCRETE PAVING #4 BARS 12" O.C. MAX SPACING IN BOTH DIRECTIONS. PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). i zr city of Lubbock REVISED DEC. 2012 UEM-02 i CONCRETE CAP CLASS'B' CONCRETE 3000 PSI AT 7 DAYS. Z i0 r O 4 4 BARS, 12" O.C. MAX. SPACING IN BOTH DIRECTIONS. BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: BRICK JOINTS TO BE FILLED WITH SAND/CEMENT AT A 50-50 BLEND, OR AS APPROVED BY THE STREET SUPERINTENDENT. 0 ��-1" SAND CUSHION MINIMUM. h 8" MIN N PIPE BEDDING (W ACCORDANCE WITH THE ENGINEERS BRICK AND MANUFACTURERS PAVING RECOMMENDATIONS). 1. SEE CONCRETE CAP DETAIL. PLATE NO. 36.09.05 2. 45 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. REVISED BRICK STREETS DEC. 2012 city Of CUT REPAIRS lubback TEXAS UEM-03 CONCRETE ALLEY PAVING. 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: IE 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%t 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 z 0 L ws ci a J c!) ¢ jW U)m c z tD :D THE ALLEY PAVING CONTRACTORS SHALL BE REQUIRED TO OBTAIN 95%t 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). I Y city of lubbock TEXAS REVISED DEC. 2012 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. EXISTING GROUND SURFACE. 12" PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). TRENCH BACKFILL REQUIREMENTS REVISED �' DEC. 2012 C / ON UNPAVED STREETS AND ALLEYS ' cityof WITHIN RIGHT-OF-WAY Lubbock UEM-05 PLACE #4 BARS BOTH WAYS ALONG PAVING CUT AT 12" MAX. SPACING. AT LEAST 2 6 --{ 6" #4 BARS EACH WAY ARE REQUIRED. -� 0 00 C #4 BARS, 12" O.C. MAX A17 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 PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS CONCRETE PAVING, CAP, OR ALLEY PAVING lubo& iE�AS REVISED DEC. 2012 UEM-06 TYPICAL LOT 5' S' WATER LINE GAS LINE SEWER LINE SEWER 5 TYPICAL LOT w w w u°22S � � N 20' 10' 7' 6' S. 2' w z i T i n II •� 1 N LINE 0 N o T 10' 7' 5' 5' _ �3' 9" o m UTI POLE z iV Z N I I HOUSE SERVICE I BURIED HOUSE I T.V. CABLE AT&T CABLE J SERVICE BURIED GAS MAIN O NTS CABLE Z 'n ;r I CONCRETE PAD c OVER BURIED WATER ELECTRIC CONDUIT I I MAIN I BURIED ELECTRICAL 2' CABLE BURIED SEWER 2 ELECTRICAL 9' MINIMUM MAIN CABLE REVISED TYPICAL LOCATIONS F, cit�►of DEC. 2012 FOR UTILITIES IN ALLEYS Lubbock DRAWING NUMBER TEXAS G_ 1 COMPACTION OF TRENCHES General The requirement for trench compaction shown on the plates in this Manual is ninety five percent (95%) of Modified Proctor density. However, it is not the intent of the City to require the ROW User to have Modified Proctor tests and density testing performed on all trench compaction. The discussion below outline methods the ROW User and the City can utilize in performing "quick" checks of adequate trench compaction. The purpose of allowing these "quick" checks is an attempt to secure proper backfill compaction while not being overly burdensome in requiring the ROW User to enlist a Materials Testing Laboratory to perform Proctor and density tests. Moisture Content Moisture content is a vital ingredient in the ability to make density of compacted soil. The City Engineer or his designee will be available to schedule training sessions for the ROW User to view typical soils at optimum moisture content. Prnhv Tactc City Inspectors, as a standard, will be performing probe rod tests as a "quick" check of adequate compaction of trench backfill. The probe rod being used is a thirty six inch (36") long metal rod, having a one half inch (V2") diameter, with a "tee" handle. The training sessions can include a demonstration of the procedures City Inspectors will utilize in performing these probe tests. ROW Users are encouraged to acquire a probe rod for each of their crews so they can "self' test their backfill compaction results. Properly compacted typical soils, compacted at optimum moisture content, should not have a probe rod penetrate the soil more than two inches (2"). The top layers of the trench backfill may be removed or penetrated using a hammer probe, and testing perfonned in the lower portions of the trench, to assure that all lifts of the backfill were properly compacted. 12 Density Testing City Inspectors may also perform spot testing with a nuclear density gauge. Typical soils within the City have a Modified Proctor density in the range of one hundred ten pounds (110 lbs.) to one hundred twenty-five pounds (125 lbs.) per cubic foot. This range will be used in checking ninety five percent (95%) of Modified Proctor density on soils that a Proctor test has not been performed. Failed Tests Areas of the trench that have failed backfill compaction tests, either by the probe rod or nuclear gauge test, shall be removed and re -compacted by the ROW User at their expense. ROW User Appeal of Failed Tests The ROW User may appeal the direction to remove and re -compact the failed backfill by engaging a Materials and Testing Laboratory to re -test the failed area. The City's ROW Management Coordinator shall be notified of when the Lab will be collecting samples for Proctor tests, or performing density testing, so a City Inspector may be present to view the locations of the samples or tests. Conflicting test results by the ROW User will not automatically be considered as compliance with specifications, but will be considered only as additional information to be used by the City to determine the compliance of the material or construction in question. Narrow Trenches The ability to properly compact narrow trenches, with mechanical compaction methods, is extremely difficult, and often labor intensive. However, if the ROW User can demonstrate that they have adequate equipment and methodology to properly obtain the required density of the trench backfill, mechanical backfill of narrow trenches will be allowed. Suggested practice is to utilize full depth one and one half (I V2) sack controlled low strength material (flowable fill) for any trenches less than twelve inches (12") in width. Specialized compaction equipment will be needed if mechanical compaction is attempted to backfill narrow trenches. 13 r Survey of Location of Installed Utility (Section 36.09.043(a)) The following methods will be allowed to describe the location of the utility facility installed with a permit: (1) Submit coordinates of the beginning and ending points of the permitted work by use of Geographic Positioning System (GPS) equipment. The equipment used must have an accuracy resulting in less than one-half meter (Y2) error. (2) A survey tied to known property corners. (3) Submit measured distances from beginning and ending points of the permitted work from known points. For example, from lot corners or street right-of-way (ROW) lines. Examples: 1. The beginning point of an underground utility is located in an alley behind 4501 77th Street. The point is seven feet (7') south of the fence line at the rear of the lot, and twenty three feet (23') east of the cross fence between 4501 and 4503 77th Street. The beginning point would be identified as seven feet (7') south and twenty three feet (23') east of the southwest corner of the property located at 4501 77th Street. The property could be described by either address or legal lot description (lot number and subdivision name). 2. The beginning point of an underground utility is located in a street on the east side of 4501 77t" Street. The point is twenty feet (20') east of the fence line of the property located at 4501 771h Street, or if the center line of the street is determined by measurement, it could be described as eight feet (8') west of the center line of Richmond Avenue. The l north -south dimension could be described as the number of feet south of the center line of 77t'' Street or the south ROW line of 771h Street, or the number of feet north of the north 14 ROW line of the alley south of 771h Street or the number of feet north of the center line of the alley south of 771h Street. So the beginning point in this example could be measured and identified as being eight feet (8') west of the center line of Richmond Avenue and thirty seven and one half feet (37 V2') north of the center line of the alley south of 77th Street. If there are fence lines that do not appear to be on the street or alley ROW lines, other identified locations, such as center lines of paved streets, will have to be used as a reference to measure from. The City ROW Management Coordinator can assist with helping determine adequate reference points to measure from in locating the utility beginning and end points. Note: The dimensions of the beginning and ending points of the 4' permitted work from any reference points must be measured distances using a fifty foot (50') or one hundred foot (100') tape. Approximate or stepped off distances are not allowed. 15 Utility Excavation Manual For Excavations Greater Than 25 Linear Feet Sec. 36.09.036 0+00 8' X 6" TAPPING SLEEVE 6 VALVE (VEST;B" X 6' REDUCER 0+15 8' X 6" TEE NORTHI6, GATE VALVE FIRE HYDRANT 3+40 8" X 8" TEE TIE TO EXISTING 8" C-900 6+10 8" X 8" TEE NORTHT8" X 6" REDUCER 6" GATE VALVE FIRE HYDRANT 6+40 8' 90• DEAD 6+70 8' X 6" REDUCER TIE TO EXISTING 6' C GERERAL HOTES9 1. PRIOR TO Alit CCNSTRUCTIMI DIFFERENT I" THIS PLAN. CALL DAVID OCAERYAH O 540-4152. 2. TRACER HIRE $MALL BE INSTALLEO TO ITCI ICATE LOCATION OF PIPE. 7. UANDATORY[ CALL FOR LIRE LOCATES 48 HOURS PRIOR TO BEGINNING OF ANY CONSTRUCTION ACTIVITY. A. FOLLOU BEST MANAGEMENT PRACTICES COW'$, To COWLY UITH EPA'S STO.T11 DATER POLLUTION PREVENTION PLAN REOUIREL£NTS. S 16 _I DTI MYC NT A CTOR INFOR A TION Sec. 36.09.042 Sec. 36.09.131(g) UTILITY OR CONTRACTOR NAME Contact Number: =-,VUff WORK DONE FOR: UTILITY NAME (To be printed on 8 %"X 11 "paper; inserted on one side of a plastic paper sleeve) POSTI{ G 01" 11TI I Y1CONTRICTOR PERMIT • Permit to be inserted on opposite side of the plastic paper sleeve. • Preferred method is to be posted at all job sites and at every pit location. 17 BARRICADE • TRAFFIC CONTROL (Sec. 36.09.131 & 132) Reference the most current Texas Manual on Uniform Traffic Control Devices (TMUTCD). Texas Department of Transportation (TxDOT) http://txdot.gov/txdot librar/publication/tmutcd.htm Training for utility and contractor personnel may be available through Texas Engineering Extension Service (TEES). Texas Engineering Extension Service hftp://www.teex.org 800-723-3811 18 The City does not participate in a One Call Excavation Call Center for storm sewers. Storm sewers are scattered through most of the City. ROW Users are encouraged to look closely at areas they propose to excavate for storm sewer inlets, manhole covers indicating a storm sewer system, or other indicators that may be an alert of a storm sewer in the area. If the ROW User suspects there may be a storm sewer within their proposed work area, they should contact the City's Stormwater Management Department. A map is also available from the Stormwater Management Department indicating the general locations of storm sewers within the City. The ROW User is encouraged to furnish one of these maps to each of the crews they have excavating in the public ROW. 19 ARTICLE 36.09 UTILITY CONSTRUCTION IN PUBLIC RIGHTS -OF -WAY Division 1. Generally Sec.36.09.001 Definitions For purposes of this article, the following definitions shall apply: Alley shall mean any public street, typically between fifteen feet (15') and twenty feet (20') in width, having no official narne, which is designed primarily for installation of and access to public utilities, as well as providing access to abutting properties. Business Day shall mean a day when the municipal building of the City of Lubbock is open to the public for business. Cer ffmcated Telecommunications Provider, or "CTP" shall mean a person or firm who �- has been issued a certificate of convenience and necessity, certificate of operating authority, or service provider certificate of operating by the Texas Public Utility Commission, or "PUC", to offer local exchange telephone service as defined by Section 283 of the Local Government Code, or "the Act". City En ig Weer shall mean the person with that position title within the City. The City i Engineer may delegate certain tasks and responsibilities as described in this Article to City staff persons under his/her supervision. I Collector Streets shall mean those streets which transfer traffic to and from residential streets and thoroughfare streets, generally sixty four feet (64') in ROW width. Emergency shall mean operations and repairs necessary to respond to a situation that endangers life, health and safety, or property, or a situation in which the public need for uninterrupted service and reestablishment of service, if the service is interrupted compels immediate action. Upgrading of facilities, new service installation and neighborhood improvement projects are not emergency operations. Excavation shall mean an activity that removes or otherwise disturbs soil in the ROW at a depth of twelve inches (12") or more, or disturbs any street or alley pavement of any depth. Industrial Streets shall mean those streets which provide for travel of heavy industrial traffic from industrial areas to the major system of thoroughfares and highways, generally sixty feet (60') in ROW width. Major Project shall mean a utility project requiring installation or replacement of utility facilities in the ROW for a distance greater than one (1) mile. 20 Master Thoroughfare Plan (MTP) shall mean the general plan for the roads, streets, and public highways within the City and the City's Extra Territorial Jurisdiction (ETJ). New Street shall mean the paved portion of the street ROW that has been constructed or reconstructed in the last five (5) years. Parkway shall mean that part of the public ROW between the curb and abutting private property line on a public street, and between the outside edge of paving and the abutting private property line on a public alley. Pavement Condition Index (PCI, shall mean a measure of the condition of the street, on a scale of one (1) to one hundred (100). The PCI is available from the pavement management office of the City's Street Maintenance Department. Permit Holder shall mean a ROW user or any other legal entity that has been granted a permit for construction work in the City's ROW or other public property. Residential Streets shall mean those streets which are used primarily for access to abutting properties, generally forty six feet (46') to fifty six feet (56') in ROW width. Right-of-Wgy (ROYV) or Public Right-of-!E�ay shall mean the surface of, and the space above and below, any street, road, highway, freeway, lane path, drainage way, channel, fee interest, public way or place, sidewalk, alley, boulevard, parkway, drive, or other easement now or hereafter held by the City or over which the City exercises any rights of management or control and shall include but not be limited to all easements now held, or hereafter held, by the City but shall specifically exclude private property. ROW Construction Permit shall mean the pen -nit issued by the ROW Management Office of the City for a utility, or a utility contractor, to perform work within the Public ROW. ROW User shall mean a franchised utility, a certificated telecommunications provider, a permit holder, or any other privately or publicly owned utility authorized to conduct business using City ROW in order to install, construct, maintain or repair their facilities in the City ROW. The term "ROW User" shall also include any contractor or other agent or person engaged by a ROW user to work on facilities located in City ROW. The granting of a permit to a contractor or agent of a ROW User shall be deemed to be the granting of a permit to the ROW User for purposes of this Article. Shall, May. The word "shall" is deemed as mandatory; the word "may" is deemed as permissive. Street shall mean the pavement and subgrade of a City residential, collector or thoroughfare roadway. Street in Good Condition shall mean the paved portion of the street ROW that has a PCI of eighty five (85) or above. 21 Thorou h are Streets shall mean the Y major streets of the City trafficsystem. The J Y thoroughfare street is used primarily for fast and/or heavy traffic moving in large volumes at moderate speed on long intercity or intracity trips, generally either ninety feet (90') or one hundred ten feet (110') in ROW width. TMUTCD shall mean the Texas Manual on Uniform Traffic Control Devices, latest edition. Utili shall mean any privately or publicly owned entity, or their agent or contractor enlisted to perform the work, which uses public ROW to furnish to the public any general public service, including, without limitation, sanitary sewer, stonn sewer, gas, electricity, water, telephone, telecommunications, petroleum products, telegraph, heat, steam or chilled water, together with the equipment, structures, and appurtenances belonging to such entity and located within and near the ROW. Utility Excavation Manual shall mean a document that contains various specifications, �- rules, and other operational guidance for ROW Users to utilize while excavating in the public ROW. Certain details and regulations, as referred in the Code of Ordinances, may ' be contained in this Manual. This Manual may be updated and adopted by the City i Council from time to time. White Lining means marking an excavation site with washable marking paint or flags prior to requesting a utility locate in order to further identify the site. (1983 Code, sec. 24-172; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) See. 36.09.002 Penalties and Correction of Deficiencies (a) Any person who violates any provisions of this Article shall be guilty of a misdemeanor in accordance with Section 1.01.004 of the Code of Ordinances and upon conviction shall be subject to a fine not to exceed the amount specified by state law for such offenses. Each day of such violation shall constitute a separate offense. Said penalty is cumulative, and not exclusive, of any other rights or remedies said City may have. (b) Any person who shall perform work on or about a public ROW and who shall violate any provision of this Article or fail to comply with the barricade plan made a part of such permit shall cause said work to be subject to a stop work order and/or revocation of permit or civil legal remedies as provided by this Article. (1983 Code, sec. 24-216; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Secs.36.09.003-36.09.030 Reserved 22 Division 2. Permits; Registration Sec. 36.09.031 Permit Required, Permit Not Required (a) It shall be unlawful for any certificated telecommunications provider, utility, or ROW User to engage in utility construction activities of any nature that will encroach upon or be located in, on or within a street, alley or other public ROW or other public property within the City of Lubbock without having first obtained a "ROW construction permit" from the City Engineer to perform the work, at least two (2) business days prior to beginning of the work, unless said work is commenced in an emergency situation as authorized by this Article. (b) Utility installations in streets and alleys of new subdivisions in the process of being platted will not require a Permit. However, the Developer of the new subdivision is required to illustrate the location of all utilities on approved plans or drawings, associated with the new subdivision development, as part of the as -built submittals to the City for paving improvements. (c) No permit shall be required for the installation and connections necessary to initiate service to a customer's property or routine repair and maintenance of existing facilities that will interfere with traffic for less than one (1) hour or excavate less than twelve inches (12") in depth, unless such activity requires the breaking of pavement, boring, or excavating with equipment greater than hand tools or a vibrating plow designed to install lines up to a three inch (3") diameter. (d) No permit shall be required on state owned property, state highway ROW, Texas Tech University owned property, privately owned property, or within designated easements on privately owned property. (1983 Code, sec. 24-173; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.032 Backfilling, Compaction, etc. All backfilling, compaction, pavement restoration, barricading and other traffic -control measures for work within the public ROW, and other City -owned properties, shall strictly comply with the requirements of this Article. (1983 Code, sec. 24-174; Ordinance 2007- 00122, sec. 1, adopted 12/6/2007) Sec.36.09.033 Notice Notice for purposes of this Article shall be made to City and emergency service providers via electronic message (e-mail), or telephone. A telephone contact list is located in the "City of Lubbock Utility Excavation Manual". (1983 Code, sec. 24-175; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) 23 Sec. 36.09.034 Registration Required g 9 All ROW users obtaining a permit under Section 36.09.031 must first register with the City and supply contact information and other requested information before they will be issued a permit. Registration information must be updated with any ROW User changes as they occur. No ROW User shall be authorized to engage in any utility construction activities without first registering and obtaining a permit for the work from the City. (1983 Code, sec. 24-176; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.035 Registration Information The information required for registration includes the following: (1) Identity and legal status of ROW User and names of all operators of any facilities on or in the ROW; (2) Name, address, telephone number, fax number and email address of officer, agent or employee responsible for the accuracy of the registration information; (3) Name, address, telephone number, fax number and email address of the local representative of the ROW User who shall be available at all times to act on behalf of the ROW User in the event of an emergency; (4) If applicable, certification number issued by the public utility commission; (5) General description of services to be provided; and (6) Insurance information. (1983 Code, sec. 24-177; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.036 Permit Application; Fee (a) Applications for a construction pennit that will affect public ROW shall be made on a form provided by the City of Lubbock and any such applications for construction in the ROW that exceed twenty-five feet (25') in length, or any paving cuts exceeding five feet (5') of length in any direction, shall be accompanied by drawings, plans and specifications in sufficient detail (sample drawing is located in the "City of Lubbock Utility Excavation Manual") to demonstrate: (1) That construction will be in accordance with all applicable codes, rules and regulations. 24 (2) The location of all above ground facilities to be installed, including poles. (3) The location, depth and other characteristics of all facilities to be installed under the surface of the ground, including lines which are within the public ROW. (4) The location of all existing underground utilities, conduits, ducts, pipes, mains r _ and installations which are known by the applicant at the time of application to be within the ROW along the underground route proposed by the applicant. (b) The City Engineer or his or her designee may, in his or her discretion, require additional information to determine whether: (1) The construction methods to be employed will adequately protect existing structures, fixtures, facilities within or adjacent to the public ROW. (2) A landscape plan for protecting or restoring any areas to be disturbed during construction is necessary. - (c) All permit applications shall be accompanied by a certification that the drawings, plans and specifications submitted with the application comply with applicable technical codes, rules and regulations. (d) All applications for a ROW construction permit under Section 36.09.031 shall be accompanied by a fee of thirty dollars ($30.00) and a Barricade Permit Fee of thirty dollars ($30.00), if applicable. These fees are not required for permit applications under Section 36.09.031 by franchised utilities or by telecommunications providers certificated by the public utility commission for local service exempted from payment of such fees pursuant to Section 283-056, Local Government Code, or their contractors. City departments, or contractors hired by the City to perform construction work in the ROW or on other City property, shall be required to obtain a permit, but shall be exempted from payment of the permit fee. (e) The DIG-TESS Tracking Number for locating underground facilities shall be included as part of the permit application. (1983 Code, sec. 24-178; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.037 Insurance (a) The applicant for permit shall furnish a certificate of insurance for public liability and property damage, issued by a solvent insurance company or companies authorized to do business in this state, or evidence of self-insurance satisfactory to the City evidencing that the City is adequately protected from any liability or damages resulting by virtue of applicant's construction. A current copy of the certificate of insurance shall be on file in the office of the ROW Management AN I Coordinator in order to process an application for a permit. The public liability and property damage insurance required herein shall have a minimum limit of one hundred thousand dollars ($100,000.00) property damage per occurrence, three hundred thousand dollars ($300,000.00) bodily injury per occurrence, and ten thousand dollars ($10,000.00) for any single occurrence for injury to or destruction �. of property. (b) By acceptance of a permit, the applicant agrees to indemnify and hold harmless the City, its officers, agents, servants, and employees from any and all claims, damages, suits, attorneys' fees, causes of action, and judgments which may result in any manner from the construction or laying of any improvements upon any public street, alley, ROW, or other City owned property in the City. (c) By acceptance of a permit, the applicant agrees to, during the period of construction and prior to the acceptance of such improvements by the City, maintain such public street, alley, or ROW in a safe condition and issue all necessary instructions and take all precautions as may be reasonably required to maintain such public streets, alleys, or other City owned properties in a safe condition for all public use. (d) Permits for utility work performed by City crews within the public ROW or on public property shall not require insurance. (1983 Code, sec. 24-179; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.038 Issuance (a) The City Engineer shall issue a permit under this Section within five (5) business days of the submittal of the application when the following conditions are met: (1) The plans for the proposed construction are in conforinity with the standards and specifications of the City for such work, and the applicant has paid such fees required by Section 36.09.036. (2) The applicant has submitted a duly executed application, containing all of the information and data called for by Section 36.09.036, including the proposal by the applicant, as part of such application, to indemnify the City against all loss, damages and liability as provided in Subsection (b) of Section 36.09.037, and to maintain the streets or alleys in safe condition and to issue instructions and take the precautions for public safety as provided in Subsection (c) of Section 36.09.037. (3) That the certificates of public liability and property damage insurance have been furnished to the City Engineer for permits issued under Section 36.09.031 all in accordance with the provisions of Section 36.09.037. 26 P (4) The operation will not unreasonably interfere with vehicular and pedestrian traffic, the demand and necessity for parking spaces, and the means and access to and from the property affected and adjacent properties. (5) That the health, welfare, and safety of the public will not be unreasonably impaired. (b) The city engineer may require more time than five (5) days to issue the permit for major utility projects in the ROW. A major project is installation or replacement of a utility facility greater than one (1) mile in length. Meetings to review the project - may be required between the permit applicant and the City Engineer or his or her designee for major projects. (1983 Code, sec. 24-180; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.039 Construction Schedule The permit holder shall submit a written construction schedule, if required by the permit, to the City Engineer or his or her designee two (2) business days before commencing any work in or about the public ROW. (1983 Code, sec. 24-181; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.040 Notice to Affected Property Owners and Emergency Responders (a) The ROW User, or their agent, shall notify property owners of intended work if the work may impact the owner's ability to access their property, or impact their normal daily activities, such as accessing their solid waste dumpster to dispose of household trash. (b) If the work will impact several owners, such as a full city block, the ROW User, or their agent, shall place door hangers, or other notification techniques, along the affected area that will furnish information on work to be done, such as: type of work; expected schedule; and permit holder company contact information, including daytime and emergency contact names and numbers. Such notification shall be done at least two (2) calendar days prior to commencing the permitted work and record of such notifications shall be retained by the permit holder. (c) Should damage occur to a utility line, abutting private property, or damage occur to utility service to the private property, the ROW User will contact the affected utility ...., company and the property owner immediately and coordinate the repairs to the property or service with the utility and the property owner. 27 (d) The ROW User, or their agent, shall contact emergency response agencies, such as police, fire and ambulance service prior to commencement of any work that may impact access to a street or alley. Emergency response agencies shall be notified by the permit holder if a residential or commercial street is to be closed for any length of time, or one lane or more of a collector or thoroughfare street is to be closed for any length of time, or if an alley is to be blocked for more than twenty-four (24) hours. Service agencies that may be impacted, such as solid waste collection, shall be contacted, and alternate service coordinated, prior to the beginning of work and during any work delayed beyond the anticipated completion date that may impact these services. Contact telephone numbers can be located in the "City of Lubbock Utility Excavation Manual". (e) The ROW User shall notify owners of properties that generate high traffic volumes, such as schools, hospitals, or commercial businesses, of work being done in the public streets adjacent to their properties. (1983 Code, sec. 24-182; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.041 Compliance with Permit All construction activities shall be in accordance with the permit and approved final plans and specifications for the facilities. The City Engineer and his or her representatives shall be provided access to the work and such further information as he or she may require to ensure compliance with such requirements. (1983 Code, sec. 24-183; Ordinance 2007- 00122, sec. 1, adopted 12/6/2007) Sec. 36.09.042 Display of Permit The ROW User shall maintain a copy of the ROW construction permit and approved plans at the construction site, which shall be displayed and made available for inspection by the City Engineer or his or her representatives at all times when construction work is occurring. Contact information for the ROW User, and a copy of the permit, shall be posted at the job site (see "City of Lubbock Utility Excavation Manual". (1983 Code, sec. 24-184; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.043 Survey of Underground and Above Ground Utilities (a) Upon completion of any utility installation, the ROW User shall submit the location of the beginning and ending points of their facilities constructed with the permit. Alternatives for the ROW User to determine the location of the facilities can be found in the "City of Lubbock Utility Excavation Manual". 28 (b) Depending upon the complexity, or other factors, involved with a project, the City Engineer may require the ROW User to provide written verification specifying the location of proposed and existing facilities by depth, line, grade, and proximity to other facilities. The verification of the location of the facilities may require better than sub -meter accuracy which could require the ROW User to utilize a registered surveyor, if determined and directed by the City Engineer. (1983 Code, sec. 24-185; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.044 Noncomplying Work Upon order of the City Engineer or his or her designee, all work that does not comply with the permit, the approved plans and specifications for the work, or the requirements of this Article, shall be removed or properly relocated. (1983 Code, sec. 24-186; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.045 Completion of Construction The ROW User shall promptly complete all construction activities so as to minimize disruption of the public ROW and other public and private property. All construction work authorized by a permit within the public ROW, including restoration, must be completed within one hundred twenty (120) calendar days of issuance, or by such other date as may be agreed upon by the City Engineer and his or her designee. (1983 Code, sec. 24-187; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.046 Utility Construction As -Built Drawings (a) Within thirty (30) calendar days after completion of construction, the ROW User shall furnish the City Engineer with a complete set of as -built drawings, on any projects exceeding twenty-five feet (25') in length, certifying that they accurately depict the location of all utility facilities constructed pursuant to the permit. The as -built drawings shall contain the beginning and ending points of the permitted facilities constructed, in accordance with Section 36.09.043. (b) Developers of new subdivisions shall submit as -built drawings of utilities within their development as part of their as -built submittals for the subdivision paving improvements. (1983 Code, sec. 24-188; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) 29 (6) The proposed activity would violate a city ordinance or state or federal statute. (7) The permit application contains false or misleading information. (8) The activity would cause a public health or safety hazard. (9) The ROW User is not authorized to do business within the City. (10) The ROW User is in violation of this Article relative to work in progress. (1983 Code, sec. 24-194; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.053 Revocation or Suspension of Permit (a) The City reserves its right, as provided herein, to revoke or suspend any permits, without refund of the permit fee, in the event of a breach by the ROW User of the terms and/or conditions of the permit or of this Chapter or any city ordinance. A breach of the terms of the permit shall include, but not be limited to, the following: (1) The violation of any provision of the permit; (2) An evasion or attempt to evade any provision of the permit, or the perpetration or attempt to perpetrate any fraud or deceit upon the City or its citizens; (3) Any material misrepresentation of any fact in the permit application; (4) The failure to meet insurance or indemnification requirements; (5) The failure to complete the work in a timely manner; (6) The failure to correct a condition indicated on an order issued pursuant to this Article; (7) Repeated traffic -control violations; (8) Failure to repair facilities damaged in the ROW; or (9) Violation of any provision of this Article. 1` 32 (b) If the City Engineer or his or her designee determines that the ROW User has committed a breach of any law or condition of the ROW construction pennit, the City Engineer shall first make a written demand upon the ROW User to remedy such violation. The City Engineer may provide specifications to cure the breach. Continued violation may be cause for suspension or revocation of the permit, civil legal action, or both. The City Engineer may suspend the permit upon failure to correct the breach. Within five (5) business days of receiving notification of the breach, the ROW User shall contact the City Engineer with a plan, acceptable to the City Engineer, for correction of the breach. The ROW User's failure to provide a plan or the ROW User's failure to implement the approved plan within the time stated in the written demand for remedy shall be cause for revocation of the permit. (c) The City Engineer or his or her designee may immediately suspend a permit and issue an immediate stop work order if there is an imminent and immediate threat to the health, safety and welfare of the public in his or her opinion. In the event the stop work order is not obeyed, the failure to immediately stop work shall be deemed a criminal violation of this Article and the permit may be revoked. In addition, civil legal action for trespass, injunction and damages may result. (1983 Code, sec. 24-195; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.054 Appeal of Permit Denial or Revocation A ROW User or other applicant that has been denied a permit or a ROW User that has had a permit revoked may appeal the denial or revocation upon written request as follows: (1) Appellant shall provide, within five (5) business days of denial or revocation, a written notice of appeal filed with the City Engineer. The notice must state the alternatives available and routes explored, hardship encountered, cost comparison of other alternatives and a statement of any other significant factors. The City Engineer shall provide a written decision within five (5) business days of receipt of the appeal. Failure to render a decision within five (5) business days shall constitute a denial. (2) If a further denial is given or the revocation upheld, the appellant may thereafter file a written notice of appeal with the Chief Operations Officer within five (5) business days. The notice must state the alternatives available and routes explored, hardship encountered, cost comparison of other alternatives and a statement of any other significant factors. The Chief Operations Officer shall provide a written decision within the ten (10) business days. Failure to render a decision within ten (10) business days shall constitute a denial. 33 (3) If a further denial is given or the revocation upheld, the appellant may thereafter file a written notice of appeal to the Pen -nit License and Appeal Board of the City of Lubbock with the City Secretary within five (5) business days of receipt of the Chief Operations Officer's written decision. The City secretary shall notify the Chief Operations Officer and the appellant of the time and place of hearing of the appeal by the permit and license appeal board of the City of Lubbock. (1983 Code, sec. 24-196; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.055 Utility Emergency Excavations (a) Nothing in this article shall be construed to prevent any ROW User from maintaining any pipe, conduit, or duct in or under any street, or ROW by virtue of any law, ordinance or permit, from making an emergency excavation as may be necessary for compliance with law or in response to a situation endangering life, health and safety, or property, or in a situation in which the public need to reestablish interrupted service compels immediate action. The excavator is required to notify the City Engineer, with submittal of the permit application information, the next business day following an emergency excavation within the public ROW. Except as specifically provided otherwise in this Section, excavations authorized by this Section shall be subject to all requirements of this Article. (b) If a ROW User in the course of an excavation cuts or damages another ROW User's facilities, the damaged ROW User may perform the work necessary to repair their facility without obtaining a permit. The original ROW User for the excavation is the responsible party for ensuring that the backiilling and paving repairs meet the requirements of this Article. (1983 Code, sec. 24-197; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec.36.09.056 Reporting When the work under any permit hereunder is completed, the ROW User shall notify the City Engineer, within three (3) business days, of such completion. (1983 Code, sec. 24-198; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.057 Work Done Without Permit No cut, excavation, grading or disturbing of the ROW in any way shall be made other than excavations necessary for emergency work without first securing a permit. No ROW User shall at any time open or encumber more of the ROW than shall be reasonably necessary to complete a project in the most expeditious manner. (1983 Code, sec. 24-199; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) 34 i---, Secs.36.09.058-36.09.090 Reserved Division 3. Standards for Excavation, Backfill and Paving Repairs Sec. 36.09.091 Excavation Under Supervision of City Engineer (a) Any ROW User engaged in making or backfilling any excavation in any ROW shall at all times while such work is in progress keep at the job location the permit, or a copy thereof, and shall, on demand, exhibit the permit to the City Engineer or his or her designee. At all times while the work is in progress the ROW User shall also maintain at the job location, a sign, barricade, or other device bearing the ROW User's name. (b) All excavations and other construction in the ROW, streets and alleys shall be conducted so as to interfere as little as practicable with the use of ROW and with the use of private property, in accordance with any lawful and reasonable direction given by or under the authority of the governing body of the City under the policy and regulatory powers of the City necessary to provide for public convenience. Trenching of streets and alleys shall be perpendicular to the ROW, and not angled, without the approval of the City Engineer. The ROW User shall reasonably protect and prevent any damage to utility facilities, sewer facilities, water facilities, lawns, shrubbery, trees, fences, structures, or other property encountered in his work. The ROW User shall not trespass upon private property. The ROW Users shall determine the boundary between public ROW and private property. (c) All transmission and distribution structures, lines, equipment and facilities erected by a ROW User within the City shall be so located as to cause minimum interference with the proper use of the public ROW, and to cause minimum interference with the rights and reasonable convenience of property owners who join any of the said streets. (d) The City reserves the right to lay, and allow to be laid, electricity, sewer, gas, water and other pipelines or cables and facilities, as well as drainage pipes and channels and streets and to perform, and allow to be perfonned, any underground and overhead installation or improvement that may be deemed necessary or proper by the governing body of the City, in, across, along, over or under any ROW or public place occupied by a ROW User and to change any curb or sidewalk or the grade of any street and to maintain all of the City's facilities. In allowing such work to be performed by others, the City shall not be liable to a ROW User for any damage caused by those persons or entities. Nothing herein shall relieve any third party from responsibility for damages caused to a ROW User by such third party. 35 (e) If the City requires a ROW User to adapt or conform its facilities, or in any way or manner to alter, relocate or change its property to enable any other corporation or person, except the City, to use, or to use with greater convenience, any ROW or public place, the ROW User shall not be required to make any such changes until such other corporation or person shall have undertaken, with solvent bond or cash payment, to reimburse a ROW User for any loss and expense which will be caused by or arise out of such removal, change, adaptation, alteration, conformance or relocation of a ROW User's facilities; provided, however, that the City shall never be liable for such reimbursement. (1983 Code, sec. 24-200; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.092 Field Utility Coordination (a) The permit holder, utility or ROW User shall notify the City Engineer or his/her designee at each of the following times during a project: (1) Two (2) business days before the start of construction; (2) Two (2) hours before beginning the initial backfill; (3) Two (2) hours before beginning the paving of the street or alley; and (4) Upon completion of the project. (b) The ROW User shall mark the site of the proposed excavation with white lining and/or flags prior to making a request for locates and actual excavation. (c) The ROW User shall make a request for a utility locate not more than fourteen (14) days and not less than forty eight (48) hours prior to the commencement of the proposed excavation. Such request shall be made to the state one -call center. Such requests shall be made by telephone or facsimile and shall include the date, location, extent and reason for such proposed excavation. (d) The use of markers, stakes, poles, barricades or other devices shall be used in such a way to avoid damage to adjoining property. The use of "nonpermanent" or "biodegradable" markers is required. (e) The ROW User shall mark the proposed excavation site with paint and/or flags in colors established by the one -call system. The markings shall be placed a distance of not less than five feet (5') in all directions from the outside boundary of the site to be excavated. 36 (f) All excavations shall commence within fourteen (14) day of the date of the utility locate. In the event that the excavator fails to commence work within fourteen (14) days or the utility locate marks are not visible at the time the excavation is scheduled to commence, the ROW User is required to request a new utility locate. (g) Compliance with the Texas Utilities Code is required at all times. (h) All barricades, plates, cones, traffic directional equipment, and all other traffic - control devices owned by the ROW User and used on or near any excavation shall be clearly and visibly marked with the name of the ROW User, as applicable, at all times such equipment is used on or near the ROW. An exception to the marking requirement may be made in the event the traffic -control equipment is not owned by the ROW User. (i) If work is being performed that will block any lanes of traffic in a street or deny access to an alley or driveway and the work site will be left unattended, the ROW User shall place a sign at each end of the work site with the name and contact information of the ROW User performing the work. Such signs may be placed on barricades or freestanding. (1983 Code, sec. 24-201; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.093 Excavation Details; Backfill; Compaction; Pavement Restoration (a) Details related to trench excavation, backfill, compaction and pavement restoration are described in Plates located within the "City of Lubbock Utility Excavation Manual". (b) Water jetting or flooding is not an acceptable method of backfilling trenches. (1983 Code, sec. 24-202; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.094 Standard Location of Utilities in Alleys (a) The standard location for municipally owned utilities, public utilities, and telecommunications are shown on a Plate located within the "City of Lubbock j Utility Excavation Manual". (b) Shared trenches are encouraged for utilities in new subdivisions which would result in utilities not occupying their standard, designated location as stated in (a) above. The Developer shall be required to submit plans of the utility locations in new subdivisions in accordance with Section 36.09.031(b). (1983 Code, sec. 24-203; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) 37 Sec. 36.09.095 Supervision by City of Location of Poles and Conduits; Required Underground Utilities (a) All poles in the ROW shall be of sound material and straight, and all other utility facilities, either along the ground surface or above ground, such as manholes, valve boxes, vault covers, risers, boxes, etc., shall not interfere with the flow of water in any gutter or drain, and shall be placed so as not to unduly interfere with either vehicular or pedestrian travel. (b) Any aboveground utility facility shall be placed in a manner that will be compliant with the Americans with Disabilities Act (ADA) in order to maintain the required clear width for pedestrians with disabilities. Should a utility facility encroach into an existing sidewalk, additional sidewalk construction shall be required if necessary to maintain clear width for an ADA accessible route. Aboveground facilities shall also be located so they will not violate the City's ROW visibility requirements. (c) The location and route of all conduits, fiber, cables, utilities and facilities placed and constructed within the City's ROW by a ROW User in the construction and maintenance of its system within the City of Lubbock shall be subject to the reasonable and proper control, direction and approval of the City. (d) The following requirements shall be the standard for determining the location of overhead and underground utility installation in new developments, new subdivisions, existing developments, and parks: (1) Residential (A) New Subdivisions — All utilities in new residential subdivisions shall be underground except for feeder or transmission lines on section or half section lines. (B) Existing Overhead Service — Residential lots adjacent to an alley which contains an overhead line, may have the option of overhead or underground service lines. (C) Parks — Even if crossed by section or half section lines, new utility feeders or transmission lines shall be underground or re-routed. (2) Commercial (A) Adjacent to section and half section lines — Utility lines may be overhead adjacent to the tract, but underground on the development lot. 38 (B) In alleys common to residential and commercial property on section or half section lines — Service lines to commercial and residential T properties shall be underground. Feeder or transmission lines may be overhead. (C) Commercial tracts not on section or half section lines — (i) Non Planned Unit Development or Specific Use zoning classification — Established by the Planning and Zoning Commission at the time of zoning and platting the property (ii) Planned Unit Development or Specific Use zoning classification — Utilities shall be underground. If three (3) phase service is required, it shall be the developer's responsibility to coordinate the service with the utility company. (3) Industrial (A) New subdivisions — Feeder lines, on other than section or half section lines, may be placed overhead if they crisscross the interior of the industrial subdivision in easements or alleys, if individual service lines are placed underground. (B) Existing overhead service — Lots adjacent to an alley or easement that already contain overhead lines and service may have the option of overhead or underground service. (4) Loop 289, IH-27, or other state or federal highways — The City of Lubbock has no jurisdiction over utilities within the ROW of the state or federal highway system. (5) Appeal of underground utility requirements — A utility may appeal the requirement for underground utilities to the Planning and Zoning Commission of the City of Lubbock. The ruling of the Planning and Zoning Commission may be appealed to the City Council. The ruling of the City Council shall be final. (1983 Code, sec. 24-204; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) 39 Sec. 36.09.096 Backfill of Excavated Area (a) Open trenches may be temporarily backfilled for the convenience of the ROW User or the public safety. At least two (2) hours prior to beginning permanent backfill operations, the ROW User shall notify the City Engineer of the time the backfill will begin. Permanent backfilling operations shall be performed during normal City of Lubbock business hours, unless otherwise approved by the City Engineer. (b) All excess water and mud shall be removed from the trench prior to backfilling. Any backfill placed during a rainy period or at any other times, where water cannot be prevented from entering the trench, will be considered temporary and shall be removed as soon as weather permits. All disturbed base material or any base that has been undermined shall be removed and discarded. (c) Details related to backfill and compaction requirements are located within the "City of Lubbock Utility Excavation Manual". (1983 Code, sec. 24-205; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.097 Restoration of Pavement (a) Unless otherwise specified in the permit, restoration of the asphalt or concrete pavement of any street, alley, ROW or other public place shall be performed by the ROW User or by the City Street Maintenance Department, upon request by the ROW User. Nothing in this Section shall relieve the ROW User from the responsibility to maintain the excavation or installation in a safe condition until it is repaved by the City or otherwise restored. If the ROW User making the excavation requests repaving by the City, the ROW User shall pay for repaving at a rate to be established by the City. (b) No trench shall be opened in any street for the purpose of laying pipes, conduits or ducts more than four hundred feet (400') in advance of the pipe, conduit or ducts being placed in the trench, other than with the prior written consent of the City Engineer, with the exception of utility installation in new subdivisions in the process of being platted. (c) All excavations shall comply with the standards and requirements established from time to time by the City Engineer for compaction, backfill and pavement restoration. (d) Any excavated pavement, debris and other rubble shall be removed, together with any surplus material, during the same business day from the time such material is placed upon the street. After backfilling is completed, and prior to repaving the cut, the ROW User shall remove all loose paving material and saw cut the edges of the excavation at the street surface to the satisfaction of the City Engineer. 40 (e) Whenever any caving occurs in the sidewalls of any excavation, the pavements above such caving shall be cut away, trench backfilled and pavement restored. In no case shall any side or lateral tamping fill any void under a pavement. (f) All materials and construction practices shall be in confonnance with the "City of rr Lubbock Public Works Engineering Design Standards and Specifications". (g) Any paving failures, including surface, base, or subgrade failures that occurred due to the ROW User's work in the street shall be repaired by the ROW User, regardless of whether the damage is caused by equipment, construction methods, detour of traffic or any other reason. (1983 Code, sec. 24-206; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.098 Cleanup of Right -Of -Way In every case and at all times, the work of removing from the ROW all obstructions, surplus materials, debris and waste matter of every description caused by and accumulated from the excavation shall be the responsibility of the ROW User. Streets shall be cleaned by use of a street sweeper or other acceptable means. The ROW User shall clean the surrounding area, as outlined above, within one (1) business day upon completion and approval of all trench work and pavement restoration unless the City Engineer, sufficient reason therefore having been given to his satisfaction, grants an extension of time. Any paint markings, flags, or other devices shall be removed by the ROW User upon completion of the permitted work. (1983 Code, sec. 24-207; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.099 Substandard Repair of Pavement or Right -Of -Way Due to Utility Work In case the pavement or the surface of the street, alley, or ROW in, over or near any excavation should become depressed, cracked, or broken any time or fails in any way at any time after the excavation has been made and during the remaining life of the street, the ROW User who performed the excavation shall be required to repair such defective work commencing within fifteen (15) business days after receipt of notification from the City to bring the work into compliance with applicable obligations of this Article. Failure to complete the repair within a reasonable time after notification may result in the ROW User being required to reimburse the City for the cost to restore the street, ROW or alley. "Life of the street" is defined as until such time as the street is reconstructed or the Pavement Condition Index (PCI) of the street has a value of less than fifty (50). (1983 Code, sec. 24-208; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) 41 Sec. 36.09.100 Inspection The ROW User shall make the work site accessible to the City, and others as authorized by law, for inspection at all reasonable times during performance of the work. (1983 Code, sec. 24-209; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.101 Materials Testing The City Engineer or his or her designee may require testing of materials used in construction in or near the ROW to deterinine conformance to required specifications, including, but not limited to, compaction tests on backfill materials, subgrade, concrete, asphaltic concrete and other construction materials as may be deemed necessary. (1983 Code, sec. 24-210; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.102 Utility Excavation in ROW Restored to Good Condition (a) The ROW User shall complete pavement restoration of the excavated area within five (5) business days on thoroughfare streets, collector streets, industrial streets, residential streets and alleys after final backfill is completed and accepted by the City Engineer. The ROW User shall conduct the work with a minimum disturbance to existing utilities and shall coordinate all work in or near the existing utilities with the utility owners. The ROW User shall not cover meters or risers of other utilities with their backfill, or other materials used for final cleanup of their work site. (b) Excavation in new streets. There shall be no excavation in new streets (less than five (5) years of age) without the prior approval of the City Engineer. Any request for a permit to excavate a new street shall include a description of the proposed work and proposed restoration of the area, as well as a statement as to why alternate procedures cannot or should not be used in lieu of excavating a new street. However, prior approval will not be required for excavations of up to fifty (50) linear feet for utility tie-ins needed from an existing subdivision to a new subdivision during development. (c) Excavation of streets in good condition. A ROW User shall perform jacking and boring operations in a manner that does not weaken or impair the ROW upon completion of restoration of the excavation. (1) Excavation in all streets in good condition regardless of age shall not occur without a permit and prior approval of the City Engineer. Streets assigned to a Pavement Condition Index (PCI) of eighty five (85) or above by the pavement management system are deemed to be in good condition and are subject to the same review procedures as excavation of new streets. The PCI can be obtained from the City's Pavement Management Office of the Street Maintenance Department. 42 (2) Restoration of the excavated area of streets in good condition shall be in accordance with this Article. (3) If excavation of an asphalt street in good condition is approved, and twenty five percent (25%) or more of the asphalt street surface (fifty percent (50%) or more of a designated thoroughfare street) is disturbed, a complete block to block, curb to curb pavement repair, including removal and replacement of the complete pavement surface, will be required. An alternative surface treatment may be submitted for consideration by the City Engineer. (d) Excavation in Portland Cement Concrete (PCC) pavement surface. If the existing pavement is PCC, the concrete shall be cut first with a saw to a minimum depth of half the thickness of the concrete which shall also cut the reinforcing steel. The concrete can then be broken out with an air chisel or pavement breaker. No more than six inches (6") of PCC shall be broken back beneath the saw cut. (e) Responsibility for excavated area maintenance. A ROW User shall maintain their repairs in the ROW for the life of the street as defined in this Article. (1983 Code, sec. 24-211; Ordinance 2007-00122, sec. 1, adopted 12/6/2007) Sec. 36.09.103 Jacking and Boring (a) Where utilities are to be installed under a roadway by jacking or boring, the operation is to be inspected by the City. The ROW User shall notify the City at least one (1) hour prior to beginning any bore operations. Boring operations may begin one (1) hour after notifications if the inspector has not arrived. (b) Jack and bore operations shall be perpendicular to the street. Angled jack and bore operations shall not be allowed without approval of the City Engineer. (c) Construction operations will be conducted in such a manner that they will not weaken, impair or damage the existing roadway or infrastructure. The ROW User is responsible for for determining the vertical and horizontal location of any facilities with the jacking and boring operation. Care shall be taken not to damage other utilities. (d) The location of the bore pits shall be sufficient distance from the roadway to prevent undermining the curb and gutter or shoulder. The City shall approve the location of the bore pit. Bore pits shall be excavated to a depth sufficient to maintain a minimum depth of thirty-six inches (36") from the surface to the top of the bore. Water jetting types of boring equipment will not be permitted. (e) The pits or trenches excavated to accomplish this operation shall be backfilled immediately after the work is completed. The backfill shall be compacted to the density required with the details in the "Utility Excavation Manual". 43 CONTROL POINT LIST c ,xm.v mwA W, Y, m OPR Wills :shoe CIO Mpmt .0WORM 6G4E I' - 400' FUR lIxI7 PLOT, SCALC I' . 000' m tU o �U� Y m } ^ O O z1 DO co n -�W Z gyp► NOTES 1. ALL COORDINATE VALUES ARE RELATIVE TO NAD 53 (CORS 96) TE%AS COORDINATE SYSTEM, NORTH CENTRAL ZONE LOCATION MAP Z ALL ELEVATIONS ARE NAVO BB 3. CONTRACTOR TO VERIFY CONTROL POINTS PRIOR TO BEGINNING CONSTRUCTION AND REPORT ANY DISCREPANCIES TO THE ENGINEER a z 0 a C5