Loading...
HomeMy WebLinkAboutResolution - 2014-R0419 - Award Bid - Utility Contractors Of America - NW Water Reclamation Pipeline - 12_04_2014 (3)Resolution No. 2014-RO419 Item No. 6.4 December 4. 2014 RESOLl1TION BE IT RESOLVIED BY T1IF CITY COUNCII. OF THE CITY OF LUBBOCK: TIIAT City of Lubbock Bid No. 14-11984-1-F is awarded to Utility Contractors of America. Inc., for Northwest Water Reclamation Plant -Potable Water Pipeline, and further 'I HAT the Mayor of the City of Lubbock is authorized and directed to execute, for and on behalf of the City of Lubbock a contract for said activities with Utility Contractors of America, Inc., consistent with the terms of the bid submittal attached hereto and incorporated herein, and related documents. Passed by the City Council on December 4. 2014 G1.IA C. R ]BI-RTSON. MAYOR ATTEST: Rc e a Garza, City Secrel APPROVED AS TO C ON E'N ': R. Keith Sniith, P.E., Director o1' Public Works APPRGVE'D ORM: hell atte trs Assistant Cin, Alto: nev vw:ccdoes/Rt:S.[lid Award -Utility C:oiitractors September 30. 2014 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: December 4, 2014 CITY OF LUBBOCK SPECIFICATIONS FOR Northwest Water Reclamation Plant Potable Water Pipeline RFP 14-11984-TF CONTRACT 11984 PROJECT NUMBER: 92221 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www,tliereproductioncompan .com Phone: (806) 763-7770 'ZO N - rZO L11q �bbock .City of CITY OF LUBBOCK Lubbock, Texas PAGE INTENTIONALLY LEFT BLANK ADDENDA PAGE INTENTIONALLY LEFT BLANK zbbock ADDENDUM I Engineer's Addendum 1 RFP 14-11984-TF Northwest Water Reclamation Plant - Potable Water Pipeline DATE ISSUED: September 5, 2014 CLOSE DATE: September 18, 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. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Revisions -`t 1. Please see Engineer's Addendum 1. A) Revises Section 02665 — Water Works, Piping, Valves and Fittings - of the specifications B) Adds Section 02326 - Pipe Jacking, Boring and Tunneling C) Adds Section 03360 — Contact Grouting I 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&mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, CITY OF LUBBOCK Teofilo Flores Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if anv language. requirements, etc.. or anv combinations thereof. inadvertentiv restricts or limits the reauirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. HUGO REED AND ASSOCIATES, INC. 1601 Avenue N 1 Lubbock, Texas 79401 1 806/763-66421 FAX 806/763-6891 =z . LAND SURVEYORS CIVIL ENGINEERS Northwest Water Reclamation Plant — Potable Water Pipeline Addendum #1 Thursday September 4, 2014 The following is designated "Addendum #1", which revises sections and adds sections to the Contract Documents and Specifications. 1. Revised Sections Section 02665 — Water Works, Piping, Valves and Fittings 2. Additional Sections Section 02326 — Pipe Jacking, Boring and Tunneling Section 03360 — Contact Grouting Section 02665 include in this addendum shall replace Section 02665 from all previous versions of the Contract Documents and Specifications. Sections 02326 and 03360 shall become part of the Contract Documents and Specifications. .0 NATHAN K. RIGLER 0 ......................... of �l 107685 i �4,8 tt �S/O AL'E2 ` 0425-013-03 SECTION 02326 PIPE JACKING, BORING, OR TUNNELING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 and 2 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section provides for pipe installation by jacking, boring, directional boring or drilling, or by tunneling. B. Related Sections: 1. Section 01330 — Submittal Procedures 2. Section 02260 — Excavation Support and Protection 3. Section 02665 — Water Works Piping, Valves, and Fittings 4. Section 03360 — Contact Grouting 1.3 REFERENCES AND DEFINITIONS A. References: 1. ASTM International (ASTM): a. A 36 Specification for Carbon Structural Steel b. A 139 Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS 4 and Over) C. A 307 Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength d. A 449 Specification for Hex Cap Screws, Bolts, and Studs, Steel, Heat Treated, 120/105/90 ksi Minimum Tensile Strength, General Use e. A 760 Specification for Corrugate Steel Pipe, Metallic -Coated for Sewers and Drains f. C 76 Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe g. C 150 Specification for Portland Cement h. C 869 Specification for Foaming Agents Used in Making Performed Foam for Cellular Concrete 2. American Water Works Association (AWWA): a. C900 Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 In. through 12 In. for Water Distribution B. Definitions: 1. Auger Boring: A technique forforming a bore from a drive pit to a reception pit, by means of a rotating cutting head. Spoil is removed back to the drive pit by helically wound auger flights rotating in a steel casing pipe. 2. Bentonite: Colloidal clay sold under various trade names that form slick slurry or gel when water is added. Also know as driller mud. 3. Carrier Pipe: The tube that carries the product being transported and which may go through casings at highways and railroad crossing. It may be made of steel, concrete, clay, plastic, ductile iron, or other materials. 4. Casing: A pipe used to line bore holes through which a pipe(s) called carrier pipes or ducts are installed. 5. Directional Drilling: A steerable system for the installation of pipes, conduits and cables in a shallow arc using a surface launched drilling rig. 6. Dry Bore: Any drilling or rod pushing system not employing drilling fluid in the process. AUGUST 2014 02326 - 1 of 7 PIPE JACKING, BORING, OR TUNNELING M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 2\02326 PIPE JACKING, BORING AND TUNNELING .DOCX j, i 0425-013-03 �y 7. Pipe Jacking: A system of directly installing pipes behind a shield machine by hydraulic jacking from a drive shaft such that the pipes form a continuous string in the ground. 8. Trenchless Technology: Techniques for utility line installation, replacement, , rehabilitation, renovation, repair, inspection, location and leak detection, with minimum _ excavation from the ground surface. 9. Tunneling: A construction method of excavating an opening beneath the ground without continuous disturbance of the ground surface and of large enough diameter to allow z individuals access and erection of a ground support system at the location of material *- excavation. 1.4 PERFORMANCE REQUIREMENTS A. General Performance: 1. Carrier Pipe: Lateral or vertical variation in pipe's final position from the established Drawing line and grade shall not exceed 1-inch per 50-feet, provided such variation shall be regular, only in one direction, and the final grade of the flow line shall be in the direction indicated on the Drawings. 2. Structural Performance: Specified casing pipe thickness based upon the superimposed loads and not upon loads which may be placed on the pipe resulting from jacking operations. Provide increased strength required to withstand jacking loads. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and manufacture instructions for casing pipe, carrier pipe, spacers, liner plates, and associated components as applicable. B. Shop Drawings: For bulkheads, access manholes, overall assembly, and related work as applicable. Include plans, elevations, sections, details, and attachments to other work. C. Design Mixes: Concrete, grout, and flowable fill as applicable. D. Qualification Data: For qualified Installer. E. Welding certificates. F. Material Certificates: For each type of casing and carrier pipe, from manufacturer. G. Minutes of pre -installation conference. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Welding Qualifications: Qualify procedures and personnel according to AWS D1.101.1 M, "Structural Welding Code — Steel. C. Pre -installation Conference: Conduct conference at Project site. 1.7 PROJECT CONDITIONS A. Construction Method: Unless otherwise specifically designated, CONTRACTOR may select jacking, boring, tunneling, or trenchless construction method to be employed. Gravity sewer lines shall be maintained at a uniform grade throughout trenchless construction. B. Permit: 1. The CONTRACTOR shall be responsible to provide the documentation to the appropriate jurisdiction and obtain the required permits for designated jacking, boring, and tunneling operations shown on the Drawings. 2. For those areas where CONTRACTOR proposed to use jacking, boring, tunneling, or trenchless excavation operations in lieu of open cut, it shall be the responsibility of the CONTRACTOR to prepare documentation, obtain approval and required permits. AUGUST 2014 02326 - 2 of 7 PIPE JACKING, BORING, OR TUNNELING M:\20131NWWRP_DESIGNIDOCUMENTS\SPECSWOTABLE WATER LINE PROJECT SPECS\DIVISION 2\02326 PIPE JACKING, BORING AND TUNNELING .DOCX 0425-013-03 C. Operation Restrictions: Conduct operations so as not to interfere with, interrupt, or endanger surface and activity thereon. 1. Minimize subsidence of surface, structures, and utilities above and in vicinity of operations. 2. Support ground continuously to prevent loss of ground and keep perimeters stable. ;- 3. Be responsible for settlement resulting from operations. 4. Repair and restore damaged property to its condition before being disturbed at no cost to the OWNER. 5. Provide 48-hour notice prior to commencement of any jacking, boring, tunneling, or trenchless operations. D. Compliance: Comply with applicable ordinances, codes, statutes, rules, and regulations of the jurisdictional agency, the affected Railroad, TxDOT, and municipal, state and federal governmental agencies. E. Additional Criteria for Work Railroad Property: 1. Do not schedule work until submittals and insurance approval received from Railroad and ENGINEER and permit, if applicable, has been obtained. 2. Provide any additional insurance required by the Railroad or other jurisdiction agency. 3. Comply with AREMA and other Railroad requirements prior to commencing Work. 4. Obtain required Railroad safety training for operators performing Work within Railroad right-of-way, the required flagman, and work authorization from the Railroad. All costs associated with these activities shall be the CONTRACTOR'S responsibility. 5. Place safety, precautionary, and protective devices and services required before Work proceeds. F. Safety Requirements: 1. Provide flagman, barricades, lights, warning signs, ventilation, air quality monitoring, and other safety devices and equipment required to ensure the safety of personnel entering area, especially tunneling operations, safeguard traffic and pedestrians. 2. Establish procedure to logging personnel working within the bore or tunnel shaft, if applicable. 3. Compliance with requirements of Division 2 Section "Excavation Support and Protection." 4. Compliance with OSHA 29CFR 1926, and applicable criteria of ANSI A10.16-1995 (R2001) "Safety Requirements for Tunnels, Shafts, and Caissons." PART 2-PRODUCTS 2.1 MATERIALS A. General: 1. Material of construction of casing pipe shall be as designated on the Drawings or as required by the jurisdictional agency for type of service. 2. Material of construction for the carrier pipe shall be as designated on the Drawings. 3. Carrier pipe shall be placed inside a casing pipe where foundation conditions (presence of boulders, rubble, or rock) make the direct trenchless installation of the carrier pipe impractical. A casing pipe may also be used if the carrier pipe or conduit is not by itself suitable for trenchless installation. B. Casing Pipe: 1. Steel Pipe: a. Smooth walled steel pipe conforming to ASTM A 139, Grade B; 35,000 psi minimum yield strength. b. Minimum inside diameter shall be at least 2-pipe sizes larger than maximum outside diameter of carrier pipe, including bells or joints. ,.Y C. Minimum wall thickness shall be 3/8-inch for smaller than 16-inch diameter; and 1/2-inch 16-inch diameter and larger. ? AUGUST 2014 02326 - 3 of 7 PIPE JACKING, BORING, OR TUNNELING M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 2\02326 PIPE JACKING, BORING AND TUNNELING .DOCX 1 t_r 0425-013-03 d. Joints: Interlocking type, or butt -welded, lap welded, or welded using butt straps in the field. Each end of the casing for butt -welding shall be prepared by providing a 1/4-inch by 45-degree chamfer on the outside edges. e. Coating: Bituminous. 2. Plastic Pipe: a. AWWA C-900. b. Minimum inside diameter shall be at least 2-pipe sizes larger than maximum outside diameter of carrier pipe, including bells or joints. C. Joints: Restrained type. C. Carrier Pipe: 1. Material of construction shall be as shown on the drawings and meet the requirements of Section 02665 — Water Works Piping, Valves and Fittings. 2. Carrier shall have restrained joints. 3. Carrier pipe shall be the same nominal diameter as the system pipe on either side of the carrier pipe. D. Casing Spacers: 1. Factory manufactured casing spacers shall be installed on all carrier pipes passing through a casing pipe. Wooden skids will not be allowed as an alternative. 2. Bolt -on style with a shell made of at least two halves, having band material manufactured of minimum 14 gauge hot rolled pickled steel or T-304 stainless steel, and 10 gauge risers. 3. Steel Band and risers shall have a copolymer -based thermoplastic coating finish, 10-15 mil thickness. 4. Spacer 8-inch wide carrier pipe size 24-inch and smaller, 12-inch wide 26-inch and larger. 5. Hardware; T-304 for stainless bands, or electro-plated for steel bands. 6. Liner, EDPM, 0.090-inch thicken, hardness Durometer "A" 85-90, Dielectric strength 60,000 VPM, and water adsorption of 1 % maximum. 7. Runners, 1-inch or 2-inch wide, glass filled polymer plastic. 8. Available Manufacturers: a. Advance Products & Systems, Inc. b. Cascade Waterworks Mfg. C. Pipeline Seal & Insulator Inc. E. Casing End Seals: 1. Manufactured of 1/8-inch thick neoprene rubber, attached using 1/2-inch wide T304 stainless steel bandings 100% non-magnetic worm gear mechanism. 2. Configuration may be pull -on end molded, wrap around with self -curing mastic sealing strips, or zipper configuration. 3. Available Manufacturers: a. Advance Products & Systems, Inc. b. Cascade Waterworks Mfg.- C. Pipeline Seal & Insulator Inc. F. Grout: 1. See Section 03360 Contact Grouting G. Foowable Fill: 1. Ready mixed flowable fill is a blend of cement, fly ash, fine aggregate, and water. It is designed as a low strength, flowable material requiring no subsequent vibration or tamping to achieve 100% consolidation. 2. Unless indicted otherwise, select and proportion ingredients to obtain compressive strength between 50 and 150 psi at 28 days in accordance with ASTM D4832. 3. Materials: { b a. Cement: ASTM C150, Type I, II, or III. b. Aggregate: ASTM C33, Size 8 or fine aggregate. AUGUST 2014 02326 - 4 of 7 PIPE JACKING, BORING, OR TUNNELING M:\2013\NWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 2102326 PIPE JACKING, BORING AND TUNNELING .DOCX 0425-013-03 I- C. Fly Ash (if used): ASTM C618, Class C. d. Water: Clean, potable, free of odor, organics, and deleterious materials. 4. The flowable fill mixture shall be mixed either in a pug mill, concrete mixer, or transit mixer and shall a minimum slump of five (5) inches. H. Cellular Concrete Backfill: 1. Concrete: ASTM C150, Type II. 2. Foaming agents conform to ASTM C 869. 3. Water: Clean, free of organic and other impurities. 4. Minimum 7 and 28 day compressive strength of 300 and 500 psi. Annular Sand Backfill: Sand for the annular space shall be clean and 100% shall pass a Standard no. 30 sieve. Miscellaneous Items: 1. Surface Settlement Markers: a. Within bituminous pavement areas: "p.k." nails. b. Within nonpaved areas: Wooden nails. C. Within concrete surfaces: Paint. 2. Grout Connections: Provide two inch grout connection regularly spaced at 5-foot centers, alternating at 30 degrees from plumb each side of the vertical centerline. 3. Bulkheads and Access Manholes: Requirements shall be as shown on the Drawings. PART 3 - EXECUTION 3.1 GENERAL A. Unless soil borings in the immediate vicinity of the work area are available, CONTRACTOR shall investigate the existing soils and subsurface conditions so the appropriate equipment is provided to counter conditions, which can cause delay such as groundwater, running sand, boulders, or other subsurface conditions. 3.2 CONSTRUCTION BY JACKING A. Construct suitable pits or trenches at the jacking and receiving end to a depth no greater than required for placing of the guide and jacking timbers and a horizontal distance no nearer the roadbed than minimum distance shown on the Drawings. Excavation work shall comply with the requirements of Section 2300 — Earthwork. B. All open pits and trenches shall braced and shored or their walls sloped preventing caving or sliding of the walls into the open pit or trench complying with requirements of Division 2 Section 02260 — Excavation Support and Protection. Place pipe on guides for supporting pipe to be jacked and to direct it for proper alignment and grade. Embankment material shall be excavated just ahead of the pipe, removed through the pipe, and the pipe forced through the opening provided. C. Excavation for the underside of the pipe, for at least one-third (1/3) of the pipe circumference, shall conform to the contour and grade of the pipe. Excavation for the top half of the pipe shall conform closely to the outside diameter and a clearance greater than 2 inches shall not be permitted. Preferably pipe shall be jacked from the low or downstream end. D. All voids between the pipe and the earth shall be filled with grout. See Section 03360 — Contact Grouting E. Prepare bottom of pits as pipeline foundations in accordance with Section 02317 — Excavation and Backfill for Utilities. Backfill pits and trenches as soon as practical following completion of jacking operations and installation of carrier pipe(s). AUGUST 2014 02326 - 5 of 7 PIPE JACKING, BORING, OR TUNNELING M:\2013\NVVWRP-DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 2\02326 PIPE JACKING, BORING AND TUNNELING .DOCX 0425-013-03 F. Any pipe that cannot be repaired to its original condition or is damaged during jacking operations shall be removed and replaced at CONTRACTOR'S expense. 3.3 CONSTRUCTION BY BORING A. Construct suitable pits or trenches at the boring and receiving end to a depth no greater than required for placing of the guide and jacking timbers and a horizontal distance no nearer the roadbed than minimum distance shown on the Drawings. Excavation work shall comply with the requirements of Division 2 Section 02300 - Earthwork. B. All open pits and trenches shall braced and shored or their walls sloped preventing caving or sliding of the walls into the open pit or trench complying with requirements of Division 2 Section 02260 — Excavation Support and Protection. C. The hole shall be bored mechanically with a suitable boring assembly designed to produce a smooth, straight shaft and so operated that the completed shaft shall be at the established line and grade. The boring shall be accomplished using either a pilot hole method or a dry hole method. 1. Pilot Hole Method: Bore approximately a 2-inch pilot hole the entire length of the crossing and confirm line and grade. The pilot hole shall serve as the centerline for the larger diameter hole to be bored. 2. Dry Hole Method: Advance casing pipe as augers through the casing pipe remove the soil. Bentonite may be used as a lubricant. D. All voids between the pipe and the earth shall be filled with grout. See Section 03360 — Contact Grouting. E. Prepare bottom of pits and pipeline foundations in accordance with Division 2 Section 02317 — Excavation, Trenching, and Backfilling for Utilities. Backfill pits and trenches as soon as practical following completion of jacking operations and installation of carrier pipe(s). F. Any pipe that cannot be repaired to its original condition or is damaged during boring operations shall be removed and replaced at CONTRACTOR'S expense. 3.4 CARRIER PIPE INSTALLATION A. Installation: 1. Install carrier pipe to establish lines and grades. 2. Carrier pipe joints within the casing pipe shall be of the restrained type in accordance with applicable pipe specifications. If applicable, exterior and interior joints of the carrier pipe shall be mortar coated and lined in the field as installation progresses. 3. For cast iron or ductile iron, encase pipe in polyethylene in accordance with applicable pipe section. 4. Install casing spacers by placing at each end of the casino pipe and at 6 to 8 feet intervals, and in accordance with manufacturer instructions. There shall be at least two spacers installed on each pipe section. 5. Seal ends of casing and carrier pipe using neoprene casing end seals and stainless steel bands. If overlap seal is employed, bond together the overlapping surfaces with permanent sealing adhesive. B. Testing: Hydrostatic testing of the carrier pipe shall be completed prior to the filling of the annular space between the casing and carrier pipe. Testing shall be accomplished in accordance with the applicable pipe section. C. Supports: Carrier pipe shall be supported to the quarter point by a concrete cradle across the boring or jacking pit to the first joint in the ditch section at each end. D. Additional Pipes or Conduits: Where more than one pipe or conduit, such as irrigation or communication/electrical cables or conduits, in addition to the primary carrier pipe, is shown inside the casing, they shall be bundled and attached to special multiple pipe cluster type I_A spacers as a unit in the quadrant shown on the Drawings. AUGUST 2014 02326 - 6 of 7 PIPE JACKING, BORING, OR TUNNELING M:\2013\NWWRP-DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 2\02326 PIPE JACKING, BORING AND TUNNELING .DOCX F r 0425-013-03 3.5 CONSTRUTION BY GUIDED BORING OR DIRECTIONAL DRILLING A. Guided boring or directional drilling shall be accomplished according to the standards in "Trenchless Technology Guidelines" published by International Society of Trenchless Technology. 3.6 CONSTRUCTION BY TUNNELING A. The tunnel shall be excavated in such a manner and to dimensions necessary to permit placement of supports for excavation. Adequate provisions shall be made for the safety, health, and protection of workers. All equipment operated in tunnel shall be powered by air or electricity. No equipment shall be permitted in tunnel powered by petroleum -based fuel. B. Tunnel dimensions shown on Drawings are minimum dimensions. Any excess excavation and subsequent backfill, concrete or grout fill shall be at the expense of the CONTRACTOR. C. Provide lighting and ventilation, quick removal of gasses and dust form operations, and means for removal of spoils from the excavations. D. Provide suitable steel or timber sheeting, shoring and bracing in accordance with Section 2260 — Excavation Support and Protection. When installation is complete and with approval of ENGINEER, supports may be left in place, provided they clear the encasement or carrier pipe. No separate payment shall be made for supports left in place. E. If the tunnel is to be lined with concrete as a monolithic structure, then the overbreak, if any or voids shall be poured with 4,000 psi concrete. F. Install carrier pipe in tunnel to established line and grade and grout as specified in Section — 03360 Contact Grout 3.7 CATHODIC PROTECTION A. Unless otherwise specified, provide cathodic protection consisting of a 17-pound high potential magnesium anode at each end where steel casing pipe is installed. Provide Cathodic -testing station as shown on the Drawings. 3.8 GROUTING A. General 1. The Contractor shall use contact grouting to completely fill the void space outside the jacking, bored or tunneled pipe, or casing/tunnel liner plate caused by the trenchless operations (including the overcut), and any voids caused or encountered during the trenchless construction. 2. See Section 03360 Contact Grouting B. Water line, small -diameter sewer (up to 18") and waste activated sludge lines: 1. Do not grout annular space between carrier pipe and casing/liner. 3.9 FIELD QUALITY CONTROL A. Grade and Alignment. Provide field survey data confirming grade and alignment conforms to values shown on the Drawings and within limits of specified in this Section. B. Provide test data for materials used in installing casing and carrier pipe, such as grout, concrete, flowable fill, cellular concrete fill, and sand used to fill annular space between carrier pipe and casing. C. Provide settlement measurements. During construction, make observations of settlement markers at regular intervals of roadway and railroad tracks. Record and provide information. END OF SECTION AUGUST 2014 02326 - 7 of 7 PIPE JACKING, BORING, OR TUNNELING M:\2013XNV4WRP-DESIGNXDOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\DIVISION 2\02326 PIPE JACKING, BORING AND TUNNELING .DOCX 0425-013-03 114 SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this section. 1.2 RELATED SECTIONS A. This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories rj.5 as shown on the plans and/or as specified herein. B. Related Sections include the following: 1. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 and Division 2 specifications sections apply to this section. 2. Section 01330 — Submittal Procedures. 3. Section 01400 — Quality Requirements. 4. Section 01500 — Temporary Facilities and Controls. 5. Section 01555 — Barricades, Signs and Traffic Handling. 6. Section 02260 — Excavation Support and Protection. 7. Section 02300 — Earthwork. 8. Section 02318 — Borrow. 9. Section 02320 — Utility Backfill Materials. 10. Section 02326 — Pipe Jacking, Boring and Tunneling j 11. Section 03360 — Contact Grouting 1.3 SUBMITTALS A. Submit all manufacturers' data for all pipes, valves, fittings, and fire hydrants including all pipe thickness class calculations. B. Submit product information for pipe identification tape. C. Submit concrete mix design for concrete thrust blocking. 1.4 REFERENCES A. AWWA C104 - Cement — Mortar Lining for Ductile — Iron Pipe and Fittings for Water. B. AWWA C110 - Ductile -Iron and Gray — Iron Fittings, 3 inch through 48 inch (76mm through 1,219 mm), for Water. C. AWWA C111 - Rubber -Gasket Joints for Ductile — Iron Pressure Pipe and Fittings. D. AWWA C104 - Rubber — Seated Butterfly Valves. E. AWWA 509 - Resilient — Seated Gate Valves for Water Supply. F. AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in through 12 in (100 mm through 300 mm), for water distribution. G. AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in through 48 in (350 mm through 1,200 mm), for Water Transmission and Distribution. H. AWWA C-301 — Prestressed Concrete Pressure Pipe, Steel -Cylinder Type, for Water and Other Liquids I. AWWA C303 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type i AUGUST 2014 J 02665 - Page 1 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fihings.docx 0425-013-03 PART 2 - PRODUCTS 2.1 GENERAL A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12-inches and smaller shall be AWWA C-900, Class 150 (DR 18). B. PVC pipe 14-inches and larger shall be AWWA C905, Class 165 (DR25). The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet. D. AWWA C900 and C905 pipe shall be marked as prescribed by AWWA standards including nominal site, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water service. E. Pipe shall meet all additional test requirements as described in AWWA C900 or C905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. All ductile iron fittings shall have an external bituminous coating and shall be cement - lined in accordance with AWWA C104. B. Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. C. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. D. Ductile iron fittings shall conform to AWWA C110. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. E. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. 2.4 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS ` A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy _., AUGUST 2014 02665 - Page 2 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:Q013\NW W RP_ DESIGMDOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS'division Z02665 - water works piping, valves and fittings.doex l 0425-013-03 coated steel construction shall be used for all couplings. All bolts, nuts and washers shall be stainless steel y(y 2.5 STEEL CASING A. Steel casing pipe shall meet the requirements of Section 20326 — Pipe Jacking, Boring and Tunneling. 2.6 VALVES A. General - Valves that are 12-inch and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. Valves greater than 12-inches shall be butterfly valves unless otherwise noted on the plans or specified herein. B. Gate Valves 1. All gate valves shall be resilient seat or double disk parallel seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing. 2. All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. 3. Gate valves shall be Mueller, M&H, Darling, or Clow. C. All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. D. Butterfly Valves 1. All butterfly valves shall be of the rubber -seated tight -closing type. They shall meet or exceed AWWA standard C504 for Class 150-B, latest revision. All valves shall be NSF approved. 2. Both ends of valve shall be "MY' per AWWA C111. "MY' accessories must be supplied by valve manufacturer. Valve operator shall be of the worm gear or travelling -nut type, sealed, gasketed, and lubricated for underground service, and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. It shall be capable of withstanding an overload input torque of 450 ft-lb at full open or full -closed position without damage to the valve or valve operator. Valve shall be capable of easy closure by one man using standard valve key. All valves shall open left (clockwise to close) and be equipped with 2" operating nut, a locking device, position indicator, and hand wheel. The valves shall be designed for positive stop in the closed position. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. All tests required by Section 5 of AWWA C504 shall be performed and the manufacturer shall furnish certified copies of the reports covering these tests. 3. All butterfly valves are to be installed in a concrete vault and shall be painted with heavy- duty machinery paint with the color and type to be approved by the Engineer. E. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. F. All valve boxes for butterfly valves shall be precast concrete vaults manufactured by Vaughn L_1 Concrete Products, or approved equal. The valve boxes shall be constructed with the dimensions as shown on the plans. The valve box cover opening shall be centered over operating nut. Manhole frames and covers shall be East Jordon Iron Works V-1430 A & V- 1420/1480Z1, with a minimum weight of 275 pounds and a Type 5 pick bar, and shall conform to the requirements of ASTM A-48. The frame and cover shall be designed with a full bearing AUGUST 2014 � 02665 - Page 3 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NW WRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fitlings.docx I, 0425-013-03 rings so as to provide a continuous seat between frame and cover. The cover shall include lettering "City of Lubbock, Texas - WATER." G. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover marked "Water". The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. Valve boxes shall be East Jordon Iron Works No. 8453, or approved equal. H. Fabricated Cast Iron Tapping Sleeves for use on 4" through 30" pipe. 1. General: The manufacturer of the tapping sleeves shall be experienced in their design and construction and shall have given successful service for a period of at least five (5) years. 2. Service: The tapping sleeves will be installed on the following types of pipe (1) cast iron (2) ductile iron (3) asbestos cement (4) C900 PVC, the operating pressure for all four types of water pipe is 150 psi. 3. Material: The tapping sleeves shall be cast iron, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. 4. Gaskets: The gaskets shall be duck tipped and shall be totally resistant to cold flow and creep. 2.7 AIR RELEASE AND AIR AND VACUUM VALVES A. General 1. Furnish labor, materials, equipment and incidentals necessary to install manual valves, vacuum breaker valves, air release valves and air and vacuum valves of the sizes and types indicated. Furnish the necessary isolating valves and piping. 2. Valves to be manufactured in accordance with AWWA C 512. B. Products 1. General a. Each air valve shall have a cast iron body, bronze, or stainless steel trim and stainless steel float. Float shall be baffled to prevent air from blowing valve closed until air is exhausted. b. Valve body, float, etc., shall be designed for a working pressure and shall seat at a minimum pressure shown in the valve schedule. The minimum operating pressure shown is under steady state conditions, and does not include minimum surge pressures. C. Air valves shall be manufactured by the Valve and Primer Corporation (APCO) or Val-Matic Manufacturing Corp. d. Top of valve assembly shall be fitted with a hood. Valve inlet shall be N.P.T. for 2" and smaller valves. Valve inlet shall be ANSI flange for 3" and larger valves. Flange rating shall equal or exceed the maximum working pressure. 2. Combination Air Valves (CAV) a. Combination air valves shall be heavy duty air and vacuum valves with a 2" air release valve. b. Combination air valves shall be designed to release accumulations of air at high points within a pipeline by exhausting large volumes of air as the pipeline is being filled and by releasing accumulated pockets of air while the pipeline is in operation and under pressure. Combination air valves shall also be designed to permit large volumes of air to enter the pipeline during pipeline drainage. C. Combination air valves shall be the custom combination duplex body type. Combination air valves shall be APCO Model 1800 with Air Release Valve Model 200, or Valmatic Model 100 with Air Release Valve Model 38. AUGUST 2014 02665 -Page 4 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 -water works piping, valves and fittings.docx (._, 0425-013-03 2.8 FIRE HYDRANTS A. Fire hydrants shall be standard AWWA C-502 hydrants, iron body, bronze mounted throughout including drain seat ring, and shall be designed for a working pressure of 150 pounds per Fill square inch. The fire hydrants shall be the traffic model type and shall have a 5-1/4" valve opening, two 2-1/2 inch hose nozzles and one 4-inch steamer nozzle, with 4 threads per inch and a crest to crest dimension of 4.995 inches. The hydrants shall be for 6-inch mains and shall have a M.J. Connection, and shall be for 4-1/2 foot bury unless otherwise shown on plans. The hydrants shall be Clow Medallion, American Darling model B-84-B, Dresser style 129-09 or Mueller Centurion. Operating nuts shall be 1-1/2 inch pentagons measured to a point. The hydrants shall be painted as directed by the City of Lubbock Fire Department. 2.9 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D1248. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2-inch duct tape. 2.10 CONCRETE A. Concrete shall be used for blocking the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast -In -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 - EXECUTION 3.1 PIPE INSTALLATION - WATER LINES A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. B. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. . B. Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. Confirm compliance with the Drawings and Specifications. i AUGUST 2014 Ll 02665 - Page 5 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013WWWRP_DESIGN\)OCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 -waterworks piping, valves and fittings.dou 0425-013-03 C. Wherever 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 shown or permitted, the degree of deflection at each joint shall not exceed 80% of the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. 1. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe, pipe coating, or lining. 2. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. 3. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. 4. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. 5. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. 6. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. 7. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping - -- 1. The last 8 inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The .. cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. 2. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into \ _y AUGUST 2014 02665 - Page 6 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fitlings.docx Y 0425-013-03 position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. 3. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints — 1. Flanged joints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. 2. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. All plugs and caps shall have horizontal thrust blocks. 3.10 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. General — 1. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. B. Valve Boxes — 1 . Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. All valve boxes under pavement shall be adjusted to finished pavement grades. C. Fire Hydrants — 1 . Fire hydrants shall be located at the points shown on the Drawings. All fire hydrants shall be set plumb, to the grade established on the drawing, and with the steamer nozzle at right angles to the street. 2. The hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. 3. Blocking of gate valves on fire hydrant leads shall be with concrete as shown on the Drawings. 4. The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. 3.11 CONCRETE THRUST BLOCKING A. Anchorage of Bends, Tees and Plugs, Etc. — 1 . Reaction or thrust blocking shall be applied to all pipe lines at all tees, crosses, plugs, caps, and bends. The blocking shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as shown on the Drawings. The blocking shall be so placed that the pipe and fitting joints will be accessible for repair. B. Restrained Joints 1. At the Contractor's option, restrained joints may be installed on the pipe at fittings and valves in lieu of concrete thrust blocking. Pipe restraints shall be suitable for the pipe AUGUST 2014 02665 - Page 7 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGNIDOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fittings.docx 0425-013-03 with which they are installed and shall have the ability to withstand a maximum pressure of no less than 150 psi. Pipe restraints shall be installed at all joints and fittings within the length specified on the Drawings. 3.12 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. B. Testing procedure shall be as follows: 1. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. 2. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. 3. Procedure — a. Each valved section of pipe shall be slowly filled with water at the specified test pressure and measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, and all necessary apparatus, except meters, shall be furnished by the Contractor. The Contractor shall furnish all labor for connecting the pump, meter, and gages. The water for filling the pipe and making the tests shall be obtained at the location designated by the Engineer. No charge will be made to the Contractor for water used for testing. b. As the line is being filled and before applying the test pressure, all air shall be expelled from the pipe by making taps at the highest point in the test segment, if necessary. After the test, the taps shall be tightly plugged. C. During the time the test pressure is on the pipe, the pipe shall be carefully checked at regular intervals for breaks or leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: 1. PVC Pipe The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: L=NDJ 7,400 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi 2. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.13 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. The lines shall be AUGUST 2014 02665 - Page 8 of 10 WATER WORKS PIPING, VALVES AND FITTINGS k M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\division 2\02665 -waterworks piping, valves and fittings.docx k. 0425-013-03 disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C651. B. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Engineer's Representative may witness the disinfection activities. C. After disinfection has been completed and the pipe is flushed, the Contractor shall sample the water in the pipe for bacteriological testing. Samples shall be taken after the pipeline disinfection treatment has been flushed. A minimum of two sets of samples taken 24 hours apart shall be tested and shall include on sample for every 1000 feet of water line plus sample sets at the end of each pipeline branch. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures necessary to achieve and acceptable result. Acceptable results shall be the bacteriological requirements for potable water as defined by the Texas Commission on Environmental Quality. 3.14 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified in Section 02326 — Pipe Jacking, Boring and Tunneling. Equipment used shall be of such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. B. The boring shall proceed from a pit provided for the boring equipment and workmen. Excavation and location of the pit shall be approved by the Engineer and the Railroad, City of Lubbock, or Texas Department of Transportation as appropriate. Boring without the concurrent installation of the casing pipe will not be permitted. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. Jetting will not be permitted. Annular space outside the casing pipe shall be filled with contact grout meeting the requirements of Section 02326 and Section 03360. All casing pipe joints shall be welded. Care shall be taken to keep the pipe sleeve on the proper line and grade. C. After the casing pipe has been jack and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. Four hardwood, or other suitable material, skids shall be banded with stainless steel bands to each joint of pipe. The hardwood skids shall be of sufficient dimensions to allow the bell of the pipe to clear the casing pipe by at least one-half inch. The length of the skid shall be equal to at least 2/3 of the exposed length of straight pipe after the joint is made. A minimum of three bands shall be used to secure the skids to the pipe. The skids shall be such that a minimum of 2 inches clearance is maintained between the top of the pipe and the top of the casing. The design of skids and banding techniques shall be submitted to the Engineer for approval prior to use. 3.15 PIPE IDENTIFIERS A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. 1. Trace wire shall be 14 gauge minimum solid copper with thermoplastic insulation recommended for direct bury. 2. Trace wire shall be secured to the pipe as required to insure that the wire remains directly on top of the pipe. 3. Trace wire shall be securely bonded together at all wire joints with wire connectors that are watertight and provide for electrical continuity. 4. 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. Marking Tape B. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. j 1. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "CAUTION: J BURIED WATER LINE." AUGUST 2014 02665 - Page 9 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013WWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\division 2\02665 -waterworks piping, valves and fittings.docx jj .. 0425-013-03 2. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. 3. Depth of bury shall be 18 inches below top of trench. 3.16 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and 3 any excess dirt shall be removed from the site. B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION AUGUST 2014 02665 - Page 10 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NW WRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fittings.docx 0425-013-03 s SECTION 03360 CONTACT GROUTING PART 1 - GENERAL 1.1 RELATED DOCUEMTNS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 and 2 Specification Sections, apply to this section. 1.2 RELATED SECTIONS 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. B. Related Sections included the following: 1. Section 01330 — Submittal Procedures 2. Section 01400 — Quality Requirements 3. Section 02326 — Pipe Jacking, Boring and Tunneling 4. Section 02665 — Water Works Piping, Valves and Fittings 1.3 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 H. ASTM C 937 — Standard Specification for Grout Fluidifier for Preplaced Aggregate Concrete 1.4 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 28day 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. C. 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. I AUGUST 2014 i 02318 - Page 1 of 4 CONTACT GROUTING M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\03360 contact grouting.docx f `_1 0425-013-03 D. Compressive Strength: The minimum compressive strength at 24 hours shall be at least 10 psi. The minimum 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 I tools. 1.5 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 betaken 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. 1.6 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: a. contact grouting methods and details of equipment, b. grouting procedures and sequences, C. injection pressures, d. monitoring and recording equipment, e. pressure gauge calibration data, f. methods of controlling grout pressure, and g. 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. C. 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. PART 2 - PRODUCTS 2.1 MATERIALS A. Cement: Cement shall be Type II or Type V Portland cement conforming to ASTM C 150. Type II 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. 2.2 EQUIPMENT 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 -., AUGUST 2014 02318 - Page 2 of 4 CONTACT GROUTING i M:k2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division M3360 contact grouting.docx 0425-013-03 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 3.1 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 or Owner's Representative. 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. E. The Contractor 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. F. During grouting work, provide for adequate disposal of all waste and wastewater. Remove and properly dispose of all waste grout resulting from grouting operations. The contents of grout lines shall not be discharged into the pipe, sanitary sewers, storm drains, or water bodies. 3.2 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. AUGUST 2014 02318 - Page 3 of 4 CONTACT GROUTING M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\03360 contact grouting.docx 0425-013-03 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. 3.3 CONTACT GROUTING OF SHAFTS A. Commence contact grouting of shafts after completion of each shaft, and before trenchless construction begins. m 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. 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. a 3.4 CONTACT GROUTING OF STEEL CASING/LINER A. CONTRACTOR shall submit to ENGINEER a detailed description of CONTRACTOR'S proposed grout injection method and shall not begin boring operations prior to ENGINEER'S approval of grout injection method. B. Commence contact grouting outside of the casing pipe within 72 hours following the completion of each drive. C. Inject grout 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. D. Grouting shall generally progress in a constant up -gradient direction. 3.5 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. 3.6 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 AUGUST 2014 02318 - Page 4 of 4 CONTACT GROUTING M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\03360 contact grouting.docx j 31 LAND SURVEYORS CIVIL ENGINEERS HUGO REED AND ASSOCIATES, INC. 1601 AVENUE N I LUBBOCK, TEXAS 79401 1 8061763-5642 1 FAX 8061763-3691 TEXAS REGISTERED ENGINEERING FIRM F-760 TEXAS LICENSED SURVEYING FIRM 100676.00 Northwest Water Reclamation Plant — Potable Water Pipeline Addendum #2 Thursday September 11, 2014 The following is designated "Addendum #2", which revises the Proposal Submittal Form and Section 02665 of the Contract Documents and Specifications. 1. Proposal Submittal Form Revisions to bid quantities, removal of 10" C-900 PVC pipe item, and division of 12" C-900 PVC pipe and 20" welded steel casing item into two bid items. 2. Specification Section 02665 — Water Works Piping, Valves and Fitting Revise Part 2.2 B. and Part 2.3 D. The Proposal Submittal Form included in this addendum shall replace all previous versions of the Proposal Submittal Form in the Contract Documents and Specifications. Section 02665 of the Specifications included in this addendum shall replace all previous versions in the Contract Documents and Specifications. / NATHAN K. RIGLER 0 /................................. /J 107685 Of l�F3 .. CENSE • `0`A` `N� 11 REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE PROJECT NUMBER: RFP 14-11984-TF - Northwest Water Reclamation Plant — Potable Water Pipeline 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 Northwest Water Reclamation Plant — Potable Water Pipeline having carefully examined the plans, specifications, instructions to offerors, notice to ._4 offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. QUANTITY AMOUNT 1 Mobilization/Demobilization, including move-in/move-out related LS 1 costs, corn lete, for the lump sum. 2 Provide and maintain a SWPPP — Including preparation, NOI, NOT, LS 1 and all other work considered incidental to this item, for the lump sum. 3 Tree removal, as necessary for the successful execution of the work, for LS 1 the lump sum. 4 Furnish and install 6" C-900 PVC water line, including all labor, LF 60 material and equipment, complete in place, per linear foot. 5 Furnish and install 8" C-900 PVC water line, including all labor, LF 60 material and equipment, complete in place, per linear foot. 6 Furnish and install 12" C-900 PVC water line (0-6' cut), including all LF 2,770 labor, material and equipment, complete in place, per linear foot. 7 Furnish and install 12" C-900 PVC water line (6'-8' cut), including all LF 295 labor, material and equipment, complete in place, per linear foot. 8 Furnish and install 12" C-900 PVC water line (8'-10' cut), including all LF 336 labor, material and equipment, complete in place, per linear foot. 9 Furnish and install 12" C-900 PVC water line (10'-12' cut), including LF 93 all labor, material and equipment, complete in place, per linear foot. 10 Furnish and install 12" C-900 PVC water line (12'-14' cut), including LF 97 all labor, material and equipment, complete in place, per linear foot. 11 Furnish and install 16" C-900 PVC water line (0-6.5' cut), including all LF 3,414 labor, material and equipment, complete in place, per linear foot. 12 Furnish and install 16" C-900 PVC water line (6'-8' cut), including all LF 189 labor, material and equipment, complete in place, per linear foot. 13 Furnish and install 16" C-900 PVC water line (8'-10' cut), including all LF 402 labor, material and equipment, complete in place, per linear foot. 14 Furnish and install 16" C-900 PVC water line (10'-12' cut), including LF 660 all labor, material and equipment, complete in place, per linear foot. 15 Furnish and install 16" C-900 PVC water line (12'-14' cut), including LF 377 all labor, material and equipment, complete in place, per linear foot. 1 I- I -) REVISED DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 16 Furnish and install 10" C-900 PVC water line and 16" welded steel LF 134 casing pipe or tunnel liner plate IN BORE, including all labor, material and equipment, complete in place per linear foot. 17 Furnish and install 12" C-900 PVC water line and 20" welded steel LF 448 casing pipe or tunnel liner plate IN BORE, including all labor, material and a ui went, complete in place per linear foot. 18 Furnish and install 12" C-900 PVC water line and 20" welded steel LF 556 casing pipe or tunnel liner plate IN BORE under U.S. Highway 84 and BNSF railroad, including all labor, material and equipment, complete in lace ner linear foot. 19 Furnish and install 16" C-900 PVC water line and 22" welded steel LF 462 casing pipe or tunnel liner plate IN BORE, including all labor, material and a ui ment, complete in place per linear foot. 20 Furnish and install 16" C-900 PVC water line IN BORE with no casing LF 75 pipe required, including all labor, material and equipment, complete in lace Der linear foot. 21 Furnish and install Trench excavation protection per OSHA LF 8,633 requirements, including all labor, material and equipment, complete in lace per linear foot. 22 Furnish and install 6" gate valve and valve box, including all labor, EA 12 material and equipment, complete in place per each. 23 Furnish and install 8" gate valve and valve box, including all labor, EA 4 material and equipment, complete in place per each. 24 Furnish and install 10" gate valve and valve box, including all labor, EA 2 material and equipment, complete in place per each. 25 Furnish and install 12" gate valve and valve box, including all labor, EA 15 material and equipment, complete in place per each. 26 Furnish and install 16" butterfly valve and valve vault, including all EA 7 labor, material and equipment, complete in place per each. 27 Furnish and install 2" air/vacuum relief valve, valve vault and riser EA 5 pipe, including all labor, material and equipment, complete in place per each. 28 Furnish and install 30"xl6" tapping sleeve and 16" tapping valve EA I including all labor, material and equipment, complete in place per each. 29 Fumish and install standard fire hydrant, including all labor, material EA 12 and a ui ment, complete in place per each. 30 Furnish and install all associated PVC pipe fittings shown on the plans, LB 11,010 including all labor, material and equipment, complete in place per pound not pair for separately (for contractor's information only) Total (Items 1 - 30) $ Offeror's Initials I* �k REVISED PROPOSED CONCSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS: Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within ( ) Days Completed by Contractor ( ) Written Days Completed by Contractor CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $500 for each consecutive calendar day in excess of the time set forth herein above for completion, and the sum of $250 for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of ninety (90) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) 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. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Date: Authorized Signature (Printed or Typed Name) Company Address City, County Addenda No. Date ' Addenda No. Date State Zip Code Addenda No. Date Telephone: - Addenda No. Date Fax: - Email: FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American I I Asian Pacific American Other (Specify) By Authorized Representative - must sign b), hand Officer Name and Please Print Business Telephone Number E-mail Address: FAX: FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $50,000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. j 0425-013-03 SECTION 02665 WATERWORKS PIPING, VALVES AND FITTINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this section. 1.2 RELATED SECTIONS A. This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. B. Related Sections include the following: 1. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 and Division 2 specifications sections apply to this section. 2. Section 01330 — Submittal Procedures. 3. Section 01400 — Quality Requirements. 4. Section 01500 — Temporary Facilities and Controls. 5. Section 01555 — Barricades, Signs and Traffic Handling. 6. Section 02260 — Excavation Support and Protection. 7. Section 02300 — Earthwork. 8. Section 02318 — Borrow. 9. Section 02320 — Utility Backfill Materials. 10. Section 02326 — Pipe Jacking, Boring and Tunneling 11. Section 03360 — Contact Grouting 1.3 SUBMITTALS A. Submit all manufacturers' data for all pipes, valves, fittings, and fire hydrants including all pipe thickness class calculations. B. Submit product information for pipe identification tape. C. Submit concrete mix design for concrete thrust blocking. 1.4 REFERENCES A. AWWA C104 - Cement — Mortar Lining for Ductile — Iron Pipe and Fittings for Water. B. AWWA C110 - Ductile -Iron and Gray — Iron Fittings, 3 inch through 48 inch (76mm through 1,219 mm), for Water. C. AWWA C111 - Rubber -Gasket Joints for Ductile — Iron Pressure Pipe and Fittings. D. AWWA C104 - Rubber — Seated Butterfly Valves. E. AWWA 509 - Resilient — Seated Gate Valves for Water Supply. F. AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in through 12 in (100 mm through 300 mm), for water distribution. G. AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in through 48 in (350 mm through 1,200 mm), for Water Transmission and Distribution. H. AWWA C-301 — Prestressed Concrete Pressure Pipe, Steel -Cylinder Type, for Water and Other Liquids I. AWWA C303 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type AUGUST 2014 02665 - Page 1 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fittings.docx 0425-013-03 t PART 2 - PRODUCTS 2.1 GENERAL A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12-inches and smaller shall be AWWA C-900, Class 150 (DR 18). B. PVC pipe 14-inches and larger shall be AWWA C905, Class 200 (DR 18). The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet. D. AWWA C900 and C905 pipe shall be marked as prescribed by AWWA standards including nominal site, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water service. E. Pipe shall meet all additional test requirements as described in AWWA C900 or C905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. All ductile iron fittings shall have an external bituminous coating and shall be cement - lined in accordance with AWWA C104. B. Where flanged fittings are used the flanges shall be of the same material as the fitting. Where y bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. C. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber D. ring gaskets shall be provided for all flanged joints. Ductile iron fittings shall conform to AWWA C153. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. E. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. 2.4 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy AUGUST 2014� 02665 - Page 2 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 -waterworks piping, valves and fitlings.docx 0425-013-03 coated steel construction shall be used for all couplings. All bolts, nuts and washers shall be stainless steel. 2.5 STEEL CASING A. Steel casing pipe shall meet the requirements of Section 20326 — Pipe Jacking, Boring and Tunneling. 2.6 VALVES A. General - Valves that are 12-inch and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. Valves greater than 12-inches shall be butterfly valves unless otherwise noted on the plans or specified herein. B. Gate Valves 1. All gate valves shall be resilient seat or double disk parallel seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing. 2. All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. 3. Gate valves shall be Mueller, M&H, Darling, or Clow. C. All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. D. Butterfly Valves 1. All butterfly valves shall be of the rubber -seated tight -closing type. They shall meet or exceed AWWA standard C504 for Class 150-B, latest revision. All valves shall be NSF approved. 2. Both ends of valve shall be "MJ" per AWWA C111. "MJ" accessories must be supplied by valve manufacturer. Valve operator shall be of the worm gear or travelling -nut type, sealed, gasketed, and lubricated for underground service, and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. It shall be capable of withstanding an overload input torque of 450 ft-lb at full open or full -closed position without damage to the valve or valve operator. Valve shall be capable of easy closure by one man using standard valve key. All valves shall open left (clockwise to close) and be equipped with 2" operating nut, a locking device, position indicator, and hand wheel. The valves shall be designed for positive stop in the closed position. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. All tests required by Section 5 of AWWA C504 shall be performed and the manufacturer shall furnish certified copies of the reports covering these tests. 3. All butterfly valves are to be installed in a concrete vault and shall be painted with heavy- duty machinery paint with the color and type to be approved by the Engineer. E. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. _= F. All valve boxes for butterfly valves shall be precast concrete vaults manufactured by Vaughn Concrete Products, or approved equal. The valve boxes shall be constructed with the dimensions as shown on the plans. The valve box cover opening shall be centered over u operating nut. Manhole frames and covers shall be East Jordon Iron Works V-1430 A & V- 1420/1480Z1, with a minimum weight of 275 pounds and a Type 5 pick bar, and shall conform to the requirements of ASTM A-48. The frame and cover shall be designed with a full bearing .a AUGUST 2014 02665 - Page 3 of 10 WATER WORKS PIPING, VALVES AND FITTINGS ' M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2X02665 - water works piping, valves and fittings.docx 0425-013-03 rings so as to provide a continuous seat between frame and cover. The cover shall include lettering "City of Lubbock, Texas - WATER." G. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover marked "Water". The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. Valve boxes shall be East Jordon Iron Works No. 8453, or approved equal. H. Fabricated Cast Iron Tapping Sleeves for use on 4" through 30" pipe. 1. General: The manufacturer of the tapping sleeves shall be experienced in their design and construction and shall have given successful service for a period of at least five (5) years. 2. Service: The tapping sleeves will be installed on the following types of pipe (1) cast iron (2) ductile iron (3) asbestos cement (4) C900 PVC, the operating pressure for all four types of water pipe is 150 psi. 3. Material: The tapping sleeves shall be cast iron, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. 4. Gaskets: The gaskets shall be duck tipped and shall be totally resistant to cold flow and creep. 2.7 AIR RELEASE AND AIR AND VACUUM VALVES A. General 1. Furnish labor, materials, equipment and incidentals necessary to install manual valves, vacuum breaker valves, air release valves and air and vacuum valves of the sizes and types indicated. Furnish the necessary isolating valves and piping. 2. Valves to be manufactured in accordance with AWWA C 512. B. Products 1. General a. Each air valve shall have a cast iron body, bronze, or stainless steel trim and stainless steel float. Float shall be baffled to prevent air from blowing valve closed until air is exhausted. b. Valve body, float, etc., shall be designed for a working pressure and shall seat at a minimum pressure shown in the valve schedule. The minimum operating pressure shown is under steady state conditions, and does not include minimum surge pressures. C. Air valves shall be manufactured by the Valve and Primer Corporation (APCO) or Val-Matic Manufacturing Corp. d. Top of valve assembly shall be fitted with a hood. Valve inlet shall be N.P.T. for 2" and smaller valves. Valve inlet shall be ANSI flange for 3" and larger valves. Flange rating shall equal or exceed the maximum working pressure. 2. Combination Air Valves (CAV) a. Combination air valves shall be heavy duty air and vacuum valves with a 2" air release valve. b. Combination air valves shall be designed to release accumulations of air at high points within a pipeline by exhausting large volumes of air as the pipeline is being filled and by releasing accumulated pockets of air while the pipeline is in operation and under pressure. Combination air valves shall also be designed to permit large volumes of air to enter the pipeline during pipeline drainage. C. Combination air valves shall be the custom combination duplex body type. Combination air valves shall be APCO Model 1800 with Air Release Valve Model 200, or Valmatic Model 100 with Air Release Valve Model 38. AUGUST 2014 02665 - Page 4 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fittings.doex i 0425-013-03 2.8 FIRE HYDRANTS I... _. A. Fire hydrants shall be standard AWWA C-502 hydrants, iron body, bronze mounted throughout t_ including drain seat ring, and shall be designed for a working pressure of 150 pounds per square inch. The fire hydrants shall be the traffic model type and shall have a 5-1/4" valve opening, two 2-1/2 inch hose nozzles and one 4-inch steamer nozzle, with 4 threads per inch and a crest to crest dimension of 4.995 inches. The hydrants shall be for 6-inch mains and shall have a M.J. Connection, and shall be for 4-1/2 foot bury unless otherwise shown on plans. The hydrants shall be Clow Medallion, American Darling model B-84-13, Dresser style 129-09 or Mueller Centurion. Operating nuts shall be 1-1/2 inch pentagons measured to a point. The hydrants shall be painted as directed by the City of Lubbock Fire Department. 2.9 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D1248. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2-inch duct tape. 2.10 CONCRETE A. Concrete shall be used for blocking the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast -In -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 - EXECUTION 3.1 PIPE INSTALLATION - WATER LINES A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. B. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. . B. Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. Confirm compliance with the Drawings and Specifications. . , AUGUST 2014 02665 - Page 5 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fittings.docx 0425-013-03 C. Wherever 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 shown or permitted, the degree of deflection at each joint shall not exceed 80% of the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. 1. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe, pipe coating, or lining. 2. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. 3. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. 4. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. 5. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. 6. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. 7. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping — 1. The last 8 inches outside of the spigot and inside of the bell of mechanical -joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. 2. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into AUGUST 2014 02665 - Page 6 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fittings.dou 0425-013-03 position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. 3. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints — 1. Flanged joints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. 2. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. All plugs and caps shall have horizontal thrust blocks. 3.10 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. General — 1. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. B. Valve Boxes — 1 . Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. All valve boxes under pavement shall be adjusted to finished pavement grades. C. Fire Hydrants — 1. Fire hydrants shall be located at the points shown on the Drawings. All fire hydrants shall be set plumb, to the grade established on the drawing, and with the steamer nozzle at right angles to the street. 2. The hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. 3. Blocking of gate valves on fire hydrant leads shall be with concrete as shown on the Drawings. 4. The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. 3.11 CONCRETE THRUST BLOCKING A. Anchorage of Bends, Tees and Plugs, Etc. — 1. Reaction or thrust blocking shall be applied to all pipe lines at all tees, crosses, plugs, caps, and bends. The blocking shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as shown on the Drawings. The blocking shall be so placed that the pipe and fitting joints will be accessible for repair. j B. Restrained Joints 1. At the Contractor's option, restrained joints may be installed on the pipe at fittings and ` valves in lieu of concrete thrust blocking. Pipe restraints shall be suitable for the pipe AUGUST 2014 02665 - Page 7 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2X02665 - water works piping, valves and fittings.docx 0425-013-03 j with which they are installed and shall have the ability to withstand a maximum pressure of no less than 150 psi. Pipe restraints shall be installed at all joints and fittings within the length specified on the Drawings. 3.12 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. B. Testing procedure shall be as follows: 1. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. 2. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. 3. Procedure — a. Each valved section of pipe shall be slowly filled with water at the specified test pressure and measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, and all necessary apparatus, except meters, shall be furnished by the Contractor. The Contractor shall furnish all labor for connecting the pump, meter, and gages. The water for filling the pipe and making the tests shall be obtained at the location designated by the Engineer. No charge will be made to the Contractor for water used for testing. b. As the line is being filled and before applying the test pressure, all air shall be expelled from the pipe by making taps at the highest point in the test segment, if necessary. After the test, the taps shall be tightly plugged. C. During the time the test pressure is on the pipe, the pipe shall be carefully checked at regular intervals for breaks or leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: 1. PVC Pipe The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: L=ND,[P 7,400 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi 2. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.13 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. The lines shall be I� AUGUST 2014 t 02665 - Page 8 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and 0ttings.docx f 0425-013-03 disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C651. B. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Engineer's Representative may witness the disinfection activities. C. After disinfection has been completed and the pipe is flushed, the Contractor shall sample the water in the pipe for bacteriological testing. Samples shall be taken after the pipeline disinfection treatment has been flushed. A minimum of two sets of samples taken 24 hours apart shall be tested and shall include on sample for every 1000 feet of water line plus sample sets at the end of each pipeline branch. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures necessary to achieve and acceptable result. Acceptable results shall be the bacteriological requirements for potable water as defined by the Texas Commission on Environmental Quality. 3.14 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified in Section 02326 — Pipe Jacking, Boring and Tunneling. Equipment used shall be of such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. B. The boring shall proceed from a pit provided for the boring equipment and workmen. Excavation and location of the pit shall be approved by the Engineer and the Railroad, City of Lubbock, or Texas Department of Transportation as appropriate. Boring without the concurrent installation of the casing pipe will not be permitted. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. Jetting will not be permitted. Annular space outside the casing pipe shall be filled with contact grout meeting the requirements of Section 02326 and Section 03360. All casing pipe joints shall be welded. Care shall be taken to keep the pipe sleeve on the proper line and grade. C. After the casing pipe has been jack and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. Four hardwood, or other suitable material, skids shall be banded with stainless steel bands to each joint of pipe. The hardwood skids shall be of sufficient dimensions to allow the bell of the pipe to clear the casing pipe by at least one-half inch. The length of the skid shall be equal to at least 2/3 of the exposed length of straight pipe after the joint is made. A minimum of three bands shall be used to secure the skids to the pipe. The skids shall be such that a minimum of 2 inches clearance is maintained between the top of the pipe and the top of the casing. The design of skids and banding techniques shall be submitted to the Engineer for approval prior to use. 3.15 PIPE IDENTIFIERS A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. 1. Trace wire shall be 14 gauge minimum solid copper with thermoplastic insulation recommended for direct bury. 2. Trace wire shall be secured to the pipe as required to insure that the wire remains directly on top of the pipe. 3. Trace wire shall be securely bonded together at all wire joints with wire connectors that are watertight and provide for electrical continuity. 4. 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. Marking Tape B. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. 1. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "CAUTION: BURIED WATER LINE." AUGUST 2014 02665 - Page 9 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2X02665 -water works piping, valves and fittings.docx 0425-013-03 2. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. 3. Depth of bury shall be 18 inches below top of trench. } 3.16 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION AUGUST 2014 02665 - Page 10 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\20131NWWRP_DESIGMDOCUMENT&SPECS\POTABLE WATER LINE PROJECT SPECS\division Z02665 - water works piping, valves and fittings.docx 1 ' City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 14-11984-TF Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. _,Z Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. �✓ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 7. _Z Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 8. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. ,✓ Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. Z Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Company Name) Paim Intentionally Left Blank 1 NOTICE TO OFFERORS ^ RFP 14-11984-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 2:00PM CST on September 18, 2014 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: Northwest Water Reclamation Plant — Potable Water Pipeline 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 A 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 2:OOPM CST on September 18, 2014, and the City of Lubbock City Council will consider the proposals on October 24, 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 accepted 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. 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 on September 9, 2014 at 10:00AM, in Committee Room 103, Lubbock city Hall, 1625 131h Street, Lubbock, TX. The estimated budget for the construction phase of this project is $1,100,000.00. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http:Hpr.thereproductioncompan�com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and 1.., specifications may be obtained at the proposer's expense. t, 1 Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem r wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each ` offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 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 .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT I Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to construct the Northwest Water Reclamation Plant — Potable Water Pipeline per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM CST, September 18, 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 14-11984-TF, NORTHWEST WATER RECLAMATION PLANT — POTABLE WATER PIPELINE" and the proposal opening date and time. Offerors must also include their company name 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 pre -proposal conference will be held at 10:00 AM CST, September 9, 2014 in Lubbock City Hall, Committee Room 103, 1625 131h Street, Lubbock, TX. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 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 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the 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.bidsync.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 Lubbock Purchasing and Contract Management Office no later than seven (7) 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 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 (7) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred V... 5.2 in the preparation and submission of a proposal. The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 2 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 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 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 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 Contract Management if anv laneuaee. reauirements. etc.. or anv 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 seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL 1 REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN SEVEN O CALENDAR DAYS PRIOR TO THE w PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Buyer City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TFlores@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ninety (90) CONSECUTIVE CALENDAR DAYS and final completed within one hundred twenty (120) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying 4 I-; with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever 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 schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to 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 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 J reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: r (a) 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 percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, 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 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 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 coverages 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. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall -• immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 26.4 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). 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES 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 29.1 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 considered. Bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 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: 29.3.1 Proposer's name 29.3.2 Proposal RFP 14-11984-TF, Northwest Water Reclamation Plant — Potable Water Pipeline 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. 29.5 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 30 31 price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. 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. QUALIFICATIONS OF OFFERORS 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 make reasonable investigations 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: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 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 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 Point value is equal to 100 points. The weight factor is 60% for Price, 20% for Contractor Qualifications, 5% for Safety Record, and 15% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 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 multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 20% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. 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. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. 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 not be considered. 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 10 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. 32.4 15% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $1,100,000.00 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. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " 11 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 in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 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 Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 12 it TEXAS GOVERNMENT CODE & 2267 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 fservices, 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. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM r Pau Intentionally Left Blank t - ` REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: _September I R- 2Q14 PROJECT NUMBER: RFP 14-11984-TF - Northwest Water Reclamation Plant — Potable Water Pipeline Proposal of Utility Contractors of America. Inc. _ _ (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 Northwest Water Reclamation Plant — Potable Water Pipeline having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. QUANTITY AMOUNT I Mobilization%Demobilization„ including move-in"move-out related LS 1 � / /�i 00 costs, complete, for the lump sum. CL'� 2 Provide and maintain a SWPPP -- Including preparation, NOI, NOT. LS 1 ao 5,7 0 J7 and all other work considered incidental to this item, for the lump sum. 3 Tree removal, as necessary for the successful execution of the work, for LS 1 �*'a2 3+0�'* the lumpsum. 4 Furnish and install 6" C-900 PVC water tine, including all labor, LF 60 r��� oa V'" — n om 1 � —, material and equipment, complete in lace, per linear foot. lY 5 Furnish and install 8" C-900 PVC water line, including all labor, LF 60 0 yD0 i1 material and equipment, complete in lace, per linear foot, 7 C.CJ 6 Furnish and install 12" C-900 PVC water line (0-6' cut), including all LF 2,770 pro �C, &Lj(� Labor, material and equipment, complete in lace, per linear foot. 1 7 Furnish and install 12" C-900 PVC water line (6'-8' cut), including all LF 295 `7Z5 , y labor, material and equipment, complete in lace, per linear foot. 8 Furnish and install 12" C-900 PVC water line (8'-10' cut), including all IT 336 �p ,� ��6�io� labor, material and equipment, complete in lace, per linear foot. + 9 Furnish and install I "" C-900 PVC water line (10'-12' cut), including LF 93 all labor, material and equipment, complete in place, per linear foot. 10 Furnish and install 12" C-900 PVC water line (IT-14' cut), including LF 97 ��) 0 ��e� all labor, material and equipment, complete in lace, per linear foot. i 1 Furnish and install 16" C-900 PVC water Tine (0-6.5' cut), including all LF 3,414 pp o0 labor. material and equipment, complete in place, per linear foot. 12 Furnish and install 16" C-900 PVC water line (6'-8' cut), including all LF 189 �'� �r labor, material and equipment, complete in place, per linear foot. 13 Furnish and install 16" C-900 PVC water line (8'-10' cut), including all LF 402 oO ^ 1 labor, material and equipment. complete in place, per linear foot. 0� '39r 14 Furnish and install 16' C-900 PVC water Tine (10'-12' cut), including LF 660 �p 5C6, all labor, material and equipment, ment, complete in lace, per linear foot. C� 15 Furnish and install 16" C-900 PVC water line 02'-14' cut), including all labor, material and equipment, complete in linear foot. LF 377 �ifiv place„ per DESCRIPTION UNiT ESTIMATED UNIT PRICE EXTENDED UANTITY AMOUNT 16 Furnish and install 10" C-900 PVC water line and 16" welded steel LF 134 Qp nn o0 casing pipe or tunnel liner plate IN BORE, including all labor, material'" and a ui ment, complete in place per linear Foot. 17 Furnish and install 12" C-900 PVC water line and 20" welded steel LF 448 , p o casing pipe or tunnel liner plate 1N BORE, including all labor, material 3lJ f D3'og0- and equipment, complete in place pet linear foot. 18 Furnish and install 12" C-900 PVC water line and 20" welded steel LF 556 �p casing pipe or tunnel liner plate IN BORE under U.S. Ilighwav 84 and 2Qa I1 j �t {�Afl BNSF railroad, including all labor, material and equipment, complete in lace per linear foot. 19 Furnish and install 16- C-900 PVC water line and 22" welded steel casing pipe or tunnel liner plate IN BORE, including all labor, material LF 462 0� a 5� �o 1 17 t and equipment, complete in place per linear foot. 20 Furnish and install 16" C-900 PVC water line 1N BORE with no casing including labor, in LF 75 pipe required, all material and equipment, complete lace per linear foot. 21 Furnish and install Trench excavation protection per OSHA LF 8,633 3O requirements, including all labor, material and equipment, complete in lace per linear foot. 22 Furnish and install 6" gate valve and valve box, including all labor, EA 12 material and equipment. complete in place per each. 23 Furnish and install 8" gate valve and valve box, including all labor, EA 4 ' 05 DD material and equipment, complete in place per each. c7 24 Furnish and install 10" gate valve and valve box, including all labor. EA 2 material and equipment, complete in place per each. 25 Furnish and install 12" gate valve and valve box, including all labor, EA 15 op material and equipment, complete in place per each. (9) 26 Furnish and install 16" butterfly valve and valve vault, including all EA 7 —71 ns labor, material and equipment, complete in lace per each. 27 Furnish and install 2" air=vacuum relief valve, valve vault and riser pipe, including all labor, material and equipment, complete in place per EA D 97i 5CD each. 28 Furnish and install 30"x 16" tapping sleeve and 16" tapping valve EA I 1 pa ag 10, including all labor, material and equipment, complete in place per each. 29 Furnish and install standard fire hvdrant, including all labor, material EA 12 y� and equipment, complete in lace per each. ��� t 30 Furnish and install all associated PVC pipe fittings shown on the plans, including all labor, material and equipment, complete in place per LB 11,010 pound not pair for separately (for contractor's information only) Total (Items 1 - 30) $ 141�41-0 fferor's Initials s.- 2 l .� REVISED PROPOSED CONCSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR .DAYS: / /0 Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within ( //ID ) Days Completed by Contractor rt dre d -Ten ) Written Days Completed by Contractor CONSECtiTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $500 for each consecutive calendar day in excess of the time set forth herein above for completion. and the sum of $250 for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of ninety (90) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract. obtain all required insurance policies, and execute at] necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials 3 REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Five Percent Dollars ($ 5% ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal, otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. I Date09/05114 Addenda No. __2____ Date09/11/14 Addenda No. Date Addenda No. Date B A Officer`rVame and Title: Ty Lane, President Please Print (Printed or Typed Name) Utility Contractors of America, Inc. Company 5805 CR 7700 Address Lubbock , Lubbock City, County TX 79363 State Zip Code Telephone: (g06) - R63-2642 Fax: 06) - 863-4132 Ernail:7- vFeiects@ucatexas.com FEDEL TAX ID or SOCIAL SECURITY No. 75-2214193 Business Telephone Number (806.) 863-2642 FAX: (806) 863-4132 E-mail Address: t_y@ucatexas.com FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for- bids over S50,000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. 4 F" 0f� � ���Mutual. r• SURETY • : • • Document A310TM - 2010 Conforms with The American Institute of Architects AIA Document 310 CONTRACTOR: SURETY: (.Name, legal status and address) (.Name, legal status and principal p/ace ojbusiness) UTILITY CONTRACTORS OF AMERICA, Liberty Mutual Insurance Company INC. 175 Berkeley Street Boston, MA 02116 OWNER: ('Name, 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) NORTHWEST WATER RECLAMATION PLANT - POTABLE WATER PIPELINE 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 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 terns 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 18TH day of SEPTEMBER 2014 ,//� )WI 1, - (ik'itness) r (Tf,71114j, MARLA HHL INsuR P40pP0q,��Oy�� �r a 1912 Yd��8a�cnug``�'D3 9j7 * 1`� LMS•1 D054 0810 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney 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. 6W661 American Fire and Casuafty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: Thai Amend Fire & Casually 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 wrporation dulyorganized under the laws of the Stale of Massachusetts; and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein COW. Wly called the "Companies), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Howard Cowan~ Maria Hill all of the city of Lubbock state of -TX each individually if there be more than one Denied, its true and lawful attomey-in-fact to make, execute, seal, acknowledge, and deliver, for and on its behalf as surety and as its act and dead; any and all undertakings. bonds, recggnlzances and_other surety obligations in pursuance of these presents and shall be as binding upon the.Coirpanies as if they have been duly signed bythe president and attested by the secretary of the Companies in their own proper persons:" . l IN WITNESS WHEREOF, this Power of Attorney has been subscribed: by art authorized officer or official of Companies and the corporate seats of the Companies have been affixed " 'thereto this 22nd day of November 20114 American Fire and Casualty CompanyI The Ohio Casualty lnsurartce Company H Liberty Mutual Insurance Company m West merican Insurance Company STATE OF PENNSYLVANIA ss David M. Carey; Assistsftt secretary C _ tint COUNTY OF MONTGOMERY Y �g_F"*' �i On this 22nd day, of November 2013 before me personally appeared David - M. Carey, who acknowl ed himself to be the Assisll3nt .Secretary. of American Fire v 0� and Casually Company Liberty Mutual Insurance Company, The Ohio Casualty Company, and WestAmeticap Insurance Conyiany, and that he, as suoh;-beinguth aorized so to da, y% execute the foregoing y signing corporationsy N authorized offick IN WITNESS WHEREOF, have hereunto suuobscri therein my naiai , d. affixed my notarial seal at Plymouth Meeting Pennsylvania on the day and yeear, firsstt�above written. LO By: Teresa Pastel a , Notary Public m =; IL This Power ofAtlomey is made and executedptirsuanf ro`zrdhyau�thordy of the following By -tears and Authonzatiorrs American Fire arrdCasuaHy Company; The Ohio Casualty Insurance rat p� Company. Liberty Mutual Insurance Company, attd,1 AYite loan In ranee CompaoY which resokAiOns are now.in full:foriee and eHecl reading as follower c C31 Way y_ 4i ARTICLE IV —OFFICERS— Section 12. Power ofAttonrey. Any oifreerorotherofficialofthe Corporation .authorized forthatpurposeinxrr0 bytheChaimianorlhepresident,andabject O"-al to such limitation as the Chaimian or the President may prescribe, shall appoint such ettomeys-in-fact, as may necessary to act: in behalf of the Corporation tomake, execute, seat : acknowledge and defacer as surety any and all undertakings; bonds, nercognizenees and other surety obligations Such atlorhoWn-fact, sulyect to.the irrlhabohSset forth in their respective powers of attorney, shalt have full power to bind the Corporation by their signature and execution of any such instiuments and to attach thereto the seal of :the Corporation. When so �= executed, such instruments shall be as bindingas if signed b the President and'attested to b the Secrete An r or authority ranted to an representative or attorney -in -fact under > o j �g Y y Secretary. y P� My 9 y" 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 autltority. _ Wit: �,. e ARTICLE All — Execution of Contracts— SECTION 5. Surety Bonds arid Undertakings. Any officer of the Company authorized for that purpose in writing by the chNnnan or the president, E oQi and subject to such limitations as the chairman or the president may prescribe, shall appoint such anomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, M seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such atyomeys-ia-fact subject to Ilia irMations set forth in their ; respective powers of attorney, shall have full powerto bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 0 0 executed such instruments shall be as binding as if signed by the president and attested by the secretary,C �" Certificate of Designation —The President of the Company, , acting ys g mp y ng pursuark to the Bylaws of the Company auU,anzes Dakiid M. Caney, Assistant-SeCretar 10 appont such attome fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver iWsurety any aw all undertakings, -toads r@gpgnlzanr es d other surety obligations. Authorization - By unanimous consent of the Company's -Board of Directors, the Company consents that facsimile or mechanically reproduced stgn*M of any assistant secretary of the Company, wherever appearing upon a certified copy of any=power of attorney issued by the Company in connection WM surety bonds. shag be valid and binding upon the Company wilt► the same force and effect as though manually affixed. i 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 Power of Attorney executed by said i 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 18TH day of SEPTEMBER 2014 l 3 { i11 'i Gregory W. Davenport, Assistant Secretary 199 of 200 LMs_12973_122013 - CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation infnation must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized "for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (I) 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: 5 I I Page Intentionally Left Blank Contractor's General Information nization Doing Business As 'Business Address of Principle Office Contractors of Amerk 5805 CR 7700 Lubbock, Texas 79424 Inc. Telephone Numbers Main Number 806-863-2642 Fax Number 806-863-4132 Web Site Address www.ucatexas.com Form of Business (Check One) d X A Coraoration I 1A Partn hie I I An Individual Date of incorporation November 1,1987 State of rotor ration Texas Chief Executive Officer's Name Britt Lane President's Name Tv Lane Chris Balios Trov Lane President's Name(s) Secretary's Name Wanda Garrett Treasurer's Name Martv Hamm Date of Or ,anization State Whether partnership is general or limited (Name {Business Address rage Number of Current Full e Employees w Average Estimate of Revenue for the current Year Contractor's Organizational Experience loreanization Doine Business As (Business Address of Regional Office Contractors of Amer 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 Inc. 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 OrKanization I From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization I Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 1 27 JAs 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. i� r] Contractor's Proposed Key Personnel Organization Doing Business As I Utility Contractors of America, Inc. 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 TV 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. 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. Proposed Project Manager Name Keith Smith 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 gLmJh@mai! cLlubbock tx.us E-mail r. kee!, s t Wmad ci.3ubbock.ta.us Project All City of Lubbock Projects Project South Lubbock Drainage Candidate role on Candidate role on Name of Individual Years of Experience as Project Manager Years of Experience with this Organization Number of similar pro`ects as Project Manager Number of similar projects in other positions Current Proiect Assienments IName of Name I IName Title/Position I ITitle/Position E-mail E-mail Project Project Candidate role on Candidate role on Project Project Date Proposed Project Superintendent IName of Date Name Keith Smith Name Wood Franklin Title/Position Public Works Director Title/Position Engineer O anization City of Lubbock Organization City of Lubbock Tele hone 806-775-2341 Telephone 806-775-2343 E-mail KSmith mgil, i.tgsb k.tx.us E-mail wfranklin lubbock.us Pro ect All City of Lubbock Projects Pro ect Marsha sharp Freeway Candidate role on Candidate role on Name of Individual Troy Lane Years of Experience as Superintendent Years of Experience with this Organization 21 Number of similar projects as SuE2rintendent Number of similar projects in other positions of Name Title/Position Ili Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on I Candidate role on Proposed Project Safety Officer 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 K 5rniIh,IjW)rna0.ciIkb ock tx �4s IO_ _ E-mail wfranklinPmylubbock.us Project All City of Lubbock Projects Project Marsha sharp Freeway Candidate role on Candidate role on Project Project Supervisor Name of Individual Marty Hamm Years of Experience as Safe !y Officer Years of Experience with this Organization 24 Officer Number of similar projects as Safety Offic L:I I Number of similar oroiects in other oositions It of Completion Date I Name Nam Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Candidate role on Proposed Project Quality Control Manager Organization Doing 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 Ass nments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 34th Street Waterline Replacement 4 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 $06-77S-2341 Telephone 806.775-2343 E-mail qm" h iL i.lubbock.tx.us E-mail wfr nklin m l k.0 Pro ect Ail City of Lubbock Projects Project 34th Street Waterline Candidate role on Project Name of Individual Candidate role on Project Quality Control Manager Years of Experience as Quality Control Manager Years of Experience with this fl anization 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 ism Name Title/Position Title/Position O anization Organization Tele hone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 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 Provide a completed project information form for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. 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 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal 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 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 What worOwWill e organization complete using its own resources? Trenching/Backfilling, Pipe and Manhole Installation What work does the organization propose to subcontract on this project? Boreing, Traffic Control, SW3P, Surveying �J Contractor's Subcontractors and Vendors Organization Doing Business As Utility Contractors of America, Inc. 61* 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 Guardian Utility Construction Boring No DH Underground Boring No 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 lilts 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 Western Industrial Pipe & Fittings x Attachment A Current Major Projects Project Owner City of Lubbock Project Name Northwest Lubbock Drainage Improvements General Description of Project: Storm Sewer Infrastructure (10 x 10 Boxes) Project Cost $35,979,888.70 1 Estimated Completion Date October 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 Engineer (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Paul McMillian Engineer (806) 473-2200 PMcmillen@team-psc.com Project Owner City of Lubbock Project Name Traffic Engineering Trenching and Boring Services General Description of Project: Project Cost $12,161,566.00 JEstimated Completion Date May 2015 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 Rudy Garza (806) 775-2174 RBGarza@mail.ci.lubbock.tx.us Designer Construction Manager Project Owner City of Lubbock Project Name South Lubbock Sanitary Sewer Extension - Phase 1 General Description of Project: Project Cost $20,293,159.95 JEstimated Completion Date February 2015 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 Zoltan Fekete (806) 775-3317 ZFekete@mail.ci.lubbock.tx.us Designer Construction Manager Aaron Rader Engineer (817) 335-6511 aaron.rader@kimlev-horn.com m e a t i .a I J ... w.. ..i I .. dung , ..d & Mh9m 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 Project 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 Comey Engineer (806) 771-7283 Project Owner City of Lubbock, Texas 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 1 Date 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 Wood Franklin Engineer (806) 775-2343 wfranklin@mylubbock.us Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector (806) 473-2200 4 i Project Owner City of Lubbock, Texas Project 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 Date 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@mylubbock.us Designer Paul Mcmillan Engineer (806) 473-2200 pmcmillan@team-psc.com Construction Manager Don McClenan Inspector (806) 473-2200 dmcclenan@team-psc.com Project Owner City of Lubbock, Texas Project Name 98th Street Roadway & Drainage Improvements General Description of Project: Project Cost $3,885,233.58 Date 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 (906) 775-2343 wfranklin@mylubbock.us Designer Gary Dawson Engineer (806) 775-2343 tdawson@mvlubbock.us Construction Manager Rod Pederson Inspector (806) 928-6561 Project Owner Lubbock Economic Development Alliance Project Name Lubbock Business Park - Phase 1A and 2A General Description of Project: 881 LF 6" Waterline; 136' 8" Waterline; 3575 LF of 10" Waterline; 10162 LF 12" Waterline and 5698 LF of 12"Sewerline Project Cost $5,808,790.17 JDate 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 a Project Owner City of Lubbock, Texas Project 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 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 pmcmilian@team-psc.com Construction Manager Don MacCleanan Inspector (806) 781-8480 dmcclenan@team-psc.com Project Owner City of Lubbock, Texas I 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 $1,985,321.00 1 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 lb General Description of Project: 2410' - 10", 3280' - 12", 2315'-20" Waterline and 4156' - 12" Sewerline 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 rhumphriesgDallenbutler.net Project Owner City of Lubbock, Texas I Project 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 1 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 John Marler Engineer (806) 775-2343 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@postKarza.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 Date 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.adams@ojdengineering.com A pp p g �•°^�bs� ' Wt+•^>"�� �w �m tss+uvyv. LV.n.,.m � � Project Owner Lubbock Cooper ISD Project 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@mail.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@mylubbock.us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@allenbutier.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 1 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 Manager James Tompkins (432) 523-2181 JamesT@wtcengineering.com 1 Project Owner City of Lubbock, Texas Project 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 1 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 Project Owner City of Plainview, Texas Project Name Plainview Water Reconstruction General Description of Project: Installation of 12", 10", 8", 6", 4" water lines Project Cost $1,550,258.75 I 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 mailliland@ci.plainview.tx.us Designer Construction Manager Brandon Autry Engineer (806) 771-5976 bautry@amdeng.com Project Owner City of Levelland Project Name Lee St. Water System improvements General Description of Project: Installation of 14" HDPE 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 Inail@team-psc.com 7-9 Project Owner City of Lubbock Project Name Lubbock Downtown Redevelopment General Description of Project: Project Cost $2,058,474.04 Date 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@mylubbock.us Designer Construction Manager Joseph Van Deventer Engineer (806) 795-6827 JVanDeventer@SGSEng.com 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 amed individuals as a reference) Name Title/Position Telephone Email Owner Erik Rejino (806) 894-0113 ereiino@ievellandtexas.ore 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 JDate 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@allenbutier.com Project Owner City of Lubbock Project Name 98th St Paving Improvements (Albany to Huron) General Description of Project: Water & Sanitary Sewer infastructure Project Cost $1,077,089.54 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 Wood Franklin Engineer (806) 775-2343 wfranklin@mylubbock.us Designer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@allenbutier.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 ierryp@iacksondean.com 1617-74 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 $2,827,952.27 1 Date Project Completed January 2014 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 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@allenbutler.com Project Owner City of Lubbock JProject Name Slide Road Water Line Extension General Description of Project: Extend Water Line on Slide Rd from 98th St to FM 1585 Project Cost $701,510.00 Date Project Completed 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 Engineer (806) 775-2393 Mkeenum@maii.ci.lubbock.tx.us Designer Construction Manager Paul McMillian Engineer (806) 473-2200 PMcmillen@team-psc.com � � � � � � r ilii iiiiwiiil � M M M M Project Information Sheet Current JProject Owner I City of Lubbock Project Name Northwest Lubbock Drainage Improvements General Description of Project Storm Sewer Infastructure (10 x 10 Boxes) MMIEM Budget History Schedule Performance Amount % of gid Amount Date Days Bid $ 30,899,370.70 Notice to Proceed 4123/2012 Change Onim Contract Substantial Completion Date at Notice to Proceed 4/3/2014 710 Owner Enhancements S 5,080318.00 16.44% Contract Final Completion Date at Notice to Proceed 5/18/2014 755 Unforeseen Conditions Change Order Authorized Substantial Completion Date 10114/2014 Design issues Change Order Authorized Final Completion Date Total S 5,080,518.00 16,44% Actual / Estimated Substantial Completion Date 4/3/2014 Final Cost $ 3S,979,898.70 Actual / Estimated final Completion Date Project Manager ect Sup Safety Officer 1 10/14/2014 Quality Manger Name TV Lane Chris Balios Chris Balicis Chris Bahos Percentage of Time Devoted to the Project Proposed for this Project i' individual Did individual Complete the Project? not, who if not, who started or completed the project in their place. Reason for Reason for Change Name Organization Telephone Email Owner Mike Keenum Engineer 77 City of Lubbock, Texas (8016) 775-2393 77 Designer Construction Manager Paul McMillen Engineer Parkhifl, Smith & Cooper ) 0 . (806) 473-2200 Surety u er or issues resolved 0 Howard Cowan 31 Amount involveo in v1101alaffICUnTinvolveo issues Attorney I $0,00,Number Liberty Mutual of Issues Pending (906) 722-2663 . [ in Resolved $ozq 17 L gaium Wmm 77W'W= 7 now 7 L miiw Now 11110 amia Project Information Sheet Current Project owner I City of Lubbock project Name Traffic Engineering Trenching & Boring Services General Description of Project MEN= Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 12,161,566,00 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%lActual Estimated Substantial Completion Date Final Cost S 12,161,566.00 JActual Estimated Final Completion Date Project Manager Project Sup Safety Officer 5/31/20141 Quality Manager Name TV Lane Marty Hamm Chris Bahos Chris Ratios Percei age 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 Name NIEMEN= TitWposition Organization Telephone Email Owner Rudy Garza City of Lubi Texas )7 (806) 775-2174 Designer Construction Manager I Surety Number of issues resolved 01 Howard Cowan uFinv issues Attorney Liberty Mutual SD>00 Number of issues Pending (806) 722-2663 i nvowea I , 0lin Resolved issues $0 nrill roars rSWAM imii ® lilli l� I ! ! � Project Information Sheet Current Project owner I City of Lubbock [project Name South Lubbock Sanitary Sewer Extension - Phase 1 General Description of Project INEEMi I Jag 1; 1 1 i;i low: ing: 'SEEN= Budget History Schedule Performance Amount Amount Date Days Bid $ 20,293,159.95 Notice to Proceed 5/19/2014 Change Orden Contract Substantial Completion Date at Notice to Proceed 3115/2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 5/14/2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design issues Change Order Authorized Final Completion Date Total 5 0.00%lActual / Estimated Substantial Completion Date Final Cost 5 20,293,159.95 I gippi! i 1!" g! a JActual / Estimated Final Completion Date Project Manager Project Sup safety 70fficer Quality Manager Name Ty Lane Marty Hamm 477 Banos Chris Bahos 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 Name le/position Organization Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3317 ZfghgLqP_mad &iJubbqck.tx.us Designer Construction Manager Aaron Rader Engineer Kimley Horn Associates 1 (817) 335.6511 ISurety OT ISSUeS resolved 0 Howard Cowan otal Ainount Invono issues Attorney 50.00 Liberty Mutual Number of issues Pending (806) 722-2663 1 lotal amou .nt involveo in Rernitipri issues 50.00 =' = = = = = = = = = = = = = = = = = 1= �MI ors liaises ` a 1 ifs id `� -� I(�I�ilYa J Project Information Sheet Completed Project Owner I City of Lubbock, Texas JProject Name Annexation Sanitary Sewer Improvements General Description of Project The Project Consisted of 29,978 LF of 36" and 48" Sanitary Sewer Pipe. q Budget History Schedule Performance Amount Amount Date Days Bid $ 4,717,409.00 Notice to Proceed 515/2002 720 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Girder Authorized Substantial Completion Date Design Issues Change Orclier Authorized Final Completion Date Total $ 0, Actual / Estimated Substantial Completion Date Final Cost 5 4J17,409Z0 lActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 4/1/2004. 696 Quality Manager Name Troy Lane Leo Garcia Taylor Condit Chris gala Percentage of Time Devoted to the Project 100% 100% 40 50 + Proposed forthis Project Troy Lane Leo Garcia Taylor Condit Chris Balios Did Individual Complete the Pro` d Yes Yes yes Yes If not, who started or completed the project i;;4ii Reason for Change Name sltlon Organization Telephone Email Owner Wood Frankiin Engineer City of Lubbock () 775.2343 vsrfranklin nrr l k,u Designer Construction Manager I David Ockerman Ins or City of Lubbock 1806) 548-4152 Surety u 9 tt resolved 0 Howard Cowan R v issues Attorney SafeCo $0.00 umber of issues Pending ;425) 376-6535 invcilveo 0 in Resolved issues $0,00 sr� asses s a� ®!m! ®IYa 1111110181 I 1 i111MIl Project Information Sheet Completed Project Owner I City Of Lubbock, Texas JProject Name Marsha Sharp Freeway General Description of Project 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' Budget History Schedule Performance Amount of Bid Amount Date bays Bid 3,451,540.15 Notice to Proceed 7/5/25 840 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements 5 316,404.17 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 5 316„404,17 9,1 Actual / Estimated Substantial Completion Date Final Cost S 3,767,94432 ! P Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 10/1/2007 806 Quality Manager Name Ty Lane Marty Hamm Taylor Condit Chris B,alios Percentage of Time Devoted to the Project 1 50% Proposed for this Project Ty Lane Marty Hama 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 R.. a r: y. - t e e Name ♦ s Title/position Organization Telephone Email Owner Brian Wilson Engineer TxDot (806) 748-4496 Designer Engineer PBQ&D inc. Construction Manager David Ockerman Inspector City of Lubbock (806) 548-4152 Surety u resolved 4 Howard Cowan lotal U issues Attorney S316, ,00 Si Number of issuesPending (425) 376-6535 v 0 in Resolved issues $316,40400 r---- r--.,, r-- • —�, C` W�m ..i. .w�. .air a.nu C ` ! ' .....vim Project Information Sheet Completed Project Owner I City of Lubbock, Texas Project Name Railport Industrial improvements General Description of Project The Project consisted of 1680 LF of 8" Waterline; 7825 LF of 16" Waterline; 4123 LF 6" Sewerline; and 2010 LF of 10" Sewerline. Budget History Schedule Performance Amount Amount Date Days Bid 5 1,214,548,00 Notice to Proceed 8I1/t2007 240 Change Orders Contract Substantial Completion Date at Notice to Proceed 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 41,435,00 3,41 Actual / Estimated Substantial Completion Date Final Cost 5 1,255,983.00 JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 3/7/2 217 Quality Manager Name TY Lane Cody Hamm T Condit/Cody Hamm Chris Balios Percentage of Time Devoted to the Project 4 1 1 40% Proposed for this Project TV Lane Cody 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 Name Title/position Organization Telephone Email Owner Wood Frankhri Engineer City of Lubbock (806) 775-2343 varfr nklin rn lu k, Designer Brian Stephens Engineer Parkhill,Srraith &Cooper ( )473-2199 h n Construction Manager Mark Carpenter Inspector Parkhill,Srnith & Cooper (806)473-2200 mcar rat r east}- c.c m Surety u a ulotal resolved 6 Howard Cowan Amount invwalveo in issues Attorney $41,435,00 Safeco Number of issues Pending (425) 376-6535 0 in Resolved issues 541,435,00 riare� saa a111111M 111111111101111 ®di I 1 Project Information Sheet Completed Project Owner I City of Lubbock, Texas Project Name South Central Lubbock Drainage Project General Description of Project This Project Consisted of 29,990 LF of 24" to 72" Cast in Place Storm Sewer Ranging in Depths up to 50 feet. Budget History Schedule Performance Amount l Amount Date Days Bid $ 5,811,646.00 Notice to Proceed 2/25/2007 590 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 Omer Authorized Final Completion Date Total $ 0, Actual / Estimated Substantial Completion Date Final Cost S 5,811.646,00 ro ro JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 9/30/20081 575 Quality Manager Name Ty Lane/Troy Lane Leo Garcia Taylor Condit Chris Balios Percentage of Time Devoted to the Project 1 6W6 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. Reasonfor Change Name Title/position Organization Telephone Email Owner Mike Keenum Engineer City of Lubbock (806) 775-2393 mkeenumpmail.d.lubbock.tx.us Designer Paul Mcmillan Engineer Parkhill,Smith&Cooper (806) 775.2393 gmgmillanftam- m Construction Manager I Don McClenan Inspector Parkhill„Smith&Cooper 1 (806) 773.2200 1 dmcclenan eam- Surety Howard Cowan Or issues 1 resolved I 0 issues, Attorney Safeco $0.00 Number of Issues Pending (425) 376-6535 0 in Resolved issues $0,00 • C-�1M o� wdi� .ems a - � �edl ice, 0 Project Information Sheet Completed Project Owner City of Lubbock, Texas Project Name 98th Street Roadway & Drainage Improvements General Description of Project 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'. Budget History Schedule Performance Amount Amount Date Clays Bid 5 3,790,134,00 Notice to Proceed 4/25/2006 Change Orders Contract Substantial Completion Date at Notice to Proceed 490 Owner Enhancements 5 95,0W58 2.51 Contract Final Completion Date at Notice to Proceed 250 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 5 95, 39 2,51% Actual / Estimated Substantial Completion Date 51512008 730 Final Cost 5 3,885,2.33.58 JActual / Estimated Final Completiori Date Pro' Manager Pro Sup Safety Officer 10/1/2009. Quality Manager Name Ty Lane y Haman Cody Hamm Chris li Percentage of Time Devoted to the Project 1 1 5 Proposed for this Project Ty Lane Cody Hamm Cody Hamm Chris Babas Did individual Complete the Project? Yes yes yes yes If not, who started or completed the project in their place. Reason for Change Name Will Title/position Organization Telephone Email Owner Wood Frankiin Engineer City of Lubbock i j 775-2343 ,�rfr nki n r b k. Designer Gary Dawson Engineer City of Lubbock j j 775.2343 d n rn t k.tts Construction Manager Ron Pederson Inspector Parkhill,Smith&Cooper { ) 928-6561 Surety d# or issues I resolved 4 Howard Cowan n c a « b v issues Attorney a e� 595,09.58 Safeca &a a Num (425) 376-6535 a $108,421.501 �� a� rile �■ �� ll� I® Jow ® IlA l Project Information Sheet Comeleted Project Owner I Lubbock Economic Development Alliance 1project Name I Lubbock Business Park - Phase 1A and 2A General Description of Project 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. Budget History Schedule Performance Amount Amount Date Days Bid 5 4,944,662.00 Notice to Proceed 9/1/2007 700 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements S 964.128,17 19, Contract Final Completion Date at Notice to Proceed 2/3/2009 120 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 964,128.17 19,9 Actual / Estimated Substantial Completion Date Final Cost 5 5,W8,790.17 JActual / Estimated Final Completion Date Project Mana er Project Sup Safety Officer 1/g/2009, 818 Quality Manager Name Ty Lane Lorenzo Vasquez Taylor Condit Chris "ios Percentage of Time Devoted to the Project 3 1 30 30 Proposed for this Project Ty Lane Lorenzo Vasquez Taylor Condit Chris Bahos Did individual Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner LEDA (906) 749-4WO Designer Mark Haberer Engineer Parkhilt,Smith&Cooper (806) 473-2200 ntih r r t arro- com Construction Manager Mark Carpenter Inspector City of Lubbock (806) 777-0160 Surety 5 b k rtumuer or Issu resolved 5 Howard Cowan Attorney Safeco i Ill Amount involvea in Ke5Q1V issues $964,128.17 Number of issues Pending )425) 376-6535 TMall amount Olin Resolved Issues $964,128.17 anuses i> r ■ii� �■ t• `_ i■� ` o ■ ` tlge s N;W Sam Project Information Sheet Completed Project Owner I City of Lubbmk, Texas JProject Name South Lubbock Drainage Project General Description of Project 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 Storm 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. Budget History Schedule Performance Amount 5 %of Bid Amount Date Days Bid 5 25,699,455.50 Notice to Proceed 10/27/2005 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements S 5,004,603,OD 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 5 5,004,603,00 1%4 Actual / Estimated Substantial Completion Date 5/1/20091 1262 Final Cost $ 30,704,058.50 a lActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 6/1/20091 1292 Qualit7Ma%n1ager7 Name Ty Lane Chris Balios Taylor Condit Percentage of Time Devoted to the Project 60 40% Proposed for this Project Ty Lane Chris Baiios Taylor Condit Marty Hamm Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name a le/position Organization Telephone Email Owner Mike Keenum En in r City of Lubbock., Texas ( ) 775-2393 M a Designer Paul McMillen Engineer Parkhill,Smith & Cooper (806j 473-2200 mGtttlll n rri ro Construction Manager Don McClenan #nspector Parkhill,Smith ✓f4 Cooper` (806) 473-2200 dm 1 n n eam- c ro Surety uot issues resolved 3 Howard Cowan r issues Attorney 55,004,603.00 Safeco Number of issues Pending (42S) 37 535 u 0 in Resolved issues veo 1 $500,463.00 .arw. ��■ r or®nr Imp iimiiiiiii Amu ® i® i® 111=111 11101111111 11IM11 � Project Information Sheet Completed Project Owner I City of Lubbock, Texas 1project Name 1 16 Inch Supply Line to Pump Station 15 General Description of Project This project Consisted of 23,380 LF of 16" Waterline running through Lubbock Airport to Pump Station No. 15. ., i IN Budget History Schedule Performance Amount of Br Amount Date Days Bid S 985,321a00 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 Change Order Authorized Final Completion Date Total $ - 0.00 Actual / Estimated Substantial Completion Date 12/2412 . 178 Final Cost $ 985,321.00 JActual / Estimated Final Completion Date Project Manager Project Sup Safety officer 1/15J2010 224 Quality Manager Name Ty Lane Cody Hamm Taylor Condit Chris Balios Percentage of Time Devoted to the Project 1 30'4 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 Name Resignation Title/position Organization Telephone Email Owner Darleen s Buyer City of Lubbock $ ) 775.2168 I m Designer Brian Stephens Engineer Parkhili,Smith&Cooper j806) 473.2200 ro- C rra Construction Manager Mark Carpenter Inspector City of Lubbock j806) 777-01.60 Surety ulotalAmountin resolved 0 Howard Cowan rveoinKesoiveoU issues Attorney Safeco $0.00 Number of issues Pending (425) 376-6535 involveo Olin Resolved issues 50.E L L rfiellas Viiiiiiiiii - will aim ` ill sir iiiiiiiia --maila phrase _ 1 Project Information Sheet Completed Project Owner Lubbock Economic Development Alliance Project Name Lubbock Business Park - Phase 18 General Description of Project Installation of 2410' - 10", 3280' -12", 2315'-20" Waterline and 4156' - 12" Sewerline Budget History Schedule Performance Amount o i Amount Date Days Bid $ 979,059.20 Notice to Proceed 6?1 12 Change Orders Contract Substantial Completion Bate at Notice to Proceed Owner Enhancements $ 25,49128 2, Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Compietion Date Total $ 25,491.28 2. Actual / Estimated Substantial Completion Date Final Cost 5 1,004.550A8 JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 1 3J1/2010 Quality Manager Name Ty Lane Lorenzo Vasquez Chad Pabody Chris Salios Percentage of Time devoted to the Project i 1 1 1001yo Proposed for this Project Yes Yes Yes Yes Did individual Complete the Project? If not, who started or Completed the project in their place. Reason for Change Name Titie/position Organization Telephone Email Owner Designer Brian Stephens Engineer Parkhill,Smith&Cooper () 473-2200 bs h ns m- sc.com Construction Manager Jason Hetler Alien Butler Construction (806) 745-7498 iganeglienti. l r.n t Surety resolved 4 Cloward Cowan Owl Ainolum linvii issues Attorney liberty Mutual $25,491.28 Number of issues Pending { ) 722-2663 o v in Resolved issues ■,� a.�a rsuaia �® my �� iii iilf ® Project Information Sheet Completed Project Owner I City of Lubbock, Texas 1project Name 34th Street Waterline Replacement Project General Description of Project 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. Budget History Schedule Performance Amount of Bid Amount Date Days Bid 5 4,977,034.30 Notice to Proceed 9/25/2008 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements 5 251,075,17 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 5 251,075.17 5.04 Actual / Estimated Substantial Completion Date Final Cost 5 5,228,109.47 JActual / Estimated Final Completion Date Project Sup Safety Officer 5/2/2010 Quality Manager Name 7Ty Leo Garcia Taylor Condit Chris Banes Percentage of Time Devoted to the Project 100` 40% 40 %Pro for this Project Leo Garcia Taylor Condit Chris Balicis Did individual Complete the Project? yes 'Yes No Yes If not, who started or completed the project in their place. Chad Pabody Reason for Change Name Resignation Title/positron Organization Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas ( ) 775-3377 zfeicet m iubb ck. Designer John Marler Engineer HDR (512) 91.2-5188 hn.mari r h rinc, rn Surety Howard Cowan Attorney Liberty Mutual (8001722m26W j1111 140moer i lu resolved 4 Mal moon involved r v issues $251,075.17 Number of issues Pending r v 0 in Resolved issues $251,075,17 �7= "� �Mo now anim omm �M" immil' 600- rum man Project Information Sheet Completed Project Owner I City of Post, Texas JProject Name Post/Cedar Hills Water System Improvements General Description of Project Installation of 27,000 LF of 6" HDPE Waterline by boring. q Budget History Schedule Performance Amount Amount Date Days Bid $ $75,309,90 Notice to Proceed 2/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements 5 167,077,80 19.09% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date I Total $ 167,077,80 19,09%lActual / Estimated Substantial Completion Date Final Cost $ 1,042,387.70 JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 3/15/2011. OEM Quality Manager Name Chad Pabody Cody Hamm Chad Pabody Ty Lane Percentage of Time Devoted to the Project 25% 100%11 25% 25% Proposed for this Project Chad Pabody Cody Hamm Chad Pabody Ty Lane Did individual Complete the Project? Yes No Yes Yes if not, who started or completed the project in their place. TroyLarne Reason for Change Name Resignation 'n 11lill 111 alm lisiligg i V A 11 1111min iiiii 1 Title/position Organization Telephone Email Owner Arbie TaVior City Mgr. City of Post, Tx (806) 495-2811 ata for osAarLa,net Designer Dwight Brandt Engineer Brandt Engineers (806) 681-8631 QL8rpndt0brandtenjdnftrsxoM Construction Manager Oscar Ostis RPR Brandt Engineers 1 (806) 681-8631 Oostis@brandtengineers.iom Surety resolved S Howard "Cowan qoi I Aimount, involvec in Resolvet; Issues "Attorney Liberty Mutual $16 $167,077.80 Number of issues Pending (806) 722-2663 poral amount Invowet: 0lin Resolved issues $167,077.80 Wroror MEN= iiiiiinii Project Information Sheet Completed [project owner I City of wolfforth [project Name Wolfforth Sewer Expansion General Description of Project is im 1111mmigiii i imil i 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 Change Order Authorized final Completion Date Total 5 15250.00 1.39%lActual / Estimated Substantial Completion Date Final Cost 5 1,115,465,00 JActual / Estimated Final Completion Date 4/29/2011 Project Manager P2iect Sup Safety Officer Quality Manager Name TV Lane Leo Garcia Chris 88405 Chris Balios Percentage of Time Devoted to the Project Proposed for this Project TV Lane Leo Garcia Chris Balios 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 Name Title/position Organization Telephone Email Owner Doug Hutchison Inspector (806) 885-4120 Designer Construction Manager Michael Adams OID Engineering 1 (806) 791-2300 michael.adarns oldengineering.corn Surety Howard q IBMNINAE! RI M;I gUimRil gTimimpliall Cowan iovei issues Attorney Liberty Mutual $15,250-00 Number of issues Pending 3 (806) 722-26611 invove o in Resolved issues L F-7 _7 OEM 01;;�e lrom M, mmm � ohm Project Information Sheet Completed Project Owner Lubbock Cooper ISO Project Name Cooper Middle School General Description of Project 3575 LF 8" Waterline; 2930 LF 10" Sewerline "et History Schedule Performance — Amount R-OTWtT— Amount Date Days Bid S 498,248,00 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 Cho Order Authorized Substantial Completion Date Design Issues 5 13,942= 2.94% Change Order Authorized Final Completion Date Total 13,942,00 2.94%lActual Estimated Substantial Completion Date Final Cost 502,090.00 i mall! gilgili,gli! il; g JActual Estimated Final Completion Date Project Manager Project Sup safety Officer 1 7/27/20111 1 Quality Manager Name TV Lane Lorenzo Vasquez Chris Ballos Chris Baliors Percentage of Time Devoted to the Project Proposed for this Project TV Lane Lorenzo Vasquez Chris Balios Chris Bahos Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Marsha Reed Engineer City of Lubbock (8%) 775-2335 M=4gRMJiI.Si.IgkbgS&Lx.g., Designer Gary Dawson Engineer Parithill,Smith&Cooper (906) 743-2201 d n122=12UACOM Construction Manager Michael Haverdink Project Mgr Sandia Construction (806) 745-9450 (806) 722-2663 lin Resolved issues Surety of issues resol 1 3 Howard Cowan I cKal P "imunT involvea in Hesolveo issues Attorney $13,841 Liberty Mutual Number of issues Pending Project Information Sheet Completed JProject Owner I City of Lubbock 1Project Name I Indiana Paving Improvements General Description of Project Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing MEN= Budget History Schedule Performance Amount %of W Amount Date Days Bid $ 1,293,497.50 Notice to Proceed 2/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 36,78738 2S4% 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 $ 36,78738 2,84%lActual / Estimated Substantial Completion Date Final Cost $ 1,330284.89 JActual / Estimated Final Completion Date Manager Project Sup Safety Officer 7/29/2011. Quality Manager Name TV Lane 77 Leo Garcia Chris Bahos Chris Salios, Percentage of Time Devoted to the Project Proposed for this Project TV Lane Leo Garcia Chris Balios Chris Baflos Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Wood Franklin Engineer 7-- City of Lubbock City 77 (806) 775-2343 jpkIin2M&JkMk.0 Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 1 rhumyhrIes@AqAatq111Met Surety resolved 2 Howard Cowan MEN 0111 5131 Arnount Involveo in Resolve issues Attorney Liberty Mutual I $36,787-38 Number of Issues Pendingi (SM) 722-2663 lotal amount invowea lin Resolved issues laim"J vim A 7-;1M 7—=7060 MM 004 ',HER& Project Information Sheet Completed Project Owner I City of Denver City Project Name Denver City Well Field Improvements General Description of Project Installation of 16" water line Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 5 196,595.75 Notice to Proceed 61112011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements S, 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%lActual / Estimated Substantial Completion Date Final Cost Is 488,974.50 JActual / Estimated Final Completion Date Manager Project Sup Safety Officer 8/31/2011. Sam: i 'Quality Manager Name Ty Lane Leo Garcia Chris Balicis Chris Babos, Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Leo Garcia Chris Helios Chris Ratios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change =MME02= Name tie/position Organization Telephone Email Owner Designer Construction Manager James Tompkins (4321523-2181 Surety Of issues resolved 1 2 Howard Cowan 15131 Amount involvea in infe5ol issues Attorney 5292,378,7 Liberty Mutual (906)722-2663 ed issues $292,378,75 .o ate■ er�r�r so �� �1■i �� �� I�1111 » 1111111111da ® ® Mill Project Information Sheet Completed Project Owner City of Plainview Project Name Plainview Water Reconstruction General Description of Project Installation of 12", 10", 8", 6", 4" water lines # % I I a Budget History Schedule Performance Amount Amount Date Days Bid $ 1.494,410,00 Notice to Proceed 311/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 55,848.75 3.74 , Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Girder Authorized Final Completion Date Total $ 55,948.75 3.749 Actual / Estimated Substantial Completion Date Final Cost $ 1,550,258.75 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer December 2011 Quality Manager Name Ty Lane Chris Baiios Chris Balias Chris Baiios Percentage of rime Devoted to the Project Proposed for this Project Ty Lane Chris Baiios Chris Baiios Chris Baiios Did individual Complete the Project? Yes Yes Yes Yes if not, who started or completed the project in their place. Reason for Change % Name %EMEMMEM irzle/position Organization Telephone Email Owner Mike Gilliland Engineer City of Plainview (806i 296.1150 mgJfilandO�i.214inview.tx.21 Designer Construction Manager Brandon Autry Engineer AMD Engineering 1 (806) 771-5976 i3 ut mden .torsi Surety � % tl G U issues resolved 1 Howard Cowan b %' % f t x- % Y in issues Attorney 4 ♦ $23,929.00 Liberty Mutual e 0 A Number of issues Pending (806) 722-2663 lin Resolved Issues $23,929. i »ram k � � �� l i Project Information Sheet Completed Project owner I City of Lubbock JProject Name Quaker Ave Reconstruction from 114th to FM 1585 General Description of Project Installation of water, sewer, & storm sewer lines Budget History Schedule Performance Amount Bi Amount Date Days Bid S 661467.0t3 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 $ 675,267.76 1 o JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 1 8,/3112011 Quality Manager Name Ty lane Marty Hamm Chris Balios Chris Bahos Percentage of Time Devoted to the Project Proposed forth is Project Ty Lane Marty Hamra Chris Balics Chris Balicis Did individual Complete the Project? yes yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Designer Construction Manager Kyie Duininck Project Mgr Duininck Brothers 1 (917) 491 46 R uinin It itx. om Surety or r resolved 1 Howard Cowan in issues Attorney $11,800,76 liberty Mutual Number of issues Pending (80ta) 722-2663 in Resolved issues $11, .76 Project Information Sheet Completed Project Owner I City of Levelland JProject Name ---7 Lee St. Water System improvements General Description of Project Installation of 14" water line Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1$ 777,548.95 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed 12/2012011 Owner Enhancements 5 (16,53195) -2.13% Contract Final Completion Date at Notice to Proceed 1/1912012 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ (16,533.95) -2,13%lActual / Estimated Substantial Completion Date Final Cost $ 761,015.00 11 1 OEM MINE sl� JAI / Estimated Final Completion Date Project Manager Project Sup Safety Officer 04/2012 I Quality Manager Name TV Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project TV Lane Chris Balios Chris Balios, 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 Name Title/position Organization Telephone Email Owner 7 Designer Construction Manager I Leonard Nail Engineer ParkhflI,Smn:h&Cooper 1 (806) 473-2200 Surety •IN u r ISSueS I o resolved I Howard Cowan liotaitAmountinvoivecinKeso-vc--n issues Attorney $0.00 Liberty Mutual • Number of issues Pending (806) 722-2663 1 01 lotal amounTuvo, in Resolved issues $0.00 L Project Information Sheet Completed Project Owner City of Lubbock Project Name Lubbock Downtown Redevelopment General Description of Project !MEN= Budget History Schedule Performance Amount % ot Bid Amount Date Days Bid S 2,074509.00 Notice to Proceed 1/31/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 11/25/2012 Owner Enhancements $ (16,03196) -0.77% Contra" Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues lChange Order Authorized Final Completion Date Total $ (16.03196) -0.77%lActual / Estimated Substantial Completion Date Nov 2012 Final Cost 15 2,058,474.04 1 1,iii Mil I niff, JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer December 2012 Quality Manager Name Ty Lane Troy Lane Chris Witis Chris Bahos Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Troy Lane Chris Balicis 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 ZMEMBEE= * . I 1 11 1 Name 1111111 g1l, 1 '11 lill Olin iiiii::iiii,�i,�ii:'�ilill 1111 te/position Organization Telephone Email Owner Mike Keenurn Engineer City of Lubbock, Texas (906) 775-2393 77 Designer Construction Manager Joseph Van Deventer Engineer SGS Engineering (806) 795-6827 9m Surety ui7 ow or isses resolved o Howard Cowan I otal Amount In rvesol involveo issues Attorney $0.00 LibeQ Mutual Number of issues Pending (906) 722-2663 MEN= 0lin Resolved issues $0,00 Project information Sheet Completed Project owner I DCOS IProject Name Industrial Park General Description of Project Water and Sanitary Sewer Infastructure Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,199,151.15 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 269,497M 22,47% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date PI Design Issues lChange Order Authorized Final Completion Date Total 5 269,49T00 22.47%lActual / Estimated Substantial Completion Date Final Cost $ 1,468,64&15 JActual I Estimated Final Completion Date ---- ----------- M NONE= January 2013 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balicis Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Bahos Chris Bahos Did individual Complete the Project? Yes Yes Yes Yes if not, who started or completed the project in their place. Reason for Change Name Itle/position Organization Telephone M7 Owner Designer Construction Manager George Villarreai Engineer Parkhill, Smith & Cooper (806) 473-3563 GVIIlarreal@team-osc.com Surety U715151 u;II resolved 0 Howard Cowan Ainount involveo in Resolvedi issues Attorney S0,00,Number Liberty Mutual of Issues Pending (SM) 722-2663 lotal amount involveo olin Resolved issues $0,001 72= 1061111111 1 016M 1 Olin I amin " mom Project Information Sheet Completed [project owner I City of Levelland JProject Name 2012 Water System Improvements General Description of Project Replace 2" cast iron water with 6" and 8" pvc Budget History Schedule Performance 71 Amount % of Bid Amount Date Days Bid S 249.210,00 Notice to Proceed 11/26/2012 210 Change Orders Contract Substantial Completion Date at Notice to Proceed 5/25/2013 1901 Owner Enhancements 5 LfiwZu 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 Total 5 LISOOZO 0464%lActual / Estimated Substantial Completion Date Final Cost S 250,810.00 1 JActual / Estimated Final Completion Date Project Manager Project Sup Safety officer February 201 Quality Manager Name TV Lane Steve Levitt Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Steve Levi" Chris Balios 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 :ZMMMZ= Name le/positicomn Organization Telephone Email Owner Erik Rejino City of Levelland, Texas (806) 894-0113 eLejin2g2ltyg1llandtga . r Designer Construction Manager Kristi Laverty Engineer Parkhill, Smith & per (806) 473-3634 kl ve M - S ".c M Surety NumDer of issues resolved 0 Howard Cowan Mal Amourif involveal in Resolvea issues Attorney $0.00 Liberty Mutual Number of Issues Pending (806) 722-2663 IRON NONE= 1 lotal amount Invowea 0in Resolved issues I S00) Project Information Sheet Completed Project owner City of Lubbock Project Name Reconstruction & Widening of Frankford Ave General Description of Project Remove and Relocate water and sewer infastructure for new road Budget History Schedule Performance Amount of aw Amount Date Days Bid S 251.878.50 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements S 36,100,00 14.33 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 36,100.00 14.33%lActual / Estimated Substantial Completion Date !06/2013 Final Cost S 287,978.50 JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer c7,77 07/2013 Quality Manager Name Ty Lane Marty Ham 7 Chris Bahos Chris Balicis Percentage of Time Devoted to the Project Proposed for this Project TV Lane Marty Kamm Chris saiios Chris Balios 3d individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name tie/position Organization Telephone Email Owner Mike Keenum Engineer City of Lubbock, Texas (806) 775-2393 Mkeenym0mai1,cJ.lubbmk,tx.us Designer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rhumphriesCcDallenbutler.net Surety resolved 0 Howard Cowan 15131 AR"ount i nVolveo in MEMO issues Attorney $0.00 Liberty Mutual Number of issues Pending (806) 722.2663 lotal amount MORN 0lin Resolved issues soml F mim , mein am" MM7J Project Information Sheet Completed Project Owner I City of Lubbock 1Project Name 98th St. Paving Improvements (Albany to Huron) General Description of Project Water and Sanitary Sewer Infastructure MENEM= Budget History Schedule Performance Amount % ofBid Amount Date Days Bid $955,577.S2 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 121,512.02 12.72% 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 $ 121,512.02 12.72%lActual / Estimated Substantial Completion Date Final Cost S 1,077,089.54 III 'i 11 im gii: lida! ffi: i JActual / Estimated Final Completion Date Project Manager Project Sup safety Officer 0712013 Quality Manager Name Ty Lane Marty Hamm Chris Balitis Chris Bahos Percentage of Time Devoted to the Project Proposed for this Project Tv Lane Marty Hamm Chris Salim Chris Balicis Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project In their place. Reason for Change Name SEE= Title/position Organization Telephone Email Owner Wood Franklin Engineer City of Lubbock, Texas (806) 775-2343 )LdrgnkligiEMAil.ci,filbbock.tx.mI Designer Construction Manager Rick Humphries Project Mgt Allen Butter Construction 1 (806) 745-7498 rhumphriesgailenbutler.net Surety oi resolved 0 Howard Cowan issues Attorney $0.00 Liberty Mutual Number of Issues PendingI (9%) 722-2663 11vJ111:111 ii gol, in, 11 INNIS MEN= v 01 in Resolved Issues $0.001 Project Information Sheet Completed Project Owner I Costco JProject Name Costco Warehouse, Lubbock General Description of Project Water and Sanitary Sewer Infastructure Budget History Schedule Performance Amount Bid Amount Date Days Bid $ 880,398.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed 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 5 56,433.00 6.41 Actual / Estimated Substantial Completion Date 10/2013 Final Cost « « $ 936.831,00 JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 10/2013 Quality Manager Name Ty Larne Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the project Proposed for this Project Ty Lane Chris Balios Chris Balios Claris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change « « «« « Name « « Title/position Organization Telephone Email Owner Designer Construction Manager Jerry Pollock Project Mgr Jxkw otad coostructnon (425) 531-1077 'er 'asrk5orld -Corn Surety u n u resolved 0 Howard Cowan v v13131 issues Attorney $0.00 Liberty Mutual Number of issues Pending () 722-2663 amount Olin Resolved issues $0.00 1iee�O` 15�I� 0 ! 0 W.M.W no" �`i ! J _ 1 {�mm•_-^ r Project Information Sheet Completed Project Owner City of Lubbock Project Name Milwaukee Ave Paving improvements General Description of Project Remove and Relocate water and sewer infastructure for new road Budget History Schedule Performance Amount %of Bid Amount Date Days Bid $ 2,511,467.50 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 316,484.77 12. Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Mange Order Authorized Final Completion Date Total $ 316,494.77 12. Actual / Estimated Substantial Completion Date Final Cost $ 2,827,952.27 m JActual / Estimated Final Completion Date Project na er Project Sup Safety Officer 01 2014 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty lane Marty Hamm Chris Balics 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 0 ♦ .4 b 33M10:3=1 Name 4 f Tltle/position Organization Telephone Email Owner Mike Keenum Engineer City of Lubbock, Texas j806j 775.2393 Designer Construction Manager Rick Humphries Proj Mgr Allen Butler Construction (806) 745.749$ rh m hri ii n i r.n Surety � e •. 4 u issues resolved ii Howard Cowan 9 9 4 d 9 � U issues Attorney 50,01 Liberty Mutual Number of issues Pendingl i806j 722.2663 involvea Olin Resolved issues $0.00 Project Information Sheet Compieted City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Lane Contractor (Print) CONTRACTOR'S BUSINESS NAME: Utility Contractors of America, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 5805 CR 7700 Lubbock TX 79424 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 14-11984-TF - Northwest Water Reclamation Plant — Potable Water Pipeline SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following 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. Offeror's Initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. 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: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 77 I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresegt4ons 6r omissions may cause my proposal to be rejected. President Title WORKERS COMPENSATION EXPERIENCE RATING Risk Nam; UTILITY CONTRACTORS OF AMERICA INC Risk ID. 420076452 Rating Effective Date: 09105WI3 Production Date: 0411W093 State: TEXAS State MR SRP I Exp Excess Losses I Expelled Losses I Exp Prim Losses Act Exc Losmwl asitast I Act Inc Losses I Act Prhn toss's TX 10 0 26,2 33,570 7, 0 B,Si 01 0 (A) Vve (13 (C) Exp excess Losses (p -- E) (0) Expected Losses (E) Exp Pr6n Loss" (F) Act Exc Losses (H - I) (a) sthist j (H) Ad hie Losses p) Act Pry Losses 9 26,28 33,57 7,285 8,m 0 0 Prhnory Lessee Stabilizim Vakm Ratable Excess Touts Actual (!) 0 C ° (1 - A) + G 32,620 (A)(F) 0 (J) 32,620 Expected (E) 7,285 C ° (9 - A) + G 32,620 (A) (C) 2,629 (K) 42,534 IARAP PL.ARAP SARAP MAARAP Exp Mad Factors .77 Copyright 1993-2013 AB righm re"wed, This expelleme moddkatkm kiCtV Is comprISW o7 eompflaoam and Mmm %n Wh" are Ve pfoWbtary eM emkiWO propaM1y W the tdatbr�al C,ouMP on Compencaum lraumnm, iris. (NCCl)- No turoor use, dlssenthletbrk Bale, aarrsret, asolgnmeM Of c9apoglaan of file experlatx to" rn"ncabon rector or any part fieteof may be used wlttwtA the wtftn cor*ent of NCCI. Nfxl rushee no repreeerft bm or v irarty, expreaeed or M VWd. as to any maam wlydtsoevef IrwkWb g but not rmtled to the accuracy of any allormauen, product or mrvke fumlahad hereunder and, ae to NCCI, reoplem of itch experience radng modgketbn afcbr subsubm b and Ua tes the Ifdrxm wn semim "ae Id. Page I of 2 WORKERS COMPENSATION EXPERIENCE RATING Risk Mauls: UTILITY CONTRACTORS OF AMERICA INC Risk ID: 420076452 RaMng Effee twe Date 09V05i2013 Product" Date: O4116MI3 fie: TEXAS I 42-TEXAS Firm ID: Firm Narne: UTILITY CONTRACTORS OF AMERICA INC Carrier. 29939 Policy No. 0001204M Eff Date: 091OW2009 Exp Dates 09i05=10 1 �a Cods ELH D. Raub Payroll l xpec9srd Losses F.xp Prim Losses chino Data lJ OF, Act km Losses Act Prbn Loss" 5606 .28 .22 146,100 409 90 6306 1.66 .21 171,M Z841 597 6319 1.09 22 654,920 7,139 1,571 8227 .81 .22 219.2130 1,776 391 8810 .06 .22 81,120 49 11 Policy Total: 1,272.668 Subject PremiUm: 57,784 Total Act Inc Losses: a t 42-TEXAS Firm ID: Firm Name: UTILITY CONTRACTORS OF AMERICA INC Carrier. 29939 Policy No. 0001204282 Erf Date: 09/0 M10 Exp Date: 09/05/2011 J Of I 39 Code Et.R 13- Ratio Payroll Expected Losses Exp Prim Losses Clain Data IJ Act Inc Losses Act Prim Losses 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 .22 187,089 1,515l 333 Mir .06 .22 77,558 47 10 Policy Total: 1;081,649 Subject Premium: 49,513 Total Act Inc Losses: 0- -- - - I 42-TEXAS Firm ID: Firm Name: UTILITY CONTRACTORS OF AMERICA INC Carrier. 29939 Policy No. 0001204282 Eff Date: 09/0512011 Exp Date: 09105=2 Code 6LR I D- Ratio Payroll Expected Losses Exp Prim Losses Clain Data IJ OF. Act tree Losses Act Prin Losses 5606 .28 .22 221,250 620 136 8308 1.66 .21 186,183 3,091 649 8319 1,09 .22 478,751 5,218 1,148 8227 .81 .22 215,708 1,7471 384 8810 .06 .22 93,570 561 12 Policy Total: 1,196,462 Subject Premium: 46,626 Total Act Inc tosses: 0 Copyright 1003.2013, AN rig" reserved. This expsllence modification factor Is cotnprlood of compilations end Wormation whin are the proprk>tartr and excWaive property of the National Courlctl on Compervation Insurellce, Inc. (nCG} No further use. dpownlru tlorl axis, transfer, s9aipmnern of rkspoatlon d Shm ex"rbnce to" modification tactw Of any part tihereof may t o used whout One wrYten toners of NCCI. NCCi makes no rel resentatlan or warranty, expeaved or implied, es to any ma11N whsmaever PhD M non anrsad to the eceuraey of any hnormaWn, product or "Nice NaThbtted hereundet whd, as to NCO, recipient of this nperlence rating modification faciar aubsu b" to and uMes the Irifonnahon Service 'aa ls`. Total by Po" Year of all cases S2000 or two D Disease Loan X Ek-Medical Coverage U LISM- W C Catsebaphic Loss E Employe a Liability Loas 0 Umtod Lose Page 2 of 2 Page Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank i BOND NO. 022049053 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that UTILITY CONTRACTORS OF AMERICA, INC. (hereinafter called the Principal(s), as Principal(s), and LIBERTY MUTUAL INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Two Hundred Forty -Five Thousand Eight Hundred Forty -Seven Dollars ($1 245 847 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 4th day a_ of December, 2014, to RFP 14-11984-TF Northwest Water Reclamation Plant — Potable Water Pipeline and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 16T&y of DECEMBER , 2014. LIBERTY MU. AL INaUR E COMP 'NY Surety * By: a "e) HOWARD COWAN ATTORNEY=IN-FACT UTILITY CONTRACTORS OF AMERICA, (Company Name) INC. Lo (Title) C, The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby - designates HOWARD COWAN 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. LIBERTY MUTUAL INSURANCE Surety CONY 1 *By. ( itle) HOWA`0 COWAN ATTORNEY -IN -FACT Approved as to Form City of Lubbock By: City Atto y * Note: If signed b an officer of the Surety Company,there must be on file a certified extract from the by-laws g Y Y Y 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 l� BOND NO. 022049053 s _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 UTILITY CONTRACTORS OF AMERICA INC (hereinafter called the Principal(s), as Principal(s), and LIBERTY MUTUAL INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Two Hundred Forty -Five Thousand Eight Hundred Forty -Seven Dollars ($1 245 847 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 41h day of December, 2014, to RFP 14-11984-TF Northwest Water Reclamation Plant — Potable Water Pipeline Cal and said Principal under the law is required before commencing the work provided for in said contract to J execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 16TH day LIBERTY Surety *By: E COMPANY HOWARD COWAN ATTORNEY -IN -FACT 2014. UTILITY CONTRACTORS OF AMERICA, (Comp�nyName) INC. /, i itie) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN 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. LIBERTY MUTUAL INSURANCE Surety ;COMFNY4 * By. e)HOWARD COWAN ATTORNEY —IN —FACT Approved as to form: City of Lubbock By: r' CftY Y _ * 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. s� 2 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 3 You may call (company)'s toll -free telephone number for information or to make a complaint at: (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 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (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. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S-6128/LM 7107 G ' ' ; Para obtener informaci6n o para someter una queja: Usted puede contactar a servicio de la oficina principal de Surety al: 1-610-832-8240 Usted puede Ilamar al numero de telefono gratis de (company)'s para informacion o para someter una queja al: (800) 472-5357 Surety Opcion De #7 Usted tambien puede escribir a Liberty Mutual Surety 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 Puede comunicarse con el Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: (800) 252-3439 Puede escribir al Departamento de Seguros de Texas: 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 DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la companfa) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso XDP THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney 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. 6523171 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: ThatAmerican 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 under the laws ofthe State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws 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: Maria Hill Y all of the city of Lubbock -,state of Tx each individually if there be more than one named, its true and lawful attomey-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 I 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 Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 9rh day of April 2014 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company d m j, sy: 4. STATE OF PENNSYLVANIA ss David M. Care ; Assistant secretary COUNTY OF MONTGOMERY On this sth day of April 2014 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and U v d Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, > execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. i > IN WITNESS WHEREOF, I have hereunto subscribed rnyname and affixed my notarial seal at Plymouth Meeting Pennsylvania, on the day and year first above written. O _r By: Teresa Pastella , Notary Public 4) ` x ; a: y s 0. n This Power ofAttomey is made and executed pursuanttd, rAd byputhority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance N Company, Liberty Mutual Insurance Company, and',, I►eslATne lean Insurance Company which resolutions are now in full force and effect reading as follows: r �., m 0 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 orthe President, and subject O N 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, , i C 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 6 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 seat of the Corporation. When so ' `p executed, such instruments shall be as binding as if signed by President and attested to by Secretary. Any power or authority granted to any representative or attomey-in-fact under > the provisions of this article may be revoked at any by the Board, the Chairman, the President or by the officer or officers granting such power or authority. 0 r ARTICLE )(Ill — 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, .r 1 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, 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 Z v 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 executed such instruments shall be as binding as if signed by the president and attested by the secretary. ,0 C 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- 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. 1, 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 Power of 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 16 THday of DECEMBER 2014 By: � Gregory W. Davenport, Assistant Secretary LMS_12873_122013 75 of 200 CERTIFICATE OF INSURANCE Page Intentionally Left Blank Q ACOR" CERTIFICATE OF LIABILITY INSURANCE `.,,,,..i DATE(MM/DD 12 / 16/214 014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND iCONFERS 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 Cheryl Rogers PHONEO. (972) 771-4071 IFA A N A/C No: (972)771-4695 AODRIE _crogers@kandsins.com INSURERS AFFORDING COVERAGE NAIC # INSURERA:FOCI Insurance Co. INSURED Utility Contractors of America, Inc., DBA: Utility Contractors of America, Ltd. 5805 CR 7700 Lubbock TX 79424 INSURERB:Texas Mutual Insurance Co. 22945 INSURERC:Continental Casualty Insurance 20443 INSURERD: INSURERE: 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 INSURANCEAVOLSUOR POLICY NUMBER POLICY EFF MM/DDNYYY POLICY EXP MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED- PREMISES Ea occurrence $ 100,00 A CLAIMS -MADE Fx_1 OCCUR ZPPOO19154 /5/2014 /5/2015 MED EXP (Any one person) $ 5,00 PERSONAL &ADV INJURY $ 1,000,00 GL 084 10/13 - Al GENERAL AGGREGATE $ 2,000,00 GL 025 11/08 - PNC GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OPAGG $ 2,000,00 GL 088 10/13 - WOS POLICYFx-1 PR0 LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,00 BODILY INJURY (Per person) $ A X ANY AUTO BODILY INJURY (Peraccident) $ ALL OWNED SCHEDULED CA0027897 /5/2014 /5/2015 AUTOAUTOS SAUTOS pROS $ X X NON -OWNED U 058 12/09 - AI & WOS HIRED erOPERTntDAMAGE Uninsured/Underinsured $ 1,000,00 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,00 AGGREGATE $ 5,000,00 A EXCESS LIAB CLAIMS -MADE DIED I X I RETENTION$ 10,000 $ UNBOO19631 /5/2014 /5/2015 $ WORKERS COMPENSATION X I WC 31TA�TU- OTH- ER AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,0 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / A SF0001204282 /5/2014 /5/2015 E.L. DISEASE - EA EMPLOYE $ 1,000,00 If yes, describe under DESCRIPTION OF OPERATIONS below �C420304A 1/ 00 - WOS E.L. DISEASE - POLICY LIMIT $ 1,000,00 C Leased/Rented Equipment 5086411620 /5/2014 /5/2015 $200,000 Max Limit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project is Northwest Water Reclamation Plant See above listing of additional insured and waiver of subrogation endorsement forms. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 2000, Room 204 Lubbock, TX 79457 AUTHORIZED REPRESENTATIVE Johnny Moss/CHERYL �-----�--i'�` ACORD 25 (2010/05) 01988-2010 ACORD CORPORATION. All rights reserve( INS025 t9ninnSi M Tho Anni2n nomu nnrl Innn nra rania+ororl mnrire of Annon COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU -- ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM 5(;Ht_UULt_ (UPI IUNAL. Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) As required by written contract or agreement. Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) As per the written contract or agreement, provided the location is within the coverage territory. (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 1 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) However, the insurance afforded to such additional insured(s) described above: 1. Only applies to the extent permitted by law; 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; 3. Will not be broader than that which is afforded to you under this policy; and 4. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contractor agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. Section IV — Commercial General Liability Conditions is amended as follows: 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 must 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. Send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or "suit' to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 2 of 3 Copyright 2013 FCC] Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) 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". F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 084 (1013) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AdditionalInsured Coverage....................................................................................................................................10 BailBonds.................................................................. .................................................................................................9 Blanket Waiver of Subrogation.................................................................................................................................16 Bodily Injury and Property Damage............................................................................................................................1 ............................................................. Care, Custody or Control...................................................................... .........3 Contractors Errors and Omissions ........................... ..................................................................................................7 Contractual Liability (Personal & Advertising Injury)..................................................................................................2 ElectronicData Liability..............................................................................................................................................1 GeneralLiability Conditions......................................................................................................................................14 IncidentalMalpractice...............................................................................................................................................10 Insured............................................... .......................................................................................................................10 Limited Product Withdrawal Expense.........................................................................................................................4 Limitsof Insurance....................................................................................................................................................12 Loss of Earnings.................................................................................. ....10 ................................................................. Newly Formed or Acquired Organizations................................................................................................................12 Non -Owned Watercraft...............................................................................................................................................1 Property Damage Liability — Borrowed Equipment.....................................................................................................1 Tenant's Property and Premises Rented To You.......................................................................................................9 VoluntaryProperty Damage.................................................................................. ............................. ......... ............... COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Non -owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: 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. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of any one "occurrence" is $10,000. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 16 Copyright 2013 FOCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V — DEFINITIONS of the Coverage Form: "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. For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V — DEFINITIONS of the Coverage Form 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; 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 purposes of this insurance, "electronic data" is not tangible property. SECTION I — COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted. SECTION I — COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for "property damage" caused by an 'occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 16 Copyright 2013 FCC) Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products -completed operations hazard'; f. Motor vehicles; g. "Your product" arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an "occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products -completed operations hazard"; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) e. Motor vehicles; f. "Your product" arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250, We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you area "seller", we will reimburse you for "product withdrawal expenses" associated with "your product" incurred because of a "product withdrawal' to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. a. This insurance applies to a "product withdrawal' only if the "product withdrawal' is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal' is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal'. c. We will reimburse only those "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal" was initiated. d. The initiation of a "product withdrawal' will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a "product withdrawal' This applies regardless of whether the determination to conduct a "product withdrawal' is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal"; or (2) A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1. b of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to: (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of "your product"; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your product". b. A "product withdrawal", initiated because of a "defect" in "your product" known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A - Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit" against you for "product withdrawal expenses". 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A "Defect" Or A "Product Withdrawal" (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect" in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: CGL 08B (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (a) How, when and where the "defect" was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your product". (2) if a "product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal"; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal". 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "Defect" means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of "your product" which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal" will not be limited to those batches of "your product" which are known or suspected to have been tampered with. c. "Product withdrawal" means the recall or withdrawal of "your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect" in "your product", or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non -salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (7) Costs of warehouse or storage space; or (8) Costs of proper disposal of "your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product withdrawal expenses" does not include costs of the replacement, repair or redesign of "your product", or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller" means a person or organization that manufactures, sells or distributes goods or products. "Seller" does not include a "contractor" as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a "contractor", we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product", "your work" or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory" during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments -- Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or "personal and advertising injury". b. Liability or penalties arising from a delay or failure to complete a contractor project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., wilh its permission. Page 7 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. i. Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. I. "Property damage" to property other than "your product," "your work" or "impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) n. Any liability for "property damage" to "your work" if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor' means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor' does not include a "seller' as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. SECTION I - COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D, E, and G. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED Is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury" for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (5) Nothing herein shall extend the term of this policy. g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision — Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". i. Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered 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(s) or organization(s). 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. j. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k, Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its -permission, Page 11 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (1013) (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Subparagraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; and e. Care, Custody or Control damages under Coverage E. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; and f. Contractors Errors and Omissions under Coverage G. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 5. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one "occurrence" is $1,500. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $3,000. 6. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one "occurrence" is $1,000. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one -policy period, regardless of the number of insureds, "product withdrawals" initiated or number of "your products" withdrawn is $10,000. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 8. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one -policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000. For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 10. Paragraph 13. is added as follows: 13. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. This requirement applies only when the "occurrence" or offense is known to the following. (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer' or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 16 Copyright 2013 FCC[ Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the `occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the occurrence" or offense. 2. The following Is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an 'occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this 'occurrence" to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. 4. Paragraph 6. is replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 15 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. S. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: However, we waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or "your work" included in the "products -completed operations hazard" under the following conditions: a) Only when you have agreed in writing to waive such rights of recovery in a contract or agreement; b) Only as to the person/entity as to whom you are required by the contract to waive rights of recovery; and c) Only if the contractor agreement is in effect during the term of this policy, and was executed by you prior to the loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 16 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 025 (11 08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSUREDS -- PRIMARY/NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following is added to SECTION IV — Commercial General Liability Conditions, Paragraph 4, entitled "Other Insurance", subsection b. entitled "Excess Insurance", paragraph (1): This insurance is excess over: (v) Any other insurance naming an additional insured as an insured on a primary basis, excess, contingent or on any other basis unless a written contract specifically requires that this insurance be primary and noncontributing. The written contract must be currently in effect or become effective during the term of this policy and must be executed prior to the "bodily injury", "property damage" or "personal and advertising injury." CGL 025 (11 08) Includes copyrighted material of Insurance Services Office, with its permission. Page 1 of 1 Copyright 2008 FCCI Insurance Group. AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AirbagCoverage....................................................................................................................................................... 3 AutoLoan/Lease Gap Coverage.............................................................................................................................. 3 BroadForm Insured..................................................................................................................................................1 Concealment, Misrepresentation or Fraud ....................................................... ................ 5 ........................................ Deductible................................................................................................................................................................. 3 Duties in the Event of Accident, Claim, Suit or Loss................................................................................................ 4 FellowEmployee...................................................................................................................................................... 2 Fire Department Service Charge.............................................................................................................................. 3 HiredAuto Physical Damage.................................................................................................................................... 5 Lossof Earnings....................................................................................................................................................... 2 Lossof Use Expenses.............................................................................................................................................. 2 SupplementaryPayments........................................................................................................................................ 2 Transfer of Rights of Recovery Against Others to Us.............................................................................................. 4 TransportationExpenses..........................................................................................................................................2 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II — LIABILITY COVERAGE is amended as follows: A.1. Who Is An Insured provision is amended by adding the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. g. Any "employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or CAU 058 (12 09) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 5 Copyright 2009 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (12 09) (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household h. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. A.2. Coverage Extensions, Supplementary Payments a.(2) and a (4) are deleted and replaced with the following: (2) Up to $3,000 for cost of bail bonds (including bond for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. B. Exclusions 5. Fellow Employee "Bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: A. 4. Coverage Extensions a. and b. are deleted and replaced with the following: a. Transportation Expenses: We will pay up to $75 per day to a total maximum of $2,000 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos'; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $2,000. CAU 058 (12 09) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 5 Copyright 2009 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (12 09) B. Exclusions Paragraph 3. Is replaced with the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other `loss" that is covered by this insurance: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires However, this exclusion does not include the discharge of an airbag in a covered "auto" you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b and A.1.c.but only: a. If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Deductible is replaced with the following: For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations subject to the following: Any Comprehensive Coverage deductible shown in the Declarations does not apply to: (1) "loss" caused by fire or lightning, and no deductible applies to glass damage if the glass is repaired rather than replaced, (2) the comprehensive deductible is waived for theft if your vehicle is equipped with an active GPS tracking system. The following Coverage Extension is added: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. d. Auto LoanlLease Gap Coverage For those businesses not shown in the Declarations as "auto" dealerships, the following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this Coverage Form and the lessor of the covered "auto" is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: CAU 058 (12 09) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 5 Copyright 2009 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (12 09) (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous leases. (2) If an owned "auto" is a covered "auto" under this Coverage Form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss"; (b) Costs for extended warranties, Credit Life Insurance, Heath Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: A. Loss Conditions. 2.a. Duties in the Event of Accident, Claim, Suit or Loss is amended to add the following paragraph: (4) This duty applies when the "accident", claim, "suit" or "loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. 5. Transfer Of Rights Of Recovery Against Others To Us is replaced with the following: If a person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. CAU 058 (12 09) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 5 Copyright 2009 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (12 09) B. General Conditions 2. Concealment, Misrepresentation or Fraud is amended to include the following: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this Coverage Form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. S. Other Insurance - Paragraph b. is replaced as follows: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name , with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (12 09) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 5 Copyright 2009 FCCI Insurance Group. ® WORKERS' COMPENSATION AND EMPLOYERS Tpexasmutu LIABILITY INSURANCE POLICY Insurance Company 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 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium 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 20140905 of the Texas Mutual Insurance Company Issued to UTILITY CONTRACTORS OF AMER I CA INC Endorsement No. Premium $ A/tvs Authorized Representative WC420304A (ED. 1-01-2000) INSURED'S COPY OUSER 9-03-2014 CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions or me stanaara ponctes usea oy mis company, me runner neremaner aescnoea. nxceprtons io stanoaro poncy notes nereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY D Commercial General Liability General Aggregate $ F1 Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ E Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY D Any Auto Combined Single Limit $ D All Owned Autos Bodily Injury (Per Person) $ C Scheduled Autos Bodily Injury (Per Accident) $ v Hired Autos Property Damage $ J Non -Owned Autos r, GARAGE LIABILITY E Any Auto Auto Only - Each Accident $ C! Other than Auto Only: Each Accident $ Aggregate $ 0 BUILDER'S RISK 0 100% of the Total Contract Price $ n INSTALLATION FLOATER $ EXCESS LIABILITY D Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ 1-i Included Statutory Limits Partners/Executive D Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK _ By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto/General Liability and _. provide a Waiver of Subrogation in favor of the City of Lubbock IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity � prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must 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 3 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. Page Intentionally Left Blank CONTRACT Pap-e Intentionally Left Blank Contract 11984 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 41h day of December, 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 termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 14-11984-TF Northwest Water Reclamation Plant — Potable Water Pipeline 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 September 18, 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 substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: it COMPLETE ADDRESS: Company Im Z1VC,- Address $' J%aY C-4 �XgP City, State, Zip ,�U.'Q.Qe6/t� .`r ATTEST: Corpora ecre CITY OF LUBB K, T S (OWNER): By: Glen C. oberton, Mayor ATTEST: Re-becGarza, City Secretary APPROVED AS TO CONTENT: Water Utilities Engineer Wd'od Franklin, P.E., City Engineer APPROVED AS TO FORM: Amy Vs, D uty Ci -y to ey GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR FF 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 The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 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 l such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial 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. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. t '- 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 p, such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. ?- t 1 � S It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all 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, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than 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 Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 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 Heavy Equipment and Endorsement B. Owner's and Contractor's Protective Liability Insurance. 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. - DELETED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) - DELETED F. Professional Liability Insurance (Primary Additional Insured and Waiver of Subrogation required). - DELETED G. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering7 all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least 1 0� , 00,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 9 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 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 s project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) Obtain from each other person with whom it contracts, and provide to the Contractor: (1) A certificate of coverage, prior to the other person beginning work on the project; and (2) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) Contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance 10 carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) Provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) Provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) Provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) Obtain from each person providing services on a project, and provide to the governmental entity: (i) A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 11 (ii) No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) Post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (ivww.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) Contractually require each person with whom it contracts to provide services on a project, to: (i) Provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) Provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) Include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the 12 commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) Obtain from each other person with whom it contracts, and provide to the Contractor: (1) A certificate of coverage, prior to the other person beginning work on the project; and (2) Prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) Contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the 13 Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, _.i as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and --- agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, ` then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. 14 If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250 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 fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the 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 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 15 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 16 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 t for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 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. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete - the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative 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 17 other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of. (a) Defective work not remedied and/or work not performed, , (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. 18 After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the 19 Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $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. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority _? to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 20 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION 21 The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 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). ON DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank 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 Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 LABORER Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................ $ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less .......... $ 13.46 Front End Loader Operator, Over 3 CY... $ 12.77 Front End Loader, 3CY or less ....... $ 12.28 Loader/Backhoe.............. $ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non -union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis - Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review .. Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. Paae Intentionally Left Blank SPECIFICATIONS I Pate Intentionally Left Blank of ibbo&kl TEXAS Contract Documents and Specifications for the Northwest Water Reclamation Plant Potable Water Pipeline August 2014 Capital Improvement Project # 92221.9242.30000 Volume 1: Divisions 1-2 E.O.F. ................................. � NATHAN K. RIGLEF; � �r 107685 i g rf�U�•.CI o SN`��.. August 15, f14 Submitted By: JL JL IL HUGO REED AND ASSOCIATES, INC. TBPE Firm Registration No. F-760 CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF LUBBOCK NORTHWEST WATER RECLAMATION PLANT POTABLE WATER PIPELINE TABLE OF CONTENTS VOLUME 1 DIVISION 0: BIDDING AND CONTRACT REQUIREMENTS STANDARD DOCUMENTS FROM THE CITY OF LUBBOCK DIVISION 1: GENERAL REQUIREMENTS 01020 MEASUREMENT AND PAYMENT 01039 INTERNET BASED -CONSTRUCTION MANAGEMENT 01100 SUMMARY 01105 SEQUENCE OF CONSTRUCTION 01250 CONTRACT MODIFICATION PROCEDURES 01270 UNIT PRICES 01290 PAYMENT PROCEDURES 01310 PROJECT MANAGEMENT AND COORDINATION 01320 CONSTRUCTION PROGRESS DOCUMENTATION 01322 PHOTOGRAPHIC DOCUMENTATION 01330 SUBMITTAL PROCEDURES 01400 QUALITY REQUIREMENTS 01420 REFERENCES 01500 TEMPORARY FACILITIES AND CONTROLS 01576 WASTE MATERIAL DISPOSAL 01600 PRODUCT REQUIREMENTS 01700 EXECUTION REQUIREMENTS 01731 CUTTING AND PATCHING 01770 CLOSEOUT PROCEDURES 01781 PROJECT RECORD DOCUMENTS DIVISION 2: SITE CONSTRUCTION 02221 REMOVING EXISTING PAVEMENTS 02260 EXCAVATION SUPPORT AND PROTECTION 02300 EARTHWORK 02317 EXCAVATION AND BACKFILL FOR UTILITIES 02318 BORROW 02320 UTILITY BACKFILL MATERIALS 02665 WATER WORKS PIPING, VALVES AND FITTINGS This page intentionally left blank. 0425-013-03 SECTION 01020 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 SCOPE A. 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. PART 2 - PAY ITEMS 2.1 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. This would include the 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. 2. 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. 3. 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. 4. 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. 5. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. D. PAY ITEM NO. 2 THROUGH 13 — 6, 8, 10, 12, and 16-INCH C-900 PVC WATER LINE BY OPEN CUT (VARIOUS DEPTHS) 1. This pay item shall consist of PVC pipe material and labor installed at various depths measured to the flowline of the trench including, but not limited to, all associated fittings, excavation, water main installation, bedding, soil embedment, gravel embedment, density controlled backfill, testing of the water line and backfill compaction testing, disposal of spoils, and all incidentals necessary to complete the work complete in place. Measurement for payment shall be on a linear foot basis. E. PAY ITEM NO. 15 — 10-INCH C-900 PVC WATER PIPE AND 16-INCH WELDED STEEL CASING PIPE OR TUNNEL LINER PLATE INSTALLATION BY METHODS OTHER THAN OPEN CUT 1. This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 10-inch PVC water pipe and 16-inch steel casing pipe or tunnel liner plate including, but not limited to, fittings, casing spacers or steel skids, AUGUST 2014 01020 - Page 1 of 3 MEASUREMENT AND PAYMENT ` M:12013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division M1020 measurement and payment.doc 0425-013-03 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. F. PAY ITEM NO. 16 — 12-INCH C-900 PVC WATER PIPE AND 20-INCH WELDED STEEL CASING PIPE OR TUNNEL LINER PLATE INSTALLATION BY METHODS OTHER THAN OPEN CUT 1. This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 12-inch PVC water pipe and 20-inch steel casing pipe or tunnel liner plate including, but not limited to, fittings, 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. G. PAY ITEM NO. 17 — 16-INCH C-900 PVC WATER PIPE AND 22-INCH WELDED STEEL CASING PIPE OR TUNNEL LINER PLATE INSTALLATION BY OTHER THAN OPEN CUT 1. This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 16-inch PVC water pipe and 22-inch steel casing pipe or tunnel liner plate including, but not limited to, fittings, 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. H. PAY ITEM NO. 18 — 16-INCH C-900 PVC WATER PIPE INSTALLATION BY METHODS OTHER THAN OPEN CUT 1. This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 16-inch PVC water pipe including, but not limited to, slick bore or similar method, and cement grout as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. I. PAY ITEM NO. 19 — TRENCH SAFETY SYSTEM 1. 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. J. PAY ITEM NO. 20 THROUGH 23 — 6, 8, 10 AND 12-INCH GATE VALVE AND VALVE BOX 1. This price is full compensation for furnishing and installing gate valve with valve box including, but not limited to, cutting and connecting to the proposed pipe, incidental PVC piping, fittings, concrete collar, bedding, embedment, backfill, valve and trench compaction testing and disposal of spoils, complete in place. Measurement for payment shall be on a per each basis. K. PAY ITEM NO. 24 —16" BUTTERFLY VALVE AND CONCRETE VAULT 1. This price is full compensation for furnishing and installing butterfly valves in a concrete vault with manhole access frame and cover including, but not limited to, cutting and connecting to the proposed pipe, incidental PVC piping, fittings, bedding, backfill, valve, density controlled backfill, testing and disposal of spoils, complete in place. Measurement for payment shall be on a per each basis. L. PAY ITEM NO. 25 — 2" AIR/VACUUM RELIEF VALVE AND VAULT 1. This price is full compensation for furnishing and installing air/vacuum valves including, but not limited to, all incidental piping, fittings, concrete vault, manhole access frame and cover, riser pipe and concrete collar, cutting and connecting to the proposed pipe, bedding, density controlled backfill, valve and backfill compaction testing and disposal of spoils, complete in place. Measurement for payment shall be on a per each basis. M. PAY ITEM NO. 26 — 30"x16" TAPPING SLEEVE AND 16" VALVE 1. This price is full compensation for furnishing and installing 30-inch x 16-inch tapping sleeve and 16" tapping valve and all incidental piping including, but not limited to, fittings, valve box including riser pipe and concrete collar, cutting and connecting to the proposed pipe, bedding, density controlled backfill, valve and backfill compaction testing and disposal of spoils, complete in place. Measurement for payment shall be on a per each basis. N. PAY ITEM NO. 27 — STANDARD FIRE HYDRANT AUGUST 2014 _ } 01020 - Page 2 of 3 MEASUREMENT AND PAYMENT M:\2013\NWWRP DESIGN\DOCUMENTSISPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01020 measurement and payment.doc i 0425-013-03 1. This price is full compensation for furnishing and installing standard fire hydrant including, but not limited to, cutting and connecting to the proposed pipe, incidental x, pipe and fittings, blocking, bedding, embedment, backfill, valve and trench compaction testing and disposal of spoils, complete in place. Measurement for payment shall be on a per each basis. O. PAY ITEM NO. 28 — PVC PIPE FITTINGS 1. Furnishing and installing water pipe fittings is considered subsidiary to the pertinent items listed above. Measurement for this item shall be on a per pound basis provided for the contractor's information only. END OF SECTION AUGUST 2014 01020 - Page 3 of 3 MEASUREMENT AND PAYMENT M:\2013kNWWRP—DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01020 measurement and payment.doc This page intentionally left blank. 0425-013-03 SECTION 01039 INTERNET-BASED CONSTRUCTION MANAGEMENT PART 1 - GENERAL 1.1 SUMMARY A. The ENGINEER will subscribe to an Internet -Based Construction Management system specific for this project. The System will be managed by the ENGINEER. B. The project website shall provide server space and secured access to staff members representing the OWNER, ENGINEER, and CONTRACTOR. Each user shall have a separate log -in name and password to access the website. C. Contract management related documents shall be submitted, tracked, responded to, and made available to the OWNER, ENGINEER, and CONTRACTOR over the Internet. 1.2 ALLOWANCE (NOT USED) 1.3 REQUIREMENTS A. The CONTRACTOR shall make all submittals in electronic format. The required format will be discussed at the pre -construction meeting. The software product to be chosen shall support multiple file formats and provide viewing and markup capability. B. The website includes a secured document management system for storing and making available to the Project team the following: 1. Ability to store files and correspondence. 2. Latest drawings and specifications. 3. Project progress photos. C. The website shall include the following database driven applications. The system shall be designed to inform team members regarding new or updated documents and automatic task assignment and overdue notifications. The following items shall be entered, submitted, tracked, and responded to on-line. 1. Meeting Minutes 2. Supplemental Instructions 3. Field Reports 4. RFIs (Requests For Information) 5. Shop Drawings/Submittals 6. PCMs (Proposed Contract Modifications) 7. Change Orders 8. Field Orders 9. Contractor's Weekly Reports 10. Contractor's Storm Water Pollution Prevention Inspections 11. Applications for Payment with Schedule of Values, Payment Forecast Schedules 12. Construction Schedule 1.4 ARCHIVES A. The chosen web based project management application is capable of archiving all files on the website periodically. B. All data from the website, such as RFIs, Submittals, etc. will be available in the archive. PART2-PRODUCTS 2.1 SOFTWARE A. General information on the software product to be used can be obtained by looking at the following website: Projectmates By Systemates, Inc., Dallas, Texas AUGUST 2014 _= 01039 - Page 1 of 2 INTERNET-BASED CONSTRUCTION MANAGEMENT M:\2013\NWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01039 INTERNET-BASED CONSTRUCTION ' MANAGEMENT.DOCX 0425-013-03 www.projectmates.com E-mail: info@projectmates.com Phone: 214-217-4100 2.2 TRAINING A. Training by the vendor is not required. CONTRACTOR may ask ENGINEER questions regarding the use of the system. 2.3 SUPPORT A. Software support will be available by the software vendor to all users of the project. 2.4 OPERATION A. CONTRACTOR shall maintain a PC system on the jobsite including high-speed access to the Internet and ability to scan documents. 2.5 DURATION A. The website shall be active during construction and a minimum of 3 months past Final Completion. The OWNER and ENGINEER will have the option to continue use of the website after completion of the project. 2.6 ARCHIVES A. All files on the website shall be archived every quarter and at the end of the Project. These archives will be made available to the CONTRACTOR for download over the Internet. END OF SECTION AUGUST 2014 01039 - Page 2 of 2 - INTERNET-BASED CONSTRUCTION MANAGEMENT M:\2013\NWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01039 INTERNET—BASED CONSTRUCTION MANAGEMENT.DOCX j 7 s 0425-013-03 SECTION 01100 SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Project Identification and Contact Information. 2. Scope of Work. 3. Type of the Contract. 4. Work under other contracts. 5. Limits of subcontractor participation. 6. Use of premises. 7. Owner's occupancy requirements. 8. Work restrictions. 9. Special Formats and Conventions. 10. Permits. 11. Other professional services. B. Related Sections include the following: 1. Division 1 Section 01105 "Sequence of Construction" for requirements for the construction sequence of various work elements. 2. Division 1 Section 01500 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT IDENTIFICATION AND CONTACT INFORMATION A. Project Identification: Northwest Water Reclamation Plant - Potable Water Pipeline 1. Project Location: Lubbock, Texas B. OWNER: City of Lubbock 1. OWNER'S Representative: John Turpin, P.E., Chief Water Utilities Engineer, City of Lubbock, 1625 13th Street, Lubbock, Texas 79401. In case of emergency, OWNER's emergency contact is Josh Flud (806) 5484152. 2. ENGINEER: Nathan K. Rigler, P.E.., Hugo Reed & Associates, Inc., 1601 Avenue N, Lubbock, TX 79401 1.4 SCOPE OF WORK A. The Work, under this Contract, consists of furnishing all labor, supervision, equipment, tools, materials, transportation, services, and related items necessary for the construction and completions, start-up and placing in service the Project described in the following paragraphs. 1. The Work includes, but not necessarily limited to, construction of the following new facilities: a. 16" C-905 PVC water line and all necessary fittings and appurtenances. b. 12" C-900 PVC water line and all necessary fittings and appurtenances. C. 10" C-900 PVC water line and all necessary fittings and appurtenances. d. 8" C-900 PVC water line and all necessary fittings and appurtenances. e. Fire hydrants, including all pipelines, fittings and appurtenances. f. Gate valves and valve boxes g. Butterfly Valves in vaults h. Air/Vacuum relief valves in vaults i. Steel pipe for bore encasement 2. The Work includes the following items: a. Clearing as required to complete the work. _,. AUGUST 2014 01100 - Page 1 of 3 SUMMARY M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT specs\division 1\01100 summary.doe 0425-013-03 b. Trench safety systems, trench excavation, pipe embedment and placement, and trench backfill. C. Boring and casing pipe. d. Prior to final walk-thru the CONTRACTOR shall clean dirt and construction debris from the facilities including valve vaults and manholes and shall clean and touch-up paint all painted items. e. Other facilities and services necessary for proper execution and completion of this Project. 3. Testing of all systems to ensure compliance with all Texas Commission on Environmental Quality (TCEQ) applicable rules and requirements. 4. Unless otherwise specified, CONTRACTOR shall provide the following: a. Temporary facilities and controls as specified in Division 1 Section "Temporary Facilities and Controls." b. Provide quality control, material testing, field-testing, and related services in accordance with Division 1 Section "Quality Requirements." C. Field surveying required for support of construction operations. d. Applicable permits, licenses and jurisdictional inspections, and related work as necessary for OWNER to assume operation of facilities. 1.5 TYPE OF CONTRACT A. Project will be constructed under a single prime contract. 1.6 LIMITS OF SUBCONTRACTOR PARTICIPATION A. It is the intent of these Contract Documents that a General Contractor completes the Project having the capability to perform a substantial percentage a minimum of forty (40) percent of the total Project. The apparent low bidder for the Project shall submit a list of work to be performed by subcontractors and materials purchased directly by subcontractors, with their estimated dollar value for consideration. Contractors may be disqualified if more than sixty (60) percent of the total Project is to be performed by subcontractors. 1.7 USE OF PREMISES A. General: CONTRACTOR shall have use of premises for construction operations as indicated on Drawings by the Contract limits. B. Use of Site: Limit use of premises to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to areas where work is permitted. 2. OWNER Occupancy: Allow for OWNER occupancy of Project site at all times. 1.8 OWNER'S OCCUPANCY REQUIREMENTS OWNER Occupancy of Completed Areas of Construction: OWNER reserves the right to occupy and to place and install equipment in completed areas of Project, before Substantial Completion, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and partial occupancy shall not constitute acceptance of the total Work. 1. ENGINEER will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied before OWNER occupancy. 2. Provide not less than 72 hours' notice to OWNER of activities that will affect OWNER'S operations. 1.9 WORK RESTRICTIONS A. Work Hours: Work shall be generally performed during working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, unless otherwise arranged as outlined below. 1. Saturday Hours: permitted with written notification to OWNER 48 hours in advance. 2. Early Morning Hours: Contractor shall minimize early morning hours or late evening hours of work without written permission by the OWNER 3. Contractor shall comply with local requirements of authorities having jurisdiction for restrictions on noisy work. Obtain required variances before proceeding with the work. AUGUST 2014 01100 - Page 2 of 3 SUMMARY M:12013\NWWRP_DESIGNIDOCUMENTSISPECS\POTABLE WATERLINE PROJECT specs\division 1\01100 summary.doc 0425-013-03 4. Work on Sundays and Holidays should be avoided. B. Existing Utility Interruptions: Do not interrupt existing utilities unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify ENGINEER not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without ENGINEER'S written permission. 1.10 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using a 17-division format and CSI "Master Format" numbering system. 1. Division 1: Sections in Division 1 govern the execution of the Work of all Sections in the Specifications. 2. Division 2: Used for water pipeline materials and construction. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred, as the sense requires. Singular words shall be interpreted as plural and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by CONTRACTOR. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by CONTRACTOR or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 3. Additional meaning of language used may be found in the General Conditions Article "Defined Terms and Terminology." 1.11 PERMITS A. Attention is directed to the requirements of the General Conditions regarding obtaining permits. The CONTRACTOR shall obtain and pay for all applicable permits in connection with the Work including a stormwater discharge permit. The Bid Prices shall include the costs for obtaining all required permits, as well as performing the work in accordance with the permit requirements. The fees associated with City of Lubbock permits will be waived; however, the CONTRACTOR shall be required to obtain the permits. 1.12 OTHER PROFESSIONAL SERVICES A. Other Professional Services: Engineer(s) or engineering firms which may be retained by the CONTRACTOR or his subcontractors or vendors to fulfill engineering requirements of the Project during the construction phase. B. When professional engineering services are required during the course of the Project, the CONTRACTOR shall comply with the requirements of Subchapter A, Chapter 2254, Texas Government Code and shall select and award on the basis of demonstrated competence and qualifications to perform the services for a fair and reasonable price and shall not select services or award contracts on the basis of competitive bidding. END OF SECTION AUGUST 2014 01100 - Page 3 of 3 SUMMARY M:\2013\NWWRP—DESIGNXDOCUMENTSNSPECSNPOTABLE WATERLINE PROJECT specs\division 1\01100 summary.doc I iM This page intentionally left blank. SECTION 01105 SEQUENCE OF CONSTRUCTION PART 1 - GENERAL 0425-017-02 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 GENERAL A. The CONTRACTOR shall NOT conduct construction, stockpiling, or other activities between Stations 0+34.00 and 23+08.45, as shown on the plans, until at least 30 days after receipt of notice to proceed from the OWNER. B. The CONTRACTOR shall prepare and submit a project schedule within 30 days of beginning work, outlining the schedule and time requirements for completion of the contract items. C. The CONTRACTOR shall notify the OWNER at least 14 days in advance and again three (3) days prior to beginning work on a particular area, and coordinate with the OWNER the specific items to be isolated and duration for each. D. Prior to beginning work, the CONTRACTOR shall have on -site all materials, equipment, and personnel necessary to complete the work in the time scheduled. E. The CONTRACTOR shall ensure that all necessary permits have been obtained by the OWNER prior to crossing railroad and state rights -of -way. F. Access to all areas under construction must be maintained and accessible at all times. G. Existing plugged pipelines, in which water has been standing, shall have to be cleaned of debris prior to connecting to a new pipeline. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION AUGUST 2014 01105 Page 1 of 1 SEQUENCE OF CONSTRUCTION M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01105 sequence of construction.doc This page intentionally left blank. 0425-013-03 SECTION 01250 CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing Contract modifications. B. Related Sections include the following: 1. Division 1 Section 01270 "Unit Prices" for administrative requirements for using unit prices. 1.3 MINOR CHANGES IN THE WORK A. ENGINEER will issue Field Orders authorizing Minor Changes in the Work, not involving adjustment to the Contract Sum or the Contract Time. 1.4 PROPOSAL REQUESTS A. OWNER -Initiated Proposal Requests: ENGINEER will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Proposal Requests issued by ENGINEER are for information only. Do not consider them instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. B. CONTRACTOR -Initiated Proposals: If latent or unforeseen conditions require modifications to the Contract, CONTRACTOR may propose changes by submitting a request for a change to ENGINEER. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. ._ AUGUST 2014 01250 - Page 1 of 2 CONTRACT MODIFICATION PROCEDURES M:\2013WWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01250 CONTRACT MODIFICATION PROCEDURES.DOCX 0425-013-03 6. Comply with requirements in Division 1 Section 01600 "Product Requirements" if the proposed change requires substitution of one product or system for product or system specified. C. Proposal Request Form: Use forms provided by OWNER. 1.5 CHANGE ORDER PROCEDURES A. On OWNER'S approval of a Proposal Request, ENGINEER will issue a Change Order for signatures of OWNER and CONTRACTOR. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 SUPPLEMENT A. Forms are provided using an electronic format provided by OWNER in accordance with Division 1 Section 01039 "Internet -based Construction Management." END OF SECTION AUGUST 2014 01250 - Page 2 of 2 CONTRACT MODIFICATION PROCEDURES M:X2013WWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1NO1250 CONTRACT MODIFICATION PROCEDURES.DOCX 0425-013-03 SECTION 01270 UNIT PRICES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for unit prices. 1.3 RELATED SECTIONS: 1. Section 01020 — Measurement and Payment 2. Section 01250 — Contract Modification Procedures for procedures for submitting and handling Change Orders. 1.4 DEFINITIONS A. Unit price is an amount proposed by bidders as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if estimated quantities of Work required by the Contract Documents are increased or decreased. 1.5 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit. B. OWNER reserves the right to reject CONTRACTOR'S measurement of work -in -place that involves use of established unit prices and to have this work measured, at OWNER'S x' expense, by an independent surveyor acceptable to CONTRACTOR. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION AUGUST 2014 01270 - Page 1 of 1 UNIT PRICES M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01270 unit pdces.doc This page intentionally left blank. 0425-013-03 SECTION 01290 PAYMENT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. 1.3 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor's Construction Schedule 1. Correlate line items in the Schedule of Values with other required administrative forms and schedules, including Application for Payment forms with Continuation Sheets, Submittals Schedule, and Contractor's Construction Schedule. 2. Submit the Schedule of Values to ENGINEER at earliest possible date but no later than ten (10) days before the date scheduled for submittal of initial Applications for Payment. B. Format and Content: Use the Project Manual bid submittal form as a guide to establish line items for the Schedule of Values. Provide at least one line item for each bid item. 1. Identification: Include the following Project identification on the Application for Payment: a. Project name and location. b. OWNER'S Project Number. C. Name of ENGINEER. d. ENGINEER'S project number. e. CONTRACTOR'S name and address. f. Date of submittal. g. Application for Payment number. 2. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Provide several line items for principal subcontract amounts, where appropriate. 3. Mobilization payment shall not exceed 5 percent of the total Contract amount. 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. a. 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. b. 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. C. 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. d. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. 4. Include separate line items under required principal subcontracts for operation and maintenance manuals, punch list activities, Project Record Documents, and demonstration and training in the amount of 5 percent of the Contract Sum. 5. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 6. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. AUGUST 2014 01290 - Page 1 of 4 PAYMENT PROCEDURES M:\20131NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\DIVISION 1\01290 PAYMENT PROCEDURES.DOCX 0425-013-03 7. Include accepted Schedule of Values for each schedule or portion of lump sum Work, and the unit price breakdown for Work to be paid on a unit price basis. 8. Include separate line item for each Change Order and Work Order Directive executed prior to date of submission. Provide further breakdown of such as requested by ENGINEER. 9. Provide separate line items in the Schedule of Values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 10. Each item in the Schedule of Values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. 11. Schedule Updating: Update and resubmit the Schedule of Values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.4 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by ENGINEER and paid for by OWNER. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: The date for each progress payment is indicated in the Agreement between OWNER and CONTRACTOR. The period of construction Work covered by each Application for Payment is the period indicated in the Agreement. C. Payment Application Forms: Use one of the following forms for Applications for Payment. 1. AIA Document G702 and AIA Document G703 Continuation Sheets 2. AIA Document G702/CMa and AIA Document G703 Continuation Sheets 3. EJCDC Document 1910-8-E, or 4. CONTRACTOR'S form, when approved by ENGINEER and OWNER. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of CONTRACTOR. ENGINEER will return incomplete applications without action. 1. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. E. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of Values. 3. Contractor's Construction Schedule (preliminary if not final). 4. Schedule of unit prices. 5. Submittals Schedule (preliminary if not final). 6. List of Contractor's staff assignments. 7. List of Contractor's principal consultants. 8. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 9. Initial progress report. 10. Report of preconstruction conference. 11. Certificates of insurance and insurance policies. F. Schedule of Values: CONTRACTOR shall submit to the ENGINEER for review and approval a Schedule of Values for portions of work that are lump sum bid items. G. Payment Application Procedures: 1. Once a month, the CONTRACTOR shall submit to the OWNER'S Representative one (1) draft copy of the partial pay estimate for review. OWNER'S Representative shall review and revise, as necessary, and then return the draft to the CONTRACTOR. Allow OWNER'S Representative seven (7) days minimum to check pay estimate. AUGUST 2014 01290 - Page 2 of 4 PAYMENT PROCEDURES M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 7\01290 PAYMENT PROCEDURES.DOCX F 0425-013-03 2. CONTRACTOR shall then prepare three (3) original signed copies for the OWNER'S Representative's signature. Provide one (1) extra original for OWNER'S Representative to check one more time. (Original signatures are required on all three (3) summary pages and three (3) signature pages. Photocopied signatures will not be accepted.) 3. One copy shall include waivers of lien and similar attachments if required. Partial pay requests shall be on forms approved by the OWNER. 4. CONTRACTOR shall use approved Schedule of Values and Bid Schedule for pay items. Provide signature space for CONTRACTOR, RPR, ENGINEER, and OWNER. John Turpin with the City of Lubbock will sign for the OWNER. 5. Pay Estimate pages should be submitted in this order: a. Summary of Payment Estimate Values with notarized statement. b. Attachment A — Total Value of Contract Performed C. Attachment B — Extra Work on Approved Change Orders d. Attachment C — Materials on Hand e. Copies of new "materials on hand" invoices received during the current payment period placed in the order listed on Attachment C. Copies of invoices for prior periods do not need to be submitted again. f. Attachment D — Project Summary g. Signature page 6. The CONTRACTOR shall submit the six (6) signed copies to the ENGINEER for review and forwarding to the OWNER for payment. 7. The ENGINEER will review and if he approves shall mail the six (6) copies to the OWNER. 8. CONTRACTOR should always check pay estimate remittance copies for any corrections prior to preparation of the next pay estimate. Just because the payment amount is the same as that submitted does not mean there were no errors. 9. Type written working copies are required. 10. Materials incorporated into the project are tax-exempt. CONTRACTOR is responsible for all taxes related to construction of this project. 11. Some of this pay estimate process may be able to be performed electronically. H. Contractor's Affidavit. Beginning with the second Application for Payment, each Application shall include a Contractor's Affidavit regarding discharge of payment obligations in accordance with the General Conditions. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion issued previously for OWNER occupancy of designated portions of the Work. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Requirements of General and Supplementary Conditions for final payment. 2. Evidence of completion of Project closeout requirements. 3. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 4. Updated final statement, accounting for final changes to the Contract Sum. 5. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 6. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 7. AIA Document G707, "Consent of Surety to Final Payment." 8. Evidence that claims have been settled, or provide a list of claims CONTRACTOR believes are unsettled. 9. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when OWNER took possession of and assumed responsibility for corresponding elements of the Work. 10. Final, liquidated damages settlement statement. AUGUST 2014 01290 - Page 3 of 4 PAYMENT PROCEDURES M:U013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\DIVISION 1\01290 PAYMENT PROCEDURES.DOCX 0425-013-03 1 1.5 MEASUREMENT AND PAYMENT A. Refer to Section 01020 —Measurement and Payment 1.6 NONPAYMENT FOR REJECTED OR UNUSED PRODUCTS A. Payment will not be made for the following: 1. Loading, hauling, and disposing of rejected material. 2. Quantities of material wasted or disposed of in manner not called for under Contract Documents. 3. Rejected loads of material, including material rejected after it has been placed by reason of failure of CONTRACTOR to conform to provisions of Contract Documents. 4. Material not unloaded from transporting vehicle. 5. Material remaining on hand after completion of work. 1.7 PARTIAL PAYMENT FOR STORED MATERIALS AND EQUIPMENT A. Partial Payment: No partial payment will be made for materials and equipment delivered or stored unless Shop Drawings or preliminary operation and maintenance manuals are acceptable to ENGINEER. B. Final Payment: Will be made only for products incorporated in Work; remaining products, for which partial payment have been made, shall revert to CONTRACTOR unless otherwise agreed, and partial payments made for those items will be deducted from final payment. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION AUGUST 2014 01290 - Page 4 of 4 PAYMENT PROCEDURES M:�2013\NWWRP_DESIGNIDOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1101290 PAYMENT PROCEDURES.DOCX j i_ J 0425-013-03 SECTION 01310 PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination Drawings. 2. Administrative and supervisory personnel. -j 3. Project meetings. 4. Requests for Information (RFI). B. Related Sections include the following: 1. Division 1 Section 01320 "Construction Progress Documentation" for preparing and submitting Contractor's Construction Schedule. 2. Division 1 Section 01700 "Execution Requirements" for procedures for coordinating general installation and field -engineering services, including establishment of benchmarks and control points. 3. Division 1 Section 01770 "Closeout Procedures" for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request for Information - Request from Contractor seeking interpretation or clarification of the Contract Documents. 1.4 COORDINATION A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, which depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required obtaining the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. 4. Where availability of space is limited, coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for OWNER and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. AUGUST 2014 01310 -Page 1 of 5 _ PROJECT MANAGEMENT AND COORDINATION M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\DIVISION 1\01310 project management and coordination.doc 0425-013-03 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Pre -installation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 1.5 SUBMITTALS A. Coordination Drawings: Prepare Coordination Drawings, as applicable, if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Content: Project -specific information, drawn accurately to scale. Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. Include the following information, as applicable: a. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. b. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to ENGINEER for resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. 2. Sheet Size: At least 8-1/2 by 11 inches but no larger than 11 by 17 inches. 3. Number of Copies: Transmit submittals per Division 1 Section 01039 'Internet -Based Construction Management." 4. Refer to individual Sections for Coordination Drawing requirements for Work in those Sections. 1.6 PROJECT MEETINGS A. General: ENGINEER will schedule and conduct meetings and conferences at Project site, unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify OWNER, ENGINEER, CONTRACTOR, and Consultants of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Notes: Record significant discussions and agreements achieved. Distribute the meeting notes to everyone concerned within 7 days of the meeting. B. Preconstruction Conference: OWNER will schedule a preconstruction conference before starting construction, at a time convenient to OWNER, ENGINEER, and CONTRACTOR, but generally no later than 15 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1. Attendees: Authorized representatives of OWNER, ENGINEER, and their consultants; CONTRACTOR and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing and long -lead items. d. Designation of key personnel and their duties. e. Procedures for processing field decisions and Change Orders. f. Procedures for RFls. g. Procedures for testing and inspecting. AUGUST 2014 01310 -Page 2 of 5 PROJECT MANAGEMENT AND COORDINATION M:QO13\NWWRP DESIGNIDOCUMENTS\SPECStPOTABLE WATERLINE PROJECT SPECS\DIVISION M1310 project management and coordination.doc 0425-013-03 h. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents. j. Submittal procedures. k. Environmental requirements. I. Preparation of Record Documents. M. Use of the premises. n. Work restrictions. o. Responsibility for temporary facilities and controls. p. Construction waste management and recycling. q. Parking availability. r. Office, work, and storage areas. S. Equipment deliveries and priorities. t. First aid. U. Security. V. Progress cleaning. W. Working hours. Notes: ENGINEER will record and distribute meeting notes. C. Progress Meetings: Conduct progress meetings on biweekly intervals. Coordinate dates of meetings with preparation of payment requests. 1. Attendees: In addition to representatives of OWNER and ENGINEER, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off -site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Work hours. 10) Hazards and risks. 11) Progress cleaning. 12) Quality and work standards. 13) Status of correction of deficient items. 14) Field observations. 15) RFIs. 16) Status of proposal requests. 17) Pending changes. 18) Status of Change Orders. 19) Pending claims and disputes. 20) Documentation of information for payment requests. 3. Notes: ENGINEER will record and distribute to Contractor the meeting notes. AUGUST 2014 01310 -Page 3 of 5 PROJECT MANAGEMENT AND COORDINATION M:12013\NWWRP_DESIGN\DOCUMENTS\SPECStPOTABLE WATERLINE PROJECT SPECS\DIVISION IX01310 project management and coordination.doc 0425-013-03 4. Reporting: CONTRACTOR shall distribute notes of the meeting to each subcontractor present and to parties who should have been present. a. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. 1.7 REQUESTS FOR INFORMATION (RFI) A. Procedure: Immediately on discovery of the need for interpretation or information of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit a RFI per Division 1 Section 01039 "Internet -Based Construction Management." 1. RFIs shall originate with CONTRACTOR. RFIs submitted by entities other than CONTRACTOR will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in CONTRACTOR'S work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of CONTRACTOR. 4. Name of ENGINEER. 5. RFI number, numbered sequentially. 6. Specification Section number and title and related paragraphs, as appropriate. 7. Drawing number and detail references, as appropriate. 8. Field dimensions and conditions, as appropriate. 9. CONTRACTOR'S suggested solution(s). If CONTRACTOR'S solution(s) impact the Contract Time or the Contract Sum, CONTRACTOR shall state impact in the RFI. 10. Contractor's signature. 11. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. C. ENGINEER'S Action: ENGINEER will review each RFI, determine action required, and return it. Allow seven working days for ENGINEER'S response for each RFI. RFIs received after 1:00 p.m. local time will be considered as received the following working day. 1. The following RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of ENGINEER'S actions on submittals. f. Incomplete RFIs or RFIs with numerous errors. 2. ENGINEER'S action may include a request for additional information, in which case ENGINEER'S time for response will start again. 3. ENGINEER'S action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for CONTRACTOR to submit Change Proposal according to Division 1 Section 01250 "Contract Modification Procedures." a. If CONTRACTOR believes the RFI response warrants change in the Contract Time or the Contract Sum, notify ENGINEER in writing within 10 days of receipt of the RFI response. D. On receipt of ENGINEER'S action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify ENGINEER within seven days if CONTRACTOR disagrees with response. AUGUST 2014 01310 -Page 4 of 5 PROJECT MANAGEMENT AND COORDINATION M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01310 project management and coordination.doc 0425-013-03 E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. 1. Project name. 2. Name and address of CONTRACTOR. 3. Name and address of ENGINEER. 4. RFI number including RFIs that were dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. 7. Date ENGINEER'S response was received. 8. Identification of related Field Order and Proposal Request, as appropriate. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 SUPPLEMENTS A. Forms are provided using an electronic format provided by OWNER in accordance with Division 1 Section 01039 "Internet -based Construction Management." END OF SECTION AUGUST 2014 01310 -Page 5 of 5 PROJECT MANAGEMENT AND COORDINATION M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01310 project management and coordination.doc This page intentionally left blank. 0425-013-03 SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Contractor's Construction Schedule. 2. Submittals Schedule. 3. Construction reports. 4. Field condition reports. B. Related Sections include the following: g- 1. Division 1 Section 01290 "Payment Procedures" for submitting the Schedule of Values. a2. Division 1 Section 01310 "Project Management and Coordination" for submitting and distributing meeting and conference minutes. 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project. C. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. D. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either OWNER or CONTRACTOR, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. E. Fragment: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. F. Major Area: An area of construction, a separate facility, or a similar significant construction element. 1.4 SUBMITTALS A. Submittals Schedule: Submit per Section 01039 "Internet -Based Construction Management." Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for ENGINEER'S response. AUGUST 2014 01320 - Page 1 of 4 CONSTRUCTION PROGRESS DOCUMENTATION M:\2013\NVVWRP-DESIGN\DOCUMENTSkSPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01320 CONSTRUCTION PROGRESS DOCUMENTATION.DOCX 0425-013-03 t B. Preliminary Network Diagram: Transmit submittals per Division 1 Section 01039 "Internet - Based Construction Management," large enough to show entire network for entire construction period. Show logic ties for activities. C. Contractor's Construction Schedule: Submit per Section 01039 "Internet -Based Construction Management." D. CPM Reports: Concurrent with CPM schedule, submit per Section 01039 "Internet -Based Construction Management." Format for each activity in reports shall contain activity number, activity description, cost and resource loading, original duration, remaining duration, early start date, early finish date, late start date, late finish date, and total float in calendar days. 1. Activity Report: List of all activities sorted by activity number and then early start date, or actual start date if known. 2. Logic Report: List of preceding and succeeding activities for all activities, sorted in ascending order by activity number and then early start date, or actual start date if known. 3. Total Float Report: List of all activities sorted in ascending order of total float. E. Weekly Construction Reports: Submit per Section 01039 "Internet -Based Construction Management." F. Field Condition Reports: Submit per Section 01039 "Internet -Based Construction Management." 1.5 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2 - PRODUCTS 2.1 SUBMITTALS SCHEDULE A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates. 1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and Contractor's Construction Schedule. 2. Submit concurrently with the first complete submittal of Contractor's Construction Schedule. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for the Notice to Proceed to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each facility or separate area as a separate numbered activity for each principal element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than approximately 20 days. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. AUGUST 2014 01320 - Page 2 of 4 CONSTRUCTION PROGRESS DOCUMENTATION M:k2013\NWWRP- DESIGN\DOCUMENTS\SPECSXPOTABLE WATERLINE PROJECT SPECS\DIVISION 1%01320 CONSTRUCTION PROGRESS DOCUMENTATION.DOCX i 1 1 0425-013-03 3. Submittal Review Time: Include review and resubmittal times indicated in Division 1 4 Section 01330 "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for ENGINEER'S administrative procedures rt necessary for certification of Substantial Completion. ' C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Work under More Than One Contract: Include a separate activity for each contract. 2. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. C. Uninterruptible services. d. Partial occupancy before Substantial Completion. e. Use of premises restrictions. f. Provisions for future construction. } g. Seasonal variations. h. Environmental control. 3. Work Stages: Indicate important stages of construction for each major portion of the Work. D. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion. E. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time -impact analysis using fragments to demonstrate the effect of the proposed change on the overall project schedule. 2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART) A. Gantt -Chart Schedule: Submit a comprehensive, fully developed, horizontal Gantt -chart - type, Contractor's Construction Schedule within 30 days of date established for the Notice to Proceed. Base schedule on the Preliminary Construction Schedule and whatever updating and feedback was received since the start of Project. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. 1. For construction activities that require 3 months or longer completing, indicate an estimated completion percentage in 10 percent increments within time bar. 2.4 CONTRACT TIME A. Contract time cannot be changed by the submission of progress changes. Contract time can only be modified by approved Change Order. 2.5 REPORTS A. Weekly Construction Reports: Prepare a weekly construction report recording the following information concerning events at Project site: 1. Construction progress. 2. List of subcontractors at Project site. 3. Equipment at Project site. 4. Material deliveries. 5. High and low temperatures and general weather conditions. 6. Accidents. 7. Stoppages, delays, shortages, and losses. 8. Meter readings and similar recordings. 9. Orders and requests of authorities having jurisdiction. 10. Services connected and disconnected. 11. Equipment or system tests and startups. B. Field Condition Reports: Immediately on discovery of a difference between field conditions and the Contract Documents, prepare and submit a detailed report. Submit with a Request ._ AUGUST 2014 01320 - Page 3 of 4 CONSTRUCTION PROGRESS DOCUMENTATION M:\2013WWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01320 CONSTRUCTION PROGRESS DOCUMENTATIONAOCX 0425-013-03 for Information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule duting each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate Actual Completion percentage for each activity. B. Distribution: Distribute copies of approved schedule to ENGINEER, OWNER, separate contractors, testing and inspecting agencies, and other parties identified by CONTRACTOR with a need -to -know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION AUGUST 2014 _) 01320 - Page 4 of 4 CONSTRUCTION PROGRESS DOCUMENTATION M:\2013\t4WWRP-DESIGNXDOCUMENTSXSPECSXPOTABLE WATER LINE PROJECT SPECSIDIVISION 1\01320 CONSTRUCTION PROGRESS DOCUMENTATION.DOCX j SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS 0425-013-03 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. ( 1.2 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Final completion construction photographs. B. Related Sections include the following: 1. Division 1 Section 01330 "Submittal Procedures" for submitting photographic documentation. 2. Division 1 Section 01770 "Closeout Procedures" for submitting photographic negatives and digital media as Project Record Documents at Project closeout. 1.3 SUBMITTALS A. Key Plan: Submit key plan of Project site with notation of vantage points marked for location and direction of each photograph. Indicate elevation or stage of construction of structure or area. Include same label information as corresponding set of photographs. B. Construction Photographs: Submit two prints of each photographic view and two CD-ROMs each containing a complete set of digital image files within seven days of taking photographs. 1. Format: 5-by7-inch smooth -surface matte prints on single -weight commercial -grade photographic paper, enclosed back to back in clear plastic sleeves that are punched for standard 3-ring binder. 2. Identification: On back of each print, provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Name of ENGINEER. C. Name of CONTRACTOR. d. Date photograph was taken if not date stamped by camera. e. Description of vantage point, indicating location, direction (by compass point), and elevation or stage of construction. f. Stationing or northing and easting of major pipe, valves, or structures. g. Unique sequential identifier. 3. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints as a Project Record Document on CD-ROM. Identify electronic media with date photographs were taken. Submit images that have same aspect ratio as the sensor, uncropped. 1.4 QUALITY ASSURANCE (NOT USED) 1.5 COORDINATION A. Auxiliary Services: Cooperate with photographer and provide auxiliary services requested, including access to Project site and use of temporary facilities, including temporary lighting required to produce clear, well -lit photographs without obscuring shadows. AUGUST 2014 01322 - Page 1 of 3 PHOTOGRAPHIC DOCUMENTATION M:\2013\4WWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\division 1\01322 photographic documentation.doc 0425-013-03 1.6 USAGE RIGHTS A. Obtain and transfer copyright usage rights from photographer to OWNER for unlimited reproduction of photographic documentation. PART2-PRODUCTS 2.1 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in JPEG format, produced by a digital camera with minimum sensor size of 10.0 mega pixels, and at an image resolution of up to 3072 by 2304 pixels, capable of producing 5 x 7 photo reproductions. PART 3 - EXECUTION 3.1 CONSTRUCTION PHOTOGRAPHS A. Photographer: A commercial photographer or a member of the CONTRACTOR'S staff may take the initial and final progress photographs. B. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out -of -focus areas will not be accepted. 1. Maintain key plan with each set of construction photographs that identifies each photographic location. C. Film Images: 1. Date Stamp: Unless otherwise indicated, date and time stamp each photograph as it is being taken so stamp is integral to photograph. 2. Field Office Prints: Retain one set of prints of progress photographs in the field office at Project site, available at all times for reference. Identify photographs same as for those submitted to ENGINEER. D. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image -editing software. 1. Date and Time: Include date and time in filename for each image. _ 2. Field Office Images: Maintain one set of images on CD-ROM in the field office at Project site, available at all times for reference. Identify images same as for those submitted to ENGINEER. E. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points, as directed by ENGINEER. Preconstruction photographs must be submitted to OWNER prior to the first application for payment. `- 1. Flag construction limits before taking construction photographs. 2. Take a minimum of ten (10) photographs to show existing conditions adjacent to property before starting the Work. 3. Take photographs of existing facilities either on or adjoining property to accurately record physical conditions at start of construction. F. Final Construction Photograph. Provide post -construction color photographs at locations reasonably close to the location of the pre -construction photographs to document conditions of the Project site following construction. G. Additional Photographs: ENGINEER may issue requests for additional photographs, in addition to periodic photographs specified. 1. Three days notice will be given, where feasible. 2. In emergency situations, take additional photographs within 24 hours of request. 3. Circumstances that could require additional photographs include, but are not limited to, the following: AUGUST 2014 01322 - Page 2 of 3 PHOTOGRAPHIC DOCUMENTATION M:120131NWWRP_DESIGM00CLIMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1101322 photographic documentation.doc 0425-013-03 a. Special events planned at Project site. b. Immediate follow-up when on -site events result in construction damage or losses. C. Photographs to be taken at fabrication locations away from Project site. These photographs are not subject to unit prices or unit -cost allowances. d. Substantial Completion of a major phase or component of the Work. e. Extra record photographs at time of final acceptance. f. Owner's request for special publicity photographs. END OF SECTION F _r AUGUST 2014 01322 - Page 3 of 3 ._= PHOTOGRAPHIC DOCUMENTATION M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01322 photographic documentation.doc i This page intentionally left blank. SECTION 01330 SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS 0425-013-03 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. - 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections include the following: 1. Division 1 Section 01770 "Closeout Procedures" for submitting warranties. 2. Division 1 Section 01781 "Project Record Documents" for submitting Record Drawings, _'- Record Specifications, and Record Product Data. 3. Divisions 2 Sections for specific requirements for submittals in those Sections. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires ENGINEER'S responsive action. B. Informational Submittals: Written information that does not require ENGINEER'S responsive action. 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 requires 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. ENGINEER reserves 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 Division 1 Section 01320 "Construction Progress Documentation" 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 resubmittals, as follows. Time for review shall commence on ENGINEER'S receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 7 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. ENGINEER will advise CONTRACTOR when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 4 days for review of each resubmittal. AUGUST 2014 01330 - Page 1 of 6 SUBMITTAL PROCEDURES M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01330 submittal procedures.doc 0425-013-03 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 on label or beside title block to record CONTRACTOR'S review markings (Green in color). 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of ENGINEER. d. Name and address of CONTRACTOR. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. h. Submittal number shall be by means of a specification number, a chronological order, and a letter suffices to indicate number of times submitted. 1) Submittal number shall use Specification Section number followed by a hyponym and then a sequential number (e.g., 06100-01). Resubmittals shall include an alphabetic suffix after another hyponym (e.g., 06100-01-A). i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Location(s) where product is to be installed, as appropriate. I. Other necessary identification. E. Deviations from Contract Documents: CONTRACTOR shall highlight, encircle, or otherwise specifically identify deviations (Green in color) from the Contract Documents on submittals. Requests for deviation shall be by Contractor's Modification Request in accordance with the requirements of Division 1 Section 01250 "Contract Modification Procedures." F. Additional Copies: Unless additional copies are required for final submittal, and unless ENGINEER observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. G. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit submittals per Division 1 Section 01039 "Internet -Based Construction Management." ENGINEER will return submittals, without review, received from sources other than Contractor. H. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked "REVIEWED." 4. For resubmittals, CONTRACTOR shall provide the entire and complete submittal for project documentation. If the CONTRACTOR provides only the portions required by the previous shop drawing review, then the ENGINEER may elect to return the submittal without review. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, and authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. J. Use for Construction: Use only final submittals with mark indicating "REVIEWED" or "Furnished As Corrected." PART 2-PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 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, not as Product Data. AUGUST 2014 i 01330 - Page 2 of 6 SUBMITTAL PROCEDURES M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01330 submittal procedures.doc 7 i N 0425-013-03 2. Mark each copy of each submittal to show which products and options are applicable. 3. When pre-printed catalog information is submitted, clearly identified item to be submitted with arrow or other mark. Catalog information not marked clearly shall be returned. 4. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C. Manufacturer's installation instructions. d. Manufacturer's catalog cuts. e. Wiring diagrams showing factory -installed wiring. f. Printed performance curves. g. Operational range diagrams. h. Compliance with specified referenced standards. i. Testing by recognized testing agency. 5. Number of Copies: Submit Product Data electronically in accordance with Division 1 Section 01039 "Internet -Based Construction Management". In additional, submit two hard copies to ENGINEER." 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, unless submittal of ENGINEER'S CAD Drawings is otherwise permitted. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Roughing -in and setting diagrams. e. Shopwork manufacturing instructions. f. Templates and patterns. g. Schedules. h. Notation of coordination requirements. i. Notation of dimensions established by field measurement. j. Relationship to adjoining construction clearly indicated. k. Seal and signature of professional engineer if specified. I. Electrical requirements. M. Limits of or range of operation. n. Performance curves. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 40 inches. 3. Number of Copies: Submit Shop Drawings electronically in accordance with Division 1 Section 01039 "Internet -Based Construction Management". In additional, submit two copies to ENGINEER." D. Product Schedule or List: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. 1. Number of Copies: Submit three copies of product schedule or list, unless otherwise indicated. ENGINEER will return two copies. E. Submittals Schedule: Comply with requirements specified in Division 1 Section 01320 "Construction Progress Documentation." F. Application for Payment: Comply with requirements specified in Division 1 Section 01290 "Payment Procedures." G. Schedule of Values: Comply with requirements specified in Division 1 Section 01290 "Payment Procedures." H. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. 1. Number of Copies: Submit three copies of subcontractor list, unless otherwise indicated. ENGINEER will return one copy. _l AUGUST 2014 01330 - Page 3 of 6 SUBMITTAL PROCEDURES M:\2013\NWWRP—DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\division 1\01330 submittal pmcedures.doc 0425-013-03 2.2 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit per Division 1 Section 01039 "Internet -Based Construction Management", unless otherwise indicated. ENGINEER will not return copies. 2. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification. An officer shall sign certificates and certifications or other individual authorized to sign documents on behalf of that entity. 3. Test and Inspection Reports: Comply with requirements specified in Division 1 Section 01400 "Quality Requirements." B. Coordination Drawings: As required, comply with requirements specified in Division 1 Section 01310 "Project Management and Coordination." C. Contractor's Construction Schedule: Comply with requirements specified in Division 1 Section 01322 "Construction Progress Documentation." D. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. E. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. F. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. G. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. H. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. I. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. J. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. K. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. L. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. M. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. N. Operational and Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements specified in Division 1 Section 01782 "Operation and Maintenance Data." O. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of AUGUST 2014 _ 01330 - Page 4 of 6 SUBMITTAL PROCEDURES M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01330 submittal procedures.doc Y. 0425-013-03 loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. P. 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 name of product and name, address, and telephone number of manufacturer. Q. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Statement on condition of substrates and their acceptability for installation of product. 2. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. R. 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. S. Construction Photographs and Videotapes: Comply with requirements specified in Division 1 Section 01322 "Photographic Documentation." T. Material Safety Data Sheets (MSDS): Submit information directly to OWNER; do not submit to ENGINEER. 1. ENGINEER will not review submittals that include MSDS and will return them for resubmittal. 2.3 DELEGATED DESIGN A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of CONTRACTOR by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to ENGINEER. B. Delegated -Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit per Division 1 Section "Internet -Based Construction Management", signed and sealed by the responsible design professional, for each product and system specifically assigned to CONTRACTOR to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. CONTRACTOR shall be responsible for the accuracy and completeness of the information contained in each submittal and shall insure the values, material, equipment, or method of work shall be as described. B. CONTRACTOR shall insure there is no conflict with other submittals and shall notify ENGINEER of each case where a conflict may occur. C. Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp (Green in color) before submitting to ENGINEER. D. Approval Stamp: Stamp each submittal with a uniform, approval stamp (Green in color). 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. t.. AUGUST 2014 01330 - Page 5 of 6 SUBMITTAL PROCEDURES y" M:\2013WWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01330 submittal procedures.doc . i 0425-013-03 3.2 ENGINEER'S ACTION A. General: ENGINEER will not review submittals that do not bear CONTRACTOR'S approval stamp and will return them without action. B. Action Submittals: ENGINEER will review each submittal, make marks to indicate corrections or modifications required, and return it. ENGINEER will either stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, or use the Shop Drawing Review Comments form listed in Part 3 to indicate the action taken for each submittal as follows: 1. "No Exception Taken" a. CONTRACTOR may incorporate product(s) or implement Work covered by submittal. 2. "Make Corrections Noted" a. CONTRACTOR may incorporate product(s) or implement Work covered by submittal, in accordance with ENGINEER'S notations. 3. "Revise and Resubmit" a. Make corrections or obtain missing portions, and resubmit. 4. "Rejected" a. Contractor may not incorporate product(s) or implement Work covered by submittal. C. Informational Submittals: ENGINEER will review each submittal and will not return it, or will return it if it does not comply with requirements. ENGINEER will forward each submittal to appropriate party. D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. 3.3 SUPPLEMENTS A. Forms are provided using an electronic format provided by OWNER in accordance with Division 1 Section 01039 "Internet -based Construction Management." END OF SECTION AUGUST 2014 01330 - Page 6 of 6 SUBMITTAL PROCEDURES M:\2013WWWRP_DESIGN\D000MENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01330 submittal procedures.doc !, i 7 t l SECTION 01400 QUALITY REQUIREMENTS PART 1 - GENERAL 0425-013-03 CONTRACTOR shall coordinate with the OWNER and testing laboratories to allow the OWNER to accomplish the specified field testing. The CONTRACTOR shall furnish, arrange, and pay for inspections and testing of work in place. The CONTRACTOR shall include the cost of inspections and testing in Bid Items 4-30, as appropriate. The purpose of this section is to indicate to the CONTRACTOR the type and extent of testing to be anticipated. 1.1 RELATED DOCUMENTS A. The conditions of the Contract and applicable requirements of Division 1 govern this section. B. Work of Other Sections: Coordinate all work in this section with other related sections. 1.2 TESTING AND INSPECTION AGENCIES A. Testing and inspection services specified in this section will be performed by designated agencies. The CONTRACTOR will select a testing laboratory acceptable to the OWNER. The CONTRACTOR shall pay the laboratory directly for services performed. All field testing shall be paid for by the CONTRACTOR. The CONTRACTOR will coordinate with the testing laboratory. B. Designated Agencies and Function: 1. An independent testing laboratory (ITL), acceptable to the OWNER, shall perform materials testing and inspection services, as specified in this section. C. Designated agencies shall perform testing and inspection services to determine compliance with requirements of the Contract Documents. Such inspections and tests shall be in accordance with building code, local authorities, state regulations, and the specifications of ASTM and other respective technical societies. 1.3 DESCRIPTION OF WORK A. Inspection and testing by independent testing laboratory shall include the following: 1. Soil classification, Proctor testing of on -site and offsite materials proposed for use of in - place density testing of fill, backfill and subgrades. B. Related Work in Other Sections: Work of this section must be coordinated with Work of applicable sections in Division 2. 1.4 APPLICABLE PUBLICATIONS A. The publications below, together with those listed in applicable sections in Division 2 form a part of this specification to the extent referenced. The publications are referred to in the test of this section and in other referenced sections by basic designation only: 1. American Standard for Testing and Materials (ASTM) Publications: a. D-698 Standard Test Methods for Laboratory Compaction Characteristics of soil using Standard Effort b. D 1557 Standard Test Methods for Laboratory Compaction Characteristics of soil using Modified Effort 2. American Water Works Association a. C 651 Standard for Disinfecting Water Mains 1.5 GENERAL REQUIREMENTS A. Comply with provisions of the specifications, codes and/or standards shown or specified on the plans, specifications and contract documents. 1.6 QUALIFICATION OF AGENCIES A. Independent Testing Laboratory (ITL): f_ AUGUST 2014 01400 - Page 1 of 6 QUALITY REQUIREMENTS M:\2013\NWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01400 QUALITY REQUIREMENTS.DOC 0425-013-03 4. Placement date 5. Cylinder number 6. Slump 7. Compressive strength in psi 8. Concrete temperature 9. Concrete admixtures 10. Commentary or notes regarding departures from standard practice 11. Date of test PART 2 - EXECUTION 2.1 INSPECTION AND TESTING SOIL AND UTILITY BACKFILL MATERIALS A. Compacted Backfill: 1. All materials proposed for backfill shall be sampled and tested by the ITL for gradation by sieve analysis to confirm their suitability in accordance with the specifications. The ITL shall conduct laboratory compaction tests on approved samples to define their moisture - density relationship in accordance with ASTM D 698 and ASTM D 1557 as required by the appropriate specification section. 2. In -place density tests shall be performed by the ITL to confirm proper compaction of the backfill as required by the appropriate specification sections. 2.2 PIPELINE LEAKAGE TESTING AND DISINFECTION A. Leakage Testing 1. All pipeline material shall be tested for leakage as described in Division 2 Section 02665. B. Disinfection Testing 1. Pipelines shall be disinfected and sampled for bacteriological testing as described in Division 2 Section 02665. 2.3 TESTING CONCRETE MATERIALS A. Test normal weight aggregates by methods of sampling and testing of ASTM C33. B. Sample Portland cement and determine properties by methods of test of ASTM C150. 2.4 DESIGN OF CONCRETE MIXES A. Review the CONTRACTOR's proposed concrete mix designs for cast -in -place concrete and precast concrete that utilizes materials that are indicated to comply with specified requirements by either tests or acceptable certification. Report to ENGINEER whether or not proposed mix design meets specified requirements. 2.5 INSPECTING CONCRETE REINFORCEMENT A. Inspect in -place reinforcement, including reinforcing bars and welded wire fabric, priorto inclusion in a concrete placement and immediately report deficiencies to CONTRACTOR and ENGINEER, prior to concrete placement. Re -inspect corrected work. Report to ENGINEER as to whether or not reinforcement fabrication and placement complies with drawing and specification requirements for each concrete placement. 2.6 INSPECTING CAST -IN -PLACE CONCRETE A. Perform inspection of concrete, both architectural and structural, in accordance with ACI 311 AR. B. Make periodic visits to batch plant and observe storage, inspect weighing and batching of controlled concrete, and make certain that materials used are in accordance with requirements of Specifications. C. Check for adjustment in batch weights to compensate for variations in moisture content. D. Submit promptly to ENGINEER certification of weights used in all loads of acceptable concrete. E. Provide a qualified inspector at site to perform following duties: AUGUST 2014 01400 - Page 4 of 6 QUALITY REQUIREMENTS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01400 QUALITY REQUIREMENTS.DOC ti 0425-013-03 1. Obtain a copy of batch ticket for each truckload delivered and verify compliance with design mix requirements. 2. See that concrete is thoroughly mixed and properly placed. 3. Perform quality control testing of concrete. 4. Where High Range Type F or G admixture is used and added to mix at site, the Inspector shall direct and supervise its use. ,4 5. Should the Inspector, based on his observations and/or tests, be of the opinion that any load of concrete furnished to the job may not satisfy specification requirements, he shall notify the CONTRACTOR of his opinion prior to placement of said concrete into the work. If the CONTRACTOR proceeds with its placement, the Inspector shall obtain from the truck two extra standard cylinders per ASTM C31 for compressive strength evaluation of the truckload represented and shall mark on a drawing the location of placement of subject concrete in the work. A record of the extra cylinder tests and the location drawing shall be submitted to the ENGINEER. 2.7 CAST -IN -PLACE CONCRETE FIELD QUALITY CONTROL TESTS A. Perform the following required tests: 1. Sampling Fresh Concrete: ASTM C172, except modified for slump to comply with ASTM C94. Refer to Division 3 Section 03300 for sampling frequency. 2. Slump: ASTM C143; Refer to Division 3 Section 03300 for sampling frequency. 3. Air Content: ASTM C173, volumetric method for lightweight concrete; ASTM C231, pressure method for normal weight concrete; Refer to Division 3 Section 03300 for sampling frequency. 4. Strength Test Specimens: ASTM C31; Refer to Division 3 Section 03300 for sampling frequency. Cast and store cylinders and beams for laboratory cured test specimens as specified in ASTM C31. 5. Concrete Temperature: Test hourly when air temperature is 40 OF and below, and when 80OF and above; and each time a set of test specimens are made. 6. Chloride Ion Tests: Test procedures must conform to those given in AASHTO T260-84. Make a test on representative samples taken from each 500 cu. yds., or fraction thereof, of each mix design placed in any one day. Test and evaluate by the following procedure: a. Test individual concrete ingredients to be used in the mix or freshly mixed production concrete for total chloride ion content. If total chloride ion content, calculated on the basis of concrete proportions, does not exceed limits specified for soluble ion contents, concrete represented by test is acceptable. If test indicates that total chloride ion content exceeds limits specified for soluble ion content, proceed as follows. b. Test representative samples of the hardened concrete for water-soluble chloride content as described in AASHTO T260-84. Evaluate concrete represented by comparing these test results with specified limits. 7. Confirm unit weight of lightweight concrete for compliance with drawings. 8. Strength Tests: Generally, comply with ASTM C39 for compressive strength tests. In addition, where specified strength exceeds 5000 psi, take extra care in preparing and capping ends, plumbing, and testing cylinders to enable results of tests to be an accurate representation of concrete strength. Refer to Division 3 Section 03300 for sampling frequency. a. When the frequency of testing will provide less than five (5) strength tests for a given mix design, conduct testing from at least five (5) randomly selected batches or from each batch if fewer than five (5) are used. b. When the strength of field -cured specimens is less than 85 percent of companion laboratory -cured specimens, evaluate current operations and provide corrective procedures for protecting and curing the in -place concrete. 9. Report test results in writing to the ENGINEER, CONTRACTOR, OWNER, and ready -mix supplier on the same day that tests are made. Report of strength tests shall contain the project identification name and number, date of concrete placement, name of CONTRACTOR, name of concrete supplier and truck number, name of concrete testing service, concrete type and class, location of concrete batch in the structure, design strength at 28 days, concrete mix proportions and materials, breaking strength and type of break for both 7-day and 28-day tests. AUGUST 2014 01400 - Page 5 of 6 QUALITY REQUIREMENTS g M:\2013\NWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01400 QUALITY REQUIREMENTS.DOC I 0425-013-03 10. Laboratory report shall state whether the reported tests comply or do not comply with the specification requirements. B. Statistical Analysis (Structural Concrete): For each class of concrete, provide a statistical analysis by computer at least once a month to indicate performance of concrete mix designs and acceptability of concrete placed. C. Perform the following additional tests: 1. When directed by the ENGINEER, conduct tests on in -place concrete in accordance with ACI 301, paragraph 17.3, and as specified in this Project Specification Section 03300. The q- CONTRACTOR shall pay for such tests when unacceptable concrete is verified. jJ 2. When directed by the ENGINEER, the laboratory shall perform tests on materials used in 4 concrete mix. END OF SECTION j' _r T i C .,f F 1_s } i j( i S i AUGUST 2014 01400 - Page 6 of 6 QUALITY REQUIREMENTS M:VO13WWWRP_DESIGMDOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECSDIVISION 1101400 QUALITY REQUIREMENTS.DOC s SECTION 01420 REFERENCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS 0425-013-03 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey ENGINEER'S action on Contractor's submittals, applications, and requests, "approved" is limited to Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by ENGINEER. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the organizations responsible for the standards and regulations in the following list. AUGUST 2014 01420 - Page 1 of 5 REFERENCES M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT specs\division 1101420 references.doc 1 0425-013-03 ADAAG Americans with Disabilities Act ADA Architectural Barriers Act ABA CFR Code of Federal Regulations DOD Department of Defense Military Specifications and Standards DSCC Defense Supply Center Columbus See FS FED -STD I Federal Standard See FS FS Federal Specification FTMS Federal Test Method Standard See FS MIL See MILSPEC MIL -STD See MILSPEC MILSPEC Military Specification and Standards UFAS Uniform Federal Accessibility Standards TAS Texas Accessibility Standards TDLR Texas Department of Licensing and Regulations 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. AA Aluminum Association, Inc. The AAADM American Association of Automatic Door Manufacturers AAMA American Architectural Manufacturers Association AASHTO American Association of State Highway and Transportation Officials ABMA American Bearing Manufacturers Association ACI JACI International American Concrete Institute ACPA American Concrete Pipe Association AEIC Association of Edison Illuminating Companies, Inc. The AGA American Gas Association AGC Associated General Contractors of America The Al Asphalt Institute AIA American Institute of Architects The AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction ALCA Associated Landscape Contractors of America Now PLANET - Professional Landcare Network ALSC American Lumber Standard Committee, Incorporated AMCA Air Movement & Control Association International, Inc. ANSI American National Standards Institute APA Architectural Precast Association API American Petroleum Institute ARI Air -Conditioning & Refrigeration Institute ARMA Asphalt Roofing Manufacturers Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineering ASTM ASTM International American Society for Testing and Materials International AWI Architectural Woodwork Institute AWPA I American Wood -Preservers' Association AWS I American Welding Society AUGUST 2014 01420 - Page 2 of 5 REFERENCES M:\2013\NVJWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT specs\division 1\01420 references.doc 0425-013-03 AWWA American Water Works Association BHMA Builders Hardware Manufacturers Association BIA Brick Industry Association The CGA Compressed Gas Association CISPI Cast Iron Soil Pipe Institute CLFMI Chain Link Fence Manufacturers Institute CPA Composite Panel Association CPPA Corrugated Polyethylene Pipe Association CRSI Concrete Reinforcing Steel Institute CSI Cast Stone Institute CSI Construction Specifications Institute The DHI Door and Hardware Institute DMS Departmental Material Specifications, TxDOT EIA Electronic Industries Alliance EJCDC Engineers Joint Contract Documents Committee EJMA Expansion Joint Manufacturers Association, Inc. FMG FM Global (Formerly: FM - Factory Mutual System) FMRC Factory Mutual Research Now FMG HI Hydraulic Institute HMMA Hollow Metal Manufacturers Association Part of NAAMM HPVA Hardwood Plywood & Veneer Association ICEA Insulated Cable Engineers Association, Inc. IEEE Institute of Electrical and Electronics Engineers, Inc. The IESNA Illuminating Engineering Society of North America ZEST Institute of Environmental Sciences and Technology IGCC Insulating Glass Certification Council IGMA Insulating Glass Manufacturers Alliance ISO International Organization of Standardization LPI Lightning Protection Institute MBMA Metal Building Manufacturers Association MFMA Metal Framing Manufacturers Association MHIA Material Handling Industry of America MSS Manufacturers Standardization Society of The Valve and Fittings Industry Inc. NAAMM National Association of Architectural Metal Manufacturers NACE NACE International National Association of Corrosion Engineers International NRCA National Roofing Contractors Association NECA National Electrical Contractors Association NEMA National Electrical Manufacturers Association NETA InterNational Electrical Testing Association NFPA NFPA National Fire Protection Association NGA National Glass Association NHLA National Hardwood Lumber Association NSF NSF International National Sanitation Foundation International NWWDA National Wood Window and Door Association Now WDMA PCI Precast/Prestressed Concrete Institute PDCA Painting & Decorating Contractors of America PDI Plumbing & Drainage Institute PGI PVC Geomembrane Institute PLANET Professional Landcare Network (Formerly: ACLA - Associated Landscape Contractors of America PTI Post -Tensioning Institute RCSC Research Council on Structural Connections SAE Society of Automotive Engineers International SDI Steel Deck Institute SDI Steel Door Institute AUGUST 2014 01420 - Page 3 of 5 REFERENCES M:%2013%NWWRP_DESIGNXDOCUMENTS\SPECS\POTABLE WATER LINE PROJECT specs\division 1XO1420 references.doc 0425-013-03 SIGMA Sealed Insulating Glass Manufacturers Association Now IGMA SJI Steel Joist Institute SMACNA Sheet Metal and Air Conditioning Contractors' National Association SSINA Specialty Steel Industry of North America SSPC SSPC: The Society for Protective Coatings STI Steel Tank Institute UL Underwriters Laboratories Inc. UNI Uni-Bell PVC Pipe Association WASTEC Waste Equipment Technology Association WDMA Window & Door Manufacturers Association (Formerly: NWWDA - National Wood Window and Door Association B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. BOCA BOCA International, Inc. See ICC IAPMO International Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials See ICC ICBO ES ICBO Evaluation Service, Inc. See ICC-ES ICC International Code Council ICC-ES ICC Evaluation Service, Inc. SBCCI Southern Building Code Congress International, Inc. See ICC C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. CE Army Corps of Engineers CPSC Consumer Product Safety Commission DOC Department of Commerce DOD Department of Defense DOE Department of Energy EPA Environmental Protection Agency FAA Federal Aviation Administration FCC Federal Communications Commission FDA Food and Drug Administration GSA General Services Administration HUD Department of Housing and Urban Development NCHRP National Cooperative Highway Research Program See TRB NIST National Institute of Standards and Technology OSHA Occupational Safety & Health Administration PBS Public Building Service See GSA PHS Office of Public Health and Science RUS Rural Utilities Service See USDA SD State Department TRB Transportation Research Board USDA Department of Agriculture USPS Postal Service D. State Government and Regional Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AUGUST 2014 01420 - Page 4 of 5 REFERENCES M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT specs\division 1\01420 references.doc TCEQ Texas Commission on Environmental Quality TFS Texas Forest Service Forest Resource Development TPWD Texas Parks and Wildlife Department TxDOT Texas Department of Transportation PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 0425-013-03 t-i AUGUST 2014 01420 - Page 5 of 5 REFERENCES M:\2013WWWRP DESIGN\DOCUMENTS\SPECS%POTABLE WATER LINE PROJECT speoMclivision MUM references.doc This page intentionally left blank. 0425-013-03 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Related Sections include the following: 1. Division 1 Section 01100 "Summary" for limitations on utility interruptions and other work restrictions. 2. Division 1 Section 01330 "Submittal Procedures" for procedures for submitting copies of implementation and termination schedule and utility reports. 3. Division 1 Section 01700 "Execution Requirements" for progress cleaning requirements. 1.3 SUBMITTALS A. Site Plan: Show temporary facilities, staging areas, and parking areas for construction personnel and Owners Representative. PART 2 - PRODUCTS 2.1 MATERIALS A. 3/-inch exterior high -density overlaid plywood, exterior grade enamel and 4x4 posts for mounting project identification signs. . 2.2 TEMPORARY FACILITIES A. Provide first aid supplies in weatherproof container in construction vehicles. 2.3 EQUIPMENT A. Fire Protection: 1. Provide portable fire extinguishers, rated 2A minimum, in construction vehicles 2. Ensure that internal combustion engine powered equipment is located a safe distance from combustible materials. 3. Prohibit smoking in locations and operations of potential fire hazard and clearly post "No Smoking" or "Open Flame" signs. B. Flammable Material Storage: Store flammable/combustible liquids in conformance with requirements of federal and local codes and regulations. Provide approved metal safety containers for storage of flammable/combustible liquids in excess of 1 gallon. 2.4 PROJECT SIGNS A. Provide and maintain two project identification signs at locations designated by OWNER. Signs shall be 8-foot wide by 4-foot high, constructed of 3/-inch exterior high -density overlaid plywood mounted on 4x4 wood posts. Signs shall bear the Name of Project, OWNER, ENGINEER, CONTRACTOR, and other participating agencies. Lettering shall be blue applied on a white background by an experienced sign painter. Paint shall be exterior grade enamel. Information to be included shall be provided by OWNER.EXECUTION 2.5 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 by progress of the Work. AUGUST 2014 01500 -Page 1 of 3 TEMPORARY FACILITIES AND CONTROLS ¢ `` M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\DIVISION 1\01500 temporary facilities and ControlS.doCX This page intentionally left blank. SECTION 01576 WASTE MATERIAL DISPOSAL PART 1 - GENERAL 0425-013-03 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions 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 Utilities. 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, Alan Plummer Associates, Inc. and Hugo Reed and Associates, Inc., as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations shown on drawings outside the limits of Project. 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. Coordinate the delivery of salvageable material to a specified location with the Engineer. 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 property owner. See Paragraph 1.4 C above. AUGUST 2014 01576 - Page 1 of 2 WASTE MATERIAL DISPOSAL M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01576 waste material disposal.dom 0425-013-03 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 of at the West Texas Region Disposal Facility. There may be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There may also be a fee per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices. END OF SECTION AUGUST 2014 01576 - Page 2 of 2 WASTE MATERIAL DISPOSAL M:t2013\NWWRP_DESIGN\DOCUMENTSXSPECSIPOTABLE WATER LINE PROJECT SPECS\division 1XO1576waste material disposal.docx 0425-013-03 SECTION 01600 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. B. Related Sections include the following: 1. Division 1 Section 01420 "References" for applicable industry standards for products specified. 2. Division 1 Section 01770 "Closeout Procedures" for submitting warranties for Contract closeout. 3. Division 2 Sections for specific requirements for warranties on products and installations specified to be warranted. 1.3 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, which is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility, except that products consisting of recycled -content materials are allowed, unless explicitly stated otherwise. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process, or where indicated as a product substitution, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1.4 SUBMITTALS A. Material and Equipment List. Within 60 days after Notice to Proceed, submit three copies of a complete list of major products proposed for the Project, with the name of the manufacturer and the installing entity. B. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use facsimile of form provided at end of Section. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified material or product cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by OWNER and separate contractors, which will be necessary to accommodate proposed substitution. C. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Significant qualities may include attributes such as AUGUST 2014 01600 - Page 1 of 9 PRODUCT REQUIREMENTS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\division 1\01600 product requirements.doc 0425-013-03 1 ddd performance, weight, size, durability, visual effect, and specific features and requirements indicated. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. List of similar installations for completed projects with project names and f addresses and names and addresses of architects, engineers, and owners. g. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. h. Research/evaluation reports evidencing compliance with building code in effect for Project, from a model code organization acceptable to authorities having jurisdiction. i. Cost information, including a proposal of change, if any, in the Contract Sum. -A j. CONTRACTOR'S certification that proposed substitution complies with I requirements in the Contract Documents and is appropriate for applications indicated. k. CONTRACTOR'S waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. ENGINEER'S Action: If necessary, ENGINEER will request additional information or documentation for evaluation within 7 days of receipt of a request for substitution. ENGINEER will notify CONTRACTOR of acceptance or rejection of proposed -� substitution within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Acceptance: Change Order or Field Order. b. Use product specified if ENGINEER cannot make a decision on use of a proposed substitution within time allocated. C. Comparable Product Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification - Section number and title and Drawing numbers and titles. 1. ENGINEER'S Action: If necessary, ENGINEER will request additional information or documentation for evaluation within one week of receipt of a comparable product request. ENGINEER will notify CONRACTOR of approval or rejection of proposed comparable product request within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Division 1 Section 01330 "Submittal, j Procedures." b. Use product specified if ENGINEER cannot make a decision on use of a comparable product request within time allocated. 1.5 QUALITY ASSURANCE A. Compatibility of Options: If CONTRACTOR is given option of selecting between two or more products for use on Project, product selected shall be compatible with products previously selected, even if previously selected products were also options. B. Design Requirements: Where CONTRACTOR design is specified; design of installation, systems, equipment, and components, including supports and anchorage, shall be in with provisions of International Building Code by International Code Council. Refer to the drawings for required design load criteria. AUGUST 2014 01600 - Page 2 of 9 PRODUCT REQUIREMENTS M:\2013WWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\division 1\01600 product requirements.doc 0425-013-03 C. Environmental Requirements: Provide products suitable for installation and operation under rated conditions at 3000 feet above sea level. Products installed outdoors or in unheated enclosures shall be capable of continuous operation within an ambient temperature range of 0°F to 120°F. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Store cementitious products and materials on elevated platforms. 5. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 6. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 7. Protect stored products from damage and liquids from freezing. 8. Off -site storage of materials and equipment shall be the sole responsibility of the CONTRACTOR. D. Extra Materials, Special Tools, Test Equipment, and Expendables: 1. Division 2 Sections for specific requirements. 2. Schedule: a. Ensure shipment and delivery occurs concurrent with shipment of product. 3. Packaging and Shipment: a. Package and ship items to avoid damage during long term storage in original cartons or in appropriately sized, hinged -cover, wood, plastic or metal boxes. b. Prominently display on each package: Part number, consistent with Operation and Maintenance Manual identification system; equipment description, quantity of parts; and equipment manufacturer. 4. Deliver to designation location as directed by Resident Project Representative. 1.7 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to OWNER. 2. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for OWNER. _= AUGUST 2014 01600 - Page 3 of 9 PRODUCT REQUIREMENTS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\division 1\01600 product requirements.doc 0425-013-03 B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. Submit a draft for approval before final execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using appropriate form properly executed. 3. Refer to Division 2 Sections for specific content requirements and particular requirements for submitting special warranties. 4. Special Equipment Warranty. a. The equipment manufacturers shall jointly warrant to the OWNER and to the CONTRACTOR that all equipment, including all components of the complete assembly furnished by it hereunder, complies in all respects with the design and specifications of these Documents and contains no defects of material or workmanship. b. In the event of failure of any part or parts of the equipment during the warranty period due to defects of design, materials, or workmanship; the CONTRACTOR shall replaced affected part or parts shall be replaced promptly upon notification by the OWNER. All replacement parts shall be furnished, delivered, and installed at the expense of the equipment manufacturer. C. The warranty period shall begin on the date of the Certification of Substantial Completion for that portion of the project where the equipment was installed. d. The warranty period shall be two (2) years, unless otherwise specified. Provisional acceptance of the equipment shall not affect this requirement. e. The CONTRACTOR shall be responsible for insuring that the manufacturer's special equipment warranty is not voided by acceptance of the terms of purchase agreements between the CONTRACTOR and the MANUFACTURER. In all events, the CONTRACTOR will be held ultimately responsible for enforcement of the requirements of this warranty at his expense. f. Payment for equipment as "Materials -On -Hand" will not be made until the OWNER receives an approved Special Equipment Warranty. PART 2 - PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Like items of products furnished and installed shall be end products of one manufacturer and of the same series or family of models to achieve standardization for appearance, operation and maintenance, spare parts and replacement, manufacturer's services, and implement same or similar process instrumentation and control functions. 4. Provide interchangeable components of the same manufacturer, for similar components, unless otherwise specified. 5. OWNER reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 6. Where products are accompanied by the term "as selected," ENGINEER will make selection. 7. Where products are accompanied by the term "match sample," sample to be matched is ENGINEER'S. 8. Descriptive, performance, and reference standard requirements in the Specifications establish "salient characteristics" of products. 9. Regulatory Requirements: Coating materials shall meet federal, state, and local requirements limiting the emission of volatile organic compounds and for worker exposure. AUGUST 2014 01600 - Page 4 of 9 PRODUCT REQUIREMENTS M:12013%NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\division 1%01600 product requirements.doc 0425-013-03 10. Equipment Finish: a. Provide manufacturer's standard finish and color, except where specific color is indicted. b. If manufacturer does not have a standard color, provide color as approved by ENGINEER. 11. Special Tools and Accessories: Provide to OWNER all special tools and accessories required placing equipment in operation. These include, but not limited to, adequate oil and grease (as required for first servicing of equipment after field testing), light bulbs, fuses, hydrant wrenches, valve keys, handwheels, chain operators, special tools, and other spare parts required for maintenance. 12. Lubricant: Provide initial lubricant recommended by manufacturer in sufficient quantity to fill lubricant reservoirs and to replace consumption during testing, start-up, and operation until final acceptance by OWNER. B. Fabrication and Manufacture: 1. General Requirements: a. Manufacture parts to U.S.A. standard sizes and gauges. b. Two or more items of the same type shall be identical, by the same manufacturer, and interchangeable. C. Design structural members for anticipated shock and vibratory loads. d. Use 1/4-inch minimum thickness for steel that will be submerged, wholly or partially, during normal operation. e. Modify standard products as necessary to meet performance specifications. C. Product Selection Procedures: 1. Product: Where Specifications name a single product and manufacturer, provide the named product that complies with requirements. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. 3. Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed that comply with requirements. 4. Manufacturers: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. 5. Available Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product. 6. Available Manufacturers: Where Specifications include a list of manufacturers, provide a product by one of the manufacturers listed, or an unnamed manufacturer, that complies with requirements. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product. 7. Product Options: Where Specifications indicate that sizes, profiles, and dimensional requirements on Drawings are based on a specific product or system, provide the specified product or system. Comply with provisions in Part 2 "Product Substitutions" Article for consideration of an unnamed product or system. B. Basis -of -Design Product: Where Specifications name a product and include a list of manufacturers, provide the specified product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product by the other named manufacturers. 9. Visual Matching Specification: Where Specifications require matching an established Sample, select a product that complies with requirements and matches ENGINEER'S sample. ENGINEER'S decision will be final on whether a proposed product matches. a. If no product available within specified category matches and complies with other specified requirements, comply with provisions in Part 2 "Product Substitutions" Article for proposal of product. 10. Visual Selection Specification: Where Specifications include the phrase "as selected from manufacturer's colors, patterns, and textures" or a similar phrase, select a product that complies with other specified requirements. AUGUST 2014 01600 - Page 5 of 9 PRODUCT REQUIREMENTS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01600 product requirements.doc 0425-013-03 Standard Range: Where Specifications include the phrase "standard range of colors, patterns, textures" or similar phrase, ENGINEER will select color, pattern, density, or texture from manufacturer's product line that does not include premium items. Full Range: Where Specifications include the phrase "full range of colors, patterns, textures" or similar phrase, ENGINER will select color, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 PRODUCT SUBSTITUTIONS A. Timing: ENGINEER will consider requests for substitution if received within 30 days after the Notice to Proceed. Requests received after that time may be considered or rejected at discretion of ENGINEER. L B. Conditions: ENGINEER will consider CONTRACTOR'S request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, ENGINEER will return requests without action, except to record noncompliance with these requirements: !3 1. Requested substitution offers OWNER a substantial advantage in cost, time, energy [ s conservation, or other considerations, after deducting additional responsibilities OWNER must assume. OWNER'S additional responsibilities may include compensation to ENGINEER for redesign and evaluation services, increased cost of J ' other construction by OWNER, and similar considerations. 2. Requested substitution does not require extensive revisions to the Contract Documents. 3. Requested substitution is consistent with the Contract Documents and will produce indicated results. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not adversely affect CONTRACTOR'S Construction j Schedule. 6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitution is compatible with other portions of the Work. 8. Requested substitution has been coordinated with other portions of the Work. Y 9. Requested substitution provides specified warranty. 2.3 COMPARABLE PRODUCTS A. Conditions: ENGINEER will consider CONTRACTOR'S request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, ENGINEER will return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents, which it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. 2.4 REUSE OF EXISTING MATERIAL A. Except as specifically indicated or specified, materials and equipment removed from existing facilities shall not be used in the completed Work. B. For materials and equipment designated for reuse in the Work: 1. Use special care in removal, handling, storage, and installation to ensure proper function in the completed Work. AUGUST 2014 ..,.:} 01600 - Page 6 of 9 PRODUCT REQUIREMENTS M:\20131NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01600 product requirements.doc { s 1 0425-013-03 2. Arrange for transportation, storage and handling of the products when offsite storage, restoration, or renovation. All costs associated with this work are the CONTRACTOR'S g responsibility. PART 3 - EXECUTION 3.1 WORK IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS A. When the specification Section requires the Work to be accomplished in accordance with ..manufacturer's instructions", obtain and distribute copies of such instructions to parties involved in the installation. Provide two copies to the Resident Project Representative and maintain one set at the Project site. B. Handle, install, connect, clean, condition and adjust products in strict accordance with the -• manufacturer's instructions and in conformity with the Contract Documents. Do not omit any preparatory step or installation procedures. In case of conflict between job conditions or Contract Documents with manufacturer's instructions notify Resident Project Representative. C. Upon completion of installation, obtain Certificate of Installation from manufacturer's representative. 3.2 INSPECTION A. Inspect products for signs of pitting, rust decay, or other deleterious effects of storage. Do not install products showing such effects. Remove damaged product from Project site and expedite delivery of identical new product. Delays to Work resulting from product damage, which necessitates procurement of new product, will be considered delays within CONTRACTOR'S control. 3.3 INSTALLATION A. Drawings show general locations for product installation, unless specially dimensioned. B. No shimming between machined surfaces is allowed. C. Install Work in accordance with NECA Standard of Installation, unless otherwise specified. D. Recoat finish surfaces that are damaged prior to final acceptance of Work. E. Handle, install, connect, clean, condition, and adjust product in accordance with Contract Documents and manufacturer's instructions. F. Apply field coating in accordance with Contract Documents. AUGUST 2014 01600 - Page 7 of 9 PRODUCT REQUIREMENTS M:\2013\NWWRP—DESIGNkDOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01600 product requirements.doc 0425-013-03 J-1Advancementof Tech Construction °" SUBSTITUTION REQUEST Technology (After the Bidding Phase) 1 Project: Substitution Request NumbeF: From: 7 To: Date: A/E Project Number: t ry Re: Contract For: Specification Title: Description: Section: Page: Article/Paragraph: Proposed Substitution: Manufacturer: Address: Phone: Trade Name: Model No.: Installer: Address: Phone: History: ❑ New product ❑ 2-5 years old ❑ 5-10 yrs old ❑ More than 10 years old Differences between proposed substitution and specified product: ❑ Point -by -point comparative data attached - REQUIRED BY ENGINEER Reason for not providing specified item: Similar Installation: Project: Address: Engineer: Owner: Date Installed: Proposed substitution affects other parts of Work: ❑ No ❑ Yes; explain Savings to Owner for accepting substitution: ($ ). Proposed substitution chanqes Contract Time: ❑ No ❑ Yes [Add] [Deduct] days. Supporting Data Attached: ❑ Drawings ❑ Product Data ❑ Samples ❑ Tests ❑ Reports ❑ Copyright 1996, Construction Specification Page of September 1996-- Institute CSI Form 13.1A r� AUGUST 2014 i..1 01600 - Page 8 of 9 PRODUCT REQUIREMENTS M:\2013WWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01600 product requirements.doc ? 0425-013-03 SUBSTITUTION REQUEST (Continued) The Undersigned certifies: • Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. • Same warranty will be furnished for proposed substitution as for specified product. • Same maintenance service and source of replacement parts, as applicable, is available. • Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule. • Cost data as stated above is complete. Claims for additional costs related to accepted substitution which may subsequently become apparent are to be waived. • Proposed substitution does not affect dimensions and functional clearances. • Payment will be made for changes to building design, including A/E design, detailing, and construction costs caused by the substitution. • Coordination, installation, and changes in the Work as necessary for accepted substitution will be complete in all respects. Submitted by: Signed by: Firm: Address: Telephone: Attachments: t A/E's REVIEW AND ACTION ❑ Substitution approved - Make submittals in accordance with Specification Section 01330. ❑ Substitution approved as noted - Make submittals in accordance with Specification Section 01330. ❑ Substitution rejected - Use specified materials. ❑ Substitution Request received too late - Use specified materials. Signed by: Date: Additional Comments: ❑ Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer ❑ A/E ❑ Copyright 1996, Construction Specification Page of Institute, 601 Madison Street, Alexandria, VA 22314-1791 01600 - Page 9 of 9 PRODUCT REQUIREMENTS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 1\01600 product requirements.doc September 1996 CSI Form 13.1A AUGUST 2014 This page intentionally left blank. 0425-013-03 SECTION 01700 EXECUTION REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. General installation of products. 4. Progress cleaning. 5. Starting and adjusting. 6. Protection of installed construction. 7. Correction of the Work. 8. Workmanship. 9. Firearms. 10. Handling materials not approved. 11. Salvaged material. 12. Archeological discoveries. 13. Endangered species. 14. Blasting and burning. 15. Pipe closure and buoyancy of structures. 16. OSHA Standards B. Related Sections include the following: 1. Division 1 Section 01731 "Cutting and Patching" for procedural requirements for cutting and patching necessary for the installation or performance of other components of the Work. 1.3 SUBMITTALS A. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. 1.4 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land -surveying services of the kind indicated. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions and Utilities: When appropriate, the existence and location of site improvements, underground and other utilities, and other construction indicated as existing - are not guaranteed. Before beginning work, investigate and verify the existence and location of existing utilities affecting the Work. 1. Before construction, verify the location and points of connection of utility services. 2. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water -service piping; and underground electrical services. . AUGUST 2014 01700 - Page 1 of 6 EXECUTION REQUIREMENTS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\DIVISION 1\01700 EXECUTION REQUIREMENTS.DOCX 0425-013-03 3. Furnish location data for work related to Project that must be performed by public utilities serving Project site. 3.2 PREPARATION ' A. Existing Utility Information: Furnish information to local utility that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to ENGINEER. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the survey and existing benchmarks. If discrepancies are discovered, notify ENGINEER promptly. B. General: Engage a land surveyor to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels as needed to locate each element of Project. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location, level and plumb, of every major element as the Work progresses. 5. Notify ENGINEER when deviations from required lines and levels exceed allowable tolerances. C. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by ENGINEER. 3.4 FIELD ENGINEERING A. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 3.5 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. AUGUST 2014 01700 - Page 2 of 6 EXECUTION REQUIREMENTS M:\20131NWWRP-DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01700 EXECUTION REQUIREMENTS.DOCX 0425-013-03 D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal construction activity. E. Tools and Equipment: Do not use tools or equipment that produces harmful noise levels. F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. H. Joints: Joints shall be fit together in accordance with the manufacturer's recommended tolerances. I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.6 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint -use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 'F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. H. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. I. Limiting Exposures: Supervise construction operations to assure that no part of the construction completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.7 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturers written instructions for temperature and relative humidity. .__ AUGUST 2014 01700 - Page 3 of 6 EXECUTION REQUIREMENTS M:X2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1XO1700 EXECUTION REQUIREMENTS.DOCX 0425-013-03 } 3.8 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. Comply with requirements in Division 1 Section 01731 "Cutting and Patching." L 1. Repairing includes replacing defective or damaged parts, and refinishing damaged surfaces. B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. 3.9 HAZARDOUS ENVIRONMENT/CONFINED SPACE ENTRY PLANS A. CONTRACTOR shall develop and implement Hazardous Environment/Confined Space Entry Plans for this Project. Plans shall be submitted to the ENGINEER for record purposes prior to the pre -construction conference. Plans shall include all local, state and federal requirements for entrance to and working in hazardous environments and confined spaces and shall include a written safety plan for the Project. B. CONTRACTOR shall have a safety officer present at the jobsite whenever the CONTRACTOR'S activities require entering or working in a hazardous environment or confined space. 3.10 PLAN OF ACTION A. CONTRACTOR shall prepare a detailed, written plan of action (covering all shutdowns, material deliveries, confined space/hazardous environment entries, plant protection system, construction sequence for major facilities and modifications to existing facilities, trench/excavation protection, for review and coordination with the OWNER and ENGINEER at the pre -construction conference. The pre -construction conference will be held prior to beginning construction activities. 3.11 WORKMANSHIP A. Specifications contain detailed instructions and descriptions of the major items of construction and workmanship necessary for building and completing the various elements of the Project. The Specifications are intended to be written so that only first class workmanship and finish of the best grade and quality will result. The fact that these Specifications may fail to be so complete as to cover all details will not relieve the CONTRACTOR of full responsibility for providing a completed project of high quality, first class finish and appearance and satisfactory for operation, all within the apparent intent of the Plans and Specifications. 3.12 FIREARMS A. Neither the Contractor nor any of his employees shall be allowed to carry firearms on the Project, either on their persons or within their automobiles. Any violation of this requirement will result in the permanent removal from the Project of the employee committing the violation. 3.13 HANDLING MATERIALS NOT APPROVED A. The CONTRACTOR shall remove from the site any materials found to be damaged, and any materials not meeting the specifications. These materials shall be removed promptly, unless the ENGINEER will accept the materials after repairing. Materials found to be damaged, or not acceptable to the ENGINEER, shall be removed. Examination before installation shall not relieve the CONTRACTOR from any responsibility to furnish good quality materials. I AUGUST 2014 01700 - Page 4 of 6 EXECUTION REQUIREMENTS MA2013\NWWRP_DES IGN\DOCUMENTS\SPECSTOTABLE WATER LINE PROJECT SPECS\DIVISION 1XO1700 EXECUTION REQUIREMENTS.DOCX i 0425-013-03 3.14 SURPLUS AND SALVAGED MATERIAL A. Surplus equipment or material, which is removed by the CONTRACTOR as specified in the Drawings and Specifications, shall become the property of the CONTRACTOR. The CONTRACTOR shall be responsible for the disposal of salvage material offsite. B. Equipment and material designated to be salvage shall be transported by the CONTRACTOR to a location as directed by the Resident Project Representative. 3.15 ARCHEOLOGICAL DISCOVERIES A. No activity, which may affect a State Archeological Landmark, is authorized until the OWNER has complied with provisions of the Antiquities Code of Texas. The OWNER has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the CONTRACTOR may encounter unanticipated cultural or archeological deposits during construction. B. In the event the Contractor discovers any artifacts, cultural materials, or suspected cultural remains during construction, the Contractor shall contact Enprotec/Hibbs and Todd, Inc. (325-698-5560) and American Archaeology Group LLC (512-843-0135) immediately. Any construction in the immediate vicinity of the suspected cultural deposits shall cease until they can be examined. Contractor shall in no instance make contact with any parties other than those referenced above. Contractor shall only restart construction activities in the vicinity of the suspected cultural deposit upon receipt of written notice from Enprotec/Hibbs and Todd, Inc. after the issues have been resolved. 3.16 ENDANGERED SPECIES A. No activity is authorized that is likely to jeopardize the continued existence, or a threatened, or endangered species as listed, or proposed for listing, under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. If a threatened or endangered species is encountered during construction, the CONTRACTOR shall immediately cease work in the area of the encounter and notify the Resident Project Representative, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the U.S. Fish and Wildlife Service and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the continuation of work, or implement other mitigate actions. C. The CONTRACTOR shall not resume construction in the area of the encounter until authorized to do so by the Resident Project Representative. 3.17 BLASTING AND BURNING A. Explosives: Do not use explosives. B. Burning and Waste Disposal: Burying or burning waste materials on -site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. Trees and brush removed shall be shredded onsite with disposal off -site. 3.18 PIPE CLOSURE AND BUOYANCY OF STRUCTURES A. At the end of each working day, the CONTRACTOR shall plug the ends of all exposed pipeline to prevent any material or objects from entering the pipeline. B. The CONTRACTOR shall anchor all pipelines and structures to prevent their flotation should rain occur prior to the completion of backfilling to proposed final grade. 3.19 OSHA STANDARDS A. All work performed under this Contract shall meet the applicable requirements of the Occupational Safety and Health Administration (OSHA). It is the responsibility of the CONTRACTOR to become familiar with the provisions of regulations published by OSHA in the Federal Register and to perform all of the responsibilities thereunder. It is the AUGUST 2014 01700 - Page 5 of 6 EXECUTION REQUIREMENTS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01700 EXECUTION REQUIREMENTS.DOCX i_.s 0425-013-03 i CONTRACTOR'S responsibility to see that the Project is constructed in accordance with OSHA regulations and to indemnify and save harmless the OWNER from any penalties resulting from the CONTRACTOR'S failure to so perform. END OF SECTION AUGUST 2014 01700 - Page 6 of 6 EXECUTION REQUIREMENTS M:X2013\NWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01700 EXECUTION REQUIREMENTS.DOCX l 1 0425-013-03 SECTION 01731 CUTTING AND PATCHING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes procedural requirements for cutting and patching. B. Related Sections include the following: 1. Division 1 Section 01732 "Selective Demolition" for demolition of selected portions of the facilities. 2. Division 2 Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. 1.3 SUBMITTALS A. Cutting and Patching Proposal: Submit a proposal describing procedures at least 10 days before the time cutting and patching will be performed, requesting approval to proceed. Include the following information: 1. Extent: Describe cutting and patching, show how they will be performed, and indicate why they cannot be avoided. 2. Products: List products to be used and firms or entities that will perform the Work. 3. Dates: Indicate when cutting and patching will be performed. 4. Utility Services and Mechanical/Electrical Systems: As applicable, list services/systems that cutting and patching procedures will disturb or affect. List services/systems that will be relocated and those that will be temporarily out of service. Indicate how long services/systems will be disrupted. 5. ENGINEER'S Approval: Obtain approval of cutting and patching proposal before cutting and patching. Approval does not waive right to later require removal and replacement of unsatisfactory work. `- 1.4 QUALITY ASSURANCE A. Miscellaneous Elements: Do not cut and patch miscellaneous elements or related components in a manner that could change their load -carrying capacity, which results in - reducing their capacity to perform as intended, or that result in increased maintenance or decreased operational life or safety. PART2-PRODUCTS 2.1 MATERIALS _ A. General: Comply with requirements specified in other Sections. B. In -Place Materials: Use materials identical to in -place materials. For exposed surfaces, use materials that visually match in -place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of in -place materials. PART 3 - EXECUTION 3.1 EXAMINATION A. The CONTRACTOR'S attention is directed to the fact that the existing facilities must be kept in service throughout the construction period and that no interruption will be permitted that f ° adversely affects operation of the facilities. When permission is obtained from the OWNER, AUGUST 2014 01731 - Page 1 of 3 CUTTING AND PATCHING M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\DIVISION 1\01731 CUTTING AND PATCHING.DOCX 0425-013-03 portions of the existing facilities may be taken out of service for short periods corresponding with periods of minimum flow. B. The CONTRACTOR shall make his own investigations and determine the nature of work involved in making the connections and modifications to existing facilities in the manner intended by the Plans. The CONTRACTOR shall then coordinate the items requiring interruptions with the OWNER, and proceed only when approval is obtained from the OWNER and within the time frame permitted by the OWNER. C. All work involved in making connections which will require that existing facilities be taken out of service shall be carefully planned and coordinated with both the ENGINEER and the OWNER so that "down time" of the existing facilities may be held to a minimum. On a occasions when more than one parallel existing facility (basin, pump, pipeline, etc.) must be taken out of service for the purpose of making a connection, work shall proceed on a 24-hour schedule until the facilities are back in operation. D. Sequencing and coordination requirements are described elsewhere. E. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with in -place finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect in -place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Utility Services and Mechanical/Electrical Systems: Where existing 3 services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to prevent interruption to occupied areas, if applicable. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in -place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Cutting: Cut in -place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections , where required by cutting and patching operations. 4. Proceed with patching after construction operations requiring cutting are complete. C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections. AUGUST 2014 01731 - Page 2 of 3 CUTTING AND PATCHING M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\DIVISION 1\01731 CUTTING AND PATCHING.DOCX i 0425-013-03 tt 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. D. The CONTRACTOR shall dewater and clean existing basins, pipelines and equipment as specified and, when necessary to complete the work, shall be the responsibility of the CONTRACTOR. No additional payment will be made for such work. E. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. END OF SECTION AUGUST 2014 01731 - Page 3 of 3 CUTTING AND PATCHING M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01731 CUTTING AND PATCHING.DOCX This page intentionally left blank. 0425-013-03 SECTION 01770 CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B. Related Sections include the following: 1. Division 1 Section 01010 "General Construction Requirements" for the following paragraphs titled: a. "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. b. "Photographic Documentation" for submitting Final Completion construction photographs and negatives. C. "Execution Requirements" for progress cleaning of Project site. d. "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 2. Division 2 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise OWNER of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. 5. Prepare and submit Project Record Documents, Final Completion construction photographs, damage or settlement surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by OWNER. Label with manufacturer's name and model number where applicable. 7. Terminate and remove temporary facilities from Project site. 8. Submit changeover information related to OWNER'S occupancy, use, operation, and maintenance. 9. Complete final cleaning requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, ENGINEER will either proceed with inspection or notify CONTRACTOR of unfulfilled requirements. ENGINEER will prepare the Certificate of Substantial Completion after inspection or will notify CONTRACTOR of items, either on CONTRACTOR'S list or additional items identified by ENGINEER, which must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. r AUGUST 2014 01770 - Page 1 of 4 CLOSEOUT PROCEDURES M:X2013XNWWRP DESIGN\DOCUMENTS\SPECSXPOTABLE WATERLINE PROJECT SPECS\DIVISION 1XO1770 CLOSEOUT PROCEDURES.DOCX 0425-013-03 E. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section 01290 "Payment Procedures" for paragraph titled for "Application for Payment." 2. Submit certified copy of ENGINEER'S Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by ENGINEER. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, ENGINEER will either proceed with inspection or notify CONTRACTOR of unfulfilled requirements. ENGINEER will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use Punch List similar to the form attached. 1. Organize list in sequential order as directed by OWNER'S Representative. 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of ENGINEER for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11- inch paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. PART 2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 3� AUGUST 2014 01770 - Page 2 of 4 CLOSEOUT PROCEDURES M:k2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1XO1770 CLOSEOUT PROCEDURES.DOCX t 0425-013-03 PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply S with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each Project site, equipment, structures, buildings and related facilities. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, in areas disturbed by construction activities, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are neither planted nor paved to a smooth, even -textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove debris and surface dust from limited access spaces trenches, vaults, manholes, attics, and similar spaces. f. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. g. Replace parts subject to unusual operating conditions. C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. 3.2 SUPPLEMENTS A. Punch List form included after "End of Section" is considered part of this Section. END OF SECTION 01770 - Page 3 of 4 CLOSEOUT PROCEDURES M:\2013WWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1\01770 CLOSEOUT PROCEDURES.DOCX AUGUST 2014 0425-013-03 Project: En ineer: Owner: Site Visit Date: Contractor: Project No.: The following items require the attention of the Contractor for completion or correction. This list may not be all-inclusive, and the failure to include any items on this list does not alter the responsibility of the contractor to complete all Work in accordance with the Contract Documents. Item Location Description Correction/Completion Date Verification Engineer Check Signed By: Date: Copies: Owner, Engineer, Consultants, File PAGE _ OF AUGUST 2014 01770 - Page 4 of 4 CLOSEOUT PROCEDURES M:\2013\NWWRP-DESIGN\DOCUMENTS\SPECSkPOTABLE WATER LINE PROJECT SPECS\DIVISION 1\01770 CLOSEOUT PROCEDURES.DOCX 0425-013-03 SECTION 01781 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B. Related Sections include the following: 1. Division 1 Section 01770 "Closeout Procedures" for general closeout procedures. 2. Division 2 Sections for specific requirements for Project Record Documents of the Work in those Sections. 1.3 SUBMITTALS A. Record Drawings: Submit one set of marked -up Record Prints. B. Record Product Data: Submit one copy of each Product Data submittal. PART 2-PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: CONTRACTOR shall maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. 1. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. 3. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 4. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING' in a prominent location. 1. Include identification on cover sheets. 2. Identification: As follows: a. Date. b. Designation "PROJECT RECORD DRAWINGS." C. Name of ENGINEER. d. Name of CONTRACTOR. ._. AUGUST 2014 01781 - Page 1 of 2 PROJECT RECORD DOCUMENTS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\DIVISION 1XO1781 PROJECT RECORD DOCUMENTS.DOCX 0425-013-03 2.2 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Prior to i Substantial Completion, complete miscellaneous records and place in good order, properly identified and found or filed, ready for use and reference. Miscellaneous records include, but are not limited to, the following: x 1. Field records on underground construction and similar work. 2. Surveys showing locations and elevations of underground lines. 3. Inspections and certification of governing agencies. 4. Results of pressure testing of lines. 5. Final inspection and correction procedures. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: 1. Maintain one copy of each submittal during the construction period for Project Record Document purposes. 2. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. 3. Record State -Plane NAD83 GPS coordinates of all fittings, valves, and any deviations from the plan locations on the Project Record Document. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for ENGINEER'S reference during normal working hours. END OF SECTION t ,I AUGUST 2014 ;-A 01781 -Page 2 of 2 PROJECT RECORD DOCUMENTS M:120131NWWRP_DESIGM00CUMENTS\SPECSIPOTABLE WATER LINE PROJECT SPECS\DIVISION 1\01781 PROJECT RECORD DOCUMENTS.DOCX ? 0425-013-03 SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 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. 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 PREPARATION A. Obtain advance approval from Engineer for dimensions and limits of removal work. B. Identify all utilities below grade. Stake and flag locations. C. Prior to removal of any concrete curb and gutter, Contractor shall survey the section of curb and gutter to determine existing grades and elevations. Submit survey field notes to the Engineer prior to removal of curb and gutter. All curb and gutter to be replaced will be installed to the original grades and elevations unless otherwise shown on the drawings or as approved by the Owner and Engineer. 3.2 PROTECTION A. A. Protect the following from damage or displacement: 1. Adjacent public and private property. 2. Trees, plants, and other landscape features designated to remain. 3. Utilities not designated to be removed. 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. .= AUGUST 2014 02221 - Page 1 of 2 REMOVING EXISTING PAVEMENTS M:12013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2102221- removing existing pavements.docx 0425-013-03 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. I_ 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 z the new construction where applicable. I. Remove and properly dispose of the existing asphalt pavement shown to be removed in the plans. Suitable existing flexible base shall be reincorporated into the proposed roadway structure. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300 — Earthwork or Section 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 AUGUST 2014:.. 02221 - Page 2 of 2 REMOVING EXISTING PAVEMENTS M:t2013\NWWRP_DESIGNIDOCUMENTSISPECSIPOTABLE WATER LINE PROJECT SPECSIdivision 2102221-removing existing pavements.docx 0425-013-03 jCV T nj OLJOO EARTHWORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Preparing subgrades for roadways, structures, slabs -on -grade, and related facility work not specified elsewhere. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for slabs -on -grade. 4. Subsurface drainage backfill for walls and trenches. B. Related Sections: 1. Division 2 Section 02260 — EXCAVATION AND SUPPORT PROTECTION for shoring, bracing, and sheet piling of excavation. 2. Division 2 Section 02317 — EXCAVATION AND BACKFILL FOR UTILITIES for excavation, trenching, and backfilling for utilities. 1.3 REFERENCES A. Definitions. 1. Backfill: Soil material or controlled low -strength material used to fill an excavation. 2. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill. 3. Completed Course: A course or layer that is ready for next layer or next phase of Work. 4. Drainage Course: Course supporting the slab -on -grade that also minimizes upward capillary flow of pore water. 5. Earthwork: Includes excavation, fill and compaction, grading, and disposal of waste and surplus material. 6. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. a. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by ENGINEER. Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices. b. Bulk Excavation: Excavation more than 10 feet in width and more than 30 feet in length. C. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by ENGINEER. Unauthorized excavation, as well as remedial work directed by ENGINEER, shall be without additional compensation. 7. Prepared Ground Surface: Ground surface after completion of required demolition, clearing and grubbing, stripping of topsoil, excavation or fill to grade, and subgrade preparation. 8. Fill: Soil materials used to raise existing grades. 9. Lift: Loose (uncompacted) layer of material. t 10. Optimum Moisture Content: Determined in accordance with ASTM Standard specified to determine maximum dry density for relative compaction. Determine field moisture content on basis of fraction passing 3/4-inch sieve. 11. Relative Compaction: Ratio, in percent, of as -compacted field dry density to laboratory - maximum dry density as determined in accordance with ASTM D698 and ASTM D1557. Apply corrections for oversize material to either as -compacted field dry density or maximum dry density, as determined by ENGINEER. AUGUST 2014 02300 - Page 1 of 10 EARTHWORK M:\2013\NWWRP_DESIGMDOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECSIdivision 2X02300 - earlhwork.docx 0425-013-03 I, 12. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed 1 cu. yd. for bulk excavation or 314 cu. yd. for " footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ` ram hammering, ripping, or blasting, when permitted: a. Excavation of Footings, Trenches, and Pits: Late -model, track -mounted hydraulic excavator; equipped with a 42-inch- wide, maximum, short -tip -radius rock bucket; rated at not less than 138-hp flywheel power with bucket -curling force of not less than 28,090 Ibf and stick -crowd force of not less than 18,650 Ibf; measured according to SAE J-1179. b. Bulk Excavation: Late -model, track -mounted loader; rated at not less than 210- hp flywheel power and developing a minimum of 48,510-Ibf breakout force with a general-purpose bare bucket; measured according to SAE J-732. 13. 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. 14. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. 15. Utilities: On -site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. B. Well -Graded: A mixture of particle sizes that has no specific concentrations or lack thereof of one or more sizes producing a material type which, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids. $- C. Reference Standards. 1. ASTM International: a. D448 — Standard Method Classification for sizes of Aggregate for Road and Bridge construction. b. D698 — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,499 ft-lb.ft3 (600 kN-m/m3)) C. D2487 — Standard Method Classification of Soils for Engineering Purposes (Unified Soil Classification system) d. D2922 — Standard Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) 2. American Association of State Highways and Transportation Officials (AASHTO): a. M288 — Geotextile Specification for Highway Application 3. Texas Department of Transportation: Standard Specifications for Construction of Highways, Streets and Bridges. (TxDOT). a. TxDOT Item 216 "Proof Rolling" 1.4 SUBMITTALS A. Product Data: For the following: 1. Geotextile, if specified on Drawings. 2. Controlled low -strength material, including design mixture. B. Samples: 12-by-12-inch Sample of subdrainage and/or separation geotextile. C. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each on -site and borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 698 or D 1557 for each on -site and borrow soil material proposed for fill and backfill as specified on the drawings. 3. Designated submittals for materials per Division 2 Section 02320 — UTILITY BACKFILL MATERIALS D. Pre -excavation Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including finish surfaces, which might be misconstrued as damage caused by earthwork operations. Submit before earthwork begins. AUGUST 2014 02300 - Page 2 of 10 EARTHWORK M:\2013\NWWRP—DESIGN\DOCUMENTSkSPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02300 - earthwork.docx 0425-013-03 1.5 PROJECT CONDITIONS A. Existing Utilities: If applicable, do not interrupt utilities serving facilities occupied by OWNER or others unless permitted in writing by ENGINEER and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify ENGINEER not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without ENGINEER'S written permission. 3. Contact utility -locator service for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities as indicated to be removed. Coordinate with utility companies to shut off services if lines are active. C. Weather Limitations: 1. Material excavated when frozen or when air temperature is less than 320 F shall not be used as fill or backfill until material completely thaws. 2. Material excavated during inclement weather shall not be used as fill or backfill until after material drains and dries sufficiently for proper compaction. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM or a combination of these groups; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils shall comply with the requirements of Division 2 Section 02001 "Materials". C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487 or a combination of these groups. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. 2. Depending on the plasticity index (PI) and liquid limits (LL) Soil Classification Groups GC and SC may be used. 2.2 DRAINAGE COURSE AND FILTER MATERIAL A. Drainage Course: Narrowly graded mixture of washed crushed stone, or crushed or uncrushed gravel; ASTM D 448; coarse -aggregate grading Size 57; with 100 percent passing a 1-1/2-inch sieve and 0 to 5 percent passing a No. 8 sieve. B. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and natural sand; ASTM D 448; coarse -aggregate grading Size 67; with 100 percent passing a 1 inch sieve and 0 to 5 percent passing a No. 4 sieve. 2.3 GEOTEXTILES A. Subsurface Drainage Geotextile: When shown on Drawings, provide non -woven needle - punched geotextile, manufactured for subsurface drainage applications, made from polyolefin or polyesters; with elongation greater than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 157 IV; ASTM D 4632. 3. Sewn Seam Strength: 142 IV; ASTM D 4632. 4. Tear Strength: 56 IV; ASTM D 4533. 5. Puncture Strength: 56 IV, ASTM D 4833. 6. Apparent Opening Size: No. 60 sieve, maximum; ASTM D 4751. 7. Permittivity: 0.2 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355. g ' B. Separation Geotextile: If shown on the Drawings, provide woven geotextile fabric, manufactured for separation applications, made from polyolefin or polyesters; with elongation AUGUST 2014 02300 - Page 3 of 10 EARTHWORK M:\2013XNWWRP—DESIGN\DOCUMENTSXSPECS\POTABLE WATER LINE PROJECT SPECS\division 2X02300 - earthwork.docx 0425-013-03 less than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: { 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 247 IV; ASTM D 4632. 3. Sewn Seam Strength: 222 IV; ASTM D 4632. 4. Tear Strength: 90 Ibf; ASTM D 4533.17 5. Puncture Strength: 90 Ibf; ASTM D 4833. _ 6. Apparent Opening Size: No. 60 sieve, maximum; ASTM D 4751. 7. Permittivity: 0.02 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355. 2.4 MATERIAL QUALITY CONTROL A. Sampling of material stockpiles and material sources shall be in accordance with ASTM D75. B. Perform gradation analysis in accordance with ASTM C136 for: 1. Coarse and fine aggregate, natural gravel, crushed stone for foundation, sand, select fill, impervious clay fill, earth fill, and topsoil. C. Perform abrasion testing in accordance with ASTM C131 or ASTM C535. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation. D. Soundness testing in accordance with ASTM C88. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation. E. Deleterious materials determination in accordance with ASTM C40, C117, and C142. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation F. Determine liquid limit and plasticity index in accordance with ASTM D4318. 1. Sand for particles passing No. 8 sieve, select fill, impervious clay fill, and earth fill. G. Determine pH of topsoil in accordance with ASTM D2974. H. Determine permeability (hydraulic gradient) in accordance with ASTM D5084 and percent dispersion in accordance with ASTM D4221 of impervious clay fill materials. 1. Provide tests results showing flowable fill mix design achieves desired compressive strength. 2.5 CONTAMINATION TESTING AND CERTIFICATION A. When materials are suspected of contamination, the CONTRACTOR shall arrange and pay for the services of an EPA approved laboratory to perform a toxic contaminant scan of composite borrow material samples in accordance with Division 2 Section 02001 "Materials." B. Soil materials derived from the excavation of underground petroleum storage tanks shall not be used as fill on 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. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface is specified in Division 2 Section 02230 "Site Clearing." C. Protect and maintain erosion and sedimentation controls, which are specified in Division 2 Section 02230 "Site Clearing," during earthwork operations. D. Provide excavation support and protection in accordance with Division 2 Section 02260 "Excavation Support and Protection". AUGUST 2014 {_ 02300 - Page 4 of 10 EARTHWORK M:\2013\NWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02300 - earthwork.docx [ t_ 0425-013-03 E. Excavation, trenching, and backfilling work for utilities shall be accomplished in accordance with Division 2 Section 02320 "Excavation and Backfill for Utilities." 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Where shown on the drawings, install a dewatering system, specified in Division 2 Section 02240 - Dewatering, to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. 3.3 EXPLOSIVES A. No explosives of any kind will be allowed on site at any time. 3.4 EXCAVATION, GENERAL A. Excavations shall be observed by the Geotechnical Engineer to make sure that the proper bearing material has been reached. The excavations shall be checked for size and observed by the Geotechnical Engineer to make sure that loose material has been removed prior to concrete placement. B. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials from an approved quarry. Submit quarry test results to ENGINEER for approval prior to use. 2. Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions: a. 24 inches outside of concrete forms other than at footings. b. 12 inches outside of concrete forms at footings. C. 6 inches outside of minimum required dimensions of concrete cast against grade. d. Outside dimensions of concrete walls indicated to be cast against rock without forms or exterior waterproofing treatments. e. 6 inches beneath bottom of concrete slabs on grade. 3.5 EXCAVATION FOR STRUCTURES A. Excavate to specified elevations and dimensions within a tolerance of plus or minus 1 inch. If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. Submit quarry test results to ENGINEER for approval prior to use. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. Refer to Drawings for treatment of subgrade, the addition of a concrete seal slab, installation of vapor barrier, or other work required prior to placement of footings and foundations. 2. Pile Foundations: Stop excavations 6 to 12 inches above bottom of pile cap before piles w } are placed. After piles have been driven, remove loose and displaced material. Excavate to final grade, leaving solid base to receive concrete pile caps. 3. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus _.= or minus 1 inch. Do not disturb bottom of excavations intended as bearing surfaces. B. Undercutting: _ AUGUST 2014 02300 - Page 5 of 10 EARTHWORK M:\2013\NWWRP—DESIGN\DOCUMENTSISPECS\POTABLE WATER LINE PROJECT SPECSIdivision 2102300 - earthwork.docx 0425-013-03 When objectionable material not suitable for foundation or subgrade material is present in locations for subgrade or foundation construction, as determined by ENGINEER, undercut material to the depth and extent as directed and backfill with suitable material. Place fill material in uniform layers and compact as specified for soil backfill and fills. Dispose of undercut materials off -site. 3.6 SUBGRADE INSPECTION A. Notify ENGINEER when excavations have reached required subgrade. B. If ENGINEER determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proofroll subgrade to identify soft pockets and areas of excess yielding using rollers that when loaded weigh at least 25 tons and no more than 50 tons. 1. Do not proof -roll wet or saturated subgrades. 2. Make at least two passes, offsetting each pass one tire width. Operate at speed between 2 and 6 miles per hour. 3. Excavate soft pockets, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by ENGINEER, and replace with select fill as directed. 4. Following proofrolling and replacement of unsatisfactory soil with satisfactory soil, the following preparations shall be made to the subgrade in the following order. a. Scarify the site b. Moisture condition to above optimum moisture content 5. Recompact to a minimum 95% dry density Standard Proctor (ASTM D 698) 6. Work in areas under TxDOT jurisdiction, proofroll in accordance with TxDOT Item 216. D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices. E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by ENGINEER, without additional compensation. 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi, may be used when approved by ENGINEER. Fill unauthorized excavations under other construction or utility pipe as directed by ENGINEER. 3.8 STORAGE OF SOIL MATERIALS A. Stockpile borrows soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 2. Confine stockpiles to within easements, right-of-way, and approved areas. Do not obstruct roads or streets. 3.9 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following work as applicable: 1. Construction below finish grade including, where applicable, subdrainage, damp proofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. 8. Leakage tests for structures. B. Place backfill on subgrades free of mud, frost, snow, or ice. 1 AUGUST 2014 02300 - Page 6 of 10 EARTHWORK M:120131NWWRP_DESIGMDOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECSIdivision 2102300 - earlhwork.docx i 0425-013-03 3.10 SOIL FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use select or granular fill, unless otherwise shown on Drawings. 4. Under building slabs, use select, fill, unless otherwise shown on drawings. C. Place soil fills on subgrades free of mud, frost, snow, or ice. 3.11 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content, if not specified on the Drawings or in the Geotechnical Report. fy' 1. Do not place backfill or fill soil 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 optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3. Do not allow the moisture content in the subgrade and layers below the slab base to fall below the optimum moisture content. B. Vapor Barrier: Place polyethylene sheeting below the concrete slabs. If the subgrade underlying the vapor barrier contains sharp or angled particles, then a layer of cushion sand (1 to 2-inches thick) should be placed in contact with the sheet to provide protection against puncture. Note that the elevation and thickness of the slab shall not be changed to adjust for the layer of cushion sand. 3.12 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil 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. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and - uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698, if not specified on the Drawings: - 1. For raft/mat foundation areas, scarify and compact top 12 inches of existing subgrade and each layer of backfill or fill soil material to 98 percent. 2. For other areas at the site, scarify and compact top 6 inches below subgrade and j compact each layer of backfill or fill soil material at 95 percent. D. Avoid over compaction of the subgrade and any other layers of backfill or fill soil. 3.13 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. 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 1/2 inch. AUGUST 2014 02300 - Page 7 of 10 EARTHWORK M:\2073\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02300 - earthwork.dou 0425-013-03 C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch when tested with a 10-foot straightedge. 3.14 SUBSURFACE DRAINAGE A. When shown on the Drawings, provide subsurface drainage in accordance with the following paragraphs. B. Sub -drainage Pipe: Specified in Division 2 Section 02620 — Sub -drainage. C. Subsurface Drain: Place subsurface drainage geotextile around perimeter of sub -drainage trench. Place a 6 inch course of filter material on subsurface drainage geotextile to support sub -drainage pipe. Encase sub -drainage pipe in a minimum of 12 inches of filter material, placed in compacted layers 6 inches thick, and wrap in subsurface drainage geotextile, overlapping sides and ends at least 6 inches. Compact each filter material layer with a minimum of two passes of a plate -type vibratory compactor. D. Drainage Backfill: Place and compact filter material over subsurface drain, in width indicated, to within 12 inches of final subgrade, in compacted layers 6 inches thick. Overlay drainage backfill with one layer of subsurface drainage geotextile, overlapping sides and ends at least 6 inches. 1. Compact each filter material layer with a minimum of two passes of a plate -type vibratory compactor. 2. As shown on the Drawings, place and compact impervious fill over drainage backfill in 6 inch thick compacted layers to final subgrade. 3.15 DRAINAGE COURSE A. Place drainage course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place and compact drainage course under cast -in -place concrete slabs -on -grade as follows: 1. Install sub -drainage geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. 2. Place drainage course 6-inches or less in compacted thickness in a single layer. 3. Place drainage course that exceeds 6-inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6-inches thick or less than 3 inches thick. 4. Compact each layer of drainage course to required cross sections and thicknesses to not less than 95 percent of maximum dry unit weight according to ASTM D 698. 3.16 CONCRETE SEAL SLAB A. When shown on the Drawings, provide a concrete seal slab on subgrade under structures of the specified thickness. Concrete shall comply with Division 3 Section 03300 "Cast -In -Place Concrete" having a compressive strength of 3,000 psi. 3.17 CEMENT -SOIL BACKFILL t._ A. When shown on the Drawings, provide cement -soil backfill as subgrade under structures. Cement -Soil Backfill shall comply with Division 2 Section 02001 "Materials." B. Mix not less than 1-1/2 sacks of Portland cement per cubic yard of sand with water using a pug mill type mixer. Stamp batch ticket with time of loading. Material will be rejected if not place within 1-1/2 hours after loading or if the mixture has dried out. C. Application: 1. Pipes and Conduits. Use cement -sand material as bedding and backfill for pipes, conduits and other utilities as indicated on the Drawings or because of site conditions. ? 2. Foundations. Use cement -sand material for stabilizing foundation for manholes, inlets or other utility or drainage structures. 3. Manholes. Use cement -sand material as backfill around manholes if the manhole adjoins pavement. 4. Density Control: } a. Place in lifts not exceeding 12-inches measured loose. Compact with mechanical hand tamps in accordance with Density Control requirements. I AUGUST 2014 02300 - Page 8 of 10 EARTHWORK M:\2013kNWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02300 - earthwork.docx i € j i ! 0425-013-03 b. Areas Subjected to or Influenced by Vehicular Traffic. Unless otherwise indicated on the Drawings, compact backfill to a minimum 100 percent of maximum density as determined in accordance with ASTM D698, with required moisture content within minus 2 to plus 4 of optimum. C. Areas Not Subjected to or Influenced by Vehicular Traffic. Unless otherwise indicated on the Drawings, compact backfill to a minimum 95 percent of maximum density as determined in accordance with ASTM D698, with required moisture content within minus 2 to plus 4 of optimum. 5. Field Quality Control a. Test Method: --= 1) Determine the maximum density and the optimum moisture content of pipe zone and backfill materials in accordance with ASTM D698. 2) Determination of density control backfill materials shall be in accordance with ASTM D2922. b. Compaction Test Frequency: 1) For trench lengths less than 300 feet, around structures and manholes, minimum of one test for each layer of backfill. 2) For trench lengths in excess of 300 feet, perform a minimum of one test for every 300 linear feet for each layer of backfill. 3.18 FIELD QUALITY CONTROL A. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. B. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by ENGINEER. C. Testing agency will test compaction in accordance with ASTM D 2922 and moisture content in accordance with ASTM of soils. Tests for both compaction and moisture content will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least 1 test for every 2500 sq. ft., but in no case fewer than 2 tests at each layer. 2. Foundation Wall Backfill: At each compacted backfill layer, at least 1 test for each 100 feet or less of wall length, but no fewer than 2 tests. 3. Pavement Areas: At subgrade and at each compacted fill and backfill layer, least 1 test for every 5,000 sq. ft,. 4. Trenches: At each compacted fill and backfill layer, at least 1 test per 100 linear feet of trench. 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; re -compact and retest until specified compaction is obtained. 3.19 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specify 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 re -compact. 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 greatest extent possible. AUGUST 2014 02300 - Page 9 of 10 EARTHWORK M:\2013\NW W RP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02300 - earthwork.docx F 1 0425-013-03 3.20 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. ) END OF SECTION AUGUST 2014 02300 - Page 10 of 10 EARTHWORK M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02300 - earthwork.docx ...,' 0425-013-03 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specifications Sections, apply to this section. 1.2 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 — Quality Requirements. C. Section 01500 — Temporary Facilities and Controls. D. Section 01555 — Barricades, Signs and Traffic Handling. E. Section 02260 — Excavation Support and Protection. Section 02300 — Earthwork. G. Section 02318 — Borrow. H. Section 02320 — Utility Backfill Materials. Section 02665 — Water Works Piping , Valves and Fittings 1.3 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. C. 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 12" above the top of the pipe. _r D. Initial Backfill: The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from one trench sidewall to opposite sidewall. E. Pipe Embedment: The portion of trench backfill that consists of bedding, haunching and initial backfill. F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath pavement. G. Backfill: Suitable material meeting specified quality requirements, placed and compacted under _a controlled conditions. H. Ground Water Control Systems: Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting LLseepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. I. Seepage: Water intrusion from groundwater into an excavation or trench via the sidewalls and floor of the excavation or trench such that sidewall material and excavated floor material are = not displaced by hydraulic pressure or flow, and the flow rate of groundwater intrusion is such that the excavation or trench will accumulate more than a 3-inch depth in the floor of the AUGUST 2014 02317 — Page 1 of 9 EXCAVATION AND BACKFILL FOR UTILITIES YM:t2013WWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATERLINE PROJECT SPECS\division 2XO2317-excavation and backlill for ublities.docx 0425-013-03 excavation or trench in a 24-hour period if not removed by pumping, bailing or other methods, or not intercepted by an external groundwater dewatering system. 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. f-I K. Excavation Drainage: Removal of surface water in trench by sump pumping or other approved means. L. 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 sloughing, sliding, boiling, heaving or loss of density. M. 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 foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. N. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench. O. Over -Excavation and Backfill: 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. P. 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. Q. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection. R. 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. S. 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. 1.4 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12400 ft-Ibf/ft3 (600 kN-m/m3)) C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. AUGUST 2014 02317 — Page 2 of 9 EXCAVATION AND BACKFILL FOR UTILITIES M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02317 - excavation and backfill for ublities.docx I 0425-013-03 i_ D. ASTM D 1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3(2,700 kN-m/m3)) E. ASTM D 2487 - Classification of Soils for Engineering Purposes. F. ASTM D 2922 - Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear i Methods (Shallow Depth). G. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). H. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. I. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. J. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. K. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.5 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. 1.6 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 pre -manufactured systems while assuring specified compaction against undisturbed soil. C. Submit a ground and 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 - Utility Backfill Materials. E. Submit record of location of utility as 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 utility. F. Submit all field density tests of trench backfill. G. Submit laboratory density compaction curves for each material. 1.7 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320 — Utility Backfill Materials. B. Perform field density tests of trench backfill representative of each 500 linear feet of trench and each one -foot of lift thickness. C. Once within pavement subgrade perform at least one test at subgrade and at each compacted layer for every 5000 sf or less of paved areas, but in no case fewer than three tests in the prepared area. 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. I E._ AUGUST 2014 02317 — Page 3 of 9 EXCAVATION AND BACKFILL FOR UTILITIES M:\2013WWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02317 - excavation and backfill for ulilities.docx 0425-013-03 t 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. 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 - Utility Backfill Materials. PART 3 - EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the Drawings. B. Install rigid pipe to conform with the trench details shown in the Drawings. 3.2 PREPARATION A. Establish traffic control to conform with requirements of Section 01555 — Barricades, Signs and Traffic Handling and the Drawings. 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. ( ] 3.3 PROTECTION A. The Contractor shall locate all existing underground lines of which he has been advised, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. 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. AUGUST 2014 02317 — Page 4 of 9 EXCAVATION AND BACKFILL FOR UTILITIES M:\2013WWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02317 - excavation and backfill for ufiliHes.docx i t I 0425-013-03 F. Contractor shall implement measures to minimize erosion of trenches. Do not allow water to s pond in trenches. Where slides, washouts, settlements, or areas with loss of density or y pavement failures or potholes occur, repair, re -compact, 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. 3.4 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. 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 90E pivot unless Contractor chooses to "walk" the excavator on a ramp into and out of the trench. C. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, and at contractor's expense. D. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. E. Blasting will not be permitted on this project. F. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In park and roadside ditch areas, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. In rangeland and cultivated farm land, topsoil shall be considered to be the uppermost three feet of soil, or less if a calcium carbonate caliche layer is encountered at less than three-foot depth. Depth of topsoil may 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. G. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trench makes it uneconomical or impractical to pump from the surface elevation. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. H. 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. 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, walers, 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. _ AUGUST 2014 02317 — Page 5 of 9 EXCAVATION AND BACKFILL FOR UTILITIES M:k2013WWWRP DESIGN\DOCUMENTS\SPECSXPOTABLE WATER LINE PROJECT SPECS\division 2102317 - excavation and backfill for utili6es.docx 0425-013-03 P! 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 4 1-inch-thick steel plate. Fill voids left on removal of supports with compacted backfill material. 6. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. r 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. Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.11.13. 6. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. 3.5 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320 - Utility Backfill Materials. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. When required, provide additional backfill material conforming with requirements of Section 02318 - Borrow. C. 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. D. Protect topsoil from intermixing with undesirable materials. E. All surplus or unsuitable materials shall be loaded and wasted at the Contractor's expense. 3.6 GROUND WATER CONTROL A. Implement ground water control to provide a stable trench to allow installation in accordance with the Specifications. 3.7 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 selected material, and thoroughly compacted. AUGUST 2014___ 02317 — Page 6 of 9 EXCAVATION AND BACKFILL FOR UTILITIES M:\2013WWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02317 - excavation and backfill for udlities.docx t ` 0425-013-03 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 7 materials. 3.8 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. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. F. 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. G. 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. H. 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. 3.9 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. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. Maximum unrepaired pavement surface shall be limited to 4 city blocks (approximately 2,640 feet), where a "block" is taken as the maximum dimension of 660 feet. B. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. Cut off sheeting 1.5 feet or more above the crown of the pipe. Remove trench supports within 5 feet from the ground surface. C. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. 1. Cement Stabilized Backfill/Lean Concrete Backfill a. Place in depths as shown on plans. b. Use vibratory equipment to ensure placement under the haunches of the pipe. C. Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least 30 when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square -inch needle. This equates to a penetration resistance of approximately 300 pounds per square inch. This is not a strength requirement for the cement stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. The Contractor shall furnish AUGUST 2014 02317 — Page 7 of 9 EXCAVATION AND BACKFILL FOR UTILITIES -' M:\2013WWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02317 - excavation and backfill for utilities.doex 0425-013-03 11 and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square -inch needle. The Contractor shall take no less than four penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. Such readings shall be taken prior to commencing backfill operations. 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 trench sheep's foot or by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 1557. Use of vibratory equipment limited as specified in paragraph 2.1.13. C. Moisture content within 2% of optimum determined according to ASTM D 1557. 4. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by sheep's foot, 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. 3.10 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. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 - Utility Backfill Materials. 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 1557. 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. A minimum of one test for every 500 linear feet of compacted trench zone backfill material for each 12 inches of backfill. 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. AUGUST 2014 02317 — Page 8 of 9 EXCAVATION AND BACKFILL FOR UTILITIES M:\2013NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECSUAsion 2\02317 - excavation and backfill for utilities.docx 0425-013-03 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. Re -compacted placement will be retested at the same frequency as the first test series, including verification tests. F. Recondition, re -compact, 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. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 - Waste Material Disposal END OF SECTION AUGUST 2014 02317 — Page 9 of 9 EXCAVATION AND BACKFILL FOR UTILITIES M:\2013\NWWRP—DESIGN\DOCUMENTSkSPECS\POTABLE WATER LINE PROJECT SPECS division 2\02317 - excavation and backfill for udlities.docx This page intentionally left blank. 0425-013-03 SECTION 02318 BORROW PART 1 - GENERAL 1.1 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. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Related Sections include the following: 1. Section 01330 — Submittal Procedures. 2. Section 01400 — Quality Requirements. 3. Section 02300 — Earthwork. 4. Section 02317 — Excavation and Backfill for Utilities. 5. Section 02260 — Excavation Support and Protection. 6. Section 02920 — Lawns and Grasses. 1.3 REFERENCES A. ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates B. ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils C. ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ib/ft3) D. ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve E. ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method F. ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) G. ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) H. ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) I. ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.4 DEFINITIONS A. Refer to Section 02300 — Earthwork and Section 02317 — Excavation and Backfill for Utilities. 1.5 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. AUGUST 2014 02318 - Page 1 of 2 BORROW M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECSXPOTABLE WATER LINE PROJECT SPECS\division 2X02318 - bortow.doox 0425-013-03 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. f 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 alignment, 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. 4. Borrow from an existing playa lake. If this playa lake is located within the Lubbock ETJ a cut and fill plan will be required and must be approved prior to any excavation. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. END OF SECTION AUGUST 2014 02318 - Page 2 of 2 BORROW W: 2013\NWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2X02318 - borrow.docx r_ 0425-013-03 SECTION 02320 R UTILITY BACKFILL MATERIALS PART 1 - GENERAL 1.1 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of utilities. Included are the following: 1. "Concrete' sand. 2. Cement stabilized backfill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 6. Pea Gravel. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specifications apply to this section. B. Section 01330 — Submittal Procedures. C. Section 01400 — Quality Requirements. D. Section 02300 — Earthwork. E. Section 02317 — Excavation and Backfill for Utilities. F. Section 02318 — Borrow. 1.3 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.4 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 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12400 ft-Ibf/ft3 (600 kN-m/m3)) H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3(2,700 kN-m/m3)) J. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System). -' K. ASTM D 2488 - Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). L. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. M. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. N. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. AUGUST 2014 02320 - Page 1 of 5 UTILITY BACKFILL MATERIALS .,; M:\2013\NWWRP—DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02320 - utility backlill materials.docx 0425-013-03 O. TxDOT Tex-104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) P. TxDOT Tex-106-E - Test Method - Methods of Calculating Plasticity Index of Soils. Q. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. r-- 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials to comply with Paragraph 2.2, Materials Testing and Section 02318 - Borrow. D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. E. For each delivery of material, provide a delivery ticket which includes source location. 1.6 TESTS A. Perform tests of sources for off -site backfill material in accordance with Paragraph 2.2 and Section 02318 - Borrow. B. 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. PART2-PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. "Concrete" Sand 1. Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 2. Gradation shall conform to ASTM C136 and the following limits. SIEVE PERCENT PASSING 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Cement Stabilized Backfill 1. Cement content 2 sack mix per cubic yard. 2. Water —to -cement ratio = 0.6 to 0.75 with slump not to exceed three (3) inches. 3. Maximum aggregate size shall not exceed 1.5-inch diameter for backfilling pipe sizes 48 inches and greater in diameter. 4. Maximum aggregate size shall not exceed one -inch diameter for backfilling pipe sizes less than 48 inches in diameter. s C. Lean Concrete Backfill 1. Cement content 4 sack mix per cubic yard. 2. Water/cement ratio = 0.53. a: t__F AUGUST 2014 02320 - Page 2 of 5 I UTILITY BACKFILL MATERIALS M:\2013WWWRP_DESIGMDOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02320 - utility backlill materials.docx `t __ 0425-013-03 D. 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. E. 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 project final completion. 3. Use topsoil material salvaged under Section 02317 — Excavation and Backfill for Utilities 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. F. Pea Gravel 1. Pea gravel shall be free of waste, trash, debris, organic material, unstable material, or other non -gravel matter. - 2. Pea gravel shall be graded within the following limits: SIEVE PERCENT PASSING ,2 100 3/8" 85 to 100 No. 4 10 to 30 No. 8 0 to 10 No. 16 0 to 5 G. 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 2.1.D. Where material must be imported to bring a trench to grade, then the material requirements of paragraph 2.1.F.2 shall be followed. Where street flexible base is involved, the flexible base shall meet the requirements of Section 02300. H. 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, Kem-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 a 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. .a 2. Plasticity of material passing the No. 40 sieve. AUGUST 2014 02320 - Page 3 of 5 UTILITY BACKFILL MATERIALS M:\2013XNWWRP—DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02320 - utility backfill materials.docx 0425-013-03 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities t---, 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 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. Top 3 feet of excavated material shall be windrowed and saved for use as topsoil. 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 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 AUGUST 2014 02320 - Page 4 of 5 UTILITY BACKFILL MATERIALS M:t2013WWWRP_DESIGN\DOCUMENTS\SPECStPOTABLE WATER LINE PROJECT SPECS\division 2XO2320 - utility backlill materials.docx ... 0425-013-03 the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials. END OF SECTION 02320 AUGUST 2014 02320 - Page 5 of 5 UTILITY BACKFILL MATERIALS M:\2013WWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02320 - utility backfill materials.docx I I This page intentionally left blank. 0425-013-03 SECTION 02665 �WATER WORKS PIPING, VALVES AND FITTINGS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this section. 1.2 RELATED SECTIONS A. This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. B. Related Sections include the following: 1. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 and Division 2 specifications sections apply to this section. 2. Section 01330 — Submittal Procedures. 3. Section 01400 — Quality Requirements. 4. Section 01500 — Temporary Facilities and Controls. 5. Section 01555 — Barricades, Signs and Traffic Handling. 6. Section 02260 — Excavation Support and Protection. 7. Section 02300 — Earthwork. 8. Section 02318 — Borrow. 9. Section 02320 — Utility Backfill Materials. 1.3 SUBMITTALS A. Submit all manufacturers' data for all pipes, valves, fittings, and fire hydrants including all pipe thickness class calculations. B. Submit product information for pipe identification tape. C. Submit concrete mix design for concrete thrust blocking. 1.4 REFERENCES A. AWWA C104 - Cement — Mortar Lining for Ductile — Iron Pipe and Fittings for Water. B. AWWA C110 - Ductile -Iron and Gray — Iron Fittings, 3 inch through 48 inch (76mm through 1,219 mm), for Water. C. AWWA C111 - Rubber -Gasket Joints for Ductile — Iron Pressure Pipe and Fittings. D. AMA C104 - Rubber — Seated Butterfly Valves. E. AWWA 509 - Resilient — Seated Gate Valves for Water Supply. F. AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in through 12 in (100 mm through 300 mm), for water distribution. G. AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in through 48 in (350 mm through 1,200 mm), for Water Transmission and Distribution. H. AWWA C-301 — Prestressed Concrete Pressure Pipe, Steel -Cylinder Type, for Water and Other Liquids I. AWWA C303 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type PART 2-PRODUCTS 1" 2.1 GENERAL AUGUST 2014 02665 - Page 1 of 10 WATER WORKS PIPING, VALVES AND FITTINGS ,_., M:\2013\NWWRP—DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 -water works piping, valves and fittings.docx 0425-013-03 A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National ` Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12-inches and smaller shall be AWWA C-900, Class 150 (DR 18). B. PVC pipe 14-inches and larger shall be AWWA C905, Class 165 (DR25). The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet. D. AWWA C900 and C905 pipe shall be marked as prescribed by AWWA standards including nominal site, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water service. E. Pipe shall meet all additional test requirements as described in AWWA C900 or C905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. All ductile iron fittings shall have an external bituminous coating and shall be cement - lined in accordance with AWWA C104. B. Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. C. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. D. Ductile iron fittings shall conform to AWWA C110. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. E. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. 2.4 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated steel construction shall be used for all couplings. All bolts, nuts and washers shall be stainless steel. AUGUST 2014 02665 - Page 2 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:t2013\NWWRP DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2XO2665 - water works piping, valves and fittings.docx 0425-013-03 ham... 2.5 STEEL CASING A. Steel casing pipe shall be new welded steel pipe, manufactured in the United States, with a minimum yield strength of 35,000 psi meeting ASTM A 139 Grade B or A252 Grade 2. The exterior of the casing pipe shall have a bituminous coating. Casing wall thickness for installation shall be in accordance with the following: Location Diameter Minimum Wall Thickness Highway and Street Crossings Less than 16" 3/8" 16" or greater 1 /2" Railroad Crossings Less than 16" 3/8" 16" or greater 1/2" 2.6 VALVES A. General - Valves that are 12-inch and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. Valves greater than 12-inches shall be butterfly valves unless otherwise noted on the plans or specified herein. B. Gate Valves 1. All gate valves shall be resilient seat or double disk parallel seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing. 2. All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. 3. Gate valves shall be Mueller, M&H, Darling, or Clow. C. All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. D. Butterfly Valves 1. All butterfly valves shall be of the rubber -seated tight -closing type. They shall meet or exceed AWWA standard C504 for Class 150-B, latest revision. All valves shall be NSF approved. 2. Both ends of valve shall be "MY per AWWA C111. "MY accessories must be supplied by valve manufacturer. Valve operator shall be of the worm gear or travelling -nut type, sealed, gasketed, and lubricated for underground service, and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. It shall be capable of withstanding an overload input torque of 450 ft-lb at full open or full -closed position without damage to the valve or valve operator. Valve shall be capable of easy closure by one man using standard valve key. All valves shall open left (clockwise to close) and be equipped with 2" operating nut, a locking device, position indicator, and hand wheel. The valves shall be designed for positive stop in the closed position. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. All tests required by Section 5 of AWWA C504 shall be performed and the manufacturer shall furnish certified copies of the reports covering these tests. 3. All butterfly valves are to be installed in a concrete vault and shall be painted with heavy- duty machinery paint with the color and type to be approved by the Engineer. AUGUST 2014 02665 - Page 3 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fittings.docx 0425-013-03 E. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where t the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. F. All valve boxes for butterfly valves shall be precast concrete vaults manufactured by Vaughn Concrete Products, or approved equal. The valve boxes shall be constructed with the dimensions as shown on the plans. The valve box cover opening shall be centered over operating nut. Manhole frames and covers shall be East Jordon Iron Works V-1430 A & V- 1420/1480Z1, with a minimum weight of 275 pounds and a Type 5 pick bar, and shall conform to the requirements of ASTM A-48. The frame and cover shall be designed with a full bearing rings so as to provide a continuous seat between frame and cover. The cover shall include lettering "City of Lubbock, Texas - WATER." G. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover marked "Water". The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. Valve boxes shall be East Jordon Iron Works No. 8453, or approved equal. H. Fabricated Cast Iron Tapping Sleeves for use on 4" through 12" pipe. 1. General: The manufacturer of the tapping sleeves shall be experienced in their design and construction and shall have given successful service for a period of at least five (5) years. 2. Service: The tapping sleeves will be installed on the following types of pipe (1) cast iron (2) ductile iron (3) asbestos cement (4) C900 PVC, the operating pressure for all four types of water pipe is 150 psi. 3. Material: The tapping sleeves shall be cast iron, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. 4. Gaskets: The gaskets shall be duck tipped and shall be totally resistant to cold flow and creep. 2.7 AIR RELEASE AND AIR AND VACUUM VALVES A. General 1. Furnish labor, materials, equipment and incidentals necessary to install manual valves, vacuum breaker valves, air release valves and air and vacuum valves of the sizes and types indicated. Furnish the necessary isolating valves and piping. 2. Valves to be manufactured in accordance with AWWA C 512. B. Products 1. General a. Each air valve shall have a cast iron body, bronze, or stainless steel trim and stainless steel float. Float shall be baffled to prevent air from blowing valve closed until air is exhausted. b. Valve body, float, etc., shall be designed for a working pressure and shall seat at a minimum pressure shown in the valve schedule. The minimum operating pressure shown is under steady state conditions, and does not include minimum surge pressures. C. Air valves shall be manufactured by the Valve and Primer Corporation (APCO) or Val-Matic Manufacturing Corp. , d. Top of valve assembly shall be fitted with a hood. Valve inlet shall be N.P.T. for 2" and smaller valves. Valve inlet shall be ANSI flange for 3" and larger valves. Flange rating shall equal or exceed the maximum working pressure. 2. Combination Air Valves (CAV) a. Combination air valves shall be heavy duty air and vacuum valves with a 2" air release valve. b. Combination air valves shall be designed to release accumulations of air at high points within a pipeline by exhausting large volumes of air as the pipeline is being filled and by releasing accumulated pockets of air while the pipeline is in AUGUST 2014 02665 - Page 4 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGMD000MENTMSPECS\POTABLE WATERLINE PROJECT SPECMdivision =2665 - water works piping, valves and fittings.docx 0425-013-03 operation and under pressure. Combination air valves shall also be designed to permit large volumes of air to enter the pipeline during pipeline drainage. Combination air valves shall be the custom combination duplex body type. Combination air valves shall be APCO Model 1800 with Air Release Valve Model 200, or Valmatic Model 100 with Air Release Valve Model 38. 2.8 FIRE HYDRANTS A. Fire hydrants shall be standard AWWA C-502 hydrants, iron body, bronze mounted throughout including drain seat ring, and shall be designed for a working pressure of 150 pounds per square inch. The fire hydrants shall be the traffic model type and shall have a 5-1/4" valve opening, two 2-1/2 inch hose nozzles and one 4-inch steamer nozzle, with 4 threads per inch and a crest to crest dimension of 4.995 inches. The hydrants shall be for 6-inch mains and shall have a M.J. Connection, and shall be for 4-1/2 foot bury unless otherwise shown on plans. The hydrants shall be Clow Medallion, American Darling model B-84-B, Dresser style 129-09 or Mueller Centurion. Operating nuts shall be 1-1/2 inch pentagons measured to a point. The hydrants shall be painted as directed by the City of Lubbock Fire Department. 2.9 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D1248. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2-inch duct tape. 2.10 CONCRETE A. Concrete shall be used for blocking the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast -In -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 - EXECUTION 3.1 PIPE INSTALLATION - WATER LINES A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. B. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. AUGUST 2014 02665 -Page 5 of 10 WATER WORKS PIPING, VALVES AND FITTINGS M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fittings.docx 0425-013-03 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. . B. Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. Confirm compliance with the Drawings and Specifications. C. Wherever 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 shown or permitted, the degree of deflection at each joint shall not exceed 80% of the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. 1. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe, pipe coating, or lining. 2. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. 3. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. 4. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. 5. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. 6. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. 7. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping — 1. The last 8 inches outside of the spigot and inside of the bell of mechanical joint pipe shall I be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from i the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension AUGUST 2014 02665 - Page 6 of 10 i WATER WORKS PIPING, VALVES AND FITTINGS M:12013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - waterworks piping, valves and fittings.docx 0425-013-03 of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. 2. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. 3. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints — 1. Flanged joints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. 2. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. All plugs and caps shall have horizontal thrust blocks. 3.10 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. General — 1. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. B. Valve Boxes — 1 . Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. All valve boxes under pavement shall be adjusted to finished pavement grades. C. Fire Hydrants — 1 . Fire hydrants shall be located at the points shown on the Drawings. All fire hydrants shall be set plumb, to the grade established on the drawing, and with the steamer nozzle at right angles to the street. 2. The hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. 3. Blocking of gate valves on fire hydrant leads shall be with concrete as shown on the Drawings. 4. The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. 3.11 CONCRETE THRUST BLOCKING A. Anchorage of Bends, Tees and Plugs, Etc. — 1 . Reaction or thrust blocking shall be applied to all pipe lines at all tees, crosses, plugs, 3 caps, and bends. The blocking shall be placed between solid ground and the fittings to AUGUST 2014 02665 -Page 7 of 10 WATER WORKS PIPING, VALVES AND FITTINGS _. M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fittings.docx 0425-013-03 be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as shown on the Drawings. t_ The blocking shall be so placed that the pipe and fitting joints will be accessible for repair. B. Restrained Joints 1. At the Contractor's option, restrained joints may be installed on the pipe at fittings and valves in lieu of concrete thrust blocking. Pipe restraints shall be suitable for the pipe with which they are installed and shall have the ability to withstand a maximum pressure of no less than 150 psi. Pipe restraints shall be installed at all joints and fittings within the length specified on the Drawings. 3.12 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. B. Testing procedure shall be as follows: 1. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. 2. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. 3. Procedure — a. Each valved section of pipe shall be slowly filled with water at the specified test pressure and measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, and all necessary apparatus, except meters, shall be furnished by the Contractor. The Contractor shall furnish all labor for connecting the pump, meter, and gages. The water for filling the pipe and making the tests shall be obtained at the location designated by the Engineer. No charge will be made to the Contractor for water used for testing. b. As the line is being filled and before applying the test pressure, all air shall be expelled from the pipe by making taps at the highest point in the test segment, if necessary. After the test, the taps shall be tightly plugged. C. During the time the test pressure is on the pipe, the pipe shall be carefully checked at regular intervals for breaks or leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: 1. PVC Pipe The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: L=NDJ 7,400 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi 2. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 1_ AUGUST 2014 02665 - Page 8 of 10 WATERWORKS PIPING, VALVES AND FITTINGS M:\20MNWWRP DESIGN\DOCLIMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 -water works piping, valves and fittings.docx .,... 0425-013-03 3.13 DISINFECTION OF PIPELINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C651. B. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Engineer's Representative may witness the disinfection activities. C. After disinfection has been completed and the pipe is flushed, the Contractor shall sample the water in the pipe for bacteriological testing. Samples shall be taken after the pipeline disinfection treatment has been flushed. A minimum of two sets of samples taken 24 hours apart shall be tested and shall include on sample for every 1000 feet of water line plus sample sets at the end of each pipeline branch. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures necessary to achieve and acceptable result. Acceptable results shall be the bacteriological requirements for potable water as defined by the Texas Commission on Environmental Quality. 3.14 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. Equipment used shall be of such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. B. The boring shall proceed from a pit provided for the boring equipment and workmen. Excavation and location of the pit shall be approved by the Engineer and the Railroad, City of Lubbock, or Texas Department of Transportation as appropriate. Boring without the concurrent installation of the casing pipe will not be permitted. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. Jetting will not be permitted. Overcutting in excess of one inch shall be remedied by concrete pressure grouting the entire length of the installation. All casing pipe joints shall be welded. Care shall be taken to keep the pipe sleeve on the proper line and grade. C. After the casing pipe has been jack and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. Four hardwood, or other suitable material, skids shall be banded with stainless steel bands to each joint of pipe. The hardwood skids shall be of sufficient dimensions to allow the bell of the pipe to clear the casing pipe by at least one-half inch. The length of the skid shall be equal to at least 2/3 of the exposed length of straight pipe after the joint is made. A minimum of three bands shall be used to secure the skids to the pipe. The skids shall be such that a minimum of 2 inches clearance is maintained between the top of the pipe and the top of the casing. The design of skids and banding techniques shall be submitted to the Engineer for approval prior to use. 3.15 PIPE IDENTIFIERS A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. 1. Trace wire shall be 14 gauge minimum solid copper with thermoplastic insulation recommended for direct bury. 2. Trace wire shall be secured to the pipe as required to insure that the wire remains directly on top of the pipe. 3. Trace wire shall be securely bonded together at all wire joints with wire connectors that are watertight and provide for electrical continuity. 4. 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. Marking Tape AUGUST 2014 02665 - Page 9 of 10 WATER WORKS PIPING, VALVES AND FITTINGS _„ M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLE WATER LINE PROJECT SPECS\division 2\02665 - water works piping, valves and fittings.docx 0425-013-03 B. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. 1. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "CAUTION: BURIED WATER LINE." 2. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. 3. Depth of bury shall be 18 inches below top of trench. 3.16 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION AUGUST 2014 02665 - Page 10 of 10 WATER WORKS PIPING, VALVES AND FITTINGS j M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\POTABLEWATERLINE PROJECT SPECS\division2102665- waterworks piping, valves and filtings.docx _ I