Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2017-R0094 -Lone Star Dirt and Paving - 03_09_2017
Resolution No. 2017-R0094 Item No. 6.7 March 9, 2017 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT City of Lubbock Bid No. ITB 17-13258-TF is awarded to Lone Star Dirt & Paving, Ltd., of Lubbock, Texas, for Asphalt Replacement Project, and further THAT 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 the terms of the bid submittal attached hereto and incorporated herein, and related documents. Passed by the City Council on March 9 2017 DANIEL M. POPE, MAYOR ATTEST: "Rebecaarza, City Secretark) APPROVED AS TO CONTENT: Wqo'-d rrgAlin, P.E., Director of Public Works APPROVED AS TO FORM: Kelli Leisure, Assistant City Attorney RES.Bid AwardContract13258-Lone Star Dirt & Paving, Ltd. 2.22.17 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - A and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2017-172827 Lone Star Dirt & Paving Lubbock, TX United States Date Filed: 02/28/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 02/28/2017 3 Provide the identification number used by the governmental entity or state agency to track or identify description of the services, goods, or other property to be provided under the contract. the contract, and provide a 13258 Asphalt Replacement Project 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Sanders, Wesley Lu, TX United States X Turner, Steve Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 1 �7 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofi Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity Tiling form, and the city, state and country of the business entity's place of business. 2017-172827 Lone Star Dirt & Paving Lubbock, TX United States Date Filed: 02J28/2017 2 Name of govemmental entity or state agency that is a party to the contract for which the form is being Tiled. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the govemmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13258 Asphalt Replacement Project 4 Name of Interested Parry City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Sanders, Wesley Lu, TX United States X Turner, Steve Lubbock, TX United States X 5 Check only If there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, u de penalty of perjury, that the above disclosure is true and correct. ;0EBEZYBHOUGH MYCOMMISSIONEXPIRESOle FF", Si to o authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE �J Sworn to and subscribed before me, by the said this the ICJ day of 20�, to certify which, witness my hand and seal of office. JJ-4Signature e &6"we of officer admini ri oath U Printed name of officer administering itle of officer administ ri g oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: March 9, 2017 CITY OF LUBBOCK SPECIFICATIONS FOR Asphalt Replacement Project ITB 17-13258-TF CONTRACT 13258 PROJECT NUMBER: 92435.9240.30000 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncompany.com Phone: (806) 763-7770 zo 17® CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE I Page Intentionally Left Blank Il CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-172827 Date Filed: 02/28/2017 Date Acknowledged: 02/28/2017 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Lone Star Dirt & Paving Lubbock, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13258 Asphalt Replacement Project 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Sanders, Wesley Lu, TX United States X Turner, Steve Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. i - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1. 2, 3, 5, and'6 if there are no interested parties. 12017-172827 CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form; and the city, state and country of the business entity's place of business. Lone Star Dirt & Paving Lubbock, TX United States Date Filed: 02/28/2017 2 Name of governmental entity or state agency that Is a party tot the contract for which the forms being filed. City of Lubbock ]Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 1325E Asphalt Replacement Project 4 Name of interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Sanders, Wesley Lu, TX United States X Turner, Steve Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or OD affirm, u d$ penalty of perjury, that the above disclosure is true and correct. f D1:BeiEHERY� RBROUG" L MY COMMISSION EXPIRES p "= June 22, 2018 r' 1` `r Si authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Swam to and subscribed before me, by the said "CJ , this the day of'K� 20 to certify which, witness my hand and seal of office. r 9&&4Z 46z-/zy� A&a Signature of officer adminhbrinid oath U Printed name of officer administering itle of officer administAtig oath Forms provided by Texas Ethics Commission www.ethics.stateax.us Version V1.0.277 it Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original unbound copy of every item listed. ~ 1. '� Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and 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 sure WILL result in automatic rejection of our bid. P h' J Y 3. ' Complete and sign the CITY OF LU13BOCK 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. i✓ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management 3 Office prior to the deadline. Late bids will not be accepted. 6. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCL9L SECURITY number. 8. �✓ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. ✓ Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REOUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 11. ✓ Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. 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. ne_ Dt'_ 'd PA V L4c4 v (Type or Print Company -Name) Page Intentionally Left Blank INDEX _ 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS [ 3-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4 3-4. SAFETY RECORD QUESTIONNAIRE 3-5. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS AYMEN B 5. P ND T O 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 10. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES _. 11. GENERAL CONDITIONS OF THE AGREEMENT 12. DAVIS BACON WAGE DETERMINATIONS 13. SPECIAL CONDITIONS (IF APPLICABLE) 14. SPECIFICATIONS 2 Pal4e Intentionally Left Blank I I] NOTICE TO BIDDERS ITB 17-13258-TF Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 p.m. on r February 21, 2017, 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: Asphalt Replacement Project After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 p.m. on February 21, 2017, and the City of Lubbock City Council will consider the bids on March 9, 2017, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. The estimated budget for the construction phase of this project is $1,502,000. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on February 14, 2017 at 10:00 a.m., at 1625 1311 Street, Committee Room 103, Lubbock, Texas. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS .:; may use computers available at most public libraries. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.com. ONE SET OF -' PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) Days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. " Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK J4arta ACvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT 4 GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Asphalt Replacement Project per the attached specifications and contract documents. Sealed bids will be received no later than 200_ p.m., on February 21, 2017 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB 17-13258-TF, Asphalt Replacement Project" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management z City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING ' 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non - mandatory pre -bid meeting will be held at 10:00 a.m., on February 14, 2017, at 1625 13'h Street, Committee Room 103, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bids_ync.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 up blic libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems i the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be 5 received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. h Only information supplied by the City of Lubbock Purchasing and Contract Management Office , in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that 1nay have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB, does not obligate the City of Lubbock to enter into contract for any I - services or equipment. �3 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. j TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT a 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney 1 General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the } ' Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. €- 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. l 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's resnonsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Sr. Buyer City of Lubbock Purchasing and Contract Management Office 1625 I P Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: tkflores@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 180 Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be pennitted 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 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 perfonnance 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 I: 19 20 21 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. PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 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. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE 10 DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 1 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is 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 bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall I immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. ' 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars ($60) for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES -b Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and 11 30 31 legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized t_ agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the fine, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address inust be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 1_ 29.3.1 Bidder's name 29.3.2 Bid for "ITB 17-13258-TF, ASPHALT REPLACEMENT PROJECT" Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.4 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. x THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. i BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. t (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all infonnation for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: { _i 12 i w v (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 7 (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the narne(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BID AWARD -a 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 6 plus the sum of any Alternate Bids or Options the City may select. u 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to detennine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, 1 regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE 13 COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: httl2://www.wdol.gov/dba.aspx 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock sixty dollars ($60) for each worker employed for each - calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. I 14 BID SUBMITTAL FORM Paae Intentionally Left Blank I I I I BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: 49 —g22�% — f PROJECT NUMBER: ITB 17-13258-TF, Asphalt Replacement Project Bid of �On P --}-�4 r r r-1 4 1 Ay L-fd (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Asphalt Replacement Project, having ! carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract 1 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 .1 set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. ITEM DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED NO. QUANTITY MEASURE AMOUNT Patching with Black Base, 3" depth (milling to a depth of S", with replacement of 3" Black Base and 2" Type D Hot Mix), including 95 I labor, equipment, removal and disposal asphaltic surface, caliche base and sub -grade 5,700 ' SY (if soft or unstable) to a depth of S" and replacing with 3" of Black Base and 2" Type D Hot Mix. Patching with Black Base, 6" depth (milling to a depth of 8", with replacement of 6" Black Base and 2" Type C Hot Mix), including cfi S 2 labor, equipment, removal and disposal of asphaltic surface, caliche base and sub -grade 4,900 SY 5LI (if soft or unstable) to a depth of 8" and replacing with 6" of Black Base and 2" Type C Hot Mix. Patching with Black Base, 9" depth (milling to a depth of 11 ", with replacement of 9" Black Base and 2" Type C Hot Mix), including 3 labor, equipment, removal and disposal of asphaltic surface, caliche base and sub -grade 7,700 SY q ID 59(3 1 5 (if soft or unstable) to a depth of I I" and t replacing with 9" of Black Base and 2" Type C Hot Mix. 16 641 0 0 ITEM NO. DESCRIPTION ESTIMATED UANTITY UNIT OF MEASURE PRICE EXTENDED AMOUNT AMOUNT Patching with 2 sack flowable fill, 6"depth, (milling to a depth of 8",with replacement of 6" 2 sack flowable fill and 2" Type C Hot 00 4 Mix), including labor, equipment, removal and disposal of asphaltic surface, caliche base and 200 SY �'"^ ` $� 8 co sub -grad (if soft or unstable) to a depth of 8" and replacing with 6" of 2 sack flowable fill and 2" Type C Hot Mix. Patching with Hot Mix, 2" depth, (milling to a depth of 2" with Replacement of 2" Type D or 5 C Hot Mix), including labor, equipment, removal and disposal of asphaltic surface, 4,200 SY jJj a 9 --- Do caliche base and sub -grade (if soft or unstable) to a depth Of 2" and replacing with 2" of Type D or C Hot Mix. 6 Mobilization I EA oD00 � A 0, ova TOTAL BASE BID (ITEMS 1- 6) $ a Lt Q p5 " 1,85 , Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 180 CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,204.28 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 70 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid, as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5010) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him 17 • Bidder's Initials Enclosed with this bid is a Cashier's Check or Certified Check f r Dollars ($ ) or a Bid Bond in the sum of Dollars (S , -- >, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. g Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract 2 documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Date:, oR I — 1 1 14n 1 ature J-G Akr r (Printed or Typed Name) La4e J i4r j�� r �' 9 pay 1.fel Company Address City, County79K.X 3 State T Zip Code Telephone: ��0 1 / _ Fax: - '7 �-i +-1 ^ '7 L-f Addenda No. Date i, FEDERAL TAX ID or SOCIAL SECURITY No. Addenda No. Date Addenda No. Date g p O 1 3-0 ' Addenda No. Date EMAIL: lone 144t Aev,. A� S�o.�� lAC • Ae4 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) FOR CITY USE ONLY Bid Form Item Number(&) Awarded to Above Named Firnondividual: 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 ITO NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. 18 C POWER OF ATTORNEY POAADDOOD4213 090 gg l 7Cnow affWen 6y these Tresent, that ENDI RANCE ASSURANCE CORPORATION a Delaware corporation (the'Corporatbnj, wth offices at 4 Manhattanville Road, 3rd Floor, Purchase, NY 10M, has made, constituted and appointed and by these presents, does make constitute and appoint KIRK KILLOUGH, ALICIA GRUMBLES, TRACY L. MILLER, MITCHELL JENNINGS, JAMES R. REID, CAREY BRENT AYCOCK, DAWN TAYLOR, AARON ENDRIS, MARY ELLEN MOORE, T of(Ht?L'( r? itstrue and lawful Atlomey(s) in -tact at LUBBOCK In lino State of TX and each of them to have fun power to ad Without the other or others, to make,d h' as surety or co•sun;ty; bonds and undertakings given for any and al purposes, also to execute and defrver on Its behall as aloresaid ran yonsents or stipulations retailing to such bonds or undertakings provided however, that no single bond or undertaking so made, executed and IS teeny portion of the penal sum thereof in excess of the sum ofTEN MLLION Doaars ($10,0D0,000). such dsxand and " 'ngs for s� vAnen duly executed by said altomey(s}In•tad, shall be binding upon We Corporation as fully and to the same extent as M signed by the nt of the nde m rate seal attested try Its Corporate Secretary This appointment is by au* of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the% of January, 2014, a ropy of cup under the mg entilled'Certificate' This Pc werat 4* Issig sedied by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous mitten consent on Jar a lt(f xflesolutidn has not since been revoked, amended or repealed RESOLVED, that in growling powers of attorney pursuarht to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on January% 2014, the signature of such directors and officers and the seal of the Corporation maybe affixed to any such power of attorney or any cenilicate relating thereto by facsimile and any such power of atomey or cerli als bearing such facstrrkls signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which It is attached This Power of Attorney shall expire and W authority hereunder shall terminate without nuke at midnight (Standard Time where said is authorized to act) DecemberT 2019 IN WITNESS WHEREOF, the Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this6th day of October, 20M at Purchase, New Yank (Corporate Seat) ENDURANCE ASSURANCE CORPORATION ATTEST By MARIANNE L W LBERT; SEN flR VICE PRESIDENT SHARON L SIMS. SENIOR VICE PRESIDENT STATE OF NM YORK1 f ir ss, Purchase COUNTY Qf WE F On Ina b cu a personally came SHARON L SIMS, SENIOR V€CE PRESIDENT tome known, who Ding b� me duly swum did depose, and say that (s)he residue Pt{� NS Ez" that (s)he Is a SENOR VICE PRESIDENT of ENDURANCE ASSURANCE CORPORATION, treCorporatondescn'bed 4) and which execat ate 09 tisthSt %)h • the seal of said Corporation; that the seal affixed to said Instrument Is such corporate seal; that It was so affixed by order of the Board of tlfru grs of tWM Nat ( it his (her) name thereto by like order (Nobiri �� `Y a rah r ,r A 0F dt eVT a Nicholas Jaynes Benenau Notary Public • My Commission Expires 1210712019 f � , % CERTIFICATE STATE OF NEW YORK ss. Purchase COUNTY OF WESTCHESTER I, CHRISTOPHER DONELAN the PRESIDENT of ENDURANCE ASSURANCE CORPORATION, a Delaware Corporation (tne'Corporation7, hereby certify: 1 That the original power of attorney of which the foregoing Is a copy was duly executed on behalf of the Corporation and has not since been revoked amended or modified, that the undersii;;ned has compared the foregoing copy thereof with the original power of ancimey, and that the same Is a true and correct copy at the original power of attorney and of the wtwte thereof; 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on January 9, 2014 and said resolutions have notsince been revoked, amended or medicaid 'RESOLVED t 'Chitin s named below Is authorized to make, execute, seal and deliver (of and on behalf of the Corporation any and al bonds, undertakings or oWigabOns .t,�j �(s. CHRISTOPHER DONELAN, SHARON L. SIMS, MARIANNE L, WILBERT And td � � RES�L D, that each al the lnd NMI above is authortred to appoint atomeys in•fad for the pwpose of making, executing, sealing anddelivering bonds, undertakings or o61ij 51n surey four at! of the Co paratian' 3, The undersigned s thave resolutions are true and correct copies of resolutions as so re of the what- thereat IN WITNES ER hemunto s9my hand and affixed the corporate seal this l day of 20 1-7 1 �s t• (Corporate Sa�r�� M+r CHRISTOPHER DONELAN, PRESIDENT Arty ran=cue Vold. Pdmsy Surety Ctmm► S41h744110n: mnr suayCram. fire: 877•ele•7s75 MON Addaea: Frdwm Surety Crdrw Oeporonunt, Ise Thiel Avenue -10eh Floor New York, NY f W 17 Policyholder Notice TEXAS - IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informaclon o para someter una You may call the company's telephone number for queja: information or to make a complaint at: Usted puede Ilamar al numero de telefono de la compania para informacion o para someter una queja al: 1-877-676-7575 You may write the Company at: Endurance American Insurance Company Attention: Surety 7S0 Third Avenue New York, NY 10017 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at, 1-SOD-252 3439 You may write the Texas Department of Insurance PO Box 149104 L Austin, TX 78714-9104 FAX# (512) 490-1007 Web: htto://www.tdL texas.eov E-mail: ConsumerProtection@tdi. texas.eov 1-877-676-7575 Usted tambien puede escribir a: Endurance American Insurance Company Attention: Surety 7S0 Third Avenue New York, NY 10017 Puede communicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-BOD-252-3439 Puede escribir al Departamento de Seguros de Texas PO Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: httpj www.tdi. texas.eov E-mail: ConsumerProtection@tdi, texas.eov PREMIUM OR CLAIM DISPUTES: Should you have a DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene dispute concerning your premium or about a claim una disputa concerniente a su prima o a un you should contact the company first. If the dispute reclamo, debe comunicarse con la compania is not resolved, you may contact the Texas primero. Si no se resuelve la disputa, Puede Department of insurance, entonces comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. UNA ESTE AVISO A SU POUZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. I 11 Pal4e Intentionally Left Blank CONTRACTORS STATEMENT OF QUAL CATIONS ' Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint .. ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFOCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER R 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 misstatcment, 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: E Cos4r over General InfarmaHoa Us[ of amMMIM tams or lions that aura any pot of The wriahwoo. — I Nam of coinnies, ftw or wguintion I Percent OwnemWp I _iem U*Mwe In is simitar to the ff3!!Td r As a General Canhidw 126 Years As a Joint Venhn hdw;,, agYeats Has this or a predcoassor oqpnindon ever defaulted on a project or faded to complete any work awarded to it?No VM pro attachment. See attachment No. y1de, Rill details In a a !!e!nta Has this or a predecessor orpnhation been released from a bid or proposal In the Pam ten No J—MW Ifyas provide hill details in a !R!!to attachment. See aftselmiatit No. EBS WS or a predecesor o;5iR@on ever been disquidHiattion w is bidder or proposer by any to aft or &W Sag within the led five Yakm7 10 If yes provide fidl details In a separat e aflahmant. See attachment No. Is this oWnizition or your proposed surely currently in imy litigation or contemplating ,HdEdM?-- 40 —, If provide fhU dcWt In a wpxwe adwaimant. See afischmt No. Has tbis or a predecamr orgenintion ever Teftised to construct or reftwed to provide metedels kefto_d In the qMM #29acats? RO If yes vrovida full details In a separate attachment. See attachment No. 3 Conh%Mr+s PropmW Key Pc "wd Bud== As r Proposed Pmectmampen 5 Proposed Prqict Superbtandent m 6 Pr%mlwd po.Iad Otis' Nama ofIndividasi rev StocIgM Years of -ww = Ott _ 2 0 yxs Years of'990com aim tbis en 1 Year Nucibw of dW aata as saft Ordew or mor N=bw of aimU&uW=w lu omen lions AA nv- mnra Name of Asdpmmt an I safety Nana of bdtvidoai Years of 'asp mser t l Offxw Years oflqamw whh min Number of similar EvcjLxu as 010m Number of similar wWeets In older poddons 1 Namc of Assignment rolC on 7 f ety Pr"omd Pr*ct Quaft Control Mlmqer 8 No Text I STEFFEN D. TUHUqE R-1 3202 WOODROW ROAD LUBBOCK TOW 79423 (3W 548-3721 i GRANrM CONSTRITCIION COM@ANY, Ltbbooia:, TX 2000 — 2010 Read 1 Wad Pr4acb, L*bod4 TX, Terns Dept. Of Tin 2003 — 2010 Tha East / west t Sharp) FmOvmY is a five please, 13 m0a liW y P 4xq in Lubbock. TX dealymod W reduce caMeadon th>ro*od the city and provide added amity to meat fetes tt MPWU X Ueda. The PU600 augment tau&w savwW mayor parflow of tip ft wag Texas Teem University, Jones lima, - &a central bm ium diskioi, aboadm canters mad award hogihak and medical ho lilies. Gl w& ha pa tnwd wok as the Sward[ Bator for aS 4 phaam of tha p vjed awarded by TXDOT so f w Ov=H t ` Pr4iect ragom6ftes includes aahednling mWb* areovs m vwiD= tailm mdudbq mMhm truckia& asphalt paving of Type B, C.M.H.B, S.M.A, O.Gt.F.C, all Phone Oils, HmWdomas, 'Ica of Seal Coate and waft and sod wads foot Sinai job ado. Phase 1 — The pwjeats hdtW pho o consisted of the widening, fiam *w to Wx Isaac, of appmdruately 5.1 miles of Walt Laop 289 and Slick Rd. to 34th St. Abo inch"'in the eamaaet ware framtage roads, can*ucflon of mainmu Loop 289 bilges over US 62182 and builft of &a 50t>< St overpass. Manapd and fac#litaked paving 3200 tow of Type B mix anal pained all TXDOT moons r+esnfiing in booms profs. t Clawrated a 97% boons rating of 37 am of 38 lots with no removal. Phase 2 —'rids ougaing pottiam of the project upgrades a 49 mile portion of US 82 into a Ibniited access LL 6eeeway, aiooloding the conaftwdon of Bmntep roads msinlines. This phase features several migor doss athzat ovaapa ws, bwkWlog 30 R-OM 19th St emmwtor, Quaker Ave,, 41h St and Avenue Q. Facrlitated and supervised the laying of 3860 tons of Type B mix which bmim a company remd of amount of mix lend, Laid 3000 loos of Type B mix an savaral days in high traffic areas. Generated a 92% bonus rating of 38 out of 42 paving Ids with no reanovel. Phase 3A — Caadatnd of 3.18 miles of mull -bole fimmy, wee, $antsge reads and two mioj r tlyaever bridges. The soudloamd flyover from Loop 289 to US 82 EU#way spun 3900 $ and rvKbw over 74 $ bi&, making it lira laWd and tallest structure In the lhistmy of WDOrs Ianbbock District. The second #Mar, an easbound connector fraam US 82 Highway to Leap 289 a mar& 2,080 & and stands 41 fL tall. Generated 100% t bo na pay far all moan paved with new speciffcetions for OGFC and SMA wi6i no removal. `J Phase 3B — Constructed L5 miles stmtch from Chicago to SWom Ave. and includes ftftm ages at 34th St. and Slide cad, with overpass construction at rho Slide union. ocumated 98% bonus rating with 20 out of 21 paving lots and no remover. 1700 - 100"' St i. "! w._. OBJECAVE: To obtainiti®n w Ith a company that will allow me to use my shills file dLawlng me to acquire.now additionalones. • Lone Star Dkt & Paving • City of Lubbock • Allen Butler Construction qra Grants rn, , l ,-I tf i'1 References n Requ t 8 r Couft2doOx Project Mcpaience and Ramiw p Coubutor's Subcoubsoon and Vendors 10 I ing, Ltd (Jnit # 2 Supervisor Year 2002 Make Chev Model Silverado Serial Number 221911 Comments extended cab 4x4 h® 1999 Ford F250 3/4 [on A31625 4 Wheel Dr Hpil Extra 1999 Ford E350 B06017 Passenger Van P22 -q P26 P27 Mike Roland Cruz 2000 2007 2007 Chev Ford GMC Z71 E-350 Sierra 229871 M6598 119086 3 Door dub cab Passe r Van OR 2Wheel Drive P28 P29 Mario Asphalt crew 2006 2007 Chev Chev Silverado Silverado 257869 109690 OR OR Flat Bed 3 P30 RICLOM 2006 Chev Silverado 153964 OR 4 Wheel Drive P31 Pete 2007 Chev Silverado 117505 OR 4 Wheel Drive P32 JaMOS 2007 Chev Silverado 103023 40R 4Wheel Drive P33 Jesse's Crew 2005 Chev 4500 509416 4500 Crew Cab Flat Bed P34 ®mere 2007 Chev Silverado 132775 OR 4 Wheel Drive P35 POWs CreW 2006 Chev 4500 420184 4500 Crew Cab Fiat Bed P36 Darren 2007 Chev Silverado 178325 OR 4 Wheel Drive 4 '137 Jesse 2011 Ford E350 A59295 Passer r Van 1 e38 Al 2010 Chev 15M 257991 OR 4 Wheel Drive P39 Colin 2010 Chev Silverado 248749 OR 4 Wheel Drive P40 Mark 2007 Ford F550 28113 Mechanics Truck P41 P42 Arbrey Juan 2013 2012 GMC GMC 1500 1500 34311 157494 OR 4 Wheel Drive OR 4 Wheel Drive P43 halt Crew 2013 Chevrolet 3500 HD 141603 44 Work Truck P44Asphalt crew 2013 Chevrolet Silverado 164132 OR 4 Wheel Drive P45 Carlos 2013 Chevrolet Silverado 210422 4DR 4 Wheel Drive P46As alt crew 2013 Cheverolet 35DO 139786 OR Flat Bed WS 2013 Ford F250 18280 OR 4 Wheel Drive ST 2008 GMC Sierra HD 146343 OR 4Wheel Drive PT1 41 Pit 2002 Terex TA30 A7991477 Articulated Dump Truck T1 1991 Ford F8000 A13102 Water Truck T7 1992 Ford F8000 A07950 Water Truck 77 1993 Ford F8000 A11847 Water Truck 28 1991 Ford F8000 A37304 Bobtail Dump (Asphalt Plant Trk) T29 2002 Ford F450 A58078 1 Ton Flatbed Page 1 of 8 T30 2001 Frtlnr FL70 F21460' Rosco Max 3 distributor T36 -45 150 2000 1999 1998 Pbt Pbt Ford 377 385 FBDO 486009 502626 A29809 Tractor (Bally dump) Bobtail Dump Mechanics Trk T51 T52 T53 T54 1991 2005 1995 2008 KW Pbt Ford Pbt W9D0 330 L900 388 TrUA 561203 857589 A42667 740319 Tractor (whitetruck} Fuel& Lube Truck (Polo) Bobtail Dump (Asphalt Plant Trk) Winch Truck (Red haul truck) logs T55 2007 Pbt Water Truck 676323 Water Truck T56 2005 Pbt Water Truck 872143 Water Truck T57 2008 Pbt 388 752240 Tractor T59 2007 KW T-BDO 183633 Tractor T60 2007 KW T-800 183631 Tractor T61 2007 KW T-800 183632 Tractor T62 2007 KW T-m 207407 Tractor T63 2007 KW T-800 185739 Tractor T64 2008 KW T-m 21990 Bobtail 65 -,j 2008 KW T-m 213389 Bobtail 56 2008 KW T-800 213387 Bobtail T67 2008 KW T-m 212981 Bobtail T68 2008 KW T-M 213386 Bobtail T69 2006 Ptrblt 335 657385 Water Truck T70 1993 Mack CH613 27600 Water Truck T71 2016 Freightliner 108SD 8810 Distributor Truck T72 2007 Ptrblt 378 698593 Water Truck T73 2007 Plrblt 365 666586 Water Truck TRI TR2 1972 1988 Vermeer Lee Flatbed Form I906 595388 16' Folding equip trailers 18' equip trailers TR3 1994 Gooseneck Flatbed 31241 28'tandam axle w/loading ramp TR5 1988 Katy Dump 5104 Hydraulic Dump Trailer TR6 1982 Fruehauf Tank 2806 Hot oil tanker TR7 1981 1966 Howl Fruehauf Equip Tank S8111280 OMG353619 16'Equip Tdr Hot Oil Tanker rRll 1998 1997 CPS CPS Bellydump Bellydump 000577 425 20 Yard 20 Yard TR1 9 2002 CPS Bellydump T70724 20 Yard I I I TR20 2001 BIGTEX Utility E42782• 18` TR21 2002 Shopbuift Luba 124068 Luba Trailer 1'--''R25 2003 CPS Bellydump 4171 Belly dump trailer YLL;`ri26 2003 CPS Bellydump 4232 Belly dump trailer TR27 2003 CPS Bellydump 004116 Belly dump trailer TR30 2006 Clem End Dump 006313 End dump trailer TR31 2008 Tiger Utility 2253 18' utility TR32 2001 Loadking Haul Trailer 023906 Low Boy Haul Trailer TR33 1999 Lee Model T7 215286 140 Utility Flatbed TR34 2009 Tiger Utility 227 Flat Bed Utility TR35 2001 Etnyre Haul Trailer 111211 Low Boy Haul Trailer TR36 2009 Shopbuilt Flatbed Flat Bed Utili TR37 2005 Load Tilt Ubilty 005393 Flat Bed Tilt Utility TR38 2012 AFF Equipment 1A98E1826CL790030 18' BP Equipment TR39 2012 AFF Equipment WBE1824CL790031 18' BP Equipment TR40 2006 Ranco Dump iR9ES05016L008143 Framless End Dump Trailer TR41 2012 Bets Equipment 16JF01622C1046491 Utility TR42 t43 2012 2001 Bets SE! Equipment SEIPUP 16JF01629C1045486 1 S9PD33261 B638302 - Utility Pup End Dump C TR44 2001 SEI SEIPUP 1S9PD332718638308 Pup End Dump TR45 1998 SEI SEIPUP 1S9PD3322WB638109 Pup End Dump TR46 2000 SEI SEIPUP 1S9PD3421YB638215 Pup End Dump TR47 2003 Warren T/A 1W9CA4B263T369001 Pup End Dump L1 1994 CAT 95OF BTKO1482 41/2 c/y Loader L6 1977 CAT 950 81J10964 4112 c!y GP Bucket Loader L9 1989 CAT 980C 69P4756 Loader GP bucket w/ cab L14 1983 CAT 980C 63X4723 Loader L16 1983 CAT 930 41K11978 Loader L17 2002 CAT 416D BFP03226 Backhoe L19 1989 CAT 988E 05OW09849 Loader L20 CAT 966F 01SLO3446 Loader L21 L22 2002 CAT CAT 252B 420D FDP12773 Skidsteer Backhoe 23 L24 2007 CAT CAT 92BG 950 G DJD02717 3JW01649 Loader Loader L25 2009 CAT 289C JMP00867 Compact Track Loader Page 3 of 8 L26 2012 CAT 289C JMP2776 Compact Trade Loader L27 2012 CAT 289C JMP2780 Compact Track Loader { - ' 28 2011 CAT 980G 2KR75009 Loader CJ i29 2008 CAT 966H A6D1384 Loader L30 2006 CAT 416DIL B21)2395 Landscape Tractor L31 2007 CAT 420EIT KMWI549 BackhDe L32 2006 CAT 93BG RTB2312 Loader L33 2006 Case 570 MXT JJG0302936 Skip Loader L34 2006 CAT 93BG TCROO266 Loader /forks & Bucket L35 2010 CAT 850H OK5KO2879 SW Wheal Loader C3 Dynapac CP271 23620353 Pnuumatic Roller C5 1978 Ingram 10-12 ton 726BO95 3 Wheel Steel C8 Wacker Packer 583601396 Yellow Wacker Packer C9 Wacker Packer 6545NB47 Green Wacker Packer C10 Dynapac, CC421 58010324 Double Drum Vibratory Roller C11 C13 1977 1968 Ingram Ingram 539375 1125 641995OD63 3A80281FC 3 Wheel Steel 25 Ton Pneumatic C17 2000 Dynapac CS141 21720145 3 Wheel Steel Wheel (9010005) .J 8 2000 Dynapac CP271 6996453 Pnuumatic Roller C22 C20 1999 1993 Dynapac Wacker CC522 Packer 62910590 LF70 Tandem ®Drum Roller VIB C23 2000 Dynapac CA250PD 65320338 Vibratory Padfoot C24 L2000 Dynapac CA251PD 58311823 Vibratory Padfoot C25 1999 Dynapac CA152PD 64320602 Vibra!jiX Padfoot C26 1991 Dynapac CS12 175363 3 Wheel Steel C27 1995 Dynapac CP30 7018797 30 Ton Pneumatic C28 C31 C32 1978 1998 INGRAM Dynapac Dynapac 10-12ton CP301 CS141 88275OE9Q 903R140055 3 Wheel steel 25 Ton Pneumatic 3 Wheel Steel C33 2008 Dynapac CC142 60214052 Double Drum Asphalt C34 1998 Dynapac CC522 62910617 Double Drum Compactor C35 1992 Caterpillar 8158 17Z00487 Soil Compactor C36 2001 CMI 335C HE-1506 Compactor_ "37 1999 Rex 3-35C HE1498 Compactor C38 2006 Dynapac CC522 51720556 VHF Roller_ C39 2002 Caterpillar PS3608 9LS00221 Pneumatic Page 4 of 8 C40 1992 Hamm WH90 33906 - 3 Wheel Steel C41 2001 Caterpillar P9360B 9LS00229 7 Wheel Roller )�,rA3 2011 Hamm GRW280-30 H1950097 Pneumatic Roller C44 2001 CMI 3-35C HE1508 Compactor C45 2006 Dynapac CP271 2362BR2284 Pneumatic Compactor C46 1994 Caterpillar 815B 17ZO1695 Compactor C47 1993 Caterpillar 815B 17ZO1524 Compactor C48 2013 ©napac CC524HF 10000322COA008893 Vibrato As alt Roller CE1 CE5 1995 Gomaoo Gomaco GT3600 Commander III 902900.053 9DO100562 Curb 6 gutter machine 4 Track Concrete Paver CE6 Gomaco 9500 MC18682-55 Plecer WrOmmer Head CE7 2014 Gomaco GT3600 902900-957 Curb & puffer machine D1 Gardner -Denver GD45C 45001 Blasthofe Drill D2 1999 John Deere 850C T0850CX814295 Dozer D3 2006 E-Z Drill 214E-2SRA U3349 Slab Drill E1 1991 John Deere 79OD-LC 2ZKO0649 8465 Excavator E3 2002 Cat 350L 3MLOO286 H d Excavator � :4 2009 Cat 307D CAT0307DPDSGO0187 Track Excavator LD4 2002 Leeboy L500 309276 500 Gal Talc Wagon LD6 2000 Champion 1110-W 30277 Pro-Pav LD8 2009 Lee -Boy 8515T 8515T-54865 Asphalt Paver lD9 2002 Cedar -Rapids MS2 45280 Pick-up Machine LD10 2004 Ingersoll-Rand PF3120 178754 Crawler Asphalt Paver LD11 2015 Lee -Boy 250T 1309357 500 Gal Tack Wagon LD12 2011 CAT AP-1000D EAD00433 Asphalt Paver M4 1996 CAT 140H 2ZK006X9 equipped w/rear ripper M6 1999 CAT 140H 2ZC04412 equipped w/rear ripper M7 CAT 140 H 2ZKO5654 equipped w/rear ripper M8 2008 CAT 140H 2ZKO7110 equipped w/rear ripper M9 2008 CAT 140M B91)00423 equipped w/rear ripper M10 2004 CAT 140H HVCCA00746 equipped w/rear ripper M11 CAT 140H CCA04056 equipped w/rear ripper �r�6 1999 CAT 623E 6YF00166 Scraper S7 CAT 623E 6CB00600 Scraper Page 5 of 8 S8 S9 1996 2004 CAT CAT 623F 623G 6BK00215 CES00473 Scraper Scraper 2003 CAT 623G CES00312 Scraper 2002 Geft BM624 DH0103 Chip Spreader TT2 TT3 1986 1986 John Deere John Deere 8640 8650 PWSG017008067 007014 Tractor 4X4 Tractor 4X4 TT4 191-1GA John Deere 8870 RW8870H002124 Tractor 4X4 75 1993 John Deere 8870 RW8870H00l 398 Tractor 04 VvT 1 2003 Interpipe 12000 Gals 12KT-0002 12000 Tank Tower WT2 2006 MSE 12000 Gals 2006-31 12000 Tank Tower WT3 2004 Superior 12000 Gals 00-12-73 12000 Tank Tower MS2 1999 Broce sweeper 88467 MS4 Morgan Bldg 1016ICTBCUSA Office building MS5 2000 JD OFF -SET B'Mi!!K Disc MS6 MS8 2001 Star BROCE fuel tanker RJ 350 CTT1028 401011 I0009W trailer mounted fuel supply Broom ES10 Shop made Shop made 3000 2al fuel stoT@e /elecbt pump 2000 gal fuel !!Me w/electric pump MS12 Shop made 1000 gal fuel stoTe e/electfic pump MS13 Miller Big 20 trailer mounted welding machine MS15 Steel Forms NIA misc concrete paving forms MS16 StDTge building 20'enclosed storage van MS17 Sto!!2e building 18 enclosed !!LxVan MS18 Shopmade' Trailer Ramped Sin le Axle 5X8 MS19 John Deere Plow Flat Bottom Brealcing Plow MS20 John Deere Spreader Bat Wing MS23 Lerof Compressor KG56-1303 " Trailer MTD Air Compressor MS24 Hotsy S7055 C792330700 Pressure Washer MS25 MS26 MKC MK Concrete saw Corecut Saw Honda engine Honda engine MS30 MS31 1992 Hotsy cat 5516 Forklift 203243 7SC00883 Pressure Washer 6000lb ,-,-,"937 " MM9 2003 2003 Bobcat Bobcat I SIT BIT 24' 12" MS41 1992 Onan Generator V2203-136528 Trailer MW Power Unite., Page 6 of 8 MS42 MS43 1986 2004 Lincoln Rome SA200 G1-7-24 A802862' 2OGT-1021 - . A6 "' MS47 2004 S Pump Poulan MS48 1990 Lincoln SA200 A-802862 MS50 .1990 AMCO WOG-2-3230-BG 1053 MS51 2006 Allmand 0534AB06 AWB15-5573 MS52 MS53 2006 2006 Alfmand Red Lion 0549AS06 RLGFB AWB15-5574 2906 CODE 616808 MS54 MS55 2006 Red Lion Target RLGFB PRO651II030 3705 CODE 616808 228590001 MS56 2006 Allmand 0536AB05 MS57 1996 Arrow Master 1350 6410 MS58 20D9 Norton BBC547 8083028 MS59 MI-T-M 75000 MHO 4GO33591 MS60 2005 Wirtgen W2100 410145 P MS61 2004 Ingersall Rand P185WJD 346433UED221 MS62 2003 Ingersall Rand P185WJD 356249UDPB34 M., ..d 2005 Bomag MPH364R-2 901B23001607 MS64 2010 MI-T-M 6000OMHO 40025106 MS65 1999 Alfmand 402AS05 MS66 2010 Terex ODLSE25LA EVD-10635 MS67 2010 Terex/Amida ODLSE25LA GRD-21578 MS68 2010 TerexlAmida ODLSE25LA GRD-21579 MS69 2010 TerexlAmida ODLSE25LA FKD-13884 MS7D 2010 Terex ODLSE25LA FKD-13885 MS71 2011 GNSS852-882 > MS72 1 ZAB' MS73 Trimble Trimble GCS900 3D Auto MS75 M176 Remco MC WIZ MCW07-762 -s MS77 2012 Maxe 5R8U61027CM022963 77 "978 Husqvama FS400 `MS79 SUN TS420-14 179141323 MS80 2008 Wirtgen W2100 09,21,0286 Page 7 of 8 2® Welder ig disc plow Chainsaw (two) Welder PLOW Arrowboard Arrowboard 2` Pump Type A 2° Pump Type A Concrete Saw Arrowboard Self Propelled Hammer Brick Saw Generator Pavement Profiler Portable Air Compressor Portable Air Compressor Soil Stabilizer Generator Portable Solar Arrowboard Arrowboard Arrowboard Arrowboard Arrowboard Arrowboard Trimble Kit Mobile Office trailer GPS Svstem Mounted on M6 Plow Concrete Fiat Saw Cut o0 Saw Cold Planer MS81 Husqvama FS400 Concrete Flat Saw MS82 Briggs & Stratton 25T235001561 1405081600570 Generator —"%83 2010 Broce KR-350 407027 Ride on Sweeper - PA S84 Wishek Y-20DD-10 AGCWY2000EX036301 Offset Disc Plow Plant 1 1979 Jaw Crusher Gen Set Feeder (Pit 41) Crusher Plant Plant 2 1978 IH & B Hatch Plant Control (Asphalt Plant Hot Elev 10000ASP Tank Misc Plant 3 2013 Powerscreen Cheifton 1400 Trax PID000663DGD16223 (Screen Plant) 5x1 6 ft deck portable Plant 4 1998 Yard Crusher - Detriot En g OMTRO01 Impact crusher Plant 5. 1999 - Nordberg 1213CC 2052-2781 Impact crusher Plant , 1 1970 lCommander 11 Plant I Crusher p; Page of Project Information Project Owner I City of Lubbock Project Name General Description of Project Asphalt Patching of City of Lubbock Streets all over city Budget History Schedule Performance Amount % of Bid Date Days Amount Bid 4063950.00 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 Com Ietion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual i Estimated Final Completion Date OEM Project Manager Project Sup Safety OtIIcer Quality Control Manager Name Nrbrey Stockman Arbrey Stockman Colin Cog Turner Percentage of Tune Devoted to the Project As needed As needed As needed As need d Proposed for this Project Did Individual Start and Complete the Project? Yes Yes If not, who started or completed the project in their place. Reason for chance. Name Title/ Position Organization Telephone E-mail Owner Ci f Lubbock 806 775-3000 Designer Construction Manager Number of Issues Total Amount Involved In Number of Issues Resolved Resolved Issues Pen Project lntormation Project Owner Ci of Lubbock Project Name Concrete Patching 2015 & 2016 General Description of Project Concrete Patching on City Streets all over city Budget History i Schedule Perform ace Amount % of Bid Date Days Amount Bid 2645373.00 Notice to Proceed Change Orders Contract Substantial Compietloo Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Dates Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual I Estimated FInal Completion Date IN ME 1 Mi Project Manager Project Sup Safety Officer Quality Control Manager Name Arbrey Stockman Arbre Stockman Colin Coe Steve Turner Percentage of Time Devoted to the Project As needed As amWed As needed As needed-, Proposed for this Project Did Individual Start and 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 E-mail Owner DwWb MiLchell Senior P `ect Mar, Cfty of Lubbock Designer Construction Manager Total Amount Resolved Issues Attachment A Current Projects and Project Completed within the last 10 Years Project Owncr Friends0 IISD =Proic�tNomc JFriendship ISD 9th Grade Center M-rip.ml npar.Anfinn nf 11miect--Rito nron rnnr.rs:gfx% wnrk ratancinn nnnrl mnw ctrina h=nrfit-=n rnm e R. reerh A naettaar Project Cost $ 1,474,740.00 Date Project Completed ongoing Key Project Personnel Project Manager Project Superintendent Safety Officer Quality ContrrolManager, Name _Arbrey %0CkMaa_Arbreyqtnrkman Calip Gne Steve Turne[ Refcmnre Contact Information (listing names indicates approval to contacting the names individuals as a reference) 11 F — - Name Title/ Position Organization Telephone Owner IQrn) ��Ivlmlizli jt_jj� 011IMM mo--- ek—u�=� Pagosa -Partners ............... M 4 0 * a I agoi Mr_VM.MIMIP.. Project cost 1,653,876.00 Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer IColin Quality Control Manager ISteve Nam , . Arbrey Stockman Arbrey Stockman Coe Turner Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Pa2osa Partners, LTD Designer Construction Manager R B2.,rq Lee Lewis Construction 8061797-8400 tborogDleelewis.com ?IG Repairs Vadwig I at--alionsProject Owner Jtv of I 11bhock General Description of rodect: Ranair r_nnr:rP_tP_ all nvpr city ntrppfit Project Cost $ 732,002.00 Date Project Completed 2013 Key Project PCN*ncl V Project Manager Project Superintendent Safety Officer Quality Control MENEr Name A rhrWrSf,,rkMan ArbrLzvStockman Colin Qnp Steve Turner I Reftericc Contact Information (listing names indicates approval to contacting the names individuals as a r6crence) Name Title/ Position Organization Telephone E-mail Owner Gily of LUbbock 806) 775-3000 Designer Construction Manager J Attachment A Current Projects and Project Completed within the last 10 Years Project Name I 34th Street CPS Project Owncr CitV Of Ubb=k- I,---- General Description otprojectUilling of asphalt & replacing with with Concrete Project Cost [$8,988,866.09 Dow Project Completed 4 Kcy Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Nome Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Mc I Title/ Position I Organuation Telephone E-mail .... ... ........ IRJfR UfnRI - ---- -- Mc Alister Park P�o ject General Description orprojcct.- Reshape existing playa lake limits )0.00 cct Completed I Pro tende ject Superin nt Reference Contact information (listing names indicates approval to contacting the names individuals as a refetence) I M-N.T. Ire GT71MM IMM W Mv MT Dili- Wit 0 Is General Description of ProjecrTnial Rp-ra qtri jrtonn mf r*L.TrJT-J'"2Q- IV=116 M.- 0 6ata PMJ *Ark on, ect Completed -i MMI� Im91r-M ect Superinlcndent� �--) e �iz Refcrence Contact Information (listing names indicates approval -to contacting the names individuals as a reference) MMMIII: R-MIT J Project Information Project Owner Project Name Slide Road 4th to Loop 289 General Description of Project Remove house foundation, basement, construct new 7 lane concrete paved road way while keeping existing Fire Station in operation. Budget History ISchedule Performance % or Bid Amount A —__- Date Days Bid 2.137.666.13 Notice to Proceed 3/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions $5600.47 .0026 Change Order Authorized Substantial Completion Date Design Isamu I Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost S: 2 1 AA 9AA An I Actual I Estimated Final Completion Date Name Percentage of Time Devoted to the Project Proposed ror this Project Did Individual Start and Complete the Project? If not, who started or completed the project In their place. Reason for chanee. Name I Title/ Position Orgaubation Telephone E-mail Owner Designer F SC Jonathan gigner Engineer Constructlon Manager 1Alac1aw CanAxxrc i1..,.,er ...... oa... r%:..t 0 n....:.. iRnAl 7AC%-rn11 Number or Issues I Total Amount Resolved 0 Resolved Issm Total Amount involved in 0 Resolved Issues Palle Intentionally Left Blank City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Bidder )Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock., I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City me9t4g all of the requirements defined in this bid. !j -- Signature) Contractor (Print) NOTE TO CONTRACTOR If the time requirement specified above Is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. ITB 17-13258-TF Asphalt Replacement Project Pam IntentionaHy Left Blank �fCity of Lubbock, TX 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 safe records of potential contractors prior to awarding bids on City contracts. Pursuant to Section safety A A g tY 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPC13), 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 from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: Has the bidder, or the irrm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 59 L • Bidder's Initials i QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that 1 have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentatio r omissions may cause my bid to be rejected. Sign e Y Title R City of Lubbock, TX Suspension and Debarment Ceeation Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or r_ making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. W. � �W. -111, Pm I WA Signature of Company Printed name of company official signing above/ eLe e- LA r /l C. Date Signed:,, oZ I -- 1 �� Pate Intentionally Left Blank LIST OF SUB -CONTRACTORS Page Intentionally Left Blank I ITB 17-13253-TF Asphalt Replacement Project LIST OF SUB CONTRACTORS Company Name Location Services Provided Yes No 1. 2, 13 0 3. 0 11 4. 1:1 13 5. 0 0 6, 13 13 7. 0 0 C3 C) 0 ❑ I. - - ---- 12. 0 0 13. 0 0 14. 0 13 15. 0 0 16. 0 0 Company Address City, County State Zip Code Telephone: -7 -q i —k -73-S—Ato Fax: 74< 1-to7q THIS FORM SHALL BE COMPLETED AND RET1111NEl) A -LONG WFlrH YOUR PROPOSAL Pate Intentionally Left Blank Company Name Location Services Provided Yes N® 2. 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ ❑ ❑ 9. ❑ ❑ 10. 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. - --- ----- - 16, ❑ ❑ Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank t BOND # EACX090000100 STATUTORY PAVMIENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE TRAM 550t000) KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt & Paving. Ltd. (hereinafter called the Principal(s), as Principal(s), and ENDURANCE ASSURANCE CORPORATION (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 Mil&n Two Hundred Forty Thousand One Hundred Eighty -Five Dollars ($1,240.185) 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 presoits. WHEREAS, the Principal has entered into a certnitr written contract with the Obligee, dated the 9'h day of Myrrh, 2017, to 1713 17-13258TF As _ alt Replacement Project and said Principal under die 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 hemby referred to and made a part hereof as fully and to the same extent as if copied at length bcrein. NOW, THEMORE, THE CONDITION OF 71-IIS 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 far in said contract, then, this obligation shall be void; otherwise to remain in full force aed 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 scaled this instrument this 9TH day of . MARCH , 2017. ENDURANCE ASSURANCE CORPORATION j1 Surety 13 (fi )DAWN R. TAYLOR, ATTORNEY IN FACT I LONE STAR DIRT & PAVING, LTD (Company Name) V e �> (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates KIRK KILLOUGH an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be bad in matters arising out of such suretyship. ENDURANCE ASSURANCE CORPORATION Surety * By: (Title)DAWN R. TAYLOR, Approved as to form: ATTORNEY IN FACT City r b ock By: ity Attomcy * Note: if signed by an Office 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, the must have copy of power of attorney for our files. f BOND # EACX090000100 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE "TEXAS GOVERNMENT DUDE (CONTRACTS MORE THAN 5190,000) KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt & Paving, Ltd. (hereinafter Balled the Principal(s), as Principal(s), and ENDURANCE ASSURANCE CORPORATION (hereinafter called the Surety(s), as Surety(s), are held and finely bound unto the City of Lubbock (hereinafter called the Obligcc), in the amount of One Mi1I(on Two )Hundred Forty Thousand One Hundred Eighty -Five Dollars ($1 2ID 185) lawful money of the United States for the payment whereof, the said Principal and Surety hind themselves, and their heirs, admin)strators, executors, successors and assigns, jointly and severally, fimity by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9'h day of March, 2017, to .1TB 17-1325E-TF Asphalt Replacement Proiert and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to hint 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 9TH day of MARCH , 2017. INDURANCEASSURANCE CORPORATION Surety # By (Title) DAWN R. TAYLO ATTORNEY IN FACT d R LONE STAR DIRT & PAVEING, LTD. (Company Name) 9 2 (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates KIRK KILLOUGH an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Approved as to Form City 7/7)�r hvdi� By: ity Attorney ENDURANCE ASSURANCE CORPORATION Surety *By: (Title) DAWN R. TAYLOR, ATTORNEY IN FACT * Note. If signed by an Office of tha Surety Comjmny, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligatioft. If signed by an Attorney in Fact, %ve must have copy of power of attorney for Our files. ENDURANCE ASSURANCE CORPORATION POAA000004227 090 POWER OF ATTORNEY 4(WW alrMen iy these 0T4ent, that ENDURANCE ASSURANCE CORPORATION, a Delaware corporation (the 'Corporationj, with offices at 4 Manhattanville Road, 3rd Floor, Purchase, NY 10577, has made, constituted and appointed and by these presents, does make, constitute and appoint KIRK KILLOUGH, ALICIA GRUMBLES, TRACY L. MILLER, MIT_ CHELL JENNINGS, JAMES R. REID, CAREY BRENT AYCOCK, DAWN TAYLOR, AARON ENDRIS, MARY ELLEN MOORE, TRI,01 Its We and lawful Altomey(s)-in-tact, at LUBBOCK in the State of TX and each of them to have full power to act without the other or others, to make, eu as surety or oo-surety; bonds and undertakings given for any and all purposes, also to execute and deliver on Its behalf as aforesaid renew �`e P. nsents or stipulations relating to such bonds or undertakings provided however, that no single bond or undertaking so made, executed and II i ny portion of the penal sum thereof in excess of the sum of TEN MILLION Dollars ($10,000,000). i Sand and akings for sa an duly executed by said adomey(s}in-fact, shall be binding upon the Corporation as fully and to the same extent as 9 signed by the, nt of the unda o rye seat attested by its Corporate Secretary. This appa ntment is nd by a ' f certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the9th of January, 2014, a copy of w ' pp under the h ino entided'Certificate'. This Powero� n . is sig sled by facsimile under and by auttrority of the following resolution adopted by the Board of Directors of line Corporation by unanimous mitten consent on Ja'nU, 1 AesolMn has not since been revoked, amended or repealed RESOLVED, that in WhIing powers of attorney pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written oonsent on January9, 2014, the signature of such directors and officers aid the seat of the Corporation may be affixed to any such power of attomey or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature or seal shag be valid and binding upon the Corporation In the future with respect to any bond or undertaking to which it is attached. This Power of Attorney shall expire and all authority hereunder shall terminate without notice at midnight (Standard Time where said attomey(s}in-fact is authorized to act.) December7, 2019 IN WITNESS WHEREOF, the Corporation has caused these presents to be duly signed and Its corporate seal to be hereunto affixed and attested this 6th day of October, 2016 at Purchase, New York. (Corporate SeaQ ENDURANCE ASSURANCE CORPORATION ATTEST By ����!'��j MARIANNE L WILBERT, SENIOR VICE PRESIDENT SHARON L. SIMS, SENIOR VICE PRESIDENT STATE OF NE ,Vwf 1- ,r ss: Purchase Sl COUNTY fF j IA.`r On of I Rprsonally came SHARON L. SIMS, SENIOR VICE PRESIDENT to me known, who being by me duty sworn, did depose and say that (s)he resMas L� Pli N J4 that (s)he is a SENIOR VICE PRESIDENT of ENDURANCE ASSURANCE CORPORATION, the Corporation described in and which exeCbt � a (s ws,the seal of said Corporation; that the seal affixed to said instrument is such corporate seat that it was so affixed by order of the Board of of aligned his (her) name thereto by like order. (Nojp E AF YdkiEY S2fCiflt3tl4 .' � Poe Or Nicholas James Benenatl, Notary Pubic - My Commission Expires 12I07/2019 a , CERTIFICATE STATE OF NEW YORK ss: Purchase COUNTY OF WESTCHESTER I, CHRISTOPHER DONELAN the PRESIDENT of ENDURANCE ASSURANCE CORPORATION, a Delaware Corporation (Ihe Corporationl, hereby certify: i. That the original power of attorney of which the foregoing Is a copy was duly executed on behalf of the Corporation and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same Is awe and correct copy of the original power of attorney and of the whole thereof; 2. The foilowing are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on January9, 2014 and said resolutions have not since been revoked, amended or modified: named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds, undertakings or CHRISTOPHER DONELAN, SHARON L, SIMS, MARIANNE L. WILBERT And b RESO p, that each of If* indW ybove is authorized to appoint atomeys-in-fact for the purpose of making, executing, sealing and delivering bonds, undertakings or obi sin surety for a)tof the Corporation' f 3. fie undersigned that t1i resolutions are true and correct copies of the cxrJ�gps as so rued and of the vole thereof IN WITNES, E hereuntgr� 'hand and atixad the corporate seal this" day o��("� /� , 20 (CorporateSehljr7t, i n CHRISTOPHER DONELAN, PRESIDENT Any reproducdww we void. Primary Steely Clelms Sulmisdon: euelybwWddms@ ndurmnceservices.can Suety Claim Hotline: 677-e7V575 VAing Addew: Endurance Suety Claim Department, 750 Third Avenue —10th Floc, New York, NY 10017 Policyholder Notice TEXAS - IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una You may call the company's telephone number for queja: information or to make a complaint at: Usted puede Ilamar al numero de telefono de la compania para informacion o para someter una queja al: 1-877-676-7575 You may write the Company at: Endurance Assurance Corporation Attention: Surety 750 Third Avenue New York, NY 10017 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance PO Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi. texas.gov E-mail: ConsumerProtection@tdi. texas.gov 1-877-676-7575 Usted tambien puede escribir a: Endurance Assurance Corporation Attention: Surety 750 Third Avenue New York, NY 10017 Puede communicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas PO Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: hgRjjwww.tdi. texas.gov E-mail: ConsumerProtection@tdi. texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene dispute concerning your premium or about a claim una disputa concerniente a su prima o a un you should contact the company first. If the dispute reclamo, debe comunicarse con la compania is not resolved, you may contact the Texas primero. Si no se resuelve la disputa, puede Department of Insurance. entonces comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: This notice UNA ESTE AVISO A SU POLIZA: Este aviso es solo is for information only and does not become a part para proposito de informacion y no se convierte en or condition of the attached document. parte o condicion del documento adjunto. 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 Lone Star Dirt & Paving, Ltd. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Two Hundred Forty Thousand One Hundred Eighty -Five Dollars ($1 24, 0,185) 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 9th day of March, 2017, to ITB 17-13258-TF Asphalt Replacement Project and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2017. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: - (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Page Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt & Paving, Ltd. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Two Hundred Forty Thousand One Hundred Eighty -Five Dollars ($1 240 185 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 91h day of March, 2017, to ITB 17-13258-TF Asphalt Replacement Proiect and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. - IN WITNESS WHEREOF, the said Principal s and Surety (s) have signed and sealed this instrument this day of , 2017. Surety (Company Name) * By: By: (Title) (Printed Name) (Signature) (Title) Pate Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form 11 City of Lubbock 'm By: City Attorney 6 * Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Pate Intentionally Left Blank CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ O Fire Damage (Any one Fire) Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ _ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ _ Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident $ _ Other than Auto Only: Each Accident $ Aggregate $ BUILDER'S RISK 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ 77 _ Included Statutory Limits Partners/Executive _ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK 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. A CC pQ® C40 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 3/23/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER CONTANAME: Debbie Aranda Arthur J. Gallagher Risk Management Services, Inc. PHONE 806-748-2015 FAX 866-446-7371 110 N. Marienfeld Suite 330 E-MAIL Debbie_Aranda@ajg.Com INSURERS AFFORDING COVERAGE NAIC # Midland TX 79701 INSURER A: Mountain States Mutual Casualty Com 14648 INSURED INSURERB:ZNAT Insurance Company 30120 Lone Star Dirt & Paving, Ltd. INSURERC: 11820 University Avenue Lubbock, TX 794237412 INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 656670976 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MMIDD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y CPP025970103 5/30/2016 5/30/2017 EACH OCCURRENCE $1,000,000 CLAIMS -MADE � OCCUR D AMAGE T� RENTED PREMISES Ea occurrence _,......._.....,. $300,000 X MED EXP (Any one person) $15,000 WS-MSIG122 (0113 X AI-MSIG122 (0113 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY Fx]JE � LOC PRODUCTS -COMP/OP AGG $2,000,000 $ OTHER: A AUTOMOBILE LIABILITY Y Y BAP025971203 5/30/2016 5/30/2017 BINED SINGLE LIMIT Ea accident $1,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALLNED SCHEDULED AUTOS NON -OWNED HIRED AUTOS M BODILY INJURY (Per accident) $ XIAUTOS PROPERTY DAMAGE Per accident $ Al MSIG120 (0113) $AI MSIG120 (0113 A X UMBRELLA LIAB X OCCUR Y Y UMB025976403 5/30/2016 5/30/2017 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y� Y Z072147005 5/30/2016 5/30/2017 XOTH- STATUTE ER E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) NIA E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 A Rented/Leased Equipment Y Y CPP025970103 5/30/2016 5/30/2017 Per Item $500,000 Total Value $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ***SEE ATTACHED SUPPLEMENTAL PAGE FOR ADDITIONAL WORDING""" Certificate holder is an Additional Insured as respects to the General Liability, Automobile & Umbrella policies, pursuant to and subject to the policy terms, definitions, conditions and exclusions. Waiver of Subrogation applies to the certificate holder, as respects to the Workers' Compensation, General Liability, Automobile & Umbrella policies, pursuant to and subject to the policy terms, definitions, conditions, and exclusions. See Attached... City of Lubbock 1625 13th Street, Room 204 Lubbock TX 79401 USA (;AN(;ELLA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: A�C40MLY ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Arthur J. Gallagher Risk Management Services, Inc. NAMEDINSURED Lone Star Dirt & Paving, Ltd. 11820 University Avenue Lubbock, TX 794237412 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Project or Job #: 92435.9240.0000 Project: Asphalt Replacement Project - ITB 17-13258-TF Contract 13258 ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; ✓ (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of / coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and ,/ (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whore it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT Page Intentionally Left Blank Contract 13258 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 9" day of March, 2017, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Lone Star Dirt & Paving, Ltd. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and perforined 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: ITB 17-13258-TF Asphalt Replacement Project and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. Lone Star Dirt & Paving, Ltd.'s bid dated February 21, 2017 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 perfonnance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Lone Star in & Paving, Ltd. By P TED NAME: TITLE: V. P COMPLETE ADDRESS: Lone Star Dirt & Paving, Ltd. 11820 University Lubbock, TX 79423 ATTEST: Corporate Secretary CITY F LUBB , TE AS (OWNER): By: Daniel M. Pope, Mayor ATTEST: ,Qat, )1*1�� Rebelt arza, City Secre ary AS TO CONTENT: Miye Gilliland, S eTWUtilities Superintendent Wood`yr�& in, P.B., Director of Public Works A 3P U D AS Tffl FORM: ft"�-ZA� K llie Leisure, Assistant City Attorney Page Intentionafly Left Blank CONFLICT OF INTEREST QUESTIONNAIR CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 841h Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has Y a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). f_. By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 71h business day after the date the vendor becomes aware of the facts that require the statement to be �- filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts ffi Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary _ 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at hiip://www.ei.lubbock.tx.us/departmental- websites/departments/purchasing/vendor-information Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Govermment Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnexv/elf info _fornl295.htm I GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR _., Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Lone Star Dirt & Paving, Ltd., 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 Mike Gilliland, Street and Utilities Superintendent, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS ` The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders Bid Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". i 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 1 Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). [I " 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. A The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer , such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, _ techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the t Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. }' 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY 3 Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the % authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such 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 t location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all 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. t 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. t 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public I I, observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be J approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be conternplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or 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 perforrn such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or ; consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be { " uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such f_ tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, .w, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be deten-nined by the following methods: ` Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, 4, 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 Y` 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 Ci 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 detennined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the t " Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. ? i� t_1 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. ` The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of 1 insurance specifying each and all coverage's shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: _x Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury With Heavy Equipment Endorsement XCU B. Owner's and Contractor's Protective Liability Insurance. - NOT REQUIRED. r C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; f Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned andnon-owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 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 t 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 i of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 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 �a (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 1 one year thereafter; 1 (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 l_ (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. II. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days' after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) 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. _.i (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate.--i (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: 10 (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 (�) g i p p g� g p J the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; _ (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; �, 11 (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' t compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all -_ coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the proj ect; 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 1 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 fonn, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its Offices, 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 perfonnance of this contract 12 , f . 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. F-; 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, 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 Offices, 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 bidding. 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 all of its Offices, 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 bidding 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 therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. _ 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, 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. _LL 13 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 pennanently from Contractor's total compensation, the sum of $1,204.28 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._" 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 bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's 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 bid 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 tirne 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 twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in 14 3 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. d_ 38. QUANTITIES AND MEASUREMENTS h 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 bids 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 t 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. 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 any of its Offices, 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 bid 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 perfonmance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall 15 t determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 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. 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 r 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 other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 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. 16 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. t 3, (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of 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 17 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 bids, 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 terns of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually perfonned 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. 18 'i 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS C , 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 t 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 j 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 19 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 terni of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. 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 govermnental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 20 60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES t_ 1 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http://www.ei.lubbock.tx.us/departmental-websites/departments/purcliasing/vendor-information 21 Page Intentionally Left Blank DAVIS BACON WAGE DETERMINATIONS EXHIBIT A General Decision Number: TX170007 01/06/2017 TX7 Superseded General Decision Number: TX20160007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage detennination at least $10.20 per hour (or the applicable wage rate listed on this wage detennination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 * 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 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 ................ Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less............, LoaderBackhoe.............. $ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 313.46 $ 12.28 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. { t i Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health - related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an z - abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage detennination 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 Detenninations. 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. Page Intentionally Left Blank SPECIAL CONDITIONS Pal4e tntentionally Left Blank I I I SPECIAL CONDITIONS 1. TIME AND ORDER FOR COMPLETION The patching process covered by the contract documents shall be fully completed within 180 (ONE HUNDERED EIGHTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. A. The Asphalt patching, with locations and materials as designated by the City's representative, may begin as soon as the Contractor receives the Notice to Proceed, and proceed until all designated locations are completed. B. The repairs shall be completed in 180 (ONE HUNDERED EIGHTY). The Contractor shall pay to the owner $1,204.28 per day for each calendar day after that until completion as liquidated damages. No credit will be given for bad weather days or other delays. In the event it is determined by the City that the progress of the work is not satisfactory, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. ' 2. CHANGES IN THE WORK The Street Department may make changes in the scope of the work required to be performed by the Contractor under the Contract or making additions thereto, or by omitting work there from, without involving the Contract, and without relieving or releasing the Contractor from any of his obligations under the contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise Except for the purpose of affording protection against any emergency endangering health, life, limb or property, the Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the improvements or supply additional labor, services or materials beyond _. that actually required for the execution of the contract, unless in pursuance of a written order from the local Public Agency authorizing the Contractor to proceed with the change. No claim for an adjustment - of the contract price will be valid unless so ordered. If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a Supplement Schedule of Unit Prices) the Street Department may order the Contractor to proceed with desired changes in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit prices specified in the contract; provided that in case of a unit price contract the net value of all changes does not increase or decrease the original total amount shown in the ._ Agreement by more than twenty-five (25%) percent. 3. SUPERINTENDENCE The Contractor's Superintendent and/or his assistants will not be allowed to serve two functions simultaneously, such operating machinery and acting as Superintendent at the same time. The Contractor's Superintendent must be free of individual responsibilities to enable him to give the entire project his constant attention to facilitate the progress thereof. The Contractor's Superintendent will be responsible for establishing grade control on concrete removal and replacement. 4. PROSECUTION OF WORK The Contractor will, before starting any work on any street, erect barricades and signs, or provide sufficient flagmen, as approved by the Street Superintendent, to give notice to vehicular traffic. During the construction the Contractor is to close to traffic streets, as approved by the Street Superintendent. _. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6 P.M. to 6 A.M., except during the construction of the curb and gutter for which the driveways and/or alleys shall remain closed not more than 4 days including 72 hours for curing. The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such barricades and warnings, as approved by the Street Superintendent, necessary to give notice to vehicular and pedestrian traffic of any and all obstructions and insofar as possible keep the streets and/or alleys on which work is being done in a passable condition. During the time the concrete is curing in the alleys and until it can be opened to traffic, the Contractor shall maintain warning signs on barricades with lights at each end of the block until the alley can be opened to traffic. The flagmen will be required to wear vests and use the type of flag as shown on flagging detail sheet in specifications. All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent red - orange flags at least 16" x 16" in size. These flags shall be mounted high enough on the equipment so that they will be visible to all traffic meeting or passing the equipment. Before work is started on any street it will be the responsibility of the Contractor to notify each property owner that has a car or cars parked in their driveways or garages so that each owner might have the opportunity to move their cars. The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in advance, in order that businesses may have time to adjust their plans. On all thoroughfares and collectors, the Contractor and the City's Representatives will work with each of the businesses, hospitals, schools, etc., so that only part of the driveways into their parking lots will be closed. At no time will any parking lot be completely closed, without prior approval from the Owner's Representative, unless the work is being accomplished at night and the businesses are closed. The Contractor shall be responsible for notifying affected businesses of the proposed work and the projected schedule for completion of this work. Immediately after each re -construction the Contractor shall clean, remove any paving materials from gutters, rubbish and temporary structures from the street, restore in an acceptable manner all property, both public and private which has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as part of the cost of the various items of the work involved, and no direct compensation will be made for this work. The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES for Streets and Highways. Part VI. BARRICADES AND DANGER WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices for handling traffic control as indicated in the plans or as directed by the Street Superintendent. All barricades, warning signs, barriers, cones, lights, signals and other such type devices shall conform to details shown on the plans and as indicated in the Texas Manual on Uniform Traffic Control Devices. The Contractor may provide special signs not covered by plans to protect the traveling public against special conditions or hazards, provided however, that such signs are first approved by the Street Superintendent. Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices and evident thereof shall be removed by the Contractor. 6. MAINTENANCE OF DETOURS The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public travel in accordance with the Traffic Control Plan and these specifications. There shall be maintained in passable condition, such temporary roads and structures as may be necessary to accommodate public travel. Temporary approaches and crossings of intersecting highways shall be provided and maintained in a safe and passable condition by the Contractor at his entire expense. F 7. PUBLIC SAFETY AND CONVENIENCE Ingress and egress to private property shall be provided as specified in the plans or as directed by the Street Superintendent. The Contractor shall plan and execute his operations in a manner that will cause the minimum e interference with traffic. The Contractor shall secure the Street Superintendent's approval of his proposed plan of operation, sequence of work, and methods of providing for the safe passage of traffic before it is placed into operation. If at any time during construction the approved plan does not accomplish the intended purpose, y due to weather or other conditions affecting the safe handling of traffic, the Contractor shall immediately make necessary changes therein to correct the unsatisfactory conditions. At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as not to interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such points an for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as directed by the Street Superintendent. Flaggers shall be English speaking, courteous, well informed, physically and mentally able to effectually perform their duties in safeguarding and directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on duty. When directing traffic, flaggers shall use standard attire, flags and signals and follow the flagging procedures set forth in the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. 8. REMOVING OBSTRUCTIONS The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc., prior to building. It shall be the Contractor's responsibility to remove these obstructions at the direction of the Street Superintendent, except that the utility companies will move their equipment at no cost to the Contractor. The Contractor will receive no compensation for delay caused by the Utility Companies in relocating or removing their equipment. 9. TEST OF MATERIALS The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for approval of materials, mix designs, adequacy of procedures, etc. The results of such testing shall be evaluated and final approval given by the Street Superintendent. A. CONCRETE MATERIALS Before Concrete materials can be used on any street, a current mix design (not older than 30 days) with test reports will be submitted to the Street Superintendent for approval. During the construction period, concrete tests that fail will require the location to be cored at the contractor's expense. If the concrete cores fail, the concrete work will be removed and replaced at no additional cost to the City of Lubbock. B. HOT MIX The Contractor, or supplier of such materials, shall submit a mix design to the City Pavement Management office, at least thirty (30) days prior to the reconstruction, a mix design it shall include, but not limited to crushed face counts, Flakiness Index tests, and magnesium sulfate(soundness) tests. The gradation requirements shall be that as necessary to meet the gradation requirements of Item 6.3 (HMAC Mix Design Requirements). The crushed face count, Flakiness Index, and Magnesium Sulfate requirements shall meet those established in City of Lubbock Standard Paving Specifications, Item number 6.4. 10. SUBCONTRACTOR ` The Contractor shall not award an work to an subcontractor without prior written approval of the Y Y p pp Owner, which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement shall contain such information as - the Owner may require. r P 4 The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. 1 The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner and said subcontractor will look exclusively to contractor for any payments due subcontractor. 11. UNDERGROUND UTILITIES The Contractor's attention is directed to the fact that pipelines and other underground installations as may be shown on the plans have been taken from the best available information. There may be other pipelines or installations. The Contractor shall hold harmless the City from any and all suits or claims resulting from damage by his operations to any pipeline or underground installation. It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in the limits of street construction have been properly backfilled, compacted, and the top 6" inches backfilled with 2-sack flowable fill. It is not the intent to require the Contractor to provide for the utility cut repair but for the individual utility company snaking the cut to provide their own repairs. In the case of a City underground installation, the Contractor may be required, at the Street Superintendent's option, to repair the cut with 2-sack flowable fill at the unit price bid. 12. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. 13. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy and defects due thereto and pay for any damage to other work resulting there from, which shall appear within a period of one (1) year from date of final acceptance of the project. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 14. LABOR The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of Labor, and must not pay less than the rate legally prescribed or as set forth herein, whichever is higher. Payment for time worked over forty -hours per week shall be made at one and one-half (1-1/2) times the above prevailing rates. Payment for time worked on legal holidays shall be paid at one and one-half (1- 1/2) times the regular governing per diem wage rates. Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar day, under the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No. 201 of the 47th Legislature shall be paid on the basis of eight (8) hours constituting a day's work. 15. EQUIPMENT All equipment shall be keep in good working conditions no leaks. Any equipment that shows signs of J leaks shall be fixed immediately, and shall not be used until such leaks are fixed. The Milling Machine shall be capable of complete pavement removal at a full depth of no less that 10 '/2" in a single pass. The milling machine shall be capable of maintain grade control at full depth plus or minus 1". The Milling �_ J i'I } machine shall be a self-propelled milling machine. It shall have self -loading devices to promote continuous milling operation. 16. WORKING HOURS DEFINED During this contract the contractor shall make every effort to complete the work ahead of schedule. The working day shall consist of but, is not limited to the following hours 8 AM to 5 PM Monday thru Friday. Working on Saturday shall subject to the approval of the Street Superintendant of his representative. At any time during the contract the street superintendant or his representative may adjust the working hours if adequate progress is not being made. 17. WORK SCHEDULE The work schedule shall follow a predetermined route that will be laid out by the street superintendent or his representative at the preconstruction meeting. At any time the street superintendent or his representative shall have the capability to adjust the predetermined route. The contractor or his representative may summit in writing no less than 10 working days to the street superintendent or his representative a request to change the predetermined route. This request will be subject to approval by the street superintendent or his representative. Paine Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank r-= City of Lubbock Public Works Engineering Minimum Design Standards and Specifications �5 r City of bock U TEXAS Department of Public Works Engineering City of Lubbock, Texas January 15, 2016 This document contains general standards and specifications for design work on public infrastructure. At all times these regulations are subject to the direct supervision and judgment of the City Engineer who may make modifications in their implementation as maybe necessary on acase-by--case basis, acting in the best interest of the public. Approval of plans shall constitute general conformance with the City of Lubbock Minimum Design Standards and Specifications Approval of plans shall not relieve the Engineer of Record or the Developer from the responsibility to comply with local, State, or Federal requirements, and/or any errors or omissions in plans and specifications. ithCityof bbock rExa January 10, 2016 Subject: City of Lubbock Public Works Engineering Minimum Design Standards & Specifications To whom it may concern: This letter is to advise of the release of the 2016 annual update to the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. Over the past year the City of Lubbock Engineering staff has been working with vendors, manufacturers, engineering firms and the development community to update and improve the 2014 edition. The Public Works Engineering Department will be reviewing plans and making comments according to these standards for any proposed infrastructure beginning January 15, 2016. Therefore any plans received by this department dated on or after January 15, 2016 will be reviewed under these newly adopted design and construction standards. This manual is available in digital format on the City of Lubbock website. Please feel free to contact me if you have any questions Sincerely, Michael G. Keenum, P.E. City Engineer City of Lubbock 1625 13" Street Lubbock, Texas 79401 (806) 775-2393 U:IPROJECIM16DESIGNSMSUPDAiEISM SPECS ADOPTION IEn BLDOCX 2016 Design Standards and Specifications Table of Contents SECTION1.........................................................................................................................................1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION..........................................................1 1.01 General......................................................................................................................................1 1.02 Design Flow................................................................................................................................1 1.03 Design Pressure..........................................................................................................................2 1.04 Hydraulic Design.........................................................................................................................2 1.05 Typical Layout............................................................................................................................2 1.06 Bedding and Cover......................................................................................................................3 1.07 Relation to Sanitary Sewer Mains and Appurtenances....................................................................3 1.08 Pipe Size and Spacing.................................................................................................................6 1.09 Pipe Materials.............................................................................................................................6 1.10 Methods of Connection................................................................................................................7 1.11 Flanged Outlets..........................................................................................................................7 1.12 Valve Spacing.............................................................................................................................7 1.13 Fire Protection Requirements.......................................................................................................8 1.14 Easements..................................................................................................................................9 1.15 Soil Analysis................................................................................................................................9 1.16 Pipe Restraints and Reaction Blocking..........................................................................................9 1.17 Tunneling, Jacking and Boring.....................................................................................................9 1.18 Dead-end Mains........................................................................................................................10 1.19 Abandonment of Water Mains....................................................................................................10 SECTION2.......................................................................................................................................11 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS.................................................11 2.01 Plan Submittal Requirements.....................................................................................................11 2.02 Plan Details..............................................................................................................................13 SECTION3.......................................................................................................................................15 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS..............................................................15 3.01 General....................................................................................................................................15 3.02 Design Flow..............................................................................................................................15 3.03 Hydraulic Design.......................................................................................................................16 3.04 Design Details...........................................................................................................................16 3.05 Typical Layout..........................................................................................................................17 3.06 Bedding and Cover....................................................................................................................18 3.07 Relation to Water Mains............................................................................................................18 3.08 Abandonment of Sewer Mains and Manholes..............................................................................20 3.09 Easements................................................................................................................................20 3.10 Soil Analysis..............................................................................................................................20 3.11 Tunneling, Jacking and Boring...................................................................................................21 3.12 Lift Station................................................................................................................................21 SECTION4....................................................................................................................................... 23 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS......................................................... 23 4.01 Plan Submittal Requirements.....................................................................................................23 4.02 Plan Details..............................................................................................................................25 SECTION5....................................................................................................................................... 27 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION ................................................ 27 5.01 General....................................................................................................................................27 5.02 Plan Requirements....................................................................................................................27 5.03 Plan Approval...........................................................................................................................27 5.04 Inspection................................................................................................................................27 5.05 Specifications............................................................................................................................27 5.06 Materials of Construction............................................................................................................27 5.07 Methods of Construction............................................................................................................36 5.08 Pneumatic Testing for Tapping Sleeves......................................................................................43 5.09 Hydrostatic Pressure Testing......................................................................................................43 5.10 Sterilization and Bacteriological Testing......................................................................................44 2016 Design Standards and Specifications Table of Contents 5.11 Restoration and Clean Up..........................................................................................................45 3 I 5.12 Warranty and Acceptance..........................................................................................................46 SECTION6.......................................................................................................................................47.., STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION...............................47 j 6.01 General....................................................................................................................................47 6.02 Plan Requirements.................................................................................................................... 47 ,_ , 6.03 Plan Approval...........................................................................................................................47 6.04 Inspection................................................................................................................................47 6.05 Specifications............................................................................................................................47 6.06 Materials of Construction...........................................................................................................48 6.07 Methods of Construction............................................................................................................52 6.08 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes .61 6.09 Lift Station................................................................................................................................67 (- 6.10 Restoration and Clean Up..........................................................................................................68 6.11 Warranty and Acceptance..........................................................................................................69 SECTION7....................................................................................................................................... 71 APPROVED MATERIALS AND MANUFACTURERS LIST..................................................................... 71 7.01 Introduction..............................................................................................................................71 7.02 Product Submittal Procedures....................................................................................................71 7.03 Evaluation Process....................................................................................................................72 7.04 Approval Process......................................................................................................................72 i 7.05 Water System...........................................................................................................................74 7.06 Sanitary Sewer System..............................................................................................................81 7.07 Water and Sanitary Sewer Systems..........................................................................................86 SECTION8.......................................................................................................................................87 Standard Specifications for streets and drainage construction...................................................... 87 8.01 General....................................................................................................................................87 8.02 Design Standards......................................................................................................................87 8.03 Testing and Inspection..............................................................................................................88 8.04 Notification of Property Owners.................................................................................................89 8.05 Protection of Utilities and Irrigation Systems...............................................................................89 8.06 Water for Construction..............................................................................................................89 8.07 Concrete..................................................................................................................................90 8.08 Subgrade and Base..................................................................................................................199 8.09 Hot Mix Asphalt Concrete Surface(HMAC)................................................................................104 _. 8.10 Micro-Surfacing.......................................................................................................................111 8.11 Storm Sewer...........................................................................................................................115 ) 8.12 Fences...................................................................................................................................120 8.13 Salvage of Asphalt Paving........................................................................................................121 8.14 Traffic Control.........................................................................................................................121 8.15 Prosecution of the Work and Working Days 122 8.16 Measurement and Payment.....................................................................................................123 8.17 Restoration and Clean Up........................................................................................................126 8.18 Certificate of Completion and Warranty....................................................................................126 SECTION9.....................................................................................................................................129. I CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS............................................129 9.01 Plan Submittal Requirements...................................................................................................129 9.02 Plan Details............................................................................................................................131_ SECTION10...................................................................................................................................133 TYPICAL DETAILS OF CONSTRUCTION..........................................................................................133 10.01 General Details.......................................................................................................................... A 10.02 Water Details............................................................................................................................. B 10.03 Sewer Details............................................................................................................................. C i 10.04 Street and Drainage Details D t 2016 Design Standards and Specifications Water Standards SECTION 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION 1.01 General 1.01.01 All water distribution system design shall be in accordance with the requirements of TCEQ Chapter 290, AWWA Standards, City of Lubbock Water System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Water Distribution. 1.02 Design Flow 1.02.01 The design of the water distribution system shall be based on the following: A. Design flow for residential use: Peak Hourly Demand 1,000 qpcd Maximum Daily Demand 650 gpcd Average Daily Demand 240 gpcd Capita per Household (Single Family) 3.2 persons Capita per Household(Multi-family) 2.5 persons i. Domestic water service shall be provided from an alley or easement. ii. Lines in alleys or easements shall be adequate to provide for a maximum size water meter of 1-1/2 inches per lot for each 75 feet of frontage. iii. Property owner may acquire a maximum domestic water tap and meter of 1-�/2 inches or the equivalent in two meters per lot for each 75 feet of frontage. iv. Minimum size water tap and meter shall be one inch. B. Design flow for fire protection: �. 1- and 2-Family Residential 1,000 Other Than 1- and 2-Family Residential 1 500-8 000 i. Fire protection service shall be provided from a street right-of-way or comparable easement. ii. Flow may be from more than one fire hydrant, provided the additional hydrants are accessible to any possible fire location. iii. Fire protection must comply with Fire Marshall's Office regulations, and in no case be less than currently adopted International Fire Code requirements. iv. Additional infrastructure may be required to provide fire protection service when existing water distribution lines are inadequate. Section 1 1 2016 Design Standards and Specifications Water Standards C. Design flow for development other than residential use shall be based on the following or as directed by the Chief Water Utilities Engineer: . `a M I - . Restaurant 18 Without cafeteria or showers 18 School With cafeteria; no showers 24 With cafeteria and showers 30 Without cafeteria restrooms or showers 6 Youth With restrooms; no cafeteria or showers 24 camp With restrooms and showers; no cafeteria 30 With restrooms showers and cafeteria 42 Office building 18 Hospital(per bed 720 Institution other than hospital) 240 Factories exclusive of industrialprocesses) 24 Recreational Parks 6 Swimming pools 12 Country clubs 120 Airport(per passenger) 6 Self-service laundry 60 Service station convenience store 12 i. Peak hourly demand for other than residential flows shall be 2.5 times the average daily demand. 1.03 Design Pressure 1.03.01 Distribution system shall have a maximum operating pressure of 150 pounds per square inch (psi) and a minimum operating pressure of 40 psi. 1.03.02 Distribution system shall maintain a 20 psi residual pressure during required fire flow and a 40 psi residual pressure during peak hourly demand. 1.04 Hydraulic Design 1.04.01 Distribution mains shall be designed to have a maximum velocity of 10 feet per second. 1.04.02 Distribution mains shall be designed using a Hazen -Williams friction coefficient "C" equal to 140. 1.05 Typical Layout 1.05.01 Unless approved otherwise by the Chief Water Utilities Engineer, water distribution mains shall be located: A. In north -south alleys or streets, 5 feet west of centerline. B. In east -west alleys or streets, 5 feet north of centerline. 1.05.02 Water mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the Chief Water Utilities Engineer. H H 2 Section 1 2016 Design Standards and Specifications Water Standards B. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. 1.05.03 Where a water distribution main crosses a street, the crossing shall be made at as near to perpendicular as possible. 1.05.04 Valves shall be installed at each junction such that no more than one connecting leg is unvalved. A. At street intersections, valves shall be located at right-of-way lines unless flanged fittings are required. B. At alley intersections with streets, valves shall be located at right-of-way lines of the alleys where possible. C. Where possible, valves in streets should be designed to fall outside of wheel paths. 1.05.05 Water mains shall be designed as looped systems. 1.05.06 Minimum radius of curvature and maximum deflection angle of pipe joints shall be restricted to 80% of manufacturer's recommendation, after which the use of horizontal or vertical bends will be required. 1.05.07 In all instances water mains shall extend to the extremities of the platted property or the subdivision served, and further when required to tie into existing mains adjacent to the development. 1.06 Bedding and Cover 1.06.01 Water distribution mains shall ordinarily have a minimum of 4 feet of cover from top of pipe to finished ground surface. 1.06.02 All water lines shall be laid as horizontal as possible, avoiding excessive numbers of high or low points. 1.06.03 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Water Main Construction but in all cases shall be not less than manufacturer recommendations. 1.07 Relation to Sanitary Sewer Mains and Appurtenances 1.07.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 1.07.02 Water lines shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed sanitary sewer lines or appurtenances. A. Where the 9 foot separation distance cannot be achieved, the following criteria shall apply: i. New waterline installation —parallel lines: a. Where a new potable waterline parallels an existing, non -pressure or pressure rated `-' sanitary sewer main and the Design Engineer is able to determine that the existing sanitary sewer main is not leaking: Section 1 3 2016 Design Standards and Specifications Water Standards (1) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. h . (2) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. b. Where a new potable waterline parallels an existing, non -pressure or pressure rated sanitary sewer main and it cannot be determined by the Design Engineer if the existing line is leaking: (1) The existing sanitary sewer main shall be replaced with at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. c. Where a new potable waterline parallels a new sanitary sewer main: (1) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. ii. New waterline installation —crossing lines: a. Where a new potable waterline crosses over an existing, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. b. Where a new potable waterline crosses over an existing, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. i 4 Section 1 it 2016 Design Standards and Specifications Water Standards c. Where a new potable waterline crosses over a new, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. d. Where a new potable waterline crosses over a new, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (3) One segment of the waterline pipe shall be centered over the sanitary sewer line such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the center line of the sanitary sewer main. (4) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (5) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter -of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. e. When a new potable waterline crosses under a sanitary sewer main: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) The waterline shall be encased in an 18-foot or longer section of pipe or be constructed of ductile iron or steel pipe with mechanical or welded joints as appropriate. (3) The encasing pipe shall be centered on the sewer line and shall be at least 2 nominal pipe diameters larger than the water line. (4) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (5) Each end of the casing shall be sealed with watertight non -shrink cement grout or a manufactured watertight seal. (6) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. Section 1 5 2016 Design Standards and Specifications Water Standards B. Location of fire hydrants i. Fire hydrants shall not be installed within 9 feet vertically or horizontally of any sanitary sewer main, manhole or service line regardless of construction. C. Location of potable or raw water supply or suction lines i. Suction mains to pumping equipment shall not cross sanitary sewer mains or sanitary sewer service lines. ii. Raw water supply lines shall not be installed within 5 feet of any the or concrete sanitary sewer main or sanitary sewer service line. D. Proximity of septic tank drain fields i. Waterlines shall not be installed closer than 20 feet to septic tank drain fields. 1.07.03 Water and sewer lines shall be installed in separate trenches. 1.07.04 For other instances not covered in these design standards, consult current TCEQ regulations. 1.08 Pipe Size and Spacing 1.08.01 Distribution mains shall be located and sized in accordance with the current City of Lubbock Water System Master Plan and current TCEQ rules: 16-inch or larger Section Line mile 10- or 12-inch Half -Section Line 1/2 mile 6- or 8-inch Eighth -Section Line 660 feet 1.08.02 The standard pipe sizes that shall be used are 4-, 6-, 8-, 10-, 12-, 16-, 20- and 24-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock water distribution system, unless approved by the Chief Water Utilities Engineer. 1.09 Pipe Materials 1.09.01 All pipe used in the City of Lubbock water distribution system shall be Cement -lined Ductile Iron, C900 PVC, C905 PVC, C301 Prestressed -Concrete Steel Cylinder Pressure or Concrete Bar -wrapped Steel Cylinder Pressure Pipe. 1.09.02 See City of Lubbock Standard Specifications for Water Main Construction for details on materials and methods of construction. H 6 Section 1 n2016 Design Standards and Specifications r- Water Standards 1.10 Methods of Connection 1.10.01 Tapping Sleeves A. Tapping sleeves with tapping valves shall be used whenever possible for connections to existing mains in order to avoid interruption of water service. B. Maximum tap size shall be no larger than one standard size smaller than the main to be tapped. C. Size -on -size taps shall not be allowed without prior approval by the Chief Water Utilities Engineer. D. Using a tapping sleeve of one standard size smaller than the main to be tapped and immediately increasing the pipe to a larger size shall not be allowed without prior approval by the Chief Water Utilities Engineer. 1.10.02 Cut -in Tees A. When it is necessary for a size -on -size connection and interruption of water service is not an issue, a cut -in tee with valve shall be used. B. Cut -in tees shall not be used without prior approval by the Chief Water Utilities Engineer. 1.10.03 Service Connections A. Taps shall be provided in water main lines for service connections at each lot or building site. B. Service connections shall ordinarily be located 5.0 feet north or west of the centerline of the lot. C. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. D. Typical sizes of service connections are 1 inch, 1 1/2 inch, or 2 inch diameter for residential, commercial, or industrial service. Service taps 3 inches or larger are available for commercial and industrial only. E. Maximum size service connection shall be no larger than one standard size smaller than the main to be tapped. F. Size -on -size service connections are not allowed. 1.11 Flanged Outlets 1.11.01 All side outlets for valve attachments on lines 16-inches and larger shall be flanged. 1.12 Valve Spacing 1.12.01 Valves shall be provided in the distribution system so that no single accident, break or repair will necessitate shutting down a length of pipe greater than 600 feet. A. On distribution mains 12-inch diameter and smaller, valves shall be located at each tee, cross or other junction. B. Valves shall be installed at each junction such that no more than one connecting leg is unvalved. 1.12.02 On 16-inch arterial mains, valves shall be spaced no greater than 800 feet as the arterial feeder main traverses undeveloped land or is not intersected by other distribution mains. Section 1 7 2016 Design Standards and Specifications Water Standards i. Only purpose-built centralizers may be used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. H. All bores must comply with City Utility Excavation Manual. 1.17.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the Chief Water Utilities Engineer. All slick bores shall be restrained or encased. 1.17.03 No annular space shall remain between casing, or uncased pipe, and bored hole. 1.17.04 Unbraced, uncased bore holes shall be left open no more than 24 hours. 1.18 Dead-end Mains 1.18.01 A dead-end main is defined as a length of water line greater than 150 feet with no looped connection. 1.18.02 Dead-end mains shall not be allowed unless approved by the Chief Water Utilities Engineer. 1.18.03 Where dead-end mains are necessary as a stage in the growth of the system, they shall be designed so that: A. The system may be periodically flushed by use of a blow -off valve or fire hydrant, or B. A temporary looped connection is installed. 1.19 Abandonment of Water Mains 1.19.01 When a water line is to be abandoned, allowances shall be made so that existing and new water mains may be in service simultaneously, thereby providing a means for transferring customer's service from the old main to the new main with minimal interruption. 1.19.02 If the construction of a proposed main necessitates the abandoning of the existing main prior to the new main's placement into service, provisions for a temporary water main with services must be addressed. 1.19.03 On mains to be abandoned, the designer shall note locations of cut and plug as close as possible to the main that remains in service. 1.19.04 Fire hydrants, valves and other fittings located on mains to be abandoned shall be removed and delivered to the City of Lubbock Water Utilities Department. 10 Section 1 2016 Design Standards and Specifications Water Check List SECTION 2 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS 2.01 Plan Submittal Requirements 2.01.01 All water main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Water Distribution prior to submittal to the Water Utilities Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. 2.01.02 Plan Review .wa A. The Design Engineer shall submit two sets of water main construction plans to the Chief Water Utilities Engineer for review and comment. B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set .„ . shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 8 sets of plans shall be provided for final approval for construction. i. If a fire hydrant or fire protection service is specified for installation, 2 additional sets of water plans shall be submitted with the construction sets (10 total). ii. If the proposed infrastructure is intended to serve a commercial structure, 1 additional set of water plans shall be submitted with the construction sets (9 or 11 total). iii. If additional approved plan sets are required by the Design Engineer, the appropriate amount of additional plans shall be provided at this time. iv. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be logged into the City's GIS data base and distributed as follows: i. Two (2) sets will be returned to the Engineer. ii. Six (6) sets will be distributed to the City's inspectors and support staff. iii. Where applicable, 2 sets will be delivered to the Fire Marshall's Office. iv. Where applicable, 1 set will be delivered to the Building Inspection Department. G E. The Design Engineer shall notify TCEQ in writing prior to the start of construction. i. A copy of the TCEQ notification letter shall be submitted to the Water Utilities Engineering Department. F. Final construction plans should not be submitted for Water Utilities Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 2.01.03 Pro Rata Estimate and Fees A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. Section 2 11 2016 Design Standards and Specifications Water Check List B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall ; be submitted at the time of plan review submittal. C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 2.01.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Water Utilities Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Water Utilities Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 2.01.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Water Utilities Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings" certified by the Design Engineer shall be presented to the Water Utilities Engineering Department within 30 days of completion of the construction. i. Record Drawings shall include locations of all valves, valve vaults, fire hydrants, bends and tees or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the Water Utilities Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. 2.01.06 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the Chief Water Utilities Engineer for a Certificate of Acceptance of Utility Construction. i. Water distribution system improvements shall not be put online or brought into service without written approval by the Water Utilities Engineering Department. ii. A newly constructed system will not be accepted until the supplying, adjacent system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Water Utilities Engineering Department. iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed water system will not be released by the Water Utilities Engineering Department until said system has been brought into service. f 12 Section 2 i t I yf, 2016 Design Standards and Specifications Water Check List 2.02 Plan Details 2.02.01 Plan Format A. Standard drawing size shall be 24-inch by 36-inch. 2.02.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Chief Water Utilities Engineer: (806) 775-2342 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Location Map or Plat (if available) xi. Statement: "All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks ` ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Water Mains (Bold) a. Stationing b. Size c. Length d. Material and Type of Joints e. Location Dimensions ~ f. Fittings g. Tees h. Crosses i. Reducers j. Bends k. Plugs - I. Blow -offs m. Thrust Blocks n. Valves Section 2 13 2016 Design Standards and Specifications Water Check List o. Fire Hydrants vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: Yr—W- W WATER LINE s—s—s SANITARY SEWER LINE G—G—G GAS LINE FOc FOc FIBER OPTIC CABLE CATV- CATV- CABLE TELEVISION --SW—SW— STORM WATER LINE -- UGE UGE - UNDER GROUND ELECTRIC OHE— OHE OVER HEAD ELECTRIC UGT UGT UNDER GROUND TELEPHONE OHT -- OHT OVER HEAD TELEPHONE Ts —Ts TRAFFIC SIGNAL LINE C. Profile (required for water lines greater than 12-inch diameter) i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Proposed Water Main Control Elevation and Grades D. Plan, Profile and Complete Details for Off -Site Transmission Mains, Pump Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Thrust Block and Joint Restraint Tables iii. Fire Hydrant Detail iv. Tapping Details v. Air Valve Detail vi. Blow -off Detail vii. Crossing Detail F. Overall Layout Sheet - If Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Water Line Sizes and Material v. Valves vi. Fire Hydrants vii. Connections to Existing System 14 Section 2 s� k 2016 Design Standards and Specifications sSewer Check List l• SECTION 3 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS 3.01 General 3.01.01 All sanitary sewer system design shall be in accordance with the requirements of TCEQ Chapter 217, AWWA Standards, City of Lubbock Sewer System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Sanitary Sewers. 3.02 Design Flow 3.02.01 The design of the sanitary sewer system shall be based on the following: A. For sewers in new developments sewer main lines and lift stations shall be designed for the estimated future population to be served plus adequate allowance for future institutional and commercial flows. B. Minimum flow capacity for sizing of sewers for peak flow conditions shall not be less than the following: its 2.3 Average Daily Flow 100 gpcd Peak Factor, 2-hour flow <0.5 MGD 5 - Peak Factor, 2-hour flow >0.5 MGD 4 Capita per Household (Single Family) 3.2 persons Capita per Household(Multi-family) 2.5persons C. Minimum residential population density shall be figured on a basis of 6 houses per acre, and 70 percent of total land area developed as residential, unless detailed analysis of the area to be served indicates differently. f D. Design flow for development other than residential use shall be based on the following or as t directed by the Chief Water Utilities Engineer: Trailer Park — transient 2.5 persons/trailer 50 Mobile Home Park 3 persons/trailer 75 School with cafeteria With showers 20 Without showers 15 Recreational Parks Day Use 5 Overni ht Use 30 Commercial Industrial Building 20 Motel 50 Restaurant Per meal served 5 Hospital Per bed 200 Nursing Home Per bed 100 i-- Section 3 1s 2016 Design Standards and Specifications li Sewer Check List f7 3.03 Hydraulic Design 3.03.01 The minimum velocity at the design flow rate shall be 2.0 feet per second. 3.03.02 Maximum allowable velocity shall be 10 feet per second. 3.03.03 Manning's coefficient for design purposes shall be n=0.013 for PVC pipe. 3.03.04 Manhole inverts shall be designed in such a manner that the energy gradient is consistently falling in the direction of flow. 3.04 Design Details 3.04.01 Sewer Pipe A. The standard pipe sizes that shall be used are 6-, 8-, 10-, 12-, 15-, 18- and 21-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock sanitary sewer system, unless approved by the Chief Water Utilities Engineer. B. The following City slope standards shall apply to sanitary sewer mains: (refer to TCEQ guidelines 30 TAC Section 217.53.1.2.A Table C. I.) �IPip�+ ID�ameter,� �� Mmiimuir��Slope� °� � �� �laxi�iu�lo e �°jo}; 6 inch 0.60 [0.50 TCEQ] 12.35 8 inch 0.40 [0.33 TCEQ] 8.40 10 inch 0.28 [0.25 TCEQ] 6.23 12 inch 0.22 [0.20 TCEQ] 4.88 15 inch 0.15 [0.15 TCEQ] 3.62 18 inch 0.12 [0.11 TCEQ] 2.83 C. Sewer main lines shall be straight between manholes both in line and grade. D. All sewer main lines shall terminate in a manhole. i. Cleanouts on sewer main lines shall not be permitted without written approval of the Chief Water Utilities Engineer. 3.04.02 Manholes A. Manholes shall be a minimum of 48-inch diameter and shall be provided at every change in direction, grade, or connection with other sewer main lines. B. Manhole spacing and depth shall be as follows: � Q m t 15 inches or smaller + 0-16 Ft. e x 48 in. r Bye an le 500 Ft. 15 inches or smaller Over 16 Ft. 60 in. 500 Ft. Over 15 inches All depths 60 in. 800 Ft. C. Manholes greater than 16 feet deep or serving pipes larger than 15 inches shall be 60-inch diameter and include a protective coating system per the Approved Materials List. D. Connections at manholes shall be designed such that the crowns of connecting pipes are equal elevation if possible. E. Force mains shall discharge directly into a manhole through a 900 downspout connection. 16 Section 3 2016 Design Standards and Specifications Sewer Check List F. Manholes receiving force main discharge shall include a protective coating system per the Approved Materials List. G. Minimum elevation difference across manhole inverts shall be as follows: H. Drop manholes shall be provided for sewer main lines entering a manhole at an elevation 24 inches or more above the manhole invert. i. Drop connections on new manholes shall be constructed with an exterior or 'outside" drop system on all 48 inch manholes. All 'outside" drops shall be flow filled against undisturbed soil up to the depth of the main. ii. Drop connections on existing manholes shall be constructed with an interior or "inside" drop system. "Inside" drops shall be allowed for existing 60 inch manholes only. I. Where the difference in elevation is less than 24 inches, the invert shall be filleted to prevent solids deposition. J. Manholes shall be stubbed out with suitable size pipe wherever future extension of the sewer is anticipated. i. Stub -outs shall extend beyond the edge of existing or proposed paving. K. Inflow Prevention Devices (IPDs) shall be specified on all new manhole installations. 3.04.03 Service Connections A. Tees or wyes shall be provided in sewer main lines for service connections at each lot or building site. B. Service connections shall ordinarily be located 5.0 feet south or east of the centerline of the lot. C. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. D. Minimum size service connections shall be 4 inch diameter. E. Maximum size service connection shall be no larger than one standard size smaller than the main to be tapped. F. Size -on -size service connections are not allowed. G. Gravity sewer taps shall connect to sewer main lines at or above the spring line. H. No gravity service lines shall discharge directly into a manhole. I. Service connections shall not be installed within 5 feet of the outside wall of a manhole. 3.05 Tvuical 3.05.01 Unless approved otherwise by the Chief Water Utilities Engineer, sanitary sewer mains shall be located: A. In north -south alleys or streets, 5 feet east of the centerline. B. In east -west alleys or streets, 5 feet south of the centerline. Section 3 17 2016 Design Standards and Specifications Sewer Check List 3.05.02 Sanitary sewer mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the Chief Water Utilities Engineer. B. Service connections shall not be deeper than 12 foot without prior written approval from the Chief Water Utilities Engineer. 3.05.03 Where a sanitary sewer main crosses a street, the crossing shall be made at as near to perpendicular as possible. 3.05.04 Manholes shall be located as to provide access for maintenance crews and equipment. A. Where possible, manholes in streets should be designed to fall outside of wheel paths. B. Where possible, manholes in alleys should be designed to fall at the projected intersection of perpendicular lot lines. 3.05.05 In all instances sanitary sewer mains shall extend to the extremities of the platted property or the subdivision served. 3.06 Bedding and Cover 3.06.01 Sewer mains shall have a minimum of 4 feet of cover from top of pipe to proposed finished ground surface unless approved by Chief Water Utilities Engineer. A. Where less than 5 feet of elevation difference between the finished lot grade at building line and the top of the sewer main is provided, the plans shall indicate that the lot is served by a "shallow sewer" and appropriate elevation information shall be given. B. Where a sewer main has less than 4 feet of cover, provisions shall be made to protect the pipe from impact loading when located in a street or alley. C. Maximum sanitary sewer depth in alleys shall be 12 feet unless approved by the Water Utilities Engineering Department. 3.06.02 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Sanitary Sewer Main Construction but in all cases shall be not less than manufacturer recommendations. 3.07 Relation to Water Mains 3.07.01 No physical connection shall be made between a drinking water supply and a sewer line. ? A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 3.07.02 Sewers shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed water mains. z A. Where the 9-foot separation distance cannot be achieved, the following guidelines shall apply:__ i. New sanitary sewer installation — parallel lines: a. Where a new sanitary sewer main parallels a water line: (1) The sewer shall be constructed of ductile iron or PVC meeting ASTM specifications with a pressure rating for both the pipe and joints of 150 psi. (2) The vertical separation shall be a minimum of 2 feet and the horizontal f separation shall be a minimum of 4 feet between outside diameters. 18 Section 3 2016 Design Standards and Specifications Sewer Check List (3) The sewer shall be located below the water line. ii. New sanitary sewer installation — crossing lines: a. Where a sanitary sewer crosses under a water line and the sewer is constructed of ductile iron or PVC with a minimum pressure rating of 150 psi: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. b. Where a sanitary sewer crosses under a water line and the sewer is constructed of ABS truss pipe, similar semi -rigid plastic composite pipe, clay pipe or concrete pipe with gasketed joints (Non -pressure rated pipe): (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. c. Where a sanitary sewer crosses over a water line: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) All portions of the sewer within 9 feet of the water line shall be encased in a joint of 150 psi pressure class pipe at least 18 feet long and 2 nominal sizes larger than the new conveyance. (3) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (4) The encasement pipe should be centered on the crossing and each end sealed with watertight non -shrink cement grout or a manufactured watertight seal. (5) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude a settling and/or failure of the higher pipe. B. Sanitary sewer manhole and clean out separation from water i. Manholes and clean outs must be installed so as to provide a minimum of 9 feet of outside to outside clearance from an existing or proposed water line. 3 Section 3 19 2016 Design Standards and Specifications f Sewer Check List 1 ii. Where the 9-foot separation distance cannot be achieved, an encasement pipe as described in subparagraph (c.) above may be used for the water line. 3.07.03 Water and sewer lines shall be installed in separate trenches. 3.07.04 For other instances not covered in these design standards, consult current TCEQ regulations. 3.08 Abandonment of Sewer Mains and Manholes 3.08.01 When a sewer system is to be abandoned the Design Engineer shall ensure that all existing mains and service connections are properly plugged or transferred to the new system prior to decommissioning of the existing system. 3.08.02 Sewer Mains A. If a line to be abandoned terminates in a manhole that will remain in service, the existing main to be decommissioned shall be plugged from within the manhole and clearly marked on the plans. L Cutting and plugging of existing lines directly outside of manholes should be avoided. B. If a portion of a line is to be abandoned a manhole must be installed on the new terminus of the portion of line to remain in service. 3.08.03 Sewer Manholes A. Manholes may be decommissioned by either of the following methods or as approved by the Chief Water Utilities Engineer: i. Complete removal of the manhole structure including ring, lid, cone, riser sections, base and all appurtenances. The excavation shall be backfilled with compacted native material or flowable fill. ii. Remove cone, ring and lid sections and backfill to top of remaining structure with flowable fill. Remaining excavation shall be backfilled with compacted native material or flowable fill. 3.09 Easements 3.09.01 When it is determined not to be feasible to construct a public sanitary sewer line in a street or alley, the installation may be made in a dedicated easement or right-of-way. 3.09.02 The minimum width of easement or right-of-way for a public sanitary sewer is 10 feet exclusive, 20 feet if shared with a public water main or other utilities or if depth of sewer main is greater than 10 feet. 3.10 Soil Analysis 3.10.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed sewer, recommended methods of dewatering for sewer main construction, and the recommended methods of backfilling and compacting to be used. 20 Section 3 2016 Design Standards and Specifications Sewer Check List 3.11 Tunneling, lacking and Boring 3.11.01 Tunneling, jacking and boring are methods used for sewer line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities Engineer. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe and must allow for the required casing spacers. D. Casing pipe thickness shall be: <24 inches 3/8 inch >_24 inches 1 2 inch E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. i. Only purpose-built centralizers may be used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. 3.11.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the Chief Water Utilities Engineer. 3.11.03 Annular space between casing or uncased pipe and bored hole shall be injection grouted. 3.12 Lift Station 3.12.01 A thorough engineering analysis must be performed on physical and economic factors to determine if a lift station is required. A. A preliminary engineering report will be required to list all factors including TCEQ regulations as outlined in the Standard Specifications for Sanitary Sewer Construction. B. The Chief Water Utilities Engineer will review the preliminary report and reserves the right to determine if there is merit to require a lift station. C. After approval of the preliminary report design shall follow the Standard Specifications for Sanitary Sewer Main Construction. D. Design of a lift station facility shall take into consideration the entire drainage basin. E. The review and approval process for lift station design could be subject to addition rules and requirements more comprehensive than those listed in these specifications. Section 3 21 2016 Design Standards and Specifications Sewer Check List 22 Section 3 I " 2016 Design Standards and Specifications r_, Sewer Check List SECTION 4 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS 4.01 Plan Submittal Reauirements 4.01.01 All sanitary sewer main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Sanitary Sewer prior to submittal to the Water Utilities Engineering Department for approval. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. 4.01.02 Plan Review A. The design Engineer shall submit two sets of sanitary sewer main construction plans to the Chief Water Utilities Engineer for review and comment. B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 8 sets of plans shall be provided for final approval for construction. i. If the proposed infrastructure is intended to serve a commercial structure, 1 additional set of sanitary sewer plans shall be submitted with the construction sets (9 total). ii. If additional approved plan sets are required by the Design Engineer, the appropriate amount of additional plans shall be provided at this time. iii. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be logged into the City's GIS data base and distributed as follows: L Two (2) sets will be returned to the Engineer. ii. Six (6) sets will be distributed to the City's inspectors and support staff. iii. Where applicable, 1 set will be delivered to the Building Inspection Department. E. The Design Engineer shall notify TCEQ in writing prior to the start of construction. L A copy of the TCEQ notification letter shall be submitted to the Water Utilities Engineering Department. F. Final construction plans should not be submitted for Water Utilities Engineering Department approval for work that will not be installed within 6 months of the approval date. L Delays between approval date and construction may require resubmittal of the plans for review under current standards. 4.01.03 Pro Rata Estimate and Fees A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. Section 4 23 2016 Design Standards and Specifications Sewer Check List C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 4.01.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Water Utilities Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Water Utilities Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 4.01.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Water Utilities Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings", certified by the Design Engineer, shall be presented to the Water Utilities Engineering Department within 30 days of completion of the construction. i. Record Drawings shall include locations of all lift stations, manholes or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the Water Utilities Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. 4.01.06 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the Chief Water Utilities Engineer for a Certificate of Acceptance of Utility Construction. i. Sanitary sewer system improvements shall not be put online or brought into service without written approval by the Water Utilities Engineering Department. ii. A newly constructed system will not be accepted until the receiving, downstream system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Water Utilities Department. iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed system will not be released by the Water Utilities Engineering Department until said system has been brought into service. 24 Section 4 t_ , 2016 Design Standards and Specifications Sewer Check List 4.02 Plan Details 4.02.01 Plan Format A. Standard drawing size shall be 24-inch by 36-inch. 4.02.02 The following details shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Chief Water Utilities Engineer: (806) 775-2342 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Location Map or Plat (if available) xi. Statement: "All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks ii. North Arrow - iii. Property Lines i iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Sanitary Sewer Mains (Bold) a. Stationing b. Size ~ ' c. Materials - d. Gradients e. Length between Manholes f. Proposed Manholes g. Elevation of Inverts In And Out Of Manhole h. Elevation of Manhole Rim i. Location Control Dimensions j. Manhole Stub -Outs k. Proposed Future Extensions I. Proposed Service Connections or Stub -Ins m. Standard Bedding Cross -Section n. Proposed Concrete Encasement Section 4 25 L_ 2016 Design Standards and Specifications Sewer Check List o. Proposed Cut -Off Walls vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: W W WATER LINE s—s—s SANITARY SEWER LINE G—G—G— GAS LINE FOC- FOG. FIBER OPTIC CABLE C►r*--CATS-- CABLE TELEVLSION sw—sw STORM WATER LINE UGE UGE UNDER GROUND ELECTRIC OHE— OHE— OVER HEAD ELECTRIC - UGT - UGT - UNDER GROUND TELEPHONE OHT c; r OVER HEAD TELEPHONE Ts— Ts TRAFFIC SIGNAL LINE C. Profile i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Existing Manhole Invert and Rim Elevations D. Plan, Profile and Complete Details for Off -Site Force or Gravity Mains, Lift Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Standard Manhole Detail iii. Drop Manhole Details iv. Tapping Details F. Overall Layout Sheet - If Required m i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Sewer Line Sizes and Material v. Manholes vi. Connections to Existing System 26 Section 4 F 2016 Design Standards and Specifications Water Specifications SECTION 5 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.01 General 5.01.01 All water main construction within the City of Lubbock water system or for future connections to the City of Lubbock water system shall be accomplished in accordance with the requirements of these specifications. 5.02 Plan Reauirements 5.02.01 Water main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 5.02.02 Plans shall conform to the City of LubbocWs Minimum Design Standards for Water Distribution and shall show all information called for on the City of Lubbock Check List for Water Distribution Construction Plans. 5.03 Plan Approval 5.03.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 5.04 Inspection 5.04.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours prior to the planned construction is to commence and also before starting up when construction is interrupted for any reason. 5.04.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 5.04.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, by written notice, may order that portion of construction in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 5.05 Specifications 5.05.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 5.06 Materials of Construction 5.06.01 Water Pipe A. All pipe used in the City of Lubbock water distribution system shall be C900 PVC, C905 PVC, C906 High Density Polyethylene (HDPE), Cement -lined Ductile Iron, C301 Prestressed - Section 5 27 2016 Design Standards and Specifications Water Specifications f Concrete Steel Cylinder Pressure Pipe or C303 Concrete Bar -wrapped Steel Cylinder Pressure Pipe and shall conform to the Approved Materials List. B. The following are approved materials for water main construction: '. i. PVC Pipe a. Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with AWWA C900 or C905 specifications and shall be minimum DR-18, Pressure Class 235 PSI. b. Pipe shall be furnished with bell and spigot joint with rubber gasket joint conforming to the above specification. c. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. d. Water pipe shall be blue. ii. High Density Polyethylene (HDPE) a. HDPE pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of the latest revision of AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 PSI. b. Use of HDPE pipe must be preapproved by the Chief Water Utilities Engineer in writing prior to use within the City of Lubbock service area. iii. Cement -lined Ductile Iron Pipe a. Ductile iron pipe shall conform to AWWA C150 — ANSI A21.50 and AWWA C151 — ANSI A21.51. b. All ductile iron pipe shall be cement lined in accordance with AWWA C104 - ANSI A21.4 specifications. The external surface shall be coated with an asphalt base paint. c. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. d. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. e. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C111 - ANSI A21.11 or its latest revision. f. Flanged joints shall conform to AWWA C115 —ANSI A21.15 iv. Concrete Cylinder Pipe a. Pre -stressed Concrete Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C301. b. Concrete Bar -wrapped Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C303. c. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi longitudinally and helically. d. The joints of the pre -tensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303. e. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pre -tensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to ASTM C150 and C77. (2) Sand for the mortar shall conform to ASTM C33 for fine aggregate. f. The exterior joints on pre -tensioned concrete cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be 9 inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 28 Section 5 2016 Design Standards and Specifications Water Specifications 5.06.02 Service Saddles A. 1-inch and 2-inch Service Connection i. Service connections shall be made through an approved service saddle. a. Service saddles shall be manufactured_ to conform to ASTM A240 Type 304 stainless steel. b. Service saddles shall be 4-bolt, double band type. c. Service saddle shall be fusion bonded epoxy or nylon coated. d. 1-inch service saddles shall have AWWA Tapered (CS/CC) threaded connection. e. 2-inch service saddles shall have iron pipe sized (IPS) threaded connection. 5.06.03 Tapping Procedures A. Tapping Sleeves i. General a. Clean, disinfect, and prepare the main line, valve, and tapping machine with NSF approved disinfectant prior to operation. b. Ensure shell cutter will clear valve walls. ii. Tapping Machine a. Use the appropriate pilot bit for the pipe material being tapped; follow pipe and bit manufacturer's requirements. b. Upon request, contractor shall provide specification for pilot bit and shell cutter. c. If it is determined by the inspector that the bit or shell cutter is dull or damaged a new bit or shell cutter must be provided for all taps. 6 d. If tapping machine is a solid body machine and the bit/shell cutter travels, the full weight of the tapping machine must be supported with cribbing. ` e. If the tapping machine is a two-piece body machine and moves with the bit/shell cutter, the valve must be supported with cribbing or concrete. iii. 4-inch through 12-inch Main Line Connection a. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. b. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. c. Bolts and hex nuts shall be stainless steel. iv. 16-inch through 24-inch Main Line Connection a. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. Tapping sleeves shall be capable of withstanding a working pressure of 200 psi. b. Flanges shall be fabricated from steel plate conforming to ASTM Standard Designation A36 or A285, Grade C. c. Dimensions shall conform to AWWA Standard C207, "Steel Pipe Flanges," Class D. (1) Flanges shall be machined to a flat face with finish of 250 micro -inches or t ' machined to a flat surface with a serrated finished in accordance with AWWA s Standard C-207, "Steel Pipe Flanges." (2) Machined face shall be recessed for tapping valves in accordance with the MSS t, Standard SP-60. Section 5 29 a 2016 Design Standards and Specifications Water Specifications d. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. e. Bolts and hex nuts shall be stainless steel. B. Testing Outlet i. A 3/4-inch NPT by welded coupling shall be attached to the outlet nozzle of each }' tapping sleeve assembly complete with a 3/4-inch square head pipe plug. C. Painting i. All surfaces of the saddle shall be clean, dry, and free from grease and dirt before painting. ii. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall be given a shop coat of a two-part thermosetting epoxy. Face of flanges shall be shop coated with a rust preventive compound. iii. Bolts and nuts shall be shipped bare (no paint or protective coating). 5.06.04 uctile Iron Fittings A. Fittings shall be mechanical joint or rubber gasket AWWA Class D bell with transition gasket for the type of pipe used. B. All fittings shall be lined with cement or coal tar and coated with an asphaltic paint. C. Fittings shall conform to AWWA C104, AWWA C110 and AWWA C111 latest revision. 5.06.05 Double Disc Gate Valves A. Double disc gate valves 12-inch and smaller shall be parallel seat, ductile iron body and bronze mounted throughout. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C500 standards. 5.06.06 Resilient Seat Gate Valves A. Resilient seat gate valves 12-inch and smaller shall be ductile iron. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C509 or C515 standards. 5.06.07 Butterfly Valves A. Butterfly valves 16-inch and larger shall be ductile iron and may be either short body or long body lengths. i. Butterfly valves shall be installed in a concrete valve vault and shall be equipped with a hand wheel, a 2-inch square operating nut, a locking device and a position indicator. ii. Valve shall open by turning to the left (counter -clockwise). iii. Valves shall be designed for positive stop in the closed position. 30 Section 5 2016 Design Standards and Specifications Water Specifications iv. Valve shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. v. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. vi. Valves shall comply with the latest revision of AWWA C504 for Class 150B. B. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type to be approved by Water Utilities Engineering Department. 5.06.08 Pressure Regulating Valves A. The function of a pressure regulating valve is to reduce an existing high pressure to a pre - adjusted lower downstream pressure for varying rates of flow without causing shock or water hammer on the system. i. The pressure reducing valve shall be hydraulically operated with a free floating guided piston having a seat diameter equal to the size of the valve. ii. A pilot valve for controlling operation of the main valve shall be a single seated, diaphragm operated and spring loaded type. iii. Pilot valve shall be attached to the main valve with piping and isolation valves so arranged for easy access in making adjustments and also for its removal from the main valve while the main valve is under pressure. iv. Needle valve shall be all bronze and included with the main valve to control the speed of piston travel. v. An indicator rod shall be furnished as an integral part of the valve to show the position of the piston within the valve body. vi. The valve shall be designed to provide an access opening in the valve body for removing the piston and other internal parts without removing the main valve body from the line. B. The valve shall be fully bronze -mounted and all packing shall have either leather or rubber seals to provide tight closure and prevent metal to metal friction. i. Valves shall be ductile iron body. ii. Bronze casting or parts for internal trim shall conform to ASTM B62. C. All valves shall be furnished with flanged ends sized and drilled in accordance with ANSI B16.1, Class 125. i. Flanges and covers shall conform to ASTM A126, Class B. ii. Flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA C207. D. Pressure regulating valves shall be capable of withstanding an operating pressure of 150 psi. E. Body of the pressure reducing valve shall be given a hydrostatic test of 50% more than the operating pressure specified herein. A second test of check seating of the cylinder shall be made at the operating pressure. F. All surfaces of the valve shall be clean, dry, and free from grease and dirt before painting. i. Ductile iron surfaces, except the machined face of the flange, shall be evenly coated with a suitable primer to inhibit rust, or a black asphalt varnish in accordance with Federal Specification TT-V-51e. ii. The face of flanges shall be shop coated with a rust preventive compound. a G. Pressure regulating valves shall be installed in an approved concrete valve vault. Section 5 31 's i, i 2016 Design Standards and Specifications [ Water Specifications 5.06.09 2-inch Combination Air and Vacuum Release Valves A. The function of a combination air and vacuum release valve is to allow air to escape during pipeline filling and to enter during draining of the pipeline. Valve shall close water tight when liquid enters the valve. The valve shall also be capable of releasing small pockets of trapped air after the pipeline is filled and under pressure. i. Combination air and vacuum release valves shall be shop assembled and shipped as a complete unit ready for field installation. ii. The combination air valve shall be the single body type. iii. The valve body and cover shall be designed to operate under a maximum working pressure of 250 psi. iv. Material shall be one of the following: a. Valve body (1) Cast Iron - ASTM A48-CIass 35 (2) Cast Steel - ASTM A27 GR U60-30 (3) Ductile Iron - ASTM A536 GR 65-45-12 (4) Bosses for tapping pipe threads shall be cast integrally with each valve body and cover. v. The diameter of the large orifice of the combination air valve shall be 2 inches and the small orifice diameter shall be 3/32 inch. vi. Inlet shall be 2 inches in diameter with tapered iron pipe thread conforming to AWWA C800. vii. For valves not found in the approved materials and vendors list, all other components shall conform to the following additional specifications: a. Float shall be stainless steel. b. All other internal parts shall be fabricated from bronze. c. Valve seat shall be fabricated from oil resistant synthetic rubber. B. Guard Valve and Connecting Pipe i. Guard valve to be used with air valve shall be bronze ball valve with female iron pipe thread ends. ii. Connections between the air valve and the guard valve shall be made using brass nipples with tapered iron pipe threads conforming to AWWA Standard C800. C. All components shall be capable of withstanding an operating pressure of 250 psi. D. Each shop assembled valve shall be given a hydrostatic test of 2 times the rated operating pressure. During the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. E. All surfaces of the valve shall be clean, dry and free from grease before painting. Exterior and interior surfaces except the stainless steel trim and the seating surface of the flange face shall be evenly coated with a suitable primer, or a black asphalt varnish in accordance with Federal Specification TT-V51 C or Military Specification C-450-C, Type II. 5.06.10 Swing Check Valves A. Swing check valves shall be manufactured in accordance with AWWA Standard C508, "Swing - Check Valves for Ordinary Waterworks Service", with the following additional requirements or exceptions. B. All valves shall be iron body, fully bronze -mounted, metal to metal seating with a swing -type disc. =;f 32 Section 5 r 2016 Design Standards and Specifications Water Specifications i. Valves installed in vaults shall be in a horizontal position with exterior lever and adjustable spring or weight operation. q ii. Valves which are buried shall be installed in a horizontal position and shall be gravity operated with no external levers or weights. C. Swing check valves shall be capable of withstanding an operating pressure of 150 psi. ,5 D. Bolts and hex nuts used for attaching top cap to the body shall be the manufacturer's standard, either fabricated from a low -alloy steel for corrosion resistance or electroplated with zinc or cadmium. i. The hot -dip process in accordance with ASTM A135 is not acceptable for the threaded portions of the bolts and nuts. E. Flat gasket, either ring type or full faced type, required at the body and cap connection, shall be fabricated from compressed asbestos sheet with a rubber compound binder. i. Use of a homogeneous rubber or vegetable fiber sheets is not acceptable. F. All check valves shall be furnished with flanged ends. The size and drilling shall be in .^ accordance with ANSI B16.1 Class 125; flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA Standard C207. G. All surfaces of the valve shall be clean, dry and free from grease before painting. i. All ferrous surfaces, exterior and interior, except the seating surfaces of flange faces, shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT-V-51f. ii. Flange faces shall be shop coated with a rust preventive compound. 5.06.11 Blowoffs A. Temporary or permanent blowoffs may be fabricated from 2-inch pipe with a 2-inch gate valve. B. Valve to be iron bodied bronze mounted with 2-inch square operating nut complete with valve box. C. Valve and valve box shall be as specified in the Approved Materials List. 5.06.12 Fire Hydrants A. Fire hydrants shall be standard AWWA C502 hydrants, iron body, bronze mounted throughout including drain seat ring, and shall be designed for a working pressure of 150 psi. B. Fire hydrants shall be traffic model type and shall have a 5-1/4 inch valve opening, two 2-1/2 inch hose nozzles, one 4-inch steamer nozzle with 4 threads per inch and a crest to crest dimension of 4.995 inches, and shall open by turning counter -clockwise. C. Hydrants shall be for 6-inch mechanical joint connection and shall be 4-1/2 foot bury unless otherwise shown on plans. D. When required, a single fire hydrant extension section shall be used to bring the fire hydrant to the appropriate elevation. No more than one extension will be allowed per installation. E. Operating nuts shall be 1-1/2 inch pentagons measured to a point. l F. Hydrants shall be painted orange. 4 G. Fire hydrants that are not yet in service or have been taken out of service shall be covered completely and securely with black plastic wrap or bags. H. Hydrants shall meet the requirements as detailed in the Approved Materials List. E Section 5 33 'I 2016 Design Standards and Specifications Water Specifications 5.06.13 Valve Boxes, Vaults, Frames and Covers A. Valve boxes for 12-inch or smaller valves shall be as specified in the Approved Materials List. i. The boxes shall be designed to fit over a section of 6-inch C900 PVC pipe which will be used as an extension from the top of the valve. Align riser pipe to ensure continuity between box and pipe, using couplers if spliced. ii. Top of valve box shall be set flush with surrounding finished grade. f iii. Valve boxes set in HMAC or brick pavement shall have a 2-foot square by 6-inch thick reinforced concrete collar. iv. Valve box shall be heavy cast iron. v. Valve box shall have a heavy cast iron cover marked "Water Valve". vi. Valve box shall have a flange type base approximately 2 inches larger in diameter than the outside diameter of the barrel of the box. B. Valve vaults for butterfly valves and gate valves 16-inches and larger shall be poured concrete or pre -cast construction. i. Valve vaults shall be constructed with the dimensions as called for on the plans or as approved by the Chief Water Utilities Engineer. ii. Valve vault cover opening shall be centered over operating nut. C. Manhole frames and covers shall be of good quality gray iron casting of a pattern similar to l that shown on the plans and with a clear opening of not less than 30 inches. i. Frame and cover shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. t t ii. Cover shall be furnished with lifting ring cast into the cover in such manner as to prevent leaking through. iii. The cover shall be marked "City of Lubbock Water". l l iv. Frame and cover shall be as specified in the Approved Materials List. 5.06.14 Boring Encasement Pipe A. a Encasement pipe shall be smooth steel pipe conforming to the following: <24 inches 3/8 inch >_24 inches 1/2 inch Boring encasement steel pipe shall have welded joints. 5.06.15 Concrete A. Proportioning of the constituents of the concrete shall produce a dense and workable mixture and the designed mix shall be approved by the Engineer before any concrete is placed. i. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: i. Concrete for manhole bases, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. ii. Concrete for pipe cradling, thrust blocking or fittings and other non -reinforced concrete shall contain not more than 9 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. f 34 Section 5 i 2016 Design Standards and Specifications Water Specifications C. Concrete shall be made with Portland cement which conforms to "Standard Specifications and Test for Portland Cement", ASTM C150. D. Concrete aggregates shall consist of natural washed and screened sand, and washed and screened gravel or clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. i. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use. E. Water used in mixing concrete shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. F. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. G. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50. i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. ii. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. H. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. i. Forms shall be so constructed that the finished concrete shall be of the form and - dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. I. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 5.06.16 Bedding, Embedment and Backfill A. Water Pipe 12-inch diameter and smaller Section 5 35 2016 Design Standards and Specifications Water Specifications i. Bedding and embedment shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 1-inch diameter. ii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. B. Water Pipe 16-inch diameter and larger i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 3/8-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: Retained on 1" Sieve 0 Retained on 1 2" Sieve 0-20 Retained on 3 8" Sieve 15-40 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 95-100 a. Embedment shall extend to 12 inches above top of pipe. iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. C. Compaction i. Bedding, embedment and backfill shall be compacted to 95% Modified Proctor Density by approved mechanical means. a. Compaction shall be in maximum 6-inch compacted lifts. ii. Water jetting will not be allowed. 5.06.17 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. i. Utility ditches in existing paved streets shall be backfilled with flowable fill from the top of the embedment material to the paving surface, as specified in City of Lubbock Ordinance. ii. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their expense. 5.07 Methods of Construction 5.07.01 Scope A. The work covered by this section consists of constructing water distribution mains and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and joining pipe; installation of pipe, valves, valve boxes, and fittings; cradling, blocking and anchorage; bedding, embedment and backfilling; and other related work. 36 Section 5 I I_ 2016 Design Standards and Specifications Water Specifications 5.07.02 Quality Standards ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort AWWA C600 ANSI Installation of Ductile Iron Mains and Their Appurtenances Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C900 Fittings, 4-inch through 12-inch for Water Transmission and Distribution Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C905 Fittings, 14-inch through 48-inch for Water Transmission and Distribution AWWA M23 Polyvinyl Chloride PVC Pie Design and Installation ACPA Concrete Pipe Installation Manual (Published by American Concrete Pipe Association ASTM C891 Installation of Underground Pre -cast Utility Structures 5.07.03 Materials A. The Contractor shall install water distribution pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the Chief Water Utilities Engineer. B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 5.07.04 Storm Water Pollution Prevention Plan (SWPPP) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Storm Water Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 5.07.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas i. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. I Section 5 37 4� 2016 Design Standards and Specifications Water Specifications ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. iii. Asphalt Paving a. Asphalt surfaces shall be saw cut along each side of the trench ahead of the trenching machine and the paving and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by saw cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be saw cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of not less than 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. 5.07.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: i. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. L If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 5.07.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. i. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each j fire hydrant meter and will be responsible for all charges associated with that account. - iii. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. iv. The contractor shall be responsible for reporting monthly water usage. 38 Section 5 2016 Design Standards and Specifications Water Specifications v. All water used shall be in accordance with City Ordinance, all water shall be used within City Limits. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 'Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention device is installed. 5.07.08 rotection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. A contractor shall not be allowed to disrupt water service without permission from the Water Utilities Engineering Department. i. When a service disruption is planned, the Contractor shall notify the Water Utilities Engineering Department a minimum of 48 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of any utilities when broken or otherwise damaged because of carelessness on their part. 1. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Section 5 39 1_ 2016 Design Standards and Specifications Water Specifications Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. 5.07.09 Excavation and Trenching A. Minimum width of the trench shall be the outside diameter of the pipe plus 12 inches. B. Maximum width of the trench shall be the outside diameter of the pipe plus 18 inches. i. The Chief Water Utilities Engineer shall review instances where trench widths are required to be greater than the maximum allowable due to installation techniques or shoring. C. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. D. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. E. In order to obtain a true, even grade, the trench shall be fine -graded. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. ii. Where the trench is excavated in excess of 3 inches below grade, the bedding material shall be compacted to 95% Modified Proctor Density. iii. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 5.07.10 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps L All service taps on existing mains shall be installed by City personnel or a City - designated contractor. C. Main Line Taps i. All taps on existing mains in service shall comply with current TCEQ requirements. ii. Persons installing main line taps shall hold a Class "C" or higher TCEQ Water Operator's License. iii. A person holding a Class "D" TCEQ Water Operator's License may install main line taps only if they are in direct communication with a person holding a Class "C" or higher TCEQ Water Operator's License. iv. City Inspector must be present for any tap being installed on an existing main. D. Valve Operating Procedures i. Contractors shall not operate valves within the existing City of Lubbock water distribution system. ii. Operation of valves shall be done by authorized City of Lubbock personnel only. 40 Section 5 l 2016 Design Standards and Specifications Water Specifications iii. Contractors shall arrange opening or closing of valves by notifying the Water Utilities Engineering Department at least 24-hours prior to needing a valve operated. 5.07.11 Pipe Installation A. Pipe, fittings, valves and other accessories shall be inspected, handled, laid and joined in the manner herein specified. B. Pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their own expense. C. Pipe, fittings, valves, and other accessories shall be handled in accordance with manufacturer's specifications. i. Before lowering into the trench the pipe, fittings, valves and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. b. Contractor shall remove and replace such defective material at their own expense. ii. All pipe, fittings, valves and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. iii. Under no circumstance sha!! pipe, valves, fittings, accessories or tools be dropped directly into the trench. D. All foreign matter shall be removed from the inside of the pipe, bells, spigots or parts of the pipe used in forming the joint before the pipe is lowered into the trench; i. Pipe shall be kept clean by approved means during and after laying. ii. The open end of the pipe in the trench shall be plugged when pipe is not being laid. E. Pipe shall be laid to the alignment as established on the approved plans. i. Where grade is being maintained as shown on the plans, the use of batter boards or laser beam will be required to fine grade the trench. ii. Whenever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are required, the allowable angle of curvature shall be 80% of the manufacturer's maximum recommended curvature. iii. Deflection at each joint shall not exceed 80% of the manufacturer's maximum recommended deflection. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. ._r i. Pipe shall be laid with bells facing in the direction of laying. a. For lines on appreciable slopes, the Engineer may specify the pipe to be installed with the bell ends facing up grade. ii. Bell, spigot and gasket of pipe to be laid shall be wiped clean prior to jointing. iii. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat ' workmanlike manner without damage to the pipe or lining. - iv. Jointing shall be completed for all pipe laid each day. a. At the times when pipe laying is not in progress, the open ends of pipe shall be } ' properly plugged and sealed to prevent contamination. b. No trench water shall be permitted to enter the pipe. Section 5 41 2016 Design Standards and Specifications Water Specifications v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. 5.07.12 Trace wire for nonmetallic pipe installation A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. i. Trace wire shall be 14 gauge minimum solid copper with thermoplastic insulation recommended for direct bury. ii. Trace wire shall be secured to the pipe as required to insure that the wire remains directly on top of the pipe. iii. Trace wire shall be securely bonded together at all wire joints with wire connectors that are watertight and provide for electrical continuity. iv. Trace wire shall be made accessible at water valve boxesand fire hydrants. a. Trace wire shall not be placed inside valve box risers. b. Trace wire shall be installed such that no less than 6 inches but no more than 12 inches of wire remain accessible. 5.07.13 Detectable Marking Tape A. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "Caution: Buried Water Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 5.07.14 Setting Valves, Valve Boxes and Fittings A. Valves and fittings shall be set at the locations shown on the approved plans. B. Valves and fittings shall be adequately blocked for thrust with concrete or mechanically restrained. i. Refer to thrust blocking details or Appendix A — Restrained Joint Lengths. 5.07.15 Cradling, Blocking and Anchorage A. Contractor will be required to install concrete pipe cradle at all valve vaults and properly block or mechanically restrain all fittings including tees, bends and valves. B. Where concrete cradling or blocking is used, concrete shall conform to the concrete specifications. C. Before placing the concrete, all loose earth shall be removed from the trench. D. Concrete shall be placed in the trench by the use of chutes extending to within 3 feet of the bottom of the trench and shall be deposited uniformly on each side of the pipe in such a manner as to not disturb the grade and alignment of the pipe. E. Blocking shall be placed between solid ground and the fitting to be anchored. The area of bearing on pipe and on the ground in each instance shall be that required by the Engineer. F. Blocking shall be placed so that the joints of all pipe and fittings are accessible for repair. G. Soil bearing value for thrust blocking shall be as recommended by the Engineer based on soil analysis of the site. In the absence of such recommendation, the allowable soil bearing value shall not exceed 2,500 pounds per square foot. 42 Section 5 2016 Design Standards and Specifications Water Specifications 5.07.16 Backfilling A. Backfilling of all trenches and excavations shall comply with the current City of Lubbock Street Ordinance. B. After the trench has been backfilled, the disturbed area shall be cleared of all rocks larger than 1-1/2 inches in diameter and leveled so that the surface will have the same slope and appearance as it possessed before construction. C. All surplus material shall be loaded and legally disposed of at the Contractor's expense at an approved location. D. Contractor shall compact backfill and clean up as close behind the pipe laying and backfilling as possible. E. Following completion of backfill and cleanup, the Contractor shall maintain the street and trench surfaces in a satisfactory manner until final acceptance of the work. i. Maintenance shall include blading, filling depressions caused by settlement, sprinkling to settle dust, brooming and other work required to keep the streets and disturbed areas in satisfactory condition as determined by the Chief Water Utilities Engineer. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as repairs can be completed. 5.08 Pneumatic Testing for Tapping Sleeves 5.08.01 Upon completion of tapping sleeve installation, the tapping sleeve shall be subjected to a pneumatic pressure test according to the most recent City of Lubbock requirements. 5.08.02 Pneumatic Pressure Test A. Contractor shall be responsible for performing a pneumatic pressure test witnessed by a City Inspector. i. Tapping sleeve shall be pressurized through 3/4-inch NPT port at a minimum test pressure of 50 psi. ii. Duration of the pressure test shall be a minimum of 10 minutes or as directed by the City Inspector. 5.09 Hydrostatic Pressure Testing 5.09.01 Upon completion of pipe installation, the line shall be subjected to a hydrostatic pressure test and leakage test according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. 5.09.02 Hydrostatic Pressure Test A. Contractor shall be responsible for performing a hydrostatic pressure test witnessed by a City Inspector. i. Minimum test pressure shall be 100 psi or 150% of static operating pressure, whichever is greater. ii. Duration of each pressure test shall be a minimum of 2 hours or as directed by the Chief Water Utilities Engineer. B. Hydrostatic Test Procedure L Each valved section of pipe shall be slowly filled with water. ii. As the line is being filled, all air shall be expelled from the pipe. E - a. Taps shall be made, if necessary, at points of highest elevation. Section 5 43 2016 Design Standards and Specifications Water Specifications b. Taps shall be tightly plugged upon satisfactory completion of the test. iii. Pressure shall be applied and maintained by means of a pump connected to the pipe in a manner satisfactory to the City Inspector. iv. The pump, pipe connection, and all necessary apparatus except meters shall be furnished by the Contractor. v. Contractor shall furnish all necessary labor for connecting the pump, meter, and gages. vi. Water for filling and making tests may be obtained at a location designated by the Water Utilities Engineering Department. a. No charge will be made for the first 2 pipe volumes of water. b. Contractor will be charged for water used in subsequent tests at the current rate of bulk usage. vii. The line shall be carefully checked at regular intervals for breaks or leaks. viii. Any joints showing appreciable leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced at the Contractor's own expense. ix. The test shall be repeated until satisfactory results are obtained. C. Leakage Test L For pipe of 12-inch diameter or smaller, no leakage or pressure drop shall be allowed over a two hour period at the test pressure. ii. For pipe 16-inch diameter or larger, the allowable leakage (gallons per hour) shall not be greater than: L _ ND,IP 7400 L = Gallons per Hour N = Number of Joints D = Nominal Pipe Diameter (in.) P = Test Pressure (PSI) iii. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test period, when the various sections of the lines are under pressure. iv. If individual sections show leakage greater than the limits specified above, the Contractor shall locate and repair the defective portions at their own expense. 5.10 Sterilization and Bacterioloctical Testi 5.10.01 Upon completion of pipe installation, the line shall be sterilized and tested according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. A. Contractor shall furnish all labor, equipment and material necessary for the chlorination and testing of the new pipe lines which shall be sterilized before being placed into service. B. Sterilization Procedure i. Contractor shall verify that all valves adjacent to test section are closed. j a. Valves shall be operated in accordance with the current City of Lubbock valve operating procedures. ii. Lines shall be sterilized by the application of an approved chlorinating agent. iii. Chlorinating agent may be liquid chlorine, liquid chlorine gas -water mixture, or a calcium hypochlorite solution, which shall be fed into the lines through a suitable solution -feed device or other methods approved by the Chief Water Utilities Engineer. 44 Section 5 j€ 2016 Design Standards and Specifications Water Specifications iv. All newly installed pipes and related products must conform to American National Standards Institute / National Sanitation Foundation (ANSI/NSF) Standard 61 and must be certified by an organization accredited by ANSI, including chlorine for disinfection. v. Chlorinating agent shall be applied at or near the point from which the line is being filled, and through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. vi. Water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly. vii. Rate of application of the chlorinating agent shall be at least 50 parts per million. viii. Chlorinated water shall be retained in the pipe lines for a period of not less than 24 hours. C. Testing/Sampling Procedure i. The sampling riser shall be located at the farthest point possible from the chlorination point. a. The riser shall be above ground and equipped with a faucet for control of flow during sampling. ii. Samples shall be taken by City of Lubbock Inspectors from the line and will be tested for bacteriologic growth at a City of Lubbock certified laboratory. a. Samples will be taken twice in a 48 hour period not less than 24 hours apart. b. Initial samples may only be taken on Monday, Tuesday or Wednesday prior to 2:00 p.m. D. Chlorinated water used for sterilization shall be legally disposed of per current TCEQ or other applicable regulations. i. A temporary blow off may be required to achieve adequate flushing flow rates. ii. Under no circumstances shall chlorinated water used for sterilization be released directly into the storm drain system or a body of water. iii. All flushing must conform with the City of Lubbock Storm Water Permit and SWP3 Best Practices. 5.11 Restoration and Clean Up 5.11.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Chief Water Utilities Engineer. 5.11.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 5.11.03 Topsoil material shall be replaced to pre -construction conditions or better. 5.11.04 All rubbish, unused materials and other non-native materials shall be removed from the jobsite. 5.11.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief Water Utilities Engineer. Section 5 45 2016 Design Standards and Specifications Water Specifications 5.12 Warranty and Acceptance 5.12.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 1 year from the written Certificate of Completion. 46 Section 5 I h 2016 Design Standards and Specifications Sewer Specifications SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.01 General 6.01.01 All sanitary sewer main construction within the City of Lubbock sanitary sewerage system or for future connections to the City of Lubbock sanitary sewerage system shall be accomplished in accordance with the requirements of these specifications. 6.02 Plan Requirements 6.02.01 Sanitary sewer main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 6.02.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Sanitary Sewer and shall show all information called for on the City of Lubbock Check List for Sanitary Sewer Construction Plans. 6.03 Plan Approval 6.03.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 6.04 Inspection 6.04.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. 6.04.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 6.04.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, by written notice, may order that portion of construction which is in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 6.05 Specifications 6.05.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. Section 6 47 i I 2016 Design Standards and Specifications Sewer Specifications 6.06 Materials of Construction 6.06.01 Sewer Pipe A. All pipe used in the City of Lubbock sanitary sewer collection system shall be SDR 35 PVC, SDR 26 PVC, PVC Corrugated Sewer Pipe with Smooth Interior, High Density Polyethylene (HDPE), Ductile Iron, Steel Reinforced Polymer Concrete or Polypropylene Corrugated Single Wall or Dual Wall Pipe and shall conform to the Approved Materials List. B. PVC Pipe - Gravity Flow i. Gravity flow PVC pipe and fittings shall conform to the requirements of ASTM F679 and D3034 for SDR 35 sewer pipe. ii. The pipe shall be jointed with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. Standard joint length shall be 14 or 20 feet t one inch. iv. Gravity flow PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. v. The minimum pipe stiffness factor shall be 46 psi. vi. Gravity flow sewer pipe shall be green. C. PVC Pipe - Pressure Rated i. Pressure rated PVC sewer pipe and fittings shall conform to the requirements of ASTM D2241 for SDR 26 sewer pipe. ii. The pipe shall be joined with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. Pressure rated PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. iv. Standard joint length shall be 14 or 20 feet t one inch. v. Pressure rated sewer pipe shall be green. D. PVC Pipe - Spiral Wound i. Spiral wound PVC pipe and fittings shall conform to the requirements of the latest revision of ASTM F794 for large diameter ribbed gravity sewer pipe. ii. Spiral wound PVC pipe shall be installed in accordance with the manufacture's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. iii. The minimum pipe stiffness factor shall be 46 psi. E. High Density Polyethylene Pipe f i. The pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of ASTM F894. ii. Rubber gaskets shall comply in all respects with the physical requirements specified in the non -pressure requirements of ASTM Specifications C443. iii. Polyethylene pipe shall be installed in accordance with the manufacturer's recommendations. 48 Section 6 2016 Design Standards and Specifications Sewer Specifications F. Ductile Iron Pipe Ductile iron pipe shall conform to ANSI/ASTM specifications A746 for Ductile Iron Sewer Pipe. Pipe and fittings shall have a 30-mil thickness epoxy lining on the interior. Pipe and fittings shall have an exterior coating of coal tar pitch conforming to requirements of Federal Specifications WW-P-421. Joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when otherwise shown on the plans and where connecting to flanged fittings, and shall conform to the base specifications to which the pipe is manufactured. Fittings shall be AWWA Standard Class "D" bell and spigot type or an approved gasket joint for the particular type of pipe used and designed for the pressures of the pipe except as shown on the plans. G. Steel Reinforced Polymer Concrete Pipe i. Steel Reinforced Polymer Concrete Pipe and fittings shall conform to ASTM C76, D6783 and A615 and all other applicable standards. ii. Steel Reinforced Polymer Concrete Pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. H. Polypropylene Corrugated Dual Wall and Triple Wall Pipe i. Polypropylene Corrugated Dual Wall Pipe and fittings shall conform to ASTM F2736. ii. Polypropylene Corrugated Triple Wall Pipe and fittings shall conform to ASTM F2764. iii. Polypropylene Corrugated Dual Wall and Triple Wall Pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. 6.06.02 Pre -cast Reinforced Concrete Manholes A. Manhole barrel, cone, and extension sections shall be constructed of pre -cast concrete. i. Manhole products shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. ii. No grouting shall be applied to the edges or inside surfaces of manholes during the manufacturing process. iii. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. B. Manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: ASTM C-33 A re ate, ASTM C-150 Cement ASTM C-39 Sampling Specimens ASTM C-185 Reinforcing ASTM C-144 Sand and Mortar C. Pre -cast Concrete Manhole Sections i. Pre -cast concrete manhole sections shall conform to ASTM C478 specifications. ii. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. iii. Coarse aggregate shall consist of 95% crushed limestone. iv. Manholes shall be designed to withstand H-20 AASHTO loading. Section 6 49 2016 Design Standards and Specifications Sewer Specifications v. Manholes shall have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside or inside wall of manhole. D. Joints Other Than Grade Rings i. Joints other than grade rings shall be tongue and groove or an equivalent male and female type joint. ii. Joints shall be effectively joined with water -tight sealant to prevent leakage and infiltration. Sealant shall comply with the Approved Materials List. E. Cones and Grade Rings i. Cones and grade rings shall maintain a clear 30-inch opening. ii. Grade rings shall be reinforced with the same percentage of steel as risers and tops and shall also meet ASTM C478 specifications. 6.06.03 Inflow Prevention Device (IPD) A. All new manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. D. IPDs shall be equipped with ventilation valves or holes. i. Release of water through vent valves or holes shall not exceed 5 gallons per 24 hour period. ii. Vent valves or holes shall vent sewer gas at one p.s.i. or less. E. IPDs shall comply with the Approved Materials List. 6.06.04 Manhole Frames and Cover A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM Designation A48, having a clear opening of not less than 30 inches. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Cover shall be furnished with lifting ring or pick bar cast into the cover in such a manner as to prevent water leaking through. D. Frame and cover shall have a weight of not less than 275 pounds, shall include lettering "City of Lubbock, Texas Sanitary Sewer" and shall comply with the Approved Materials List. 6.06.05 Concrete A. Proportioning of the constituents of the concrete shall be such as to produce a dense and workable mixture, and the designed mix shall be approved by the Engineer before any concrete is placed. i. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: 50 Section 6 2016 Design Standards and Specifications Sewer Specifications i. Concrete for manholes, valve vaults and other reinforced concrete structures shall have a water -cement ratio of no more than ASTM C-478 max of 0.53 (by weight) and yield a 28-day compressive strength of not less than 3,000 psi. ii. Concrete for pipe cradling, blocking of fittings, manhole inverts and other non - reinforced concrete shall contain not more than 9.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. C. Concrete to be used in manhole bases, sections, cones, grade rings and inverts shall be made with Portland cement which conforms to "Standard Specifications and Test for Portland Cement", ASTM C150. D. Concrete coarse aggregates shall consist of natural washed and screened sand, and clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. i. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use. E. Sand to be used in cement mortar shall conform to ASTM C144 specifications. F. Water used in mixing concrete or mortar shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. G. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. H. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16, A82, A185, A305, A615, or A706 grades 40, 50, or 60. i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. ii. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. I. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. i. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. a. Wire ties will not be permitted. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in i general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. Section 6 51 2016 Design Standards and Specifications Sewer Specifications ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. J. Compounds used to form an air tight membrane over a fresh concrete surface shall be in i accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 6.06.06 Bedding, Embedment and Backfill A. Sewer Pipe, All Diameters i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 1/2-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: S�a��a�r�Glrus�ec� Rarvk�►g��e�at+�� G�rmu��t��re ercent Retarn�a � � ��������e� h����� , ��� . Retained on 1" Sieve 0 Retained on 1 2" Sieve 0-20 Retained on 3 8" Sieve 15-30 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 90-100 a. Embedment shall extend to 12 inches above top of pipe. iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or t_J other debris larger than 2-inch diameter. 6.06.07 Flowable Fill A. Flowable fill shall consist of a mixture of Portland cement, pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. i. Utility ditches in existing paved streets shall be backfilled with compacted native material or flowable fill from the top of the embedment material to the paving surface as specified in the current City of Lubbock Streets Ordinance. ii. Alternatively, flowable fill can be used for full depth backfill in all utility ditches within the right-of-way. iii. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their own expense. 6.07 Methods of Construction 6.07.01 Scope A. The work covered by this section consists of constructing gravity flow sanitary sewers,' manholes and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and jointing pipe; installation of appurtenances; construction of pre -cast, pre -assembled or field assembled manholes; manhole bases; placement and assembly of manhole risers, cones, or tops; installation of manhole rings, covers and grade rings; bedding, embedment and backfilling; and other related work. L� 52 Section 6 2016 Design Standards and Specifications Sewer Specifications 6.07.02 Quality Standards -'NEW I Standard Test Methods for Laboratory Compaction ASTM D698 Characteristics of Soil Using Standard Effort ASTM A746 ANSI Ductile Iron Gravity Sewer Pipe AWWA C600 (ANSI) Installation of Ductile Iron Mains and Their Appurtenances AWWA M23 Polyvinyl Chloride PVC Pipe Design and Installation Recommended Practice for Polyvinyl Chloride (PVC) UNI B 5 Sewer Pipe ASTM C891 Installation of Underground Pre -cast Utility Structures 6.07.03 Materials A. The Contractor shall install sanitary sewer pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the Chief Water Utilities Engineer. B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 6.07.04 Storm Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Storm Water Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 6.07.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas i. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. Section 6 53 2016 Design Standards and Specifications Sewer Specifications iii. Asphalt Paving a. Asphalt surface shall be cut along each side of the trench ahead of the trenching machine and the surfacing and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. 6.07.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: L OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. i. If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 6.07.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. i. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. iii. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. iv. The contractor shall be responsible for reporting monthly water usage. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe 1 wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. 54 Section 6 2016 Design Standards and Specifications Sewer Specifications C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 6.07.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for short periods of time, provided the Contractor obtains permission from the Water Utilities Engineering Department and from the owner of the premises being served by the utility. i. When a customer outage is planned, Contractor shall notify effected customer a minimum of 24 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on their part. J. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company t involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. Section 6 55 2016 Design Standards and Specifications Sewer Specifications 6.07.09 Excavation and Trenching A. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: 4" thru 12" Pipe O.D. +12" Pipe O.D. +18" 15" thru 21" Pipe O.D. +18" Pipe O.D. +24" B. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. C. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. D. In order to obtain a true, even grade, the trench shall be fine -graded. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. ii. Where the trench is excavated in excess of 3 inches below grade, the material shall be compacted to 95% Modified Proctor Density or shall be replaced with approved bedding material. iii. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. E. Excavation for manholes, structures and other appurtenances shall be sufficient to provide clearances adequate for proper backfill and compacting on all sides. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 6.07.10 Dewatering A. All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. B. The method of dewatering shall provide for a dry foundation at the final grades of the excavation. C. Water shall be disposed of in accordance with current City of Lubbock Storm Water Engineering Department requirements and in a manner that does not inconvenience the public or result in a menace to public health. D. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is discontinued. E. Dewatering shall continue until such time as it is safe to allow the water to rise in the excavation. 6.07.11 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps L Service taps on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. H 56 Section 6 2016 Design Standards and Specifications E.. Sewer Specifications ii. Service taps on existing, in-service mains shall be installed by City personnel or a City - designated contractor. C. Main Line Connections i. Connections on existing mains shall comply with current TCEQ requirements. ii. Connection to existing main shall be by a new manhole constructed on the existing main or connection to an existing manhole. iii. City Inspector must be present for any connection being installed on an existing main. 6.07.12 Pipe Installation A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Gravity sanitary sewer pipe and other accessories shall be inspected, handled, laid and joined in the manner herein specified. i. Force mains shall be installed according to water pipe installation specifications and current TCEQ requirements. C. Pipe and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their expense. D. Pipe and accessories shall be handled in accordance with manufacturer's specifications. i. Before lowering into the trench, the pipe and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. ii. All pipe and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. iii. Under no circumstance shall pipe, accessories or tools be dropped directly into the trench. [ ' E. Pipe shall be laid to the alignment as established on the approved plans. _ i. Pipe shall be laid from lowest point to highest point. ii. Pipe shall be laid with spigots facing in the direction of flow. iii. Batter boards or laser beam will be required to fine grade the trench. iv. All foreign matter shall be removed from the inside of the pipe, bells, spigots, or parts of the pipe used in forming the joint before the pipe is lowered into the trench; l a. Pipe shall be kept clean by approved means during and after laying. b. At the times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means. v. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the bottom of the trench and to allow ample space for properly jointing the pipe. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. L Bell, spigot and gasket of pipe shall be wiped clean prior to joining. ii. Cutting of pipe for inserting accessories or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iii. If the pipe is disturbed from line and grade after being laid and jointed, the pipe shall be removed from trench, the joints cleaned and the pipe re-laid. Section 6 57 a 2016 Design Standards and Specifications Sewer Specifications iv. Jointing shall be completed for all pipe laid each day. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. vi. No trench water shall be permitted to enter the pipe. H. The Water Utilities Engineering Department shall be notified at least 24 hours in advance of when pipe is to be laid in any trench. i. No pipes shall be covered or authorized for cover until they have been inspected by the City's Inspector. 6.07.13 Detectable Marking Tape A. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for sewer mains shall be 3-inch, green in color and clearly labeled "Caution: Buried Sewer Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 6.07.14 Backfill around Pipe A. Bedding i. Bedding material shall be fine graded select sand or aggregate material conforming to the Materials of Construction section of these Specifications and shall be a minimum of 2 inches thick. B. Embedment i. Embedment, including haunching under pipe and to a point 12 inches above the top of the pipe shall be carefully placed and shall be graded embedment material conforming to the Materials of Construction section of these Specifications. C. Compaction i. Bedding and embedment shall be compacted to in accordance with pipe manufacturer's specifications and approved mechanical means. ii. Compaction shall be in maximum 6-inch compacted lifts. D. Backfill i. The remainder of the backfill shall conform to the current City of Lubbock Street Ordinance. ii. In unpaved streets and alleys or in agricultural or cultivated areas, backfill shall be compacted to a minimum of 90% Modified Proctor Density. iii. In paved streets, alleys or proposed paving, backfill shall be compacted to a minimum of 95% Modified Proctor Density. iv. Flowable fill may be substituted for compacted backfill. v. Special situations such as state highway or railroad crossings may be subject to more stringent requirements and shall be addressed on a case -by -case basis. i vi. Water jetting will not be allowed. E. Following the completion of the backfilling, the Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. i. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the 58 Section 6 i3 2016 Design Standards and Specifications Sewer Specifications request of the Chief Water Utilities Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.07.15 Manhole Construction A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Manholes and other accessories shall be inspected, handled, and installed in the manner herein specified. C. Manhole components and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their expense. D. Manhole Base i. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. ii. Concrete shall be minimum 3,000 psi. iii. Concrete placement shall conform to ACI and good construction practices. iv. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. v. Field poured concrete bases shall be reinforced. vi. Pre -cast reinforced concrete bases shall be of the size and shape detailed on the Plans. E. Manhole Inverts i. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent sewer section. ii. Changes in direction of flow shall be made with a smooth curve of as large radius as the size of the manhole will permit. iii. Changes in size and grade of the channels shall be made gradually and evenly. iv. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. v. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot or more than two inches per foot. F. Manhole Barrels i. Manhole barrels shall be assembled of pre -cast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. ii. Free drop inside the manhole shall not exceed 24 inches measured from the invert of the inlet pipe to the invert of the outlet pipe. a. Where the drop exceeds 24 inches, an approved drop manhole shall be required. iii. All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets shall be cast into the riser or base section. b. Approved preformed flexible plastic sealing compounds are also acceptable, provided water tightness is achieved. Section 6 59 2016 Design Standards and Specifications Sewer Specifications G. Top or Cone Sections i. Cone shaped top sections shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. ii. On shallow lines where standard cone sections will not conform to specified elevations, flat top sections may be considered with prior approval of the Chief Water Utilities Engineer. H. Grade Rings L Grade rings shall be used for adjusting the top elevation. a. Grade rings shall be set to the elevations shown on the Plans or established by the City's Inspector. b. Each manhole shall have a minimum of 6 inches of grade adjustment. c. Total height of the grade rings shall not exceed 18-inches at any manhole. d. Non -shrink grout shall be placed around and under the rings to provide a seal and properly seat the rings at the required elevation. I. Manhole Frame and Cover - L Manhole frame and cover shall be set to the elevation shown on the plans. ii. Non -shrink grout shall be placed around and under the frame to provide a seal and properly seat the frame at the required elevation. J. Inflow Prevention Device (IPD) i. All newly installed manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. ii. IPDs shall be installed such that lifting strap is to the North. iii. IPDs shall comply with the Approved Materials List. K. Water Tightness i. Finished manholes are expected to be as watertight as the pipe system they are incorporated into. Infiltration or exfiltration shall not exceed the limits established in these specifications. ii. All connections between riser sections, bases and tops shall be sealed with an approved preformed flexible plastic joint sealing compound. iii. Application of primer and sealing compound shall be accomplished in conformance with the manufacturer's recommendations. iv. Grade of materials, quantity of materials and application temperatures shall conform to the manufacturer's recommendations. L. Protective Lining System L When required for rehabilitation of an existing manhole, construction of a new 60-inch ' diameter manhole or construction of a manhole serving an 18-inch diameter or larger pipe, an approved protective lining or coating system shall be installed per i manufacturer's instructions. Protective lining and coating systems shall conform to the Approved Materials List. M. Backfilling Around Manholes =' L Backfilling around manholes shall conform to the requirements as specified for backfilling around pipe. ii. Embedment material shall be placed up to a point equal to that required for the adjacent pipe. N. Following the completion of the backfilling, the Contractor shall maintain the excavated surfaces in a satisfactory manner until final completion and acceptance of the work. } 60 Section 6 is 2016 Design Standards and Specifications Sewer Specifications i. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the Chief Water Utilities Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.07.16 Service Connections A. Service connections on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. B. Service connections on existing sewer mains shall be made by City of Lubbock Water Utility forces. C. Contractor shall place wyes and tees for service connections where required by the approved construction plans on new sewer mains. i. Wyes and tees shall be of like material as the sewer pipe. ii. Service lateral lines shall be installed to 2 feet inside adjacent property line at a typical depth of between 4 feet and 6 feet, or deeper when required. iii. Watertight plugs shall be installed in each branch pipe or stub. iv. Service locations shall be marked with a piece of two-inch by four -inch lumber extended from the end of the pipe to above ground level with the above -ground portion painted green. 6.08 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pioe and Manholes 6.08.01 Scope A. The work covered by this section consists of the inspection, testing, approval and acceptance of gravity flow sanitary sewers and manholes and other appurtenances normally installed as part of this system. The work may include inspection, cleaning, leakage testing, deflection testing and television inspection of the interior of the finished sewer system. 6.08.02 Quality Standards A. The latest published revision of: ASTM C969 Infiltration and Exfiltration Acceptance Testing of Installed Sewer Lines ASTM C828 Low Pressure Air Test of Sewer Lines UNI B 6 Recommended Practice for Low Pressure Air Testing of Installed Sewer Pipe ASTM C1214 Standard Test Method for Concrete Pipe Sewer Lines by Negative Air Pressure (Vacuum) Test Method ASTM C1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill 6.08.03 Materials A. Water used for exfiltration tests shall be potable or as otherwise approved by the City Inspector. i Section 6 61 2016 Design Standards and Specifications Sewer Specifications 1 B. Equipment for tests shall be of the type, quality and capacity to perform the operations required and shall be furnished by the Contractor. C. All labor and materials, including water, shall be furnished at the Contractor's expense. 6.08.04 Inspection A. City Inspector shall inspect and approve all work accomplished. i. Testing shall be performed at the discretion of the City Inspector. B. It shall be the responsibility of the Contractor to coordinate inspection and testing with the Water Utilities Engineering Department. 6.08.05 Cleaning A. Contractor shall remove all foreign matter from the interior of the system prior to testing any section of sewer pipe. i. Chunks of concrete, mortar or other debris including dirt, small gravel, and grit shall be removed from the interior of the newly installed system. ii. Flushing debris into the downstream system shall not be allowed. B. Watertight plugs or other methods approved by the City Inspector shall be used to prevent dirt or debris from entering the system. C. After cleaning manholes, manhole cover shall be positioned to prevent dirt or debris from entering the system. Other means of preventing intrusion of dirt or debris may be employed if approved by the City Inspector. 6.08.06 Pipe Testing A. Contractor shall have the option of conducting a hydrostatic exfiltration test or a low-pressure air test. An infiltration test may also be required if the pipeline is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Exfiltration Test i. The sewer line being tested may be filled with water for a period long enough to allow water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours and not more than 72 hours. ii. Each section of the pipeline shall be tested between successive manholes or other ^^ structures. The lower end of the section shall be closed with a watertight device. The inlet end of the section to be tested shall be filled with water to a point 4 feet above the pipe invert at the centerline of the upper manhole or structure. a. If the ground water level is above the pipe invert, the water level in the upper ' manhole shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. iii. Allowable exfiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. 62 Section 6 2016 Design Standards and Specifications Sewer Specifications iv. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. v. Leakage shall be measured by checking the drop in the water level in the upper manhole or structure over a period of 4 hours. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce exfiltration leakage to an acceptable rate. vii. Contractor shall repeat the 4 hour exfiltration test after repairs are made until an acceptable leakage rate is attained. viii. Repairs required shall be at the Contractor's own expense. G. Low -Pressure Air Test i. Low-pressure air test shall be conducted in accordance to the provisions of UNI-13-6, "Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe," published by Uni-Bell Plastic Pipe Association. ii. Low pressure air shall be slowly introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average backpressure of the groundwater above the pipe. iii. The air supply shall be throttled to maintain that internal pressure for at least 2 minutes to permit the temperature of the entering air to equalize with the temperature of the pipe wall. iv. When temperatures have been equalized and the pressure stabilized at 4.0 psig, the air supply shall be shut off or disconnected. v. Time shall be recorded for the pressure inside the pipe to drop 4.0 psig to 3.0 psig. vi. Time shall not be less than that outlined in the following table: 6 340 398 0.855 8 454 298 1.520 10 567 239 2.374 12 680 199 3.419 15 850 159 5.342 18 1020 133 7.693 21 1190 114 10.471 vii. City Inspector shall witness and verify results of the test. viii. The City Inspector may stop a test if no pressure drop loss has occurred during the ` thirst 25% of the calculated testing time. ix. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce leakage to an acceptable rate. x. Contractor shall repeat the low-pressure air test after repairs are made until an r acceptable pressure drop for the test is attained. A. Repairs required shall be at the Contractor's expense. Section 6 63 1, 2016 Design Standards and Specifications Sewer Specifications H. Infiltration Test i. Infiltration tests are acceptable only if the pipeline is continuously subjected to an external hydrostatic head (ground water level) of at least 2 feet above the top of the pipe at the upstream manhole or structure. ii. Infiltration test shall be made by sealing the inlet and outlet ends of this pipeline and measuring the volume of water that infiltrates into the section being tested. a. Flow measurement may be measured by collecting the discharge into a volumetric measuring container, weir or other approved method. iii. The test shall be continued over a period of at least 4 hours. Time shall be allowed to soak lines and manholes in advance of performing test. iv. Allowable infiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. v. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce the infiltration to an acceptable rate. vii. Contractor shall repeat the 4 hour infiltration test after repairs are made until an acceptable infiltration rate is attained. viii. All repairs required shall be at the Contractor's own expense. ix. Whenever the rate of infiltration is found to repeatedly exceed the prescribed amount, the Contractor shall be notified in writing. The Contractor may then be required to provide, at their own expense, video inspection of the interior of the conduit. The Contractor shall make appropriate repairs by methods approved by the Chief Water Utilities Engineer and shall continue to test the conduit until it is proven satisfactory. 6.08.07 Video Inspection A. Where determined to be necessary, the new sewer pipe shall be inspected by video camera prior to final acceptance. i. Initial video inspection shall be at the Contractor's own expense. B. Video equipment expressly designed for pipeline inspection purposes and operated by experienced and qualified personnel shall be pulled through the entire pipeline. i. Video equipment operator shall maintain a log of all inspections and note location, type and extent of any deficiencies. ii. Video equipment operator shall also photograph all deficiencies and not less than one "typical" location per each 500 feet of pipeline inspected. C. Contractor shall bear all costs incurred in correcting deficiencies found during the video inspection, including cost of additional video inspection required to verify correction of noted deficiencies. D. Video inspection conducted solely for the Contractor's benefit shall be at the Contractor's own expense. 6.08.08 Deflection Test A. Deflection tests shall be conducted in the presence of the City Inspector after the pipe has been installed and backfilled. i. The deflection test shall be conducted by pullinga mandrel (go no-go device) through the pipe. } 64 Section 6 2016 Design Standards and Specifications _. Sewer Specifications ii. The mandrel shall be designed and sized for each size and type of pipe and shall be at least 1.5 pipe diameters in length. iii. The mandrel shall be constructed with an odd number of runners placed parallel to the pipe centerline and equally spaced around the perimeter of the mandrel. iv. Test mandrel shall be furnished by the Contractor and approved by the City Inspector. v. Test equipment, calibration data and procedures shall be subject to the approval of the City Inspector. B. Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal { diameter of the pipe. Pipe sections that restrict free passage of the mandrel shall be removed P�P P P 9 and replaced or excavated, re -bedded, backfilled and retested. r C. All repairs, replacement, remedial work and retesting shall be performed by the Contractor at their own expense. D. Deflection test may be conducted concurrently with the video inspection of the pipe interior, subject to approval by the City Inspector. 6.08.09 Manhole Testing A. Manholes shall be tested for leakage separately and independently of the sanitary sewer lines by vacuum testing, hydrostatic exfiltration testing or other methods approved by the City Inspector. An infiltration test may also be required if the manhole is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Vacuum Test i. All inlet and outlet pipes in the manhole shall be plugged with an airtight device. ii. All lift holes and exterior joints shall be plugged with a non -shrink grout. a. No grout shall be placed in horizontal joints prior to testing. iii. The manhole opening shall be sealed by a method approved by the City Inspector. iv. There must be a vacuum of 10 inches of mercury (4.91 psig) inside a manhole to perform a valid test. v. A test does not begin until after the vacuum pump is off. . a vi. The manhole passes the test if after 2.0 minutes and with all valves closed, -, the vacuum is at least 9 inches of mercury. vii. The Contractor shall have the option to repeat the vacuum test one time after repairs viii. If a vacuum test is failed twice, the manhole shall be repaired and an exfiltration test shall be performed. ix. All repairs required shall be at the Contractor's own expense. G. Exfiltration Test i. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. ii. The manhole being tested may be filled with water for a period long enough to allow water absorption into the manhole. The saturation period shall be a minimum of 4 g hours and not more than 72 hours. Section 6 65 2016 Design Standards and Specifications Sewer Specifications iii. Test shall be conducted with the manhole filled with water to the top of the cone section. iv. Allowable leakage shall not exceed 0.025 gallon/foot diameter/foot of manhole depth/hour over a 4 hour period. v. The Contractor shall repeat the exfiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. H. Infiltration Test i. Infiltration tests are acceptable only if the connecting conduit is continuously subjected to an external hydrostatic head (ground water level) at least 2 feet above the top of the conduit. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. ii. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The volume of water that infiltrates into the manhole during a 4 hour period shall be measured in a manner determined by the City Inspector. iii. The test shall be conducted after the manhole has been subjected to the maximum ground water level for at least 4 hours to thoroughly saturate the manhole wall. iv. The allowable infiltration shall not exceed 0.025 gallon/foot of diameter/foot of manhole depth/hour during a 4 hour test. v. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. 6.08.10 Approval A. Final approval of sewer lines and manholes shall be based on an inspection covering all items in this specification and other approved plans and material. The inspection shall be done in an appropriate manner by representatives of the Chief Water Utilities Engineer. B. Contractor shall remedy any defects in workmanship or materials revealed by inspection at their own expense. C. Final approval will be based on re -inspection of the sewer after the appropriate repairs and corrections are completed. 6.08.11 Acceptance A. Flow of any kind into the existing sanitary sewer collection system shall not be allowed until the new sewer lines and manholes has been satisfactorily completed and accepted for use by the Chief Water Utilities Engineer. B. Portions of the work completed may be placed in operation after all cleaning, testing and inspection requirements have been fulfilled. Such partial use or partial acceptance shall be subject to approval of the Chief Water Utilities Engineer. 66 Section 6 { is 2016 Design Standards and Specifications Sewer Specifications 6.09 Lift Station 6.09.01 Lift station design must conform to the most recent TCEQ design criteria. 6.09.02 Site Layout A. Lift station site location shall be approved by the Chief Water Utilities Engineer. B. Site shall be chosen to provide the least negative impact to surrounding existing and future development. C. The station site shall be located so it may serve as much of the entire sewer drainage basin as possible. This may require that the station be located off -site of the development. D. The station site shall be protected from the 100-year flood plain and shall be accessible during the 25-year storm event. E. Lift station site and associated access road shall be located in a dedicated right-of-way or permanent easement. i. Access road shall be a minimum 12-foot wide all-weather surface. ii. Additional staging and parking area shall be provided. iii. Station grounds shall be minimum 5-inch thick, aggregate road base material. F. Lift station site shall be fully enclosed by intruder -resistant fence and include a 14-foot vehicle gate and 3-foot man gate. Vehicle gate shall be situated such that pumps and equipment are accessible by service vehicles. G. Lift station shall have bypass capability. H. Lift station shall have lightning protection for all electronic components. I. Lift station site shall be illuminated by a security light system. J. Lift station shall be fitted with SCADA antennae. 6.09.03 Dry Well A. Dry well shall have separate, dedicated entrance with ladder. B. The dry well or valve vault shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum hatch. C. Provisions shall be made for water removal from the dry well. D. Dry well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. 6.09.04 Wet Well A. Wet wells must be enclosed by water -tight and gas -tight walls. B. Interior walls of wet wells shall be lined with a lining system per the Approved Materials List. C. Wet well shall have a maintenance hatch for servicing pumps and a separate, dedicated entrance. i. Dedicated entrance shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum safety hatch. ii. Maintenance hatch shall be an approved, double -door, lockable, 48-inch x 72-inch pedestrian -rated aluminum hatch or as required to adequately maintain the wet well pumps and components. Section 6 67 t 2016 Design Standards and Specifications Sewer Specifications D. A gravity sewer pipe discharging to a wet well must be located so that the invert elevation is above the level of the system's "on" setting. E. All piping within wet well shall be PVC with flanged fittings. F. All interior components shall be stainless steel including nuts, bolts, other fasteners and all base plates. G. Each pump shall be fitted with minimum 25 feet of stainless steel lifting chain. H. Each pump shall be fitted with dual -rail stainless steel guide bar and upper guide bar brackets. I. Wet well shall have a sloped bottom toward the pump intake to avoid solids deposition. J. Wet well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. K. Piping associated with lift stations shall be approved gravity or pressure rated sewer pipe. 6.10 Restoration and Clean Up 6.10.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Chief Water Utilities Engineer. 6.10.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance, 6.10.03 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system and in compliance with current applicable codes. 6.10.04 All rubbish, excess excavated materials, unused materials and other non-native materials shall be removed from the jobsite and legally disposed. 6.10.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief Water Utilities Engineer. 68 Section 6 f 2016 Design Standards and Specifications Sewer Specifications 6.11 Warranty and Acceptance 6.11.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 1 year from the written Certificate of Completion. Section 6 69 i4 2016 Design Standards and Specifications ` Sewer Specifications 70 Section 6 2016 Design Standards and Specifications Approved Materials List SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7.01 Introduction 7.01.01 This section lists specific products and manufacturers that have been approved for use within the City of Lubbock water and sanitary sewer system. 7.01.02 This listing is intended to be used as a reference source for Water Utilities employees, design engineers, developers, contractors and vendors. 7.01.03 Materials produced by manufacturers not listed herein are not acceptable for use within the City's system. 7.01.04 Manufacturers interested in submitting products for evaluation and possible approval should submit a written request in accordance with the procedures listed below. 7.02 Product Submittal Procedures 7.02.01 Written requests should be sent to the attention of "Chief Water Utilities Engineer, City of Lubbock, PO Box 2000, Lubbock, Texas 79457". 7.02.02 Written requests shall include the following: A. A complete Application for New Product(s) (See Appendix A-1) B. Four (4) copies of the following documents: i. A list of all applicable standards regarding the product and certification (AWWA, ANSI, ASTM, etc.) ii. Adequate shop drawings and design information (brochures and other product information) iii. Location of the manufacturer's plant iv. Location of the nearest local distribution point and retail outlet v. A list of any special tools, fittings or methods of construction required for installation and/or maintenance vi. Spare parts and service availability information vii. A 5-year history of the product documenting its performance viii. Warranties ix. Product sample (where appropriate) x. User references, with contact person and telephone numbers (Specifically in the State of Texas) xi. Life cycle costs (where appropriate) xii. A statement of why the approval of the product would be beneficial to City of Lubbock C. Applicant shall send a formal review meeting request to the Chief Water Utilities Engineer. D. All submissions shall be made at least 30 days prior to the meeting at which review is requested. t, Section 7 71 2016 Design Standards and Specifications Approved Materials List 7.05 Water System 7.05.01 Water Pipe A. Polyvinyl Chloride (PVC) 4-inch to 24-inch i. AWWA C900 or C905; Minimum DR-18 ii. Manufacturers: a. CertainTeed (1) Certa-Lok b. Diamond Plastics c. JM Eagle (1) Blue Brute (2) Big Blue (3) Eagle Loc 900 d. North American Pipe e. Northern Pipe Products f. Pipelife Jetstream g. VinylPlex, Inc. B. High Density Polyethylene (HDPE) L AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco C. Cement -lined Ductile Iron (DIP) - Push -On or Mechanical Joint i. AWWA C151 Minimum Thickness Class 50 ii. Manufacturers a. American Cast Iron Pipe b. Griffin Pipe Products c. McWane Pipe d. U.S. Pipe and Foundry D. Concrete Cylinder Pipe L AWWA C301, Pre -stressed Concrete Steel Cylinder Pressure Pipe ii. AWWA C303, Concrete Bar -wrapped Steel Cylinder Pressure Pipe iii. Manufacturers: a. Hanson 7.05.02 Fittings: (Bends, Crosses, Tees and Offset Glands) A. Ductile Iron; Compact , B. AWWA C110 and C-153 C. Manufacturers: L American Cast Iron Pipe ii. Griffin Pipe Products iii. McWane Pipe 74 Section 7 f 2016 Design Standards and Specifications Approved Materials List iv. Sigma Corporation v. Star Pipe Products, Inc. vi. Tyler Pipe and Foundry Utilities vii. U.S. Pipe and Foundry 7.05.03 Couplings (Transition or Straight), Non -Restrained A. Low -alloy or stainless steel bolts and nuts; outside finish: heat fused nylon coating or fusion bonded epoxy coating; standard length body. B. Manufacturers i. Dresser ii. Ford iii. JCM Industries iv. Romac v. Smith -Blair 7.05.04 Resilient Wedge Gate Valves, 4-inch through 12-inch A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C509 and C515 C. Manufacturers i. American AVK ii. Clow iii. Darling iv. EJIW v. Mueller vi. M & H Model 4067 vii. United 7.05.05 Butterfly Valves — 16-inch and Greater, with gearing if required by manufacturer A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C504 C. Manufacturers i. DeZurik ii. Mueller iii. M & H 7.05.06 Fire Hydrants A. AWWA C502 B. 5-1/4-inch valve opening; 2-1/2-inch hose nozzles; 4-inch steamer nozzle C. Factory painted orange D. Manufacturers -� i. American Darling Model B-84-B ii. East Jordan Iron Works iii. Clow Medallion # Section 7 75 t, 2016 Design Standards and Specifications Approved Materials List iv. Mueller Centurion v. M & H Style 129-09 7.05.07 Fire Hydrant Raised Pavement Marker A. Manufacturer i. Stimsonite Model 80 7.05.08 Service Saddles A. Epoxy coated ductile iron body; Double band with SS bands and bolts B. AWWA C800 C. 1-inch i. Female AWWA Taper threads (CC or CS) ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair D. 2-inch i. Female iron pipe threads ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair 7.05.09 Corporation Stops k A. Full Port Ball Valve B. AWWA C800 { C. 1-inch i. Male AWWA Taper threads (CC or CS) by flared copper or compression ii. Manufacturers a. A. Y. McDonald b. Ford i [j c. Mueller-' D. 2-inch i. Male iron pipe threads by flared copper or compression ii. Manufacturers a. A. Y. McDonald i b. Ford c. Mueller 76 Section 7 2016 Design Standards and Specifications Approved Materials List 7.05.10 Service Tubing A. Copper Tubing i. ASTM B88 ii. Flared copper fittings iii. 1-inch a. Type K - Soft iv. 2-inch a. Type K - Hard B. Polyethylene Tubing (PET and PEXa); 1-inch only i. ASTM D2737 - Copper Tube Size (CTS), 200 PSI Minimum, Black or Blue ii. Slip Fittings a. Ford - Ultratite b. Mueller - Instatite iii. Manufacturers a. Endot — Endopure PE 4710 b. NuMex PE 4710 c. Rehau — Municipex PEXa d. Silverline — Sil-O-Flex PE 3408 or 4710 e. Ultraline — Driscoplex 5100 Series PE 4710 7.05.11 Curb Stops A. Full Port Ball Valve B. AWWA C800 C. Curb stops shall include meter swivel nut (meter spud) connection on outlet side such that meter nut can be replaced without removing valve from operation. D. Reductions for smaller meter sizes shall be accomplished by use of appropriately sized iron pipe threaded brass bushing on outlet side of curb stop. E. 1-inch and 2-inch i. Flared copper or compression by female iron pipe threads with meter swivel nut. ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller 7.05.12 Compression Fittings A. Compression fittings shall be quick joint type. B. Manufacturers i. Mueller Insta-Tite Connection ii. Ford Ultra-Tite Connection 7.05.13 Mueller Meter Setters, 2-inch A. Ball valve inlet and outlet, 15 inch height, Female iron pipe threads t B. Manufacturers Section 7 77 I_ 2016 Design Standards and Specifications Approved Materials List i. A. Y. McDonald ii. Ford iii. Mueller 7.05.14 Tapping Sleeves A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange B. Epoxy coated with stainless steel bolts and nuts C. Manufacturers i. Ford FAST ii. JCM Industries #469 iii. Smith Blair #662 iv. ROMAC #SST 7.05.15 Resilient Seat Wedge Tapping Valves A. AWWA C509 B. Manufacturers: i. American ii. Clow iii. EJIW iv. Mueller v. M & H vi. U. S. Pipe 7.05.16 Water Meter Boxes and Vaults A. Manufacturers i. Hi -Density Polyethylene Plastic Box a. Carson Industries Model 2200 ii. Heavy Duty HS-20 Rated a. EJIW b. Old Castle 7.05.17 Double Check, Double Detector Check and Reduced Pressure Principle Devices A. American Society of Sanitary Engineering Seal Approval B. Call City of Lubbock backflow coordinator at (806) 775-2589 for specific applications. C. Manufacturers i. Ames ii. Febco iii. Watts iv. Wilkins 7.05.18 Backflow Preventer Box A. Polyester or Aluminum Enclosure, Heated and Insulated ASSE 1060 B. Manufacturers i. EZ Box Model HEZ 78 Section 7 t_ r 2016 Design Standards and Specifications Approved Materials List ii. Hot Box iii. Safe-T-Cover 7.05.19 Air Release Valves A. Manufacturers i. APCO ii. ARI iii. Crespin 7.05.20 Flushing Hydrants A. Manufacturers i. Kupferle 7.05.21 Sampling Stations A. Manufacturers i. Kupferle 7.05.22 Valve boxes A. Cast -Iron slip type B. Manufacturers i. EJIW ii. Sigma iii. Star Pipe 7.05.23 Pipe Restraints A. ASTM F 1674 B. Manufacturers i. EBAA Iron, Inc. ii. Ford iii. Romac iv. Sigma v. Smith -Blair vi. Star Pipe Products, Inc. vii. Tyler Union 7.05.24 Casing Spacers A. Manufacturers i. Advance Products ii. BMW iii. Cascade iv. CCI Pipeline V. Culpico vi. PSI _w 7.05.25 Precast Concrete Vaults, HS-20 Rated Section 7 79 2016 Design Standards and Specifications Approved Materials List A. Manufacturers i. Hanson Pipe and Products ii. Vaughn Concrete Products 7.05.26 Waterline Marker i. Manufacturers a. Blackburn b. Carsonite International 80 Section 7 r ;k t` 2016 Design Standards and Specifications Approved Materials List 7.06 Sanitary Sewer 7.06.01 Gravity Sewer Pipe A. Polyvinyl Chloride (PVC) Pipe i. 6-inch thru 15-inch: ASTM D3034, Minimum Class SDR 35 ii. 18-inch thru 48-inch: ASTM F679, wall thickness T-1 iii. Fittings ASTM D1784 iv. Gaskets ASTM F477 v. Manufacturers a. Certainteed Corporation b. Diamond Plastics c. GPK (Fittings Only) d. Harco (Fittings Only) e. )M Eagle f. Multi Fittings (Fittings Only) g. National Pipe and Plastics Ever -Green Sewer Pipe h. North American Pipe ASTM D3034 L Plastic Trend (Fittings Only) j. VINYL Plex (Fittings Only) B. PVC Corrugated Sewer Pipe with Smooth Interior L ASTM F949, ASTM F794 ii. Manufacturer a. Diamond Plastics C. High Density Polyethylene (HDPE) i. ASTM F714 ii. Manufacturers a. Chevron b. )M Eagle c. Plexco D. Ductile Iron (DIP) L AWWA C151 Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation + c. McWane d. U.S. Pipe and Foundry Company E. Steel Reinforced Polymer Concrete L ASTM D6783 ii. Manufacturers y a. U. S. Composite Pipe F. Polypropylene Corrugated Dual Wall and Triple Wall L 12-inch thru 30-inch: ASTM F2736 ii. 30-inch thru 60-inch: ASTM F2764 Section 7 81 3 ' 7 2016 Design Standards and Specifications Approved Materials List i` iii. Manufacturer a. ADS Sanitite HP 7.06.02, Pressure Sewer Pipe A. Polyvinyl Chloride (PVC) i. AWWA C900 Minimum Class DR25 a. Manufacturers (1) Diamond Plastics (2) JM Eagle (3) North American Pipe ii. SDR26 Class 160 a. Manufacturers (1) Diamond Plastics (2) JM Eagle (3) North American Pipe B. Ductile Iron (DIP) i. Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation c. U. S. Pipe and Foundry Company C. High Density Polyethylene (HDPE) i. AWWA: C906, Minimum Pressure Class 160 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco 7.06.03 Manholes A. Precast Concrete Manholes i. ASTM C478 ` ii. Manufacturers a. Hanson Building Products b. South Plains Concrete Products c. The Turner Company k d. Vaughn Concrete Products B. Glass -Fiber -Reinforced Polyester Manholes, Wetwells and Manhole Liners i. ASTM D3753 ii. Manufacturer a. LF Manufacturing r b. Containment Solutions C. Composite Manholes i. Amarok ii. US Composite Pipe 82 Section 7 s E� 2016 Design Standards and Specifications Approved Materials List 7.06.04 Manhole Frames and Covers A. ASTM A48, Class 3513, AASHTO M-306 B. Standard Solid Cover i. Manufacturers a. East Jordan Iron Works C. Watertight Frame and Cover L Manufacturers a. East Jordan Iron Works b. Rexus 7.06.05 Manhole Coatings/Protective Lining System A. Manufacturers i. A-Lok - Dura Plate 100 PVC Liner ii. Raven 405 iii. Tnemec — Series 436 PermaShield 7.06.06 Gaskets and Flexible Manhole Connections A. Flexible cast -in -place seal or flexible boots installed with hydraulic pressure after manhole manufacture. Manhole openings shall be made by hole -formers inserted during manufacture. B. Manufacturers i. Press -Seal Gasket Corp. ii. A-Lok iii. International Precast Supply iv. N PC 7.06.07 Internal Chimney Seals A. ASTM C923 B. Manufacturers i. Cretex ii. NPC 7.06.08 Manhole Joint Seals A. Sealant per ASTM C990 B. O-ring gaskets meeting ASTM C443 and ASTM C1628. 7.06.09 Manhole Joint Wrap (in addition to 0-ring specified above) A. Manufacturers i. Ram Nek ii. ConSeal CS 102 7.06.10 Manhole Joint Sealers A. Butyl Mastic B. Manufacturers i. Ram Nek Section 7 83 4' 2016 Design Standards and Specifications Approved Materials List 7.06.11 ConSeal CS 102Inflow Prevention Device i A. Non -Corrodible with self cleaning gas relief and vacuum relief valves B. Manufacturers L L.F. Manufacturing Inc. - Rain Guard ii. No Flow -In Flow iii. The Man Pan iv. Southwestern Packing and Seals, Inc. - Rainstopper 7.06.12 Polyethylene Slope Adjusting Ring A. ASTM D1248 B. Manufacturers L Ladtech 7.06.13 Saddles A. Manufacturer i. NDS 7.06.14 Cleanout Cover A. Manufacturer i. East Jordan Iron Works 7.06.15 Valves — Must Be Approved for Use in Wastewater Application A. Plug, Full Port i. Manufacturers a. DeZurik B. Resilient Seat Gate i. AWWA C509 ii. Manufacturers a. American Flow Control b. Clow c. M & H d. Mueller e. U.S. Pipe C. Swing Check i. Manufacturer a. Golden Anderson b. M & H c. Val-Matic 7.06.16 Backwater Valve for Manhole Vent A. Manufacturer i. Josam 7.06.17 Lateral Backwater Valve 84 Section 7 i 1'. 2016 Design Standards and Specifications Approved Materials List A. Diaphram Operated Stainless Steel Knife Valve ASME Al 12.14.1 B. Manufacturer i. John Stephens ii. Plastic Trends iii. Smith Floodgate 7.06.18 Sewage Combination Air/Vacuum Valve A. Manufacturers i. APCO/Willamette ii. ARI iii. Golden Anderson Industries 7.06.19 Sanitary Sewer Marker A. Manufacturers i. Blackburn ii. Carsonite International 7.06.20 Wastewater Pumps A. Manufacturer i. Flygt N-Pump Section 7 85 2016 Design Standards and Specifications Approved Materials List 1 7.07 Water and Sanitary Sewer Systems 7.07.01 Modular Wall Seal A. EPDM with stainless steel nuts and bolts B. Manufacturer i. Thunderline ii. Pipe Seal iii. Link Seal 7.07.02 Vault Doors A. Type K heavy duty aluminum double leaf door, H-20 rated B. Manufacturers i. Bilco ii. Halliday iii. USF Fabrication, Inc. 7.07.03 Tracer Wire A. 14-gauge B. Manufacturers i. Copperhead ii. Southwire 7.07.04 Marking Tape A. 3-inch width, Sewer — green, Water - blue B. Manufacturers i. Presco Prodcuts ii. Terra Tape 86 Section 7 2016 Design Standards and Specifications Approved Materials List SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.01 General 8.01.01 The construction and materials for any City of Lubbock Public Works Engineering paving or drainage improvements project shall conform to the following specifications and associated plan sheets. A. Any construction or materials failing to meet the requirements of these specifications or the plan sheets shall be removed and replaced at the Contractor's own expense. B. No consideration will be given to requests for reduced payments for construction or materials not in conformance with these specifications and the plan sheets. 8.01.02 The term Engineer used in these specifications shall refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these specifications and associated plans. 8.01.03 The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. A. Material Safety Data Sheets (MSDS) shall be required on all materials. B. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. C. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer. 8.01.04 Streets to be constructed in a location where the traffic is expected to consist of an unusual number of trucks or other heavy vehicles shall have an approved pavement structure design specific to that loading condition. 8.01.05 All construction covered by these specifications shall be in compliance with the City of Lubbock Code of Ordinances, Chapter 30 Lakes and Water Ways, Chapter 36 Streets, Sidewalks, and Other Public Ways, Chapter 38 Subdivisions, and other chapters as applicable. 8.01.06 Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. A. When information indicated on plan sheets is in conflict with these specifications, the information on the plans shall govern. 8.02 Design Standards 8.02.01 The following design standards shall apply to all paving and drainage improvements associated with construction of new subdivisions. A. If unusual site conditions necessitate design criteria different from these requirements, changes will be permitted only if specifically approved by the City Engineer. Section 8 87 2016 Design Standards and Specifications Approved Materials List 8.02.02 Street Crown Elevations A. All street paving shall incorporate a centerline crown at the following listed elevation unless otherwise indicated on plans, or as directed by the Engineer: �a�e��>i�niil~rscPav�n 5� 32 feet 0.52 feet 36 feet 0.58 feet 42 feet 0.67 feet 46 feet 0.73 feet 66 feet 1.03 feet 88 feet 1.18 feet i. The widths listed above refer to the total proposed future full width of street. ii. Where there is a difference in elevation between top of opposite street curbs, the crown elevation shall be adjusted such that the cross slopes are 2.0% minimum and 4.0% maximum. iii. Where the minimum crown slopes are not met a concrete valley gutter must be added. 8.02.03 Minimum Grades A. All street paving shall incorporate the following slopes unless otherwise indicated on plans, or as directed by the Engineer: I.acat�on t=�hedrc+raw 510 �Iua Linear Curb and Gutter 0.20 Curb and Gutter in Cul-De-Sacs 0.30 Concrete Dips, Valley Gutters and Fillets 0.35 Concrete Alley Paving 0.20 Concrete Drainage Channel 0.20 Fall Around Curb Radii 0.80 B. Asphalt dips shall not be used in the place of concrete dips or valley gutters. 8.03 Testing and Inspection 8.03.01 All work shall be inspected and tested by a representative designated by the City Engineer, who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or associated plans. A. Whenever any portion of these specifications or associated plans is violated, the Engineer may order the portion of construction that is in violation to cease until such violation is corrected. 8.03.02 Contractor shall cooperate with the Engineer in providing for sampling and testing procedures. A. The contractor shall provide at least a 2 hour notification to City Inspection Staff prior to any inspection services needed. B. In the event the Citytests indicate out of specification materials additional tests may be P � Y provided by the contractor at their own expense. i C. Conflicting tests provided by the contractor will not automatically be considered as compliance with City specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. 88 Section 8 2016 Design Standards and Specifications Approved Materials List 8.03.03 The testing and inspection provided by the City is intended only to verify that materials and construction comply with plans and specifications. The City's testing and inspection efforts are not intended to replace the contractor's responsibility to comply with the specifications. A. With respect to new material sources, or where the City lab has determined materials or construction do not comply with these specifications, the City will not re -test until the contractor has provided their own testing to demonstrate the materials and construction are in compliance with the plans and specifications. 8.03.04 Upon completion of construction, the Contractor will apply sufficient water to all paving improvements within the project to ensure all surfaces meet drainage requirements and are in compliance with these specifications. 8.04 Notification of Property Owners 8.04.01 The contractor shall be responsible for maintaining positive communication with adjacent property owners. 8.04.02 The contractor shall provide two days notice to all affected property owners with respect to pending construction, and restriction of access or driveway locations. 8.05 Protection of Utilities and Irrigation Systems 8.05.01 The plans show only approximate locations of utilities as obtained from various utility companies. A. It is not implied that all utilities or their accurate locations are shown on the plans. 8.05.02 It is the contractor's responsibility to become familiar with all utilities and locations. A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification Centers. B. The contractor shall call DIG TESS (1-800-344-8377) and provide sufficient time for all utilities to be identified prior to construction. 8.05.03 On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will be responsible during the construction period for damages to any utilities. 8.05.04 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system, and in compliance with current applicable codes. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 8.06 Water for Construction 8.06.01 The City will furnish water from fire hydrants for construction purposes. A. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant and will be charged the applicable rate for the quantity of water used. B. The contractor shall contact Lubbock Power and Light Customer Service Department to establish a utility account. The contractor must pay a deposit for each fire hydrant meter and will be responsible for all charges associated with that account. ( Section 8 89 2016 Design Standards and Specifications Approved Materials List C. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. 8.06.02 Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. 8.06.03 For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. B. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. 8.06.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. A. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. B. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. 8.06.05 In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 8.07 Concrete 8.07.01 These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters and fillets, alley paving, sidewalks, street paving, curb ramps, medians, and drainage improvements. A. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C94. B. The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during transit. C. Concrete shall have a temperature of less than 90 degrees at time of placement. Concrete above this temperature will be rejected and shall be removed from the job site. D. No more than eight yards of concrete shall be loaded in a Revolving Drum Agitator Truck and transported to the job site. Loads in excess of eight yards will be rejected and shall be removed from the job site. E. Add mixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. F. No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. G. All concrete shall have 5 percent, minus 1.5 percent to plus 3 percent, air entrainment in conformance with ASTM C260. H. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. 90 Section 8 i__' V 2016 Design Standards and Specifications Approved Materials List 8.07.02 Classification A. The following City of Lubbock classes of concrete shall be used: Curb and gutter, sidewalks, curb ramps, drainage channels, medians, A inlet boxes headwalls 'unction boxes driveways, and retaining walls. B Valley gutters and fillets alley returns and alley paving. C Concrete street pavement. D Utility encasements Fast setting concrete pavement such as "Fast Track" Concrete E Pavement or, otherspecial design. 8.07.03 Thickness of Concrete Surfaces A. Concrete thoroughfare street paving shall have a minimum thickness of 8 inches. B. Concrete alley paving shall have a minimum thickness of 7-1/2 inches at edge and 5 inches at flow line. i. No tolerance on minimum thickness will be allowed. ii. No additional compensation will be made to the contractor for thickness greater than specified. C. All other proposed concrete paving thickness shall be approved in writing by the City Engineer. 8.07.04 Drainage Easements A. All drainage easements shall have, at a minimum, a 10-foot wide concrete flow line to be constructed with the street and alley paving improvements. B. Drainage easements shall not be used as alleys or garbage collection easements. 8.07.05 Mix Design A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit an engineer's recommended concrete mix design. i. The following shall be submitted to the Engineer for review: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. (1) Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate test not to exceed 25 percent. b. Mix design based on water -cement ratio. c. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C78, made by an approved commercial testing laboratory. (1) Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. ii. The Engineer will approve or reject the mix design and materials based on these submittals. iii. Mix design approval shall be subject to additional testing during construction. Section 8 L. 91 2016 Design Standards and Specifications TP-proved Materials List B. Mix designs for various classes of concrete shall conform to the following: �aW A 5.0 0.40-0.60 5 B 5.5 0.40-0.60 5 C 6.0 0.35-0.45 3 D 4.5 0.40-0.60 5 E As Required for specific cure time and strength. i. New mix designs shall be submitted annually, or when material properties or sources change. 8.07.06 Strength Requirements A. The various classes of concrete shall conform to the following minimum strengths in pounds per square inch (psi) as determined by the average of two test cylinders or beams: �Fl, A A 2100 3000 B 2500 3000 - - C - 2500 3600 600 D - I - 2500—r— - E 3000 psi at 24 hours B. When cores are subsequently used to prove compressive strength where test cylinders indicate failures, the cores shall be tested in accordance with ACI C42. C. In such cases, the required compressive strength shall be increased by 10%. 8.07.07 Cement A. Cement shall be Type I, Type II, or Type I -II cements, conforming to ASTM C150 "Standard Specification for Portland Cement". B. The contractor shall notify the Engineer prior to any changes of the cement supplier or source during construction. The Engineer may require a new mix design if changes of supplier or source occur. 8.07.08 Aggregate A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C33. B. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, organic impurities, or other deleterious materials. C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136. 92 Section 8 2016 Design Standards and Specifications Approved Materials List i. The gradation for fine aggregate shall meet the following requirements: Retained on 3 8" Sieve 0 Retained on No. 4 Sieve 0-5 Retained on No. 16 Sieve 20-55 Retained on No. 30 Sieve 45-75 Retained on No. 50 Sieve 70-90 Retained on No. 100 Sieve 98-100 D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to ASTM C136. L The gradation for coarse aggregate shall meet the following requirements: z11 e111T I Retained on 1-3/4" Sieve 0 Retained on 1-1 2" Sieve 0-5 Retained on 3 4" Sieve 10-40 Retained on 1/2" Sieve 40-75 Retained on No. 4 Sieve 95-100 E. Coarse aggregate for Class C or E concrete shall be crushed limestone (Brownwood type or equivalent). Crushed gravel will be allowed if on the TxDOT Quarterly Monitoring Program, or if specifically approved by the engineer. F. Aggregate Quality Requirements shall comply with the following requirements: Deleterious Material 2.0% Decantation 1.5% Flakiness Index 17 Magnesium Sulfate Soundness 25% G. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. i. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. ii. Stockpiles shall be built in layers of uniform thickness. iii. Equipment shall not be permitted to operate over the same lift repeatedly. 8.07.09 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. r B. Flowable fill may be used for backfill in all utility ditches within the right of way, and other areas as specified. C. Flowable fill used for repair of utility ditches in existing paved streets shall be placed from the top of the utility line to the bottom of the paving surface. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the contractor at their expense. [ Section 8 93 i. 2016 Design Standards and Specifications Approved Materials List 8.07.10 Water A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26. 8.07.11 Admixtures A. Admixtures may be applied to the concrete mix design when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C494. Chemical admixtures shall not be used as a substitute for Cement. B. Mineral admixtures such as Class C Ash and Natural Pozzolans in conformance with ASTM C618 may be used with Types I, II, and III Portland Cement. C. When fly ash is permitted to be used, "cement" in relation to mix design shall be defined as "cement plus fly ash". i. Fly ash may constitute a maximum of 30 percent by weight of the cement. D. Add mixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. 8.07.12 Reinforcing Material A. All concrete shall incorporate reinforcement as follows: i. Curb and gutter horizontal paving steel shall extend to within 2" of back of curb. ii. Street Paving, Valley Gutters, and Drainage Channel — A minimum of #5 deformed steel bars 12 inches on center both ways or design approved in writing by the City Engineer. iii. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets and either 6-inch x 6-inch - 6 gauge welded wire fabric or #4 deformed bars 12 inches on center both ways. iv. Alley Returns - #4 deformed steel bars 12 inch on centers both ways or 6-inch x 6-inch - 6 gauge welded wire fabric. v. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber reinforcement, or as required by the City of Lubbock Building Official, or design approved in writing by the City Engineer. vi. Commercial driveways, including pedestrian crossing area — #3 deformed steel bars through the gutter section as indicated on the detail sheets and either 6-inch x 6-inch — 6 gauge welded wire fabric or #4 deformed bards 12 inches on center both ways. B. Steel i. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. i- ii. Wire mesh shall conform to ASTM A185, and shall be 6-inch x 6-inch - 6 gauge welded wire fabric as specified., iii. Reinforcing bars shall be grade 60 (60 KSI), open-hearth, basic oxygen or electric x furnace new billet steel manufactured in accordance with ASTM A615 and ASTM A305. a. Steel reinforcing materials shall be stored off the ground in a manner as to be protected from accumulations of grease, mud, other foreign matter and rust producing materials. b. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. iv. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets. 94 Section 8 2016 Design Standards and Specifications Approved Materials List v. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. C. Fiber a. Fiber reinforcement may not be used in place of steel reinforcement. b. Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers. c. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as recommended by the fiber manufacturer. d. The physical characteristics on the fiber shall be as follows: Specific Gravity 0.91 Tensile Strength 70,000 psi to 110,000 psi Length 3 4 inch f 8.07.13 Joints 1 A. Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. i. Construction joints formed by removable metal templates accurately shaped to the cross-section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or as directed by the Engineer. ii. Tooled contraction joints cut at least one quarter the concrete depth shall be placed at 10 foot intervals. B. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint and at a maximum spacing of 130 feet. i. Alley returns shall be poured monolithically with curb radii and fillets with joints as indicated in Standard Detail 36-7. ii. Tooled contraction joints, cut 1/2 inch wide 2 inch deep, shall be placed as shown on Standard Detail 36-11. iii. Alley paving contraction joints shall be sealed with an elastomeric sealer. iv. Expansion joints shall include bituminous pre -molded expansion joint board. C. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. i. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. ii. Joints shall be saw cut within 12 hours of placement of the concrete paving. iii. Joints shall be sealed with an elastomeric sealer. iv. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. D. Valley gutters and fillets shall be constructed with tooled construction joints. i. Joints shall be sealed with an elastomeric sealer. ii. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. Section 8 95 2016 Design Standards and Specifications Approved Materials List E. Joint Sealing Materials i. Bituminous pre -molded expansion joint board material shall conform to ASTM D1751 and shall be placed as indicated on plan sheets or in these specifications. a. Expansion joint material shall be placed full depth of the concrete slab. ii. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R.Meadows "SOF-SEAL", W.R. Meadows #158 cold applied, or "GARDOX" as required by plan sheets. a. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D3405. b. Hot poured joint sealant for all other joints in Portland cement concrete pavement shall conform to ASTM D3406. c. Cold poured joint sealant shall conform to ASTM C920. iii. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. a. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. b. The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of local conditions. iv. Backer rod used with elastomeric sealant shall be 25 percent greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. a. Compression of the backer rod material shall be approximately 25 percent shrinkage at 8 psi applied stress. b. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 8.07.14 Curing Compounds A. All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing compound at a rate of one gallon per every 180 square feet. Its application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials". i. Fresh concrete is defined as less than 10 minutes after finishing B. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 8.07.15 Forms A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the concrete section formed._ B. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least 12 hours after placing of the concrete. C. Forms shall be treated with a light oil or release agent before each use, and forms which are to be re -used shall be cleaned immediately after each use and maintained in good condition. E D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. 96 Section 8 2016 Design Standards and Specifications Approved Materials List E. Forms used for curb radii shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow line can be obtained by other methods approved by the Engineer. F. In no case will concrete placement be started without the approval of the Engineer. G. No forms shall be placed until the subgrade is within one inch of its finished grade. H. Forms for paving slabs may be used as a guide for screeding. I. Where longitudinal construction joints are required, the form shall be so constructed as to provide an approved load transfer mechanism in the face. 8.07.16 Placing and Finishing Concrete A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. i. Concrete shall be placed as close to its proper location as practical. ii. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. iii. The concrete shall be floated and troweled to the approximate section. iv. When water is needed for finishing purposes it must be dispensed by a pressurized canister with a misting nozzle. B. Removal of face forms and finishing of curb and gutter shall be started only after a partial set occurs. i. Only construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail sheets. C. Concrete shall not be placed when the ambient temperature is below 40 degrees F or if sustained winds are 25 mph or higher as determined by the Texas Tech University Mesonet sites in Lubbock. If the sustained winds exceed the 25 miles per hour all placement operations will cease immediately. i. Concrete shall not be placed on frozen subgrade. ii. The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect concrete should the air temperature fall below 33 degrees F. This protection and forms shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. iii. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. D. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. i. Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with forms. ii. Vibrators shall not be used to move concrete within the forms. E. The surface of concrete street paving shall incorporate a tined finish. F. All other concrete surfaces shall be completed with a light broom finish. G. When forms are used for concrete paving the forms must stay in place for a minimum of 12 hours. H. No equipment shall be placed on concrete until it has reached 75% of the specified 28 day compressive strength. I. Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge using the TxDOT Item 585 Surface Test Type A. ' Section 8 97 2016 Design Standards and Specifications I Approved Materials List J. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to determine locations of ponding. i. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. K. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven, the City may require measurement of the ride quality using the TxDOT Surface Test Type B. i. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods acceptable to the Engineer. ii. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. L. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's own expense. 8.07.17 Tolerance in Elevation and Grade A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed and replaced at the correct elevations as indicated on the plans, unless curb and gutter surfaces drain with flood testing and approved in writing by the City Engineer or designated staff. 8.07.18 Concrete Alley Paving Cuts A. Refer to Standard Detail 37-2. B. Transverse Cuts L Minimum width between transverse joints shall be 4 feet. ii. No more than 2 transverse joints shall be added between existing 13 foot tooled joints. iii. Transverse joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. When installed at expansion joints, slip dowels shall be used. C. Longitudinal Cuts L Longitudinal cuts along the edge of existing alley pavement shall be a minimum width of 3 feet. ii. Maximum width of longitudinal cuts shall be 4 feet. iii. Longitudinal cuts wider than 4 feet, regardless of location, shall replace the full width of existing alley paving. iv. Longitudinal joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. D. Potholing for Locating Existing Utilities i. Pavement cuts for potholing purposes shall be circular cored holes or clean square cutouts. a. Cored holes in asphalt pavement shall be filled with cold -mix asphalt to match the depth of existing pavement. b. Cored holes in concrete pavement shall be filled with concrete to match the depth of existing pavement. c. Cutouts shall be repaired as specified in these specifications. 98 Section 8 i 2016 Design Standards and Specifications Approved Materials List 8.08 Subarade and Base 8.08.01 Subgrade A. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off -site soil, free from vegetation or other objectionable matter. B. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: 01-_. Liquid Limit Max 45 Plasticity Index Min 5• Max 20 Linear Shrinkage Min 2• Max 10 i. Subgrade material which does not meet the above requirements may be conditioned by blending with lime, sand or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. D. Subgrade Construction i. All testing of subgrade will be completed prior to any placement of curb and gutter. Subgrade will be processed the entire width of the roadway including under the curb and gutter section. ii. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95 percent of Modified Proctor Density at optimum moisture content, plus or minus 2 percent. iii. Subgrade shall be constructed in maximum of 6 inch lifts, and each 6 inch lift tested for moisture and density. iv. Subgrade thickness shall be a minimum of 12 inches for all streets, regardless of street width or classification. v. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. a. After each section of subgrade is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. b. At any time the City Engineer may require proof rolling on streets or alleys with a 25 ton pneumatic roller, to test the uniformity of compaction. c. Rollers will be completely loaded with water or wet sand to ensure they meet the manufacturer's weight requirements. vi. All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch. vii. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall be in compliance with these specifications for materials and construction. a. Cut and fill operations shall comply with Chapter 38 of the City of Lubbock Code of Ordinances. [ viii. Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface, and so - that the compacted subgrade thickness will not be less than specified above. I -' Section 8 99 2016 Design Standards and Specifications Approved Materials List a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. r� E. Rejected Subgrade Material i. Rejected subgrade material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. a. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. b. No payment will be made for rejected material or construction. 8.08.02 Flexible Base (Caliche) A. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay particles produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. i. All base material sources are subject to approval by the Engineer. ii. If material characteristics within an approved source change, the material shall be subject to retesting and re -approval prior to continued use. iii. The Contractor shall not change material sources without approval by the Engineer. B. Crushed concrete may be blended with quarried material only to the extent necessary to produce material in compliance with these specifications, to a maximum of 20 percent crushed concrete by weight. i. Crushed concrete shall be produced from parent material consisting of structural strength concrete, such as City of Lubbock Class A, B, and C. ii. Lower strength materials, such as flowable fill, are not acceptable. iii. Crushed concrete shall be free of reinforcing steel and any objectionable material, and have a maximum of 1.5 percent deleterious material when tested in accordance with Tex-413-A. iv. When crushed concrete is used, the final product shall be entirely in compliance with the specifications for single source material. C. Recycled Asphalt Pavement (RAP) will not be approved for use in flexible base. D. Prior to construction the contractor shall build stockpiles of sufficient quantity of base material as required to complete the entire project or subdivision. L Each stockpile shall be dedicated, and identified as to the project or subdivision it is for. ii. After a stockpile is completed the contractor shall not add material to that stockpile. iii. The contractor's methods, plant, and equipment are subject to approval by the r Engineer, and shall be appropriate and in suitable condition to produce stockpiles in ._. compliance with these specifications. 100 Section 8 1. I'i 2016 Design Standards and Specifications Approved Materials List E. Material Tests i. Flexible base material shall conform to the following requirements: a. Sieve Analysis Retained on 1-3 4" Sieve 0 Retained on 7 8" Sieve 10-35 Retained on 3/8" Sieve 30-50 Retained on No. 4 Sieve 45-65 Retained on No. 40 Sieve 70-85 b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: c. Wet Ball Mill (1) When tested in accordance with Tex-116-E (Wet Ball Mill) the base material shall have a value not to exceed 45. (2) The percent of material passing the #40 sieve shall not increase by more than 20 during the test. F. Flexible Base Construction i. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. ii. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. iii. Flexible base thickness shall be a minimum of 6 inches. iv. Processing shall be accomplished in lifts of 6 inches compacted thickness. v. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction to a minimum of 95 percent of Modified Proctor Density with a moisture content of 2 percent above to 2 percent below optimum a. Densities will be taken by City of Lubbock inspection staff b. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. c. Processing for compaction of caliche base with a sheep's foot type roller will not be permitted. vi. The base shall be allowed to cure a minimum of 3 days, or until determined by the Engineer to be adequately cured, before placing prime or surface course. a. During the cure time the base shall be maintained by blading or other methods until the wearing surface is placed. b. Windrow caliche shall not be removed until the base has passed finish inspection. c. Base which becomes wet, or otherwise altered, may be subject to retesting and reprocessing as determined by the Engineer. vii. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment Section 8 101 L 2016 Design Standards and Specifications Approved Materials List a. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. b. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. viii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than 6 inches, or thickness otherwise specified by the engineer. . a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. , ix. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. x. The compaction method for flexible base shall provide for each lift to be compacted to the specified density using appropriate equipment. A. After each section of flexbase is complete, moisture/density testing will be performed s-4 by the City of Lubbock inspection staff. a. All irregularities, depressions, weak or soft spots which develop shall be corrected ' immediately by the contractor. _ r G. Rejected Flexible Base Material i. Rejected material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be - removed. iii. No payment will be made for rejected material or construction. 8.08.03 Asphalt Stabilized Base (ASB) A. Asphalt stabilized base shall consist of a uniform mixture of mineral aggregate and asphalt cement mixed hot in a mixing plant in accordance with these specifications. i. Caliche is not an acceptable aggregate for ASB. B. The contractor's plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the base material consistently in compliance with these specifications. C. In place compaction control is required for all ASB. i. Locations of Cores, when required, will be determined by City of Lubbock personnel and marked ii. The ASB will be cored by the City inspection staff to determine composition, compaction, thickness, and density. iii. The contractor shall replace the pavement removed from core holes at no cost to the City. iv. ASB found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor's expense as directed by the Engineer. 102 Section 8 J 2016 Design Standards and Specifications Approved Materials List D. ASB Mix Design The contractor shall submit an ASB mix design less than one year old, prepared by a qualified lab, in compliance with these specifications using approved materials indicating gradation and optimum asphalt content. ii. The aggregate mixture shall conform to the following master gradation: a ` �r Passing 1" Sieve 98-100 Passing 3 4" Sieve 84-98 Passing 3 8" Sieve 60-80 Passing No. 4 Sieve 40-60 Passing No. 8 Sieve 29-34 Passing No. 30 Sieve 13-28 Passing No. 50 Sieve 6-20 Passing No. 200 Sieve 2-7 a. Design produced Minimum VMA 13.0% b. Plant produced Minimum VMA 12.0% iii. Material passing the No. 40 sieve shall be known as "soil binder" and shall meet the following requirements: Liquid Limit Max 45 Plasticity Index Max 15 Linear Shrinkage Max 5 iv. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pug mill for mixing with asphalt. v. The mix design shall have optimum asphalt content determined in accordance with Tex-204-F, with a target lab molded density of 96.5 percent. vi. Asphalt content of the Job Mix Formula shall not vary during construction from the design by more than 0.3 percent. vii. Asphalt for the mixture shall be a Performance Grade (PG) 64-28, or better. viii. New mix designs must be submitted annually, or when material properties change. ix. A maximum of 20% approved rap material can be added to ASB. E. ASB Placement i. The ASB material shall be placed on the approved prepared surface using an approved lay down machine. ii. ASB thickness shall be a minimum of 9 inches, or as required by the Engineer. iii. Asphalt Stabilized Base shall be placed and compacted in 3 inch lifts to form the specified thickness of compacted base, unless otherwise directed by the Engineer. a. Prior to placing ASB, the subgrade shall be prepared as previously specified. iv. The cross-section shall be constructed to form the specified crown on the ASB surface at the centerline of the street, or as indicated on the plans. (' v. ASB shall not be placed when the air temperature, as reported by the Texas Tech University Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees surface temperature. ( vi. ASB shall be placed at a temperature between 265 and 325 degrees F. Section 8 103 qr ., 9 2016 Design Standards and Specifications Approved Materials List vii. Any ASB material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. viii. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross- y sections and grades shown on the associated plans. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness is not less than 9 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. F. ASB Compaction i. ASB shall be compacted thoroughly and uniformly with approved rollers to a density between 93% and 98% of the maximum theoretical gravity, with a lab molded target of 96.5% using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. ii. Compaction less than 93 percent or greater than 98 percent will be considered deficient. All deficient pavement shall be removed and replaced as determined by the Engineer at the contractor's expense. iii. ASB shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. iv. Contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure maximum compaction. v. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. G. Rejected ASB Material i. Rejected ASB material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.09 Hot Mix Asphalt Concrete Surface (HMAC) 8.09.01 Hot mix asphalt concrete surface shall consist of a uniform mixture of mineral aggregate (coarse aggregate, fine aggregate, mineral filler) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. 8.09.02 The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface material consistently in compliance with these specifications. 8.09.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving requirements of the platting process. Strip paving may be used only in special fj circumstances and must be approved by the City Council. If strip paving is used, the v developer is still responsible for providing for the required permanent curb and gutter and paving. F; 104 Section 8 3 I_ . 2016 Design Standards and Specifications Approved Materials List A. Unless otherwise specified, the materials and construction shall conform to TOOT Item 340 - Dense -Graded -Hot -Mix Asphalt (Method). B. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. i. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex-203-F. ii. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex-224-F. iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either minimum 1% lime in accordance with DMS-6350, or liquid anti - stripping agent approved by the Engineer. a. Anti -stripping agents shall meet requirements of TXDOT Item 301 - Asphalt Anti - stripping Agents, and shall be added at the manufacturer's recommended dosage and temperature range. 8.09.04 A minimum of 2 cores per 600' block will be taken to determine thickness, and density of HMAC surfaces. A. Core locations will be marked and cored at random locations by City of Lubbock inspection staff. B. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. C. HMAC surface found to be deficient shall be corrected at the contractor's own expense as directed by the Engineer. D. The contractor shall replace the pavement removed from core holes immediately after testing at no cost to the City. 8.09.05 Thickness of HMAC Surfaces A. HMAC thickness shall be a minimum of 2 inches, or as indicated on the plans. L No tolerance on minimum thickness will be allowed. B. If a core shows less than the specified minimum thickness, prior to being trimmed, the HMAC surface shall be considered deficient with respect to thickness, and the deficiency shall be rectified by removal and replacement at the specified thickness. L Additional cores will be taken at 25 foot spacing to define the limits of deficiency. C. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. 8.09.06 HMAC Mix Design A. The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Test Method Tex-204-F. i. The mix design shall have a lab molded density of 96.5 percent using the Texas Gyratory compaction method. ii. New designs shall be submitted annually, or when material properties change. 3 iii. The aggregate mixture shall conform to the following master gradation: a. Type `'C" Coarse Graded Surface Course — Curb and gutter street widths greater than 36 feet: Section 8 105 2016 Design Standards and Specifications Approved Materials List 5ta�ic�arc���ru�ed Rock l�+�gr�gate� ��u�u��t�v�+� Pehcon�P�s��n� �` b i fit, Passing 3/4" Sieve 95-100 Passing 3 8" Sieve 70-85 Passinq No. 4 Sieve 43-63 Passing No. 8 Sieve 32-44 Passing No. 30 Sieve 14-28 Passing No. 50 Sieve 7-21 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 14% (2) Plant Produced Minimum VMA 13% b. Type "'D" Fine Graded Surface Course — Curb and gutter street widths of 36 feet or less and strip paved streets of any width: Passing 1 2" Sieve 98-100 Passing 3 8" Sieve 85-100 Passing No. 4 Sieve 50-70 Passing No. 8 Sieve 35-46 Passing No. 30 Sieve 15-29 Passing No. 50 Sieve 7-20 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 15% r (2) Plant Produced Minimum VMA 14% l c. HMAC Type is in reference to the ultimate full width street, not half width. iv. Material passing the No. 40 sieve shall be known as "soil binder" and shall maximum linear shrinkage value of 5. v. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. vi. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt i material l vii. The contractor's materials and mix design shall meet all the performance criteria I( addressed in these specifications. B. Coarse Aggregate i. Coarse aggregate must be approved for use by the Engineer and must be on the TXDOT source rating catalog or approved in writing by the City Engineer. ii. Coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality. a. Mixing or combining of crushed gravel and crushed stone will not be permitted. iii. Coarse aggregate shall be crushed to the extent that produces a minimum of 80% crushed faces for both Type "C" HMAC, and Type "D" HMAC, when tested in accordance with Test Method Tex-460-A Part I "Determination of Crushed Face Count". iv. Decantation shall be a maximum of 1.5 percent when tested in accordance with Tex- 217-F. v. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance with Tex-217-F. ( 1 106 Section 8 i 2016 Design Standards and Specifications Approved Materials List vi. Coarse aggregate shall have a maximum loss of 25% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. vii. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. C. Fine Aggregate i. Fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. ii. A maximum of 15 percent of the total virgin aggregate may be field sand or other crushed fine aggregate. iii. Sand which exhibits no variation in particle size shall be limited to a maximum of 7 percent of the total virgin aggregate. iv. Screenings shall be of the same or similar material as specified for coarse aggregate. v. Linear shrinkage shall be a maximum of 3 percent. vi. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. a. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: D. Asphalt i. Asphalt shall be a Performance Graded (PG) 64-28, or better, unless otherwise shown on plans. ii. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. a. The contractor shall notify the Engineer prior to any changes of the asphalt supplier or source. b. The Engineer may require a new mix design if changes of supplier or source occur. iii. Asphalt content shall not vary more than plus or minus 0.3 percent of design during production a. Asphalt content within that range is considered to be acceptable if no other defects are noted, with the requirement that adjustments shall be made during production to achieve the optimum asphalt content. b. If the asphalt content falls outside these parameters immediate action is required. c. If at any time the asphalt content varies to plus or minus 0.5 percent of optimum, production shall immediately cease and all affected material shall be removed. d. Production shall not be resumed until the contractor has provided sufficient evidence of the problem being corrected. ( e. A maximum of 10% approved RAP will be allowed within the surface course, as included in the submitted design. 8.09.07 HMAC Placement { A. Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for the mix design proposed to be run on that project. The JMF will be held to tolerances as ( outlined. { B. Prime and Tack Coats Section 8 107 2016 Design Standards and Specifications Approved Materials List i. Prior to placing HMAC on flexible base, the surface shall be primed and cured 48 hours or until determined by the Engineer to be adequately cured, using an application of 0.20 gallons of asphalt per square yard of surface. a. The contractor shall strap the asphalt distributor in the presence of the inspector to verify the application rate. ii. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned, primed, and tacked to the satisfaction of the Engineer. a. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. (1) Prime coat will not be used as a tack coat. b. The tack coat shall be evenly and thoroughly applied with an approved sprayer as directed by the Engineer. (1) Mopping or brooming of tack coat is not allowed, unless prior approval by City Inspection Staff. (2) Minimum thickness shall be no less than 2 mil. thickness. c. All contact surfaces of curb and gutter, structures, and joints shall be sprayed with a thin uniform tack coat. iii. The prime coat shall be MC 30, and shall be applied in accordance with TxDOT Item 310 Prime Coat. iv. The tack coat shall be an asphalt material such as PG, AC-10. a. Asphalt materials cut with kerosene, diesel, or other petroleum solvent may not be used. C. HMAC Installation Requirements i. Pavement shall only be constructed on previously approved base. ii. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. iii. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all equipment off the right of way 30 minutes prior to sunset. iv. Air temperature requirements for placing HMAC shall be as follows: a. November 1 to April 1 (1) HMAC shall not be placed when the air temperature is below 55 degrees F and falling. (2) HMAC may be placed when the air temperature is above 50 degrees F and rising. b. April 1 to November 1 (1) HMAC shall not be placed when the air temperature is below 50 degrees F and falling. (2) HMAC may be placed when the air temperature is above 45 degrees and rising. v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as determined in the field. vi. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock. vii. HMAC shall be placed at a temperature between 265 and 325 degrees F. a. Any HMAC material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. viii. When high winds occur, contractor must provide a water truck in order to minimize blowing dust. 108 Section 8 i 2016 Design Standards and Specifications Approved Materials List a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease production immediately. (` ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. a. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross - sections and grades shown on the associated plans. b. Wings of the laydown machine may not be dumped unless they are dumped after t everyload. (_ x. A level up course 1/2 inch to 1 inch in thickness shall require the use of Type D HMAC. A. A level up course greater than 1 inch shall require the use of ASB. xii. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. xiii. Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1/4 inch above the curb or other concrete surface. xiv. All joints shall present the same texture, density, and smoothness as other sections of the course. a. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. xv. The transverse edges of old pavement and, if required by the Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. xvi. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of approved tack coat before the fresh mixture is placed. xvii.Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted asphalt thickness is not less than 2 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. D. HMAC Compaction i. HMAC surfaces shall be constructed to the following compacted thickness: ii. Using appropriate rollers approved by the Engineer, the HMAC surface shall be compacted thoroughly and uniformly to a density between 93% and 98% of the l . theoretical maximum gravity, with a lab molded target of 96.5% using the Texas Gyratory compaction method. ( a. All results will be calculated using the maximum theoretical Rice gravity. l iii. Compaction less than 93 percent or greater than 98 percent will be considered deficient. Eiv. All deficient HMAC shall be removed and replaced as determined by the Engineer at the contractor's expense. j Section 8 109 2016 Design Standards and Specifications Approved Materials List v. HMAC shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. vi. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure correct compaction. vii. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. viii. Places inaccessible to the rollers may be compacted using lightly oiled tamps. ix. Trenches and other limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. x. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. xi. Finished surfaces, including asphalt and concrete, shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge. xii. Prior to acceptance, the contractor shall apply sufficient water to all paving surfaces, asphalt and concrete, to determine location of ponding. a. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. xiii. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven the City may require measurement of the ride quality using the TxDOT Surface Test Type B. a. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods approved by the Engineer. b. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. E. Emulsified Asphalt Sealer L All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-1H, or 20/80 SS-1, liquid anionic asphalt and distilled water. ii. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. F. Release Agents i. Diesel shall not be used as a release agent. ii. Only approved agents (such as Black Magic or equivalent) will be used. iii. Diesel will not be permitted to be used on any tools or machinery that comes into contact with the HMAC. 8.09.08 Sampling of HMAC A. When sampling HMAC for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the contractor (at the contractor's request). B. A "referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. C. If the contractor's results differ from the City's results the referee will be utilized and it will be run at an independent laboratory at the expense of the contractor, at which time all tests are final. D. If the contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. ._ 110 Section 8 i 2016 Design Standards and Specifications Approved Materials List 8.09.09 Rejected HMAC Material A. Rejected HMAC material, either from the construction area or delivered to the job site shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. B. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. C. No payment will be made for rejected material or construction. 8.09.10 Islands In Streets A. Islands in streets require City Council approval. i. As a condition of approval, persons requesting approval of islands within a street shall be required to submit to the City Engineer a street pavement structural design that exceeds the minimum standard specifications for street paving. ii. In general that shall mean an approved reinforced concrete pavement design. iii. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any proposed island. B. The submitted request shall include the proposed pavement design, surface treatment of the island, types of plant materials, and methods and details of irrigation systems. 8.10 Micro -Surfacing 8.10.01 Micro -surfacing materials and construction shall conform to TxDOT Specification Item # 350. There shall be no deviation from these specifications unless so directed by the Street Superintendent. 8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro - surfacing pavement and to ensure that the finished surface has a uniform texture and the micro -surfacing mat is fully adhered to the existing roadway surface. 8.10.03 Materials of Construction A. All materials that are to be stockpiled shall be protected from dust and other contamination. B. Mineral filler shall be stored in a manner that will keep it dry and free from contamination. C. All asphalt materials shall be kept free from contamination. D. Cationic Polymer -Modified Asphalt Emulsion i. Provide CSS-1P in accordance with TxDOT Item # 300.2.D "Emulsified Asphalt". E. Aggregate i. Aggregate shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality and from a single source. ii. Aggregate shall meet TxDOT Class "A" surfacing classification. iii. Contractor shall include the amount of mineral filler added to the mix determining the total minus No. 200 sieve aggregate fraction. il Section 8 111 2016 Design Standards and Specifications Approved Materials List iv. Aggregate shall meet the following gradation requirements: ( 1 1 F C H. �r��1�rs� �rus�edocl��►��re��te -� �� ��� �� �� �� Retained on 1 2" Sieve 0 Retained on 3/8" Sieve 0-1 Retained on No. 4 Sieve 6-14 Retained on No. 8 Sieve 35-55 Retained on No. 16 Sieve 54-75 Retained on No. 30 Sieve 65-85 Retained on No. 50 Sieve 75-90 Retained on No. 100 Sieve 82-93 Retained on No. 200 Sieve 85-95 v. Maximum Magnesium Sulfate Soundness shall be 30% (5 cycles) based upon TxDOT Test Method Tex-411-A vi. Minimum Sand Equivalent shall be 70% based upon TxDOT Test Method Tex-203-F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. Contractor shall adjust the mix design to attenuate the usage of Lime. Water shall be potable and free of harmful soluble salts. Use only approved additives as recommended by the emulsion manufacturer in the emulsion mix or in any of the component materials when necessary to adjust mix time in field. 8.10.04 Methods of Construction A. Equipment i. Equipment shall be kept in good working conditions with no leaks. ii. Any equipment that shows signs of leaks shall be fixed immediately and shall not be used until such leaks are fixed. iii. The mixing machine shall be a self-propelled micro -surfacing mixing machine with self - loading devices to promote continuous laying operations. iv. Mixing machine shall have sufficient storage capacity for mixture materials with individual volume or weight controls that will proportion each material to be added to the mixture. v. Mixing machine shall have a water pressure system and nozzle -type spray bar immediately ahead of spreader box capable of spraying the roadway for the width of the spreader box. vi. Scales used for weighing materials and emulsion must be calibrated and meet the requirements of TxDOT Item # 520. vii. Electronic Monitoring System a. The micro -surfacing machine shall be equipped with an electronic monitoring system that consists of pulse sensors measuring material delivery rates, a radar gun to monitor distance traveled, and programmable micro -controller, and operators display/input board and an on -board printer. b. System shall be capable of monitoring and displaying application rates and use of J aggregate, emulsion, fines, water and additives. c. System shall be capable of calculating and displaying ratios of emulsion to aggregate, [ fines to aggregate, additive to aggregate, water to aggregate, and application rate in pounds per square yard. 112 Section 8 i i_J 2016 Design Standards and Specifications Approved Materials List d. System shall be capable of printing a hard copy report on demand which displays the date, weight of aggregate, emulsion, fines, number of gallons of additive and gallons of water, and all of the above mentioned ratios since last reset. e. A computer -generated report providing statistics for the full work day shall be provided with each hand calculated daily run sheet. f. This system shall be accurate to within 1/2 of a percent of actual weights and measures for all parameters noted above. The system is not expected to calculate quantities and ratios for materials used in handwork and cul-de-sac areas. B. Air temperature requirements for placing micro -surfacing pavement shall be as follows: i. November 1 to April 1 a. Micro -surfacing shall not be placed when the air temperature is below 60 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees F and rising. ii. April 1 to November 1 a. Micro -surfacing shall not be placed when the air temperature is below 50 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees and rising. iii. Surface of roadway must be 60 degrees or higher prior to placing micro -surfacing pavement, as determined in the field. iv. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock, Texas. C. Placement of Micro -Surfacing L The existing roadway surface shall be thoroughly clean and free of all vegetation, loose aggregate, and soil. ii. Existing raised pavement markers and thermoplastic markings shall be thoroughly removed. iii. When existing roadway surface conditions require, provide a water spray immediately ahead of the spreader box. a. Apply water at a rate that dampens the entire surface without any free -flowing water ahead of the spreader box. iv. Micro -surfacing shall be spread uniformly at a rate of not less than 25 pounds per square yard and no more than 30 pounds per square yard, or as directed. v. The spreader box shall be kept clean to minimize lumps. vi. Set and maintain the skis on the spreader box as to prevent chatter in the finished mat. vii. Adjust the rear seal to provide the desired spread viii. Adjust the secondary strike -off to provide the desired surface texture. ix. The finished mat shall be protected from traffic until it has cured and traffic will not harm it. x. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in one hour. xi. Locations with turning or stop -and -go traffic shall be protected for longer periods of time. xii. Special care shall be taken by the Contractor to ensure that all manholes, water valves, and other surface structures are sufficiently protected from the micro -surfacing process by the use of a plastic membrane covering or other approved method. Section 8 113 2016 Design Standards and Specifications Approved Materials List xiii. The Contractor shall be responsible for uncovering each manhole, water valve, and other structure after the micro -surfacing pavement has been applied to the roadway surface. r D. Rutting on Major Thoroughfares and Collector Streets i. Shallow ruts that are less than 1/2 inch in depth may be covered by a full width scratch box utilizing a steel primary strike -off plate. ii. Ruts that are between 1/2 inch and 1 inch in depth shall be filled independently with a fixed width spreader box no more than 6 feet wide. The rut filling box shall have a steel primary strike -off plate that is the same width as the spreader box. iii. Ruts that are in excess of 1 inch in depth shall be filled with a 5-foot wide rut filling spreader box specifically designed to fill wheel path ruts. This operation will require multiple placement passes to restore the pavement to its original cross section. Special care shall be used by the Contractor to ensure that the material has proper time to dry between applications to promote bonding between the original pavement and the micro -surfacing pavement. iv. Maximum micro -surfacing thickness applied as rut filling shall not exceed 1 inch for each pass required to restore pavement to the original profile. E. Asphalt Milling at Concrete Intersections i. All thoroughfares and collector streets which have concrete intersections or where concrete valley gutters intersect the street shall have the asphalt surface milled to such a depth as to allow a smooth transition between concrete and the completed micro - surfacing pavement. F. Scratch Course i. All "Scratch Course" applications shall be performed utilizing a steel primary strike -off plate. ii. This will allow the bottom, or "scratch course", to mitigate any irregularities and have a more uniform profile for the micro -surfacing pavement to be applied to. G. Finished Surface Micro -surfacing pavement finished grade shall be uniform in texture and free from excessive scratch marks, tears, and other surface irregularities. All such irregularities shall be repaired by the Contractor at their own expense. Longitudinal joints shall be place on lane lines unless otherwise directed by the Engineer. Joints shall be uniform in appearance when placed adjacent to existing joints. Joints and edges shall be uniform and neat in appearance. All ruts, utility cuts, and depressions in the surface shall be filled in a separate pass from the final pass. 8.10.05 Hours of Operation A. Operating hours will be Monday through Saturday as outlined in Section 8.16 of these Specifications, unless otherwise directed by the Engineer. B. Hours of operation shall be: L Major Thoroughfare: 7:00pm to 7:00am (Night) ii. Residential Areas: 7:00am to 7:00pm (Day) C. On major thoroughfares the micro -surfacing pavement shall be traffic ready by 7:00am, including all traffic control devices and barricades being removed from the roadway. 114 Section 8 i I 2016 Design Standards and Specifications Approved Materials List 8.11 Storm Sewer 8.11.01 Storm sewer shall include installation of pipe, manholes, inlet structures, outlet structures, and all appurtenances associated with these items. 8.11.02 Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the Engineer. 8.11.03 Grade and horizontal alignment shall be maintained using a laser or batter boards. 8.11.04 Materials of Construction A. Storm Sewer Pipe i. As a standard, storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. ii. Pipe shall conform to the requirements of AASHTO M170 or ASTM C76. Pipe shall be Class III unless otherwise noted on plan sheets. iii. Other pipe materials may be considered for approval by the Engineer based on engineering and design criteria. B. Mortar i. Mortar shall be used for grouting and filling between pipe and drainage structures. ii. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. a. Portland cement shall conform to the requirements of ASTM C150, Type I. b. Sand shall conform to the requirements of ASTM C144. iii. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. a. Hydrated lime shall meet the requirements of ASTM C6. iv. Mortar which has not been used after 45 minutes of having water added shall be discarded. a. Mortar may not be retempered by having water added. C. Preformed Bituminous Gasket Joints i. Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements ASTM D994, and shall be Ram-Nek or approved equal. ii. Gaskets shall be installed in accordance with manufacturer's recommendations and shall form a water -tight joint. D. Manholes, Frames, and Covers i. Manhole barrel, cone and extension sections shall be constructed of precast concrete. ii. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. iii. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: .: ASTM C33 Aggregates ASTM C150 Cement ASTM C39 Sampling Specimens ASTM C185 Reinforcing ASTM C144 Sand and Mortar Section 8 115 2016 Design Standards and Specifications Approved Materials List iv. Precast concrete sections for manholes shall conform to ASTM C478 specifications. a. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. v. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. a. Joints shall be effectively jointed to prevent leakage and infiltration. b. Connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. (1) Sealant will be provided by supplier and will be considered an essential part of each shipment. i vi. Cones and adjusting rings shall maintain a clear 30-inch opening. a. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C478 specifications. I b. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. vii. Manholes shall be designed to withstand H-20 AASHTO loading. viii. Manholes shall also have lifting holes that do not protrude through manhole wall. a. One full inch of concrete thickness must remain between lift hole and outside wall of manhole. ix. Manhole barrels shall be assembled of precast riser section. a. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. x. Invert channels shall be smooth and semi -circular in shape conforming to the inside of r the adjacent pipe section. a. Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole will permit. b. Changes in size and grade of the channels shall be made gradually and evenly. c. Invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. d. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. A. Connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. b. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight seal is achieved. xii. Adjusting rings may be used for adjusting the top elevation of manholes. a. Each manhole shall have a minimum of 6 inches of grade adjustment. b. Total height of the adjusting rings shall not exceed 12 inches at any manhole. c. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. xiii. Frames and Covers j a. Manhole frames and covers shall be of good quality gray iron casting and conform to ' ASTM A48, having a clear opening of not less than 22 inches. b. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. ' 116 Section 8 a s { r- 2016 Design Standards and Specifications Approved Materials List c. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. d. Frame and cover shall have a weight of not less than 275 pounds. e. The manhole ring and cover shall conform with Plate SS-2. 8.11.05 Methods of Construction A. All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. B. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. C. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backfill, as specified. D. Excavation and Trenching i. The Contractor shall do all excavation to the depth shown on the plans. ii. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance with the requirements of one of the classes of bedding, and the hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nominal diameter of the pipe. a. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. b. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in place. c. The bottom of the trench shall be excavated to a horizontal section as far as practicable. iii. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. iv. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by AASHTO T180. v. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. a. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. vi. Backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. vii. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. viii. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. ix. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. Section 8 117 2016 Design Standards and Specifications Approved Materials List E. x. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: M� Trench.11Wed#h' Mx Tr V1t�tlt>h, Less than 18" Pipe O.D. +12" Pipe O.D. +18" 18" thru 36" Pipe O.D. +18" Pipe O.D. +24" 37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30" b. The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation of the pipe. c. Excavation in paved areas shall be confined to a minimum practical width. A. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. xii. Manholes a. The excavation for manholes shall be essentially the same as that for the piping. b. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. c. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to applicable laws and regulations. d. Bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfilling operations. e. The cost of the bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe. xiii. Surface water shall be prevented from entering the excavation. xiv. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. xv. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. Pipe Installation i. Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. ii. Contractor's method for lowering pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. iii. The Engineer shall inspect all pipe before it is placed in the trench. iv. Any section that is damaged by handling or is defective to a degree which, in the opinion of the Engineer, will materially affect the function and service of the pipe shall be rejected and removed from the job site. v. Installing pipe in the finished trench shall be started at the lowest point and laid upgrade. a. For tongue and groove pipe, the grooved end shall be laid upgrade. vi. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. vii. The pipe shall be protected from water during placing and until the concrete, for cast - in -place pipe, or the mortar, for joints of precast or cast in place pipe, has thoroughly set. 118 Section 8 2016 Design Standards and Specifications �e Approved Materials List a. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. ( viii. Pipe shall not be laid or installed on frozen ground. ix. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re -installed without additional compensation. x. Mortar shall be used for caulkingand filling between the g pipe and the drainage structures. A. Mortar that is not used within 45 minutes after water has been added shall be discarded. a. Retempering of mortar shall not be permitted. xii. Pipe joints for precast concrete pipe shall be of the tongue and groove type. xiii. Joints shall be made water tight by means of a preformed bituminous gasket. a. Gaskets shall be installed as recommended by the pipe manufacturer. xiv. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. xv. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. xvi. Concrete placement shall conform to ACI and good construction practices. xvii.Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. xviii. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. xix. Manholes shall be constructed to ASTM C-891 standards. xx. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. F. Backfilling i. All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the Engineer. ii. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be material which can be readily compacted. a. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. b. The material shall be moistened or dried, if necessary, to be compacted by the method in use. c. Backfill material shall be approved by the Engineer. iii. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole. a. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole. b. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. c. Backfilling shall be done in a manner as to avoid injurious top or side pressures on the pipe and manhole. d. Backfill shall be compacted to minimum 95% Modified Proctor Density. Section 8 119 2016 Design Standards and Specifications Approved Materials List iv. Unless otherwise directed by the Engineer or plans, excavation within street right of way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 2 inches below the asphalt surface. a. The pipe shall be restrained so that during the pour the pipe shall not be displaced. v. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. a. Any damaged construction shall be removed and replaced at the Contractor's own expense. 8.11.06 Trench Protection A. Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and local requirements. B. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. i. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. ii. The Contractor shall be responsible for complying with all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. iii. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. iv. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items. v. The contractor shall provide detailed drawings for proposed trench safety systems. a. The drawings shall identify where each system is proposed for use and type of system to be used. vi. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. vii. If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. viii.If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. ix. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: a. Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. b. Aluminum — Type 6061-T6, thickness as required. c. Wood in Contact with Earth — Pressure treated woods. d. Wood not in Contact with Earth — Soft or hardwood as required. 8.12 Fences 8.12.01 Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials, height, and construction in the proper location. t 120 Section 8 2016 Design Standards and Specifications Approved Materials List 8.12.02 The contractor shall remove existing fences and either store for reuse or legally dispose of the fence materials, as directed by the Engineer. 8.12.03 New fence construction shall be in accordance with specifications and details included on plan sheets. 8.13 Salvage of Asphalt Paving 8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. 8.13.02 Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 8.14 Traffic Control 8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. A. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD). 8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. A. The contractor shall provide additional devices as determined to be necessary during the project. B. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the contractor shall immediately make necessary changes to correct the unsatisfactory conditions. 8.14.03 The contractor shall provide and maintain at least one driveway to each property open directly to the project corridor, at all times during construction. A. Driveway width to remain open shall be appropriate for the character and volume of traffic accessing the property, and shall require approval by the Engineer. B. No driveways shall be closed along the project corridor without either a comprehensive access management plan approved by the Engineer, or approval for individual closures from the Engineer. C. The contractor shall notify affected property owners a minimum of two (2) days in advance of any driveway restriction or closure. 8.14.04 All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. A. All hazards shall be clearly marked and adequately protected. 8.14.05 If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control' as indicated in Texas MUTCD. t 8.14.06 If traffic control is not specifically stated in the bid proposal, no separate payment will be .= made for traffic control. Section 8 121 2016 Design Standards and Specifications Approved Materials List 4. A. The required plan and devices shall be considered to be subsidiary to pay items. 8.14.07 During the period the Contractor is directing traffic over the base, the surface shall be satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard will result. A. The base course shall be maintained until the wearing surface is placed thereon. B. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley's shall remain closed not more than 4 days. C. Contractor shall give a minimum of one (1) day advance notice of the work schedule to affected property owners, and shall conduct construction efforts so as not to create a disturbance or nuisance. 8.15 Prosecution of the Work and Working Days 8.15.01 As a standard, no work will be performed on weekends, nights, or holidays. A. Requests by the contractor to work evenings, weekends, or holidays must be made and processed in accordance with current City of Lubbock Administrative Policies and Procedures "Construction on Weekends, Nights, or Holidays". B. If the request is approved, the contractor shall be responsible for all City personnel costs associated with the work. C. If the Engineer determines that it is necessary and appropriate to work after dark or before daylight, the contractor shall provide adequate lighting as required to allow prosecution of the work equivalent to that in daylight hours. 8.15.02 Working Days Definition A. City contracted paving projects will be based on working days allowed. i. No requests for extensions of time will be considered. B. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. i. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer. ii. For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the contract working time. iii. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. C. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is unable to begin work on that date due to factors beyond their control as determined by the Engineer. i. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. D. The Engineer will furnish the contractor a monthly statement showing the number of working -# days used and the working days remaining. i. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. - 122 Section 8 2016 Design Standards and Specifications Approved Materials List ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of the protest. iii. The Engineer shall respond to the protest within 10 calendar days of receiving the protest. iv. Failure to file a protest within the allotted 10 days for any statement shall indicate the contractor's approval of the time charges as shown on that period's time statement, and future consideration of that time statement will not be permitted. 8.15.03 Work Between November 1 and January 2, and on Other City Holidays A. If conditions are such that, in the opinion of the Engineer, construction will negatively affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. B. The City of Lubbock observes specific holidays, and City staff is not required to work those days. i. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. ii. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. iii. The request shall state the reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. iv. If City personnel are available, the Engineer may approve the request. 8.16 Measurement and Payment 8.16.01 The unit price bid for all bid items shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. A. Cost of work or materials shown on the plans or called for in the specifications and for which no bid item is indicated shall be considered subsidiary to the various bid items. i. No separate payment shall be made for such subsidiary work or materials. B. Payment will not be made for any item that is not complete, including all associated incidental work. C. All of the items covered by these standard specifications may not be included in a particular project. D. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 8.16.02 Separate Curb and Gutter A. Measurement will be made of the linear feet of separate curb and gutter actually constructed. B. Separate curb and gutter will be paid for at the unit price bid per linear foot. `°- C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall be used only if specifically indicated on plans or bid documents. Section 8 123 2016 Design Standards and Specifications Approved Materials List D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and fillets, drainage channel, or wheelchair ramp will be considered to be subsidiary to those items, and no separate payment will be made for such curb. ;- 8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Alley Paving, and Valley Gutters and Fillets A. Measurement will be made of the area, in square feet, of flat slab actually constructed. B. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. C. Curb on sidewalks, driveways, alley returns, alley paving and valley gutters and fillets shall be included in the area measured for the slab and will not be paid for as a separate item as curb and gutter. 8.16.04 Curb Ramps (Handicap Ramps) A. Measurement will be made of the area, in square feet, of curb ramp actually constructed, including surface treatments and top surface area of any curb above the slab. B. Landings, wings, and ramps will be paid for per square foot as 4 inch thick sidewalk. C. Curb ramps will be paid for at the unit price bid per square foot. No separate payment will be made for curb as part of a ramp. 8.16.05 Concrete Drainage Channel A. Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any curb above the slab. B. Drainage channel will be paid for at the unit price bid per square foot. 8.16.06 Retaining Walls A. Retaining wall will be considered as that portion of concrete construction which constitutes a separate reinforced structural member for soil retention, extending above and below a surface slab. B. Measurement will be made of the linear feet of retaining wall actually constructed. C. Retaining wall will be paid for at the unit price bid per linear foot. 8.16.07 Concrete Median A. Measurement will be made of the area, in square feet, of median actually constructed. B. Median will be paid for at the unit price bid per square foot. 8.16.08 Concrete Street Paving A. Measurement will be made of the area, in square yards, of concrete street paving actually constructed. B. Concrete street paving will be paid for at the unit price bid per square yard. 8.16.09 Sawing and Sealing of Joints in Concrete Street Paving A. Measurement will be made of the linear feet of sawed and sealed joints actually constructed. B. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. 8.16.10 Curb and Gutter Removal A. Measurement will be made of the linear feet of curb and gutter actually removed. 124 Section 8 �r 1 2016 Design Standards and Specifications Approved Materials List B. Payment will be made at the unit price bid per linear foot of curb and gutter removed. C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. D. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. 8.16.11 Concrete Slab Removal and Disposal A. Measurement will be made of the area in square feet of concrete slab actually removed and legally disposed of. B. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. C. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal and disposal. D. Payment will be made at the unit price bid per square foot of concrete slab removed and disposed of. 8.16.12 1-1/2 Sack Flowable Fill A. Quantities of 1-1/2 sack flowable fill will be determined from tickets provided by the drivers of the delivery trucks. B. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack flowable fill. 8.16.13 Asphalt Paving A. Measurement will be made of the area, in square yards, of asphalt paving actually constructed. B. The unit price bid shall include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work C. Payment will be made at the unit price bid per square yard of asphalt paving. 8.16.14 Asphalt Paving Repair A. Measurement will be made of the area, in square yards, of in place asphalt paving repair. B. The unit price bid shall include removal of existing surface materials, furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, tack and prime coats, compaction, and all incidentals necessary to complete the work. C. Payment will be made at the unit price bid per square yard of paving repair. 8.16.15 Micro -Surfacing A. Micro -surfacing will be measured by the ton of composite micro -surfacing mixture used, defined as the asphalt emulsion, aggregate, and mineral filler. B. The unit price bid shall include surface preparation, furnishing, hauling, preparing, and placing materials, and all required equipment, labor, tools and incidentals necessary to complete the work. C. Payment will be made at the unit price per ton of composite micro -surfacing mixture used. [ Section 8 125 i i, 2016 Design Standards and Specifications Approved Materials List t 8.16.16 Excavation and Grading Outside Limits of Construction A. Volume of excavation or fill, in cubic yards, will be determined by average end area method. B. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades established by the Engineer. C. No separate payment will be made for disposing of excess material i D. Payment will be made at the unit price bid per cubic yard of completed excavation or fill 8.16.17 Ditch Grading and Unpaved Street Surface Grading A. Measurement will be made of the linear feet of ditch or street grading. B. No separate payment will be made for disposing of excess material. C. Payment will be made at the unit price bid per linear foot of completed ditch or street grading. 8.16.18 Traffic Control A. Set up and maintenance of traffic control plans indicated as a bid item in the contract will be paid for on a per day basis for each day the control plan devices are required to be in place. B. If no bid item for traffic control is included in the contract it shall be considered to be subsidiary to bid items, and no separate payment shall be made for traffic control. 8.16.19 Mobilization A. Contractor mobilization indicated as a bid item in the contract shall be paid for as a lump sum. B. If no separate bid item for mobilization is included in the contract it shall be considered subsidiary to contract bid items, and no separate payment shall be made for mobilization. 8.17 Restoration and Clean U 8.17.01 After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. 8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and turf or landscaping disturbed outside the defined construction area. 8.18 Certificate of Completion and Warranty 8.18.01 Within 30 calendar days after the Developer or Developers Engineer has given written t notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. } A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days, unless exception is given in writing. ki 126 Section 8 I 1 t 2016 Design Standards and Specifications Approved Materials List C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the written Certificate of Completion. Section 8 127 1- 1 'I 2016 Design Standards and Specifications I Approved Materials List E. Inspection and Testing Fees shall be based on the following requirements: `. Up to $20,000 4.0 0.04 20 001 - $25,000 3.75 0.0375 $25 001 - $30,000 3.5 0.035 30 001 - $40,000 3.25 0.0325 40 001 - $50,000 3.0 0.03 50 001 - $75,000 2.5 0.025 75 001 - $150,000 2.0 0.02 Greater than $150,000 1.5 0.015 9.01.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Public Works Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specification, as determined by the City Inspector, a written approval must be obtained from the City Engineer. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 9.01.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions, grades, J elevations and additional information on a set of Record Drawings during the progress of l construction. i. The City of Lubbock Public Works Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings", certified by the Design Engineer and the City of Lubbock Public Works Engineering Department, shall be presented to the City within 30 days of completion of the construction. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the City of Lubbock Public Works Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Streets and Drainage Improvements. 9.01.06 Acceptance A. Upon completion of construction, satisfactory tests, completion of punch list items, and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer for a Certificate of Acceptance of Streets and Drainage Improvements. 130 Section 9 I 2016 Design Standards and Specifications Approved Materials List 9.02 Plan Details 9.02.01 Plan Format A. All drawings shall be no larger than 24-inch by 36-inch in size. 9.02.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale a. Horizontal 1"=20' or 1"=50' b. Vertical 1"=1' (preferred) or 1"=2' (maximum) iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. Legal Description of Property Being Improved viii. Drawings Number (s) ix. City of Lubbock Engineering Department Contact Information: a. Streets Inspector: 775-3750 x. Statement: "All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks and USGS Datum ii. North Arrow iii. ROW Lines, Property Lines and Lot Numbers iv. Street Names and Easements with Width Dimensions v. Existing Curbs and Paving (Gray) vi. Proposed Curbs and Paving (Bold) vii. Spot Elevations on Radii, Dips, Grade Breaks, and Ditches viii. Location and Direction of Dips ix. Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.) C. Profile i. Existing Ground Surface at Curb Lines (Gray) ii. Existing Gutters or Flow Lines (Gray) iii. Proposed Gutters or Flow Lines (Bold) iv. Stationing with Profiles Indexed to Plan View v. Intermediate Station Numbers and Elevations at Points of Grade Change and Radii vi. Ditch Grades vii. Existing and Proposed Utilities Where Crossed D. Detail Sheet 1 i. Details are not required when engineers plans refer to City standards ii. Include all non-standard details ` Section 9 131 �s 2016 Design Standards and Specifications Approved Materials List E. Overall Layout Sheet — As Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names 132 Section 9 Design Standards and Specifications Construction Details SECTION 10 TYPICAL DETAILS OF CONSTRUCTION Section 10 133 THRUST BLOCK THRUST BLOC( SIZING CHART SIZING CHART DIA. 11.250 DIA 22.50 INCHES CF INCHES CF 4 1 4 1 6 1 6 1 a..BLOCK NCRETE 0 2 CONCRETE 0 3 THRUST RUST 12 3 BLOCK 12 8 16 4 " 16 11 18 4 18 13 20 5 20 16 24 7 22.5° BEND 24 21 1.25° B30 10 30 30 ANCHORAGE FOR A 11.25° BEND ANCHORAGE FOR A 22.5° BEND N.T.S. N.T.S. THRUST BLOC( SIZING CHART DIJAL 450 INCHES CF 4 1 s,- 6 2 8 4 CONCRETE 7 10 12 15 THRUST 16 21 - -- BLOCK 18 25 45° BEND 30 20 24 40 30 58 ANCHORAGE FOR A 45° BEND N.T.S. CONCRETE THRUST BLOCK: NO. 3 BARS EACH WAY VERTICAL BEND N.T.S. CONCRETE THRUST BLOCKING 90° BEND ANCHORAGE FOR A 90° BEND N.T.S. NOTES: THRUST BLOCK SIZING CHART DIA. 900 CONCRETE INCHES CF THRUST 4 2 BLOCK 6 4 8 9 30 17 12 27 16 38 18 46 20 55 24 74 30 106 1. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 2. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 3. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AWWA & PIPE MANUFACTURER SPECIFICATIONS Ci Of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-3 TOP OF METER BOX 0"-2" ABOVE GROUND LEVEL 14 " 16" CARSON INDUSTRIES MODEL 2200 W Tf CARSONITE MARKER E R FINISHED GRADE 2" L PLASTIC KEY OPERATED DALLAS LOCK NOTES: 1. THE METER & CUSTOMER SERVICE DEPARTMENT OF WATER UTILITIES IS RESPONSIBLE FOR ESTABLISHING THE STANDARD AS INDICATED ON THIS DRAWING. 2. ALL WATER METER BOXES ARE TO BE SET NO LOWER THAN THE SURROUNDING TERRAIN. THE RECOMMENDED GRADE IS TO SET THE TOP OF THE WATER METER BOX NO HIGHER THAN TWO INCHES ABOVE GROUND LEVEL. THIS PREVENTS THE METER BOX FROM BEING COVERED UP AND STOPS DIRT AND RAIN FROM ENTERING THE BOX. 3. THE METER IN THE BOX SHOULD BE NO LOWER THAN 16 INCHES FROM THE BOTTOM OF THE METER BOX LID TO THE TOP OF THE WATER METER LID. THIS ALLOWS PROPER READING OF THE METER AND PREVENTS THE METER AND CURB STOPS FROM FREEZING DURING COLD WEATHER. 4. CARSONITE MARKERS SHALL BE REQ'D. FOR WATER UTILITIES. TYPICAL NON -TRAFFIC City of RATED METER BOX Vubbock TEXAS 12 3/16 "O.D. 11 1/16 "DIA. REVISED DEC. 2015 DRAWING NUMBER W-4 TYPICAL 2,500 PSI CONCRETE THRUST BLOCK 450 G 1 ` 450 TYPICAL TAPPING SLEEVE - - - - - - - - - - - - - - - - - -- ----- i EXISTING MAIN i RETAINER GLANDS LIMIT OF WORK FOR TAP -IN TAPPING VALVE N NOTES: 1. TAP SHALL BE HORIZONTAL TO MAIN. 2. TAPPING SLEEVE & VALVE SHALL BE AT LEAST ONE STANDARD SIZE SMALLER THAN MAIN TO BE TAPPED. 3. SERVICE TAPS ON EXISTING MAINS SHALL BE EXECUTED BY CITY FORCES. 4. MAIN LINE TAPS ON EXISTING MAINS SHALL BE EXECUTED IN ACCORDANCE WITH THE METHODS OF CONNECTIONS SECTION OF THESE SPECIFICATIONS. TYPICAL TAPPING SLEEVE AND VALVE City of 4� Lubbock TIMAS REVISED DEC. 2012 DRAWING NUMBER W-5 900 BEND METER BYPASS SERVICE LINE GATE VALVE TYPICAL VALVE BOX & COVER 900 BEND NOTE: 1. ALTERNATIVELY, METER BYPASS SERVICE LINE AND GATE VALVE CAN BE LOCATED INSIDE METER VAULT. y� REVISED TYPICAL LARGEc,af DEC. 2012 DOMESTIC METER TAP 4Lubbo& DRAWING NUMBER TEXAS W-6 Ln w CONCRETE ROCK REVISED CONCRETE VALVE BOX city of DEC. 2012 4� Lubbock DRAWING NUMBER TEAS W-11 C60ktfg- 6ZEACH WAY BUTTERFLY VALVE IN VAULT ,tom V Cityof Lubbck TEXAS REVISED DEC. 2012 DRAWING NUMBER W-12 t TYPICAL WATER VAULT FRAME AA 1 1/2" Lubbock �. CiTy of TEXAS '2" REVISED DEC. 2012 DRAWING NUMBER W-14 MARKER 2" 1— FOR HDPE OR PEX-A USE 24" IMIN 14" MI 16' SQUARE TRAFFIC RATED / OR NON APPROVED THREAD TRAFFIC RATED METER BOX X SLIP FITTING 4' TYP. CORPORATION STOP CURB STOP r4soFOR HDPE OR PEX-A USE APPROVED WATER MAI +THREAD X SLIP FITTING COPPER OR APPROVED HDPE PEX-A —TAPPING SADDLE NOTES: 1. STANDARD 1" SERVICE TAP 2. 1" SERVICE SADDLES SHALL HAVE AWWA TAPERED THREADS. 3. METER BOX SHALL BE INSTALLED PLUMB & LEVEL WITH TOP OF LID 2" ABOVE FINISHED GROUND SURFACE. 4. TOP OF METER SHALL BE 16" FROM BOTTOM OF METER BOX LID. 5. MATERIALS AND INSTALLATION OF SERVICE LINES SHALL COMPLY WITH THE CITY OF LUBBOCK PUBLIC WORKS ENGINEERING MIN DESIGN STANDARDS AND SPECIFICATIONS. C - n " City of TYPICAL 1 WATER SERVICE DETAIL L6bbo6k TEXAS REVISED DEC. 2015 DRAWING NUMBER W-15 W A RSONITE MARKER 2" T GROUND SURFACE R 14" MI 16" SQUARE TRAFFIC RATED / OR NON 24" MIN TRAFFIC RATED METER BOX 4' TYP. CORPORATION STOP CURB STOP 45° ORPORATION STOP WATER MAIN TAPPING SADDLE COPPER SERVICE TUBING NOTES: 1. STANDARD 2" SERVICE TAP 2. 2" SERVICE SADDLES SHALL HAVE IPS THREADS. 3. METER BOX SHALL BE INSTALLED PLUMB & LEVEL WITH TOP OF LID 2" ABOVE FINISHED GROUND SURFACE. 4. TOP OF METER SHALL BE 16" FROM BOTTOM OF METER BOX LID. 5. MATERIALS AND INSTALLATION OF SERVICE LINES SHALL COMPLY WITH THE CITY OF LUBBOCK PUBLIC WORKS ENGINEERING MIN DESIGN STANDARDS AND SPECIFICATIONS. REMED TYPICAL 1 1/2", OR 2" `tiY City of DEC. 2015 WATER SERVICE DETAIL LUbbo6k DRAWING NUMBER TIXAS W-16 41� NOTES: 1. THIS DETAIL SHALL APPLY TO ALL WATER LINES < 16" DIAM. 2. TAPPING DISTANCES FOR LARGER LINES SHALL BE CASE BY CASE. TAPPING SLEEVE MINIMUM DISTANCE City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER W-17 _. Design Standards and Specifications Construction Details 10.03 Sewer Details Section 10 C 4" 450 BEND 4" RISER 4" MIN. TEE MAX. NOT TO EXCEED ONE STANDARD SIZE SMALLER THAN MAIN FLOW 4" 450 BEND W z L( TYPICAL SANITARY SEWER p( MARKER (2" X 4" PAINTED GREEN) � E,F1 ff—M� mL—ii I z I I I -I I L11 H 11=� I f z 4" PLUG oWc O f SEWER MAIN - 4" PLUG4" MIN. TEE MAX. NOTTO EXCEED ONE STANDARD SIZE SMALLER THAN MAIN NO SEWER MAIN NOTES: 1. ALL TAPS MUST BE ABOVE SPRINGLINE OF SEWER MAIN. 2. NO SIZE -ON -SIZE TAPS. 3. SERVICE LATERALS SHALL BE BROUGHT TO THE PROPERTY AND PLUGED AT A DEPTH OF NO GREATER THAN 6' FROM FINISHED GRADE SURFACE, UNLESS REQUIRED TO BE DEEPER BASED ON DEVELOPMENT REQUIREMENTS. 4. PLUG SHALL BE PRESENT AT OR NEAR PROPERTY LINE OR EDGE OF PAVEMENT. TYPICAL SEWER SERVICE TAP z TYPICAL SANITARY SEWER MARKER (2" X 4" PAINTED GREEN) m �i tr City of Lubbock 4 TEXAS - REVISED DEC. 2015 DRAWING NUMBER SS-1 A SUBSTITUTE "STORM" FOR STORM SEWER APPLICATION B J � � SE WEFL MADE IN �' A 32" DIA V-1430 A PROD.NO. MO/DAY/YR ASTM A48 CL 35B BOTTOM VIEW TYPICAL MANHOLE COVER SECTION A -A 1 " RAISED LETTERING (RECESSED FLUSH) CUSTOM LOGO V) EPIC @ I KBARS SECTION B-B NOTES: 1. SANITARY SEWER MANHOLE FRAME AND COVER I.D.: 4143009OA01 2. STORM SEWER MANHOLE FRAME AND COVER I.D.: 41430091A01 REVISED r ' x= tip City of DEC. 2015 DRAWING NUMBER Lubbock TEXAS SS-2 z m u TYPICAL MANHOLE FRAME AA s s. City of Lubbock TEXAS 2" REVISED DEC. 2012 DRAWING NUMBER SS-3 I STANDARD DIAMETER CAST IRON RING & COVER PULLING IRONS CAST IN TRANSITION LID �- FOR LIFTING, TYP. OF 3 TYPICAL JOINT SEALANT EACH JOINT OF RISER & RING & COVER. MAXIMUM GRADE ADJUSTMENT 18" ELEVATION VIEW NOTES: 1. CONCRETE SHALL BE MINIMUM 4000 P.S.I. 2. REINFORCING SHALL BE MINIMUM GRADE 60. PRECAST CONCRETE ECCENTRIC CONE SECTIONAL VIEW City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER SS-4 3600 PSI: CONC. IF PAVED MATCH PAVING THICKNESS OR MIN MIN. 6" H �e a: • a a ei T ASTM 478 TYPICAL MANHOLE FRAME AND COVER NON -SHRINK GROUT • a�.a. Sit—ts I--�� — 30" 'a GRADE RINGS FOR a GRADE ADJUSTMENT (MAX 18") ECCENTRIC CONE SECTION SEAL ALL JOINTS PER MANUFACTURER REQUIREMENTS 6" S MIN 6" MLIN ' a • o 0 0 01 RISER SECTION f (TONGUE & GROOVE) a BOTTOM RISER SECTION (BUTT & GROOVE) 1" TO 2" GROUT SPACE a CONCRETE BASE FORMED SURFACES 6" OR PIPE ) _ WHICHEVER IS LARGER #4 BARS 6" O.C. EA. WAY 2" BELOW BOTTOM OF PIPE ORIENT SQUARE PARALLEL OR PERPENDICULAR TO SREET OR CURB 5' SQUARE F�V STANDARD SANITARY SEWER MANHOLE H P D T 470 16' 6" TO 15" MIN. 48" MIN. 5" 18" & OVER MIN. 60" MIN. 6" 16'&DEEPER ALL SIZES MIN. 60" MIN. 6" PRECAST REINFORCED CONCRETE MANHOLE O PLAN VIEW City Of Lubbock TEXAS FRAME & COVER CONCRETE COLLAR (NOT REQUIRED IN CONCRETE PAVEME NO. 4 BARS EACH WAY REVISED DEC. 2015 DRAWING NUMBER SS-5 NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. OUTSIDE DROP MANHOLE (PVC) (NEW MANHOLE INSTALL) Lubbock TEXAS OMING SEWER 450 BEND PVC PIPE 900 BEND MAREVISED014 DRAWING NUMBER SS-6 TYPICAL MANHOLE FRAME &COVER NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. INSIDE DROP ON EXISTING MANHOLE INSTALL TEE WITH STUB INTO MANHOLE CUT AT ANGLE AS SHOWN INSTALL TEE WITH 12" EXTENSION PIECE CUT AT ANGLE TO FACILITATE CLEANING AND INSPECTION OF MAIN INCOMING SEWER 3/8" DIA. SS STRAP MAX SPACING 24" rA City of Lubbock TEXAS TYPICAL EPDXY - 3/8" DIA. SS STRAP MAX SPACING 24" DETAIL A REVISED DEC. 2012 DRAWING NUMBER SS-7 STRAIGHT THROUGH MANHOLE SLOPE TYPICAL MANHOLE FLOORS s BEND AT MANHOLE JUNCTION AT MANHOLE CUT OUT TOP OF PIPE OR SHAPED CONCRETE INVERT (APED CONCRETE INVERT SHAPED CONCRETE INVERT lon City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER SS-8 PIPE JOINT CASING SPACERS SHALL BE SPACED A MAXIMUM OF ONE FOOT FROM EACH SIDE OF JOINT STEEL SPACER BODY PIPELINE FILL SPACE BETWEEN EXCAVATED BORE AND CASING PIPE WITH CEMENT GROUT NOTES: 1. BEVEL END OF CASING PIPE TO REMOVE ALL SHARP EDGES TO PREVENT DAMAGE TO THE CARRIER PIPE. 2. THE END -SEAL SHALL BE ATTACHED TO THE PIPE AND CASING SO AS TO PROVIDE A WATER -TIGHT END SEAL. 3. FOR CASINGS OVER 12 INCHES IN DIAMETER, PROVIDE TWO CLAMPS OR BANDS ON EACH END OF EACH SEAL. 4. CASING PIPE SHALL HAVE END -SEALS INSTALLED ON BOTH ENDS PRIOR TO BACKFILLING ADJACENT PIPE TRENCHES. PIPELINE ENCASEMENT DETAIL GI "AMI IM CARRIER PIPE FOUR CASING SPACERS PER PIPE JOINT AS REQUIRED TO MEET MAXIMUM SPACING 450 e=� l 4 F-- 4E;O1 4" V MAX ADDITIONAL SPACERS, TYPICAL EACH END OF CASING PIPE STEEL CASING PIPE CADMIUM PLATED STUDS, NUTS, AND WASHERS, TYP. L = D, WITH L MAX. = 16" m wp UNACity of Lubbock TIXAS L L REVISED DEC. 2012 DRAWING NUMBER SS-9 )/2 I, l Design Standards and Specifications Construction Details 10.04 Street and Drainage Details 1", Section 10 D I� O v rn rn R E. ISLAND, 50 SQ.FT. MIN. AREA IF USED. PROPERTY LINE I VISIBILITY TRIANGLE In N F- A C DIMENSION REFERENCE RESIDENTIAL STREET THOROUGHFARE STREET COLLECTOR STREET INDUSTRIAL STREET (ROADWAY CLASSIFICATION, ((R' A, 32') 1, 66' 9 R2, 42' (I, ROADWAY WIDT,_ _ _ _ _ _ _ _ _ _ _ _ _(Rl, 36') - 88'�- - - - - - 46'� - _ - - - WIDTH L� ------------- ONE-WAY ------ ---12' 12' - - - - - - - - 15' - - - - - - - - 15' -- - - - - - - 20' ---O-WA-Y-- MIN-- I -- TWMUM---- ------ ----2'--- 1 -------- 30' -------- 30' -------- 40' ------------- TWO-WAY -MAXIMUM ------------- ------ ------ ------- 30' ------- ----- 40' --- -------- ----40-' --- -------- - ----S0'--- -------- MINIMUM RADIUS R 5' 15' 15' 20' ------------- MINIMUM SPACING ------------------------------------------ ----- --M-PR-O-PE-RT-Y-LINE FRO ------ ;� ----R --- ---- R ---- -------- -------- ------------- FROM STREET CORNER ------------- ------ C ------ ------- ,+R ------- ---------- %�+R--- -------- - - - F+R -------- -------- T+R -------- FROM THOROUGHFARE C 150' APPROACHING CORNER 10_0'_EXITING __ ___ ___ B_ET_W_EE_N_DR_IV_EW_A_YS_ S _____ 3' _ 60' _ ___ 60' -- _ _ _ MINIMUM ANGLE D _ _ _ 45° 45° 30° -- 30° * MAY BE "0" FEET IF SHARED DRIVE IS PROPOSED. DRIVEWAY STANDARDS L cscy of k 4� ubboc TEXAS REVISED MAY 2014 PLATE NO. 36-1 J d a y z� fa f0 o0O B MLL "M A A (NO SCALE) PROPERTY LINE . veo. .veo .veo ° 4' SIDEWALK ° D(PANSI JOINTS•ON EXPANSION JOINTS SPACED : r ° 36' MAX. ALONG SIDEWALK RUN. o �p;,• .v• ° .vev ov. B FIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - OUT WHEN ENCLOSED EXPANSION w IN CONCRETE. EXTEND JOINT Y 6" PAST EDGE OF HYDRANT/POLE ev?• 2 » a � a.a 9 CONTRACTION MARKINGS � 1/2 WAY THROUGH v0 SLAB AT 4' INTERVALS. w SECTION A -A z VARIABLE 4' SIDEWALK III 3' MIN. @ 2% MAX. SLOPE 0 CURB a REMOVED. ,o .e SECTIONS B-B NOTE: (RESIDENTL4L) zY w �le z SEE PLATE NO. 36-4 FOR ASPHALT REPAIR ADJACENT ~ TO CURB AND GUTTER OR a DRIVEWAY. VARIABLE 4' SIDEWALK 0 T MIN. @ 2% MAX. SLOPE L INNER CURB 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH @ AS REQUIRED. WAYS, CENTERED IN SLAB. ?z w f ., zY 0� �= SECTIONS B-B zo_ (COMMERCIAL) FOR COMMERCIAL DRIVEWAY: NOTES: CURB AND GUTTER TO BE COMPLETELY REMOVED AND 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. RECONSTRUCTED WITH #3 2. ALL EXPANSION JOINTS TO BE )41" THICK. BARS RUNNING ENTIRE 3. 300 TO 450 FLARE MAY BE USED IN LIEU OF LENGTH OF NEW GUTTER, RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. REVISED FOUR FOOT SIDEWALK City of MAY 2014 CONSTRUCTION DETAILS Lubbo6k PLATE NO. TEXAS 36_2 TOR 6' SIDEWALK. PROPERTY LINE Pa o 4 V A A O 'A° 1 4 P ? P `L— EXPANSION —' aoo JOINTSoa4- 'G . .. ° V •4 P.> aa4. ° ° ap0 •O . 4. Pa: - .o SEE FRONTAL VIEW FIRE HYDRANT, POWER B POLE, ETC. MUST HAVE EXPANSION JOINTS EXPANSION JOINT BLOCK - SPACED 36' MAX. OUT WHEN ENCLOSED ALONG SIDEWALK RUN. IN CONCRETE. EXTEND 6" PAST EDGE OF EXPANSION SECTION A -A HYDRANT/POLE JOINT. 4" MIN. THICKNESS OF SIDEWALK. < 4 CONTRACTION MARKINGS 1/2 WAY THROUGH SLAB AT 6' INTERVALS. VARIES 3' MIN. @ 2% MAX. SLOPE w a iy OZ CURB 5' SIDEWALK REMOVED. 4° 4, • D I SECTIONS B-B 4" MIN. (RESIDENTIAL) THICKNESS. NOTE: SEE PLATE NO. 36-4 VARIES a w FOR ASPHALT REPAIR 3' MIN. @ 2% MAX. SLOPE a ADJACENT TO CURB AND GUTTER OR _.___...__....___. 6' SIDEWALK DRIVEWAY. 4" 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR z #4 DEFORMED STEEL BARS 12" O.C. BOTH f INNER CURB FOR COMMERCIAL DRIVEWAY, WAYS, CENTERED IN SLAB, AS REQUIRED. COMPLETELY REMOVE CURB AND ID (COMMERCIAL) GUTTER AND RECONSTRUCT WITH #3 BARS RUNNING ENTIRE LENGTH FRONTAL VIEW OF NEW GUTTER. PROPERTY LINE 3' MIN. ' . ---------`------ SIDEWALK ELEVATION BACK OF SIDEWALK J d AM: 2:a f0 B --n MILL �O Nfn NOTES: 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. 2. ALL EXPANSION JOINTS TO BE ) " THICK. 3. 300 TO 450 FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. 5. T CURB BACK ON RESIDENTIAL STREETS. 6' CURB BACK ON COLLECTOR AND THOROUGHFARE STREETS. TOR 6' SIDEWALK CONSTRUCTION DETAILS REVISED City of MAY 2014 Lubbock PLATE NO. TEXAS 36-3 NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY 12" I /- SMOOTH H.M.A.C. SURFACE, IIN. TYPE ' C SAWCUT /- TO REMAIN ,A.C. SURFACE. IN PLACE. ®_ ® ® BASE FLOWABLE FILL 4LuCity of bbock TEXAS REVISED DEC. 2012 PLATE NO. 36-4(A) NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. CONCRETE PAVING REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY EXISTING CONCRETE PAVING City of Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 36-4(B) R=25' 4'SIDEWALK ALONG PROPERTY LINE ALLEY RETURN (TYPICAL) City of Lubbo6k TEXAS TMIN. DRIVEWAY APPROACH (TYPICAL) REVISED DEC. 2012 PLATE NO. 36-5 MAILBOX R=25' VOR 6'CURB BACK SIDEWALK /A� D Lu U a is in 11 0cy TOR 6'SIDEWALK ALONG CURB BACK 3'MIN. ALLEY RETURN (TYPICAL) 3'MIN. 3'MIN 3'MIN. DRIVEWAY APPROACH (TYPICAL) City of Lubbo TEXAS REVISED DEC. 2012 PLATE NO. 36-6 CURB AND GUTTER, FILLETS AND SLAB TO BE POURED TOGETHER. 6" CONCRETE SLAB WITH 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. ii CONTRACTION JOINTS. Lu SIDEWALK t ° 4' US o I 8'* B 2.5' 2.5' 10' 2.5' 1* \\.PROPERTY LINE '> B \ OR Olk z z \ \ Z 6"X6" - 6 GAUGE WELDED WIRE \ 4a FABRIC OR #4 DEFORMED STEEL \ BARS 12" O.C. BOTH WAYS, \ ° CENTERED IN SLAB. / \ Q \ o CONTRACTION \ \ - JOINT. 3/4" BITUMINOUS PREMOLDED EXP. JOINT. VCURB HEIGHT TRANSITIONS TO 0" AT THIS POINT. IS POINT OF ALLEY RETURN TO BE NO MORE THAN 7" HIGHER THAN GUTTER ON HIGH 2.5'. SIDE END OF RADIUS AT STREET. 1'* 3 " BITUMINOUS XPANSION JOINT. PLAN VIEW * TO BE USED WHEN ALLEY R.O.W. WIDTH IS 15'. 5 10, 5 A A 20' 5' 5' 10, Lu J SECTION A -A NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB 6"X6" - 6 GAUGE WELDED WIRE AND 13 " FROM BOTTOM OF SLAB EACH SIDE. FABRIC OR DEFORMED STEEL LOCATE BY MEANS OF CHAIRS OR PLASTIC BARS O.C. BOTH WAYS, STAKES (NOT METAL OR WOOD). CENTERED IN SLAB. CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY W.R. MEADOWS #158, WHERE THE EXISTING ALLEY RETURN, ALLEY SEALTIGHT SAFE -SEAL 3405, PAVING OR STREET GUTTER IS IN GOOD CONDITION SONNEBORN SL-1 OR AND GRADE AND ALIGNMENT ARE SATISFACTORY. APPROVED EQUIVALENT. " 34" BITUMINOUS ^ ` 'LCONCRETE :4 q ALLEY SLAB. _ — — — � EXPANSION JOINT_ -- :°':°'. a EXISTING ALLEY RETURN, ALLEY PAVING OR STREET GUTTER. / TRANSVERSE ,aev, 4 6"X6" - 6 GAUGE WELDED CONTRACTION JOINT 1 WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" D (REQUIRED AT COLD JOINTS AND �2 "� 1 O.C. BOTH WAYS, EVERY FEET OF PAVING. SECTION B-B CENTERED IN SLAB. ALL CONCRETE SHOWN TO BE 3,000 P.S.I. AT 7 DAYS. (CLASS B) REVISED TYPICAL ALLEY C;, Of MAY 2014 RETURN Lubbock PLATE N0, Texas 36-7 5' 10, 5' w a . Q z I o a .a 'a• w a O a a a ' i0, — —) 10, N � PROPERTY o • LINE 20' 13' w Z Q CONTRACTION a JOINTS O a °oa 20' 5' PROPERTY LINE N 10, a v . 10, — — o. a.a a w Z a . 4 .•� �, w a a 5' 1 10, 1 5' 1/2" --� NOTE: - 1. TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) TYPICAL "T" ALLEY INTERSECTION WITHCity of *i�ubbock CONTRACTION JOINTS TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 _ DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. REVISED DEC. 2012 PLATE NO. 36-8 — 6" 4" — a a . 2"R bo Ln N C -. DOWN CURB SECTION. ?oa . .v.P TYPE "A" 6" 9" R a' 9 R i 0 • aaa . a.a .a. •v•D,° F- 12" I 12" -{ ROLLOVER CURB TYPE "B" 9 11/16" I - 00 Ln a, v p,° h 3 9 91. M TYPE "C" T 1 3" NOTE: 1. THIS SECTION TO BE USED FOR RESIDENTIAL APPLICATIONS ONLY. APPROVAL WILL DEPEND ON TRAFFIC AND DRAINAGE CONSIDERATIONS. NOTE: 1. REINFORCED TYPE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) REVISED AA TYPICAL 24" CURB c;�vof MAY 2014 AND GUTTER SECTIONS Lubbock PLATE NO. TEAS 36-9 3" R _ DOWN CURB SECTION. f --- 12" !V ,-Q . °•D'4 6" 18" !V 77 d 4 6" a a . a ,•a , a p � �-9 11/16" 20 5/16" NOTE: CONTRACTOR MAY USE EITHER OF THE ABOVE SECTIONS. TYPE "B" N 1� •p•D a _ ° D. 12" — 6 i� 3 aoQ 3 M D (-9 11/16" 20 5/16" TYPE "C" NOTES: TYPE "A" •— 5 3/4" �— 4 1/4" - l 0 2" R v D,a io --- 3"R DOWN CURB SECTION. 1. REINFORCED TYPCE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY,) 2. 30" CURB AND GUTTER IS NOT STANDARD AND SHALL ONLY BE USED WITH PERMISSION OF CITY ENGINEER. TYPICAL 30" CURB City of AND GUTTER SECTIONS Lubbock TEXAS REVISED MAY 2014 PLATE NO. 36-10 CONTRACTION JOINT #4 DEFORMED STEEL BARS @ 12" O.C. BOTH WAYS. 7 �� CONTRACTION JOINT NOTES: FLOWLINE - �FLOWABLE FILL SHALL BE USED TO REPLACE BASE MATERIAL REMOVED. SEE PLATE NO. 36-4 FLOWLINE CONTRACTION i JOINT A z u z 3 0 E w 0 En T X=DISTANCE LIP TO LIP z ZIO 2� 1. CLASS "B" CONCRETE 3,000 P.S.I. @ 7 DAYS 2. MAINTAIN LIP UP GUTTER SECTION WITH 1" INVERT TO VALLEY GUTTER 3. TRANSITION FLOWLINE AND MAINTAIN 1" INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER DEPTH: 6"- RESIDENTIAL STREETS 8"- COLLECTORS & THOROUGHFARES ------- BASE PLAN VIEW -1 1---3" 1" 5' 5" CONCRETE VALLEY GUTTER & FILLET DETAIL SECTION A -A SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS 2" MIN. TYPE "C" H.M.A.C. SURFACE. Vu Ci of bbock TEXAS BASE FLOWABLE FILL SEE PLATE NO. 36-4. REIMED DEC. 2012 PLATE NO. 36-11 6" 2' —36' TYP. 2' 2" H.M.A.C. SURFACE.— _ _ _ _4" CROWN 6" CALICHE BASE IN ACCORDANCE WITH SPECIFICATIONS. SUBGRADE IN ACCORDANCE WITH SPECIFICATIONS. STRIP PAVING WIDTH AND CROWN VARY SEE SECTION 8.2.02 2" H.M.A.C. SURFACE. 6" CALICHE BASE NOTE: 1. STREETS WITH ANTICIPATED ABNORMAL TRAFFIC LOADS, SUCH AS TRUCKS AND BUSES, SHALL REQUIRE A SPECIFIC DESIGN TO BE APPROVED BY THE CITY ENGINEER. RESIDENTIAL/COLLECTOR/IN DUSTRIAL TYPICAL STREET CROSS -SECTIONS WIDTH AND CROWN VARY SEE SECTION 8.2.02 8" THICK CONTINUOUSLY REINFORCED CONCRETE PAVING. TYPE T-1 / T-2 THOROUGHFARES City of 4 Lubbock iHAS 6" �- e 112 5/8" 6" 12 5/8" i REVISED DEC. 2012 PLATE NO. 36-12 VARIES EXISTING 5.5' VARIESj 24 OR EXISTING SIDEWALK 30 C. & G. SIDEWALK SECTION A -A ONLY APPLIES AT DEPRESSED ALLEY RETURNS A A STREET 1-1r0aar NOTES: 1. ALLEY RADII MAY VARY. 2. SEE OTHER PLATES FOR RAMP DETAILS TYPICAL LOCATIONS FOR CURB RAMP 1:12 SLOPE TO BE CONSTRUCTED i INSET =w FACE 2 p F CURB 22 tt 1 t WITH TRUNCATED t DOME SURFACE. 1:12 SLOPE LENGTH VARIES, ` DUE TO 1:12 MAX. Lu SLOPE OF RAMP. , FF- u City Of Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 36-13 [—VARIES--r-4'' VARIES-7 T.O.C. 1 12 SCOPE 1;12 SLOPE FLOWLINE FRONT VIEW SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. R=15' PROPERTY LINE dry, 77 1- i <,A CURB &. GUTTER —VARIES (10' TYPIC SEE PLATE NO. 36-16(A) FOR GENERAL NOTES ON A.D.A. RAMPS CONSTRUCTION. R=25' RAMP = 50.8 SQ. FT. OF CONCRETE FLATWORK SURFACE APPLIED TRUNCATED DOME PANEL. L4�MIN. 5'-6" MIN. 24" MIN. 1:12 SLOPE MAX.) � 4" MIN. THICKNESS. SURFACE APPLIED L MINIMUM FINISHED TRUNCATED DOME THICKNESS TO BE 4". PANEL. 4" MAX SECTION A -A 6" SLOPE 5% MAX BITUMINOUS )4"" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP �, REVISED wLu MAY 2014 (WITH TYPICAL 4'SIDEWALK bbock PLATE NO. ALONG PROPERTY LINE) TEXAS 36-14 [--VARIES 4'— -tom— VARIES --� T.O.C. � r:, 2 SLOE nDF FLOWLINE FRONT VIEW SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. PROPERTY LINE 9 R=15'� VARIES — (10' TYPICAL) 9 R=25' SEE PLATE NO. 36-16(B) FOR GENERAL NOTES ON A.D.A. RAMP CONSTRUCTION. RAMP = 50.8 SQ. FT. OF CONCRETE FLATWORK I� SURFACE APPLIED CURB & TRUNCATED DOME GUTTER PANEL. 5'-6" MIN z SURFACE APPLIED TRUNCATED DOME c PANEL. 4" MAX SECTION A -A j~6" SLOPE 5% MAX i .J BITUMINOUS X4" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP MAREVISED Y 2014 F� (WITHTYPICAL 5' OR 6' SIDEWALK �, Of LL1bbOCk PLATE NO. ALONG CURB BACK) 36-15 TEXAS A v GROOVE JOINTS EACH SIDE OF RAMP.tK ' a f P A Q TOP OF CURB S�01 ' BITUMINOUS X4" EXPANSION 611 JOINT (FULL DEPTH) LOCATED 6% �l ALONG BACK OF CURB T. NEW CONSTRUCTION. o A a • .,: a yv0 ��- YELLOW, SURFACE -APPLIED TRUNCATED DOME PANELS AFFIXED, FOLLOWING MANUFACTURER'S INSTRUCTIONS, TO PROPERLY CONSTRUCTED, CURED AND PREPARED 4" CONCRETE SLAB. .a' v.CA n:a . IN RADIUS ' RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. IN STRAIGHT C. & G. RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. TYPICAL ADA RAMP PLAN MAINTAIN GUTTER FLOWLINE. �— 4' MIN. --i Cityof Lubbck TEXAS SHEET 1 OF 2 REVISED MAY 2014 PLATE NO. 36-16(A) -4" MIN. - THICKNESS. 5'-6" MIN. 24" MIN 1:12 SLOPE (MAY SURFACE APPLIED TRUNCATED DOME PANEL. 4" MAX SECTION A -A SURFACE APPLIED CLASS A" CONCRETE SHALL TRUNCATED DOME CONFORM TO APPLICABLE PANEL. SPECIFICATIONS. -4" MIN. THICKNESS SECTION B-B NOTES: 6 SLOPE 5% MAX BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. 1. SURFACE -APPLIED, TRUNCATED DOME, DETECTABLE WARNING SYSTEM PANELS, USED HEREIN, SHALL BE MANUFACTURED BY ADA SOLUTIONS (WWW.ADATILE.COM), OR APPROVED EQUAL, AND SHALL BE LAID TO WHERE THE DOMES ARE UP AND THE LONG AXIS OF THE PANEL SHALL BE PERPENDICULAR TO THE DIRECTION OF TRAVEL. 2. RAMP TEXTURES SHALL CONSIST OF TRUNCATED DOMES SURFACES. TRUNCATED DOME DIAMETER, HEIGHT AND SPACING SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS), ADMINISTERED BY THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). TEXTURES ARE REQUIRED TO BE DETECTABLE UNDERFOOT. SURFACES THAT WOULD ALLOW WATER TO ACCUMULATE ARE PROHIBITED. THE PANELS SHALL BE AFFIXED AT THE PRESCRIBED LOCATION, TO THE PROPERLY CURED AND PREPARED CONCRETE IN THE MANNER AND USING THE MATERIALS SPECIFIED BY THE MANUFACTURER. 3. THE RAMPS AND LANDINGS SHALL BE CONSTRUCTED FLAT, IN ONE PLANE, WITHOUT WAVINESS, HIGH/LOW SPOTS OR WARP. THE CONCRETE WHERE THE SURFACE -APPLIED PANEL SHALL BE AFFIXED SHALL BE IN JUST SUCH A CONDITION, IF DETERMINED TO BE NECESSARY AND APPROPRIATE BY THE ENGINEER, A HIGH SPOT IN THE CONCRETE MAY BE HAND -MILLED WITH A GRINDER, JUST ENOUGH FOR FLATNESS, IF THE AREA TO BE GROUND IS TO BE UNDER THE SURFACE -APPLIED PANEL. IF NOT, THE CONCRETE SHALL BE REMOVED AND PROPERLY REPLACED AT THE CONTRACTOR'S EXPENSE. AFTER THE CONCRETE IS THOROUGHLY CURED, AND THE SURFACE CORRECTLY PREPARED, THEN THE SURFACE -APPLIED PANELS SHALL BE PROPERLY AFFIXED TO THE CONCRETE, ACCORDING TO THE MANUFACTURER'S INSTRUCTIONS. 4. SURFACE -APPLIED PANEL COLOR FOR THE RAMP SHALL BE A CONTRASTING COLOR THAT PROVIDES A LIGHT REFLECTIVE VALUE THAT SIGNIFICANTLY CONTRASTS WITH THE ADJACENT SURFACES. THE COLOR OF THE SURFACE -APPLIED PANELS SHALL BE SHOWN ELSEWHERE IN THE PLANS OR SPECIFICATIONS. IF NEEDED, SURFACE -APPLIED PANELS SHALL BE SAWCUT ONLY AND A PANEL SHALL BE AFFIXED WITH A 1#8" GAP TO ANOTHER PANEL. 5. ALL SLOPES SHOWN ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. RAMP LENGTH OR GRADE OF SIDEWALK APPROACH MAY BE ADJUSTED AS DIRECTED BY THE ENGINEER. TAS REQUIRED DIMENSIONS AND SLOPES ARE PARAMOUNT, IF SITE CONDITIONS PREVENT A RAMP FROM BEING CONSTRUCTED, AS -DRAWN, TO WORK AS INTENDED AND COMPLY WITH THE REQUIRED SLOPES, THEN THE RAMP CONSTRUCTION MUST BE ADJUSTED TO COMPLY WITH THE REQUIRED SLOPES. ALL CONSTRUCTION QUESTIONS SHALL BE DIRECTED TO THE ENGINEER. 6. MAXIMUM ALLOWABLE CROSS -SLOPE ON SIDEWALK AND RAMP SURFACES IS 2%. ALL CONCRETE SURFACES SHALL RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE ON THE PLANS. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TAS. SHEET 2 OF 2 "n - REVISED TYPICAL ADA City of MAY 2014 RAMP PLAN Lubb OCk PLATE NO. TEXAS 36-16(B) 2 \2' SLOPE ALONG GUTTER VARIES SLOPE ALONG GUTTER VARIES SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT FILLET KEYED NOTES (1) SLOPE ALONG BACK OF CURB AT RAMP OPENING SHALL NOT EXCEED 2%. LO Q SLOPE FROM BACK OF CURB AT RAMP OPENING TO LIP LINE GLUOPE TTER VARING ES SHALL NOT EXCEED 5%. P�2' C � SLOPE ALONG GUTTER VARIES PLATE NO. 36-16 DETAILS REGARDING 3TRANSITIONS uADA RAMP AT CURB 6" E 5% r--4' MIN. 5'-6" MI M 24" MIN 1:12 SLOPE (MAX.) .;. 4" MIN. THICKNESS. SURFACE APPLIED TRUNCATED DOME BITUMINOUS -" PANEL. EXPANSION JOINT AS 4" MAX REQUIRED BEHIND SECTION A CURB. REVISED TYPICAL ADA City of MAY 2014 RAMP DETAIL 4 Lubb4Ck PLATE NO. TEXAS 36-17 I I I I I I I I I � I TOOLED J' INT � ( � , , I , , , I I I I 1 I � I I I I I I I � rt- �00 Ln I w zI z I w I I I° TOOLED J INT I I ( I I � I I o i I I I I I I 5' I I i I i ( i I I I I I 1 I I I I 1 EXPANSION JQINT i I I , I I j I I I i i I 5' 20' ROW REVISED DEC. 2012 TYPICAL ALLEY PAVING City of Lubbo6k PLATE N0. TEXAS 37-1 NOTE: 1. ALL JOINTS SHALL BE DOWELED AS SPECIFIED 2. MAXIMUM OF TWO TRANSVERSE CUT JOINTS BETWEEN EXISTING 13' TOOLED JOINTS (ONE SLAB). TYPICAL ALLEY PAVING CUT City of Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 37-2 PLACE #4 BARS BOTH WAYS ALONG PAVING 6„ CUT AT 12" MAX. SPACING. AT LEAST 2 ---{ 6" #4 BARS EACH WAY ARE REQUIRED. 4C----�-------------- #4 BARS, 12" O.C. MAX SPACING IN BOTH DIRECTIONS, CENTERED IN SLAB NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS ALLEY PAVING REPAIR OR CAP NO SCALE DRILL AND DRIVE 12" DEFORMED #5 DOWEL BARS 6" INTO EXISTING SLAB ON T SPACING City of Lubbock TEXAS REVISED DEC. 2015 37-3 R-IA RESIDENTIAL 52' ROW 32' �FF R-2 SCHOOL AND R-1 RESIDENTIAL COMMERCIAL 56' ROW ----{ i - 60' ROW -T:::� --I 3�FF 42' FF COLLECTOR INDUSTRIAL 64' ROW �- - 60' ROW --I 46' FF 42' FF T-1 THOROUGHFARE T-2 THOROUGHFARE 90' ROW -{ i-- 110' ROW 6666' FF I �88' FFF NOTE: FF DIMENSIONS ARE FROM FACE OF CURB TO FACE OF CURB. CITY OF LUBBOCK STREET STANDARDS A� R `_ Cityof Lubbck TEXAS REVISED DEC. 2012 PLATE NO. 38-1 T-1 OR T-2 THOROUGHFARE COLLECTOR FLARE REVISED City Of AT INTERSECTION MAY 2014 Lubbock PLATE NO. WITH A THOROUGHFARE TEXAS 38.2 T-1 THOROUGHFARE RIGHT TURN LANE (FLARE) T-1 OR T-2 THOROUGHFARE City of Lubbock TEXAS REVISED MAY 2014 PLATE NO. 38-3 No Text R=45' FACE OF CURB R=50' 52' OR 56' RIGHT OF WAY 32' OR 36' FACE TO FACE R=45' FPG�O� GV�� 4' PEDESTRIAN ACCESS EASEMENT (REQUIRED ONLY WHERE CUL-DE-SAC LOTS ARE ADJACENT TO A STREET) PROVIDE CONCRETE CURBED CHANNEL WITH F,135TMIN ACCESSIBLE RAMPS FOR DRAINAGE WHERE NECESSARY (IF NEEDED FOR DRAINAGE, A MINIMUM OF 20' DRAINAGE EASEMENT) ADJACENT ALLEY OR STREET REVISED STANDARD R-1A City of MAY 2014 & R-1 CUL-DE-SAC tu"bbot PLATE NO. 4 38-5 10, 52' ROW 32' F-F 1-7 2% MIN 2% MIN 4% MAX 4% MAX DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH #4 BARS @ 36" O.C. TRANSVERSE #4 @ 12" O.C. LONG 6" PORTLAND CEMENT CONCRETE PAVEMENT (MIN. CEMENT CLASS C. COMPRESSIVE STRENGTH OF 3,600 PSI @ 28 DAYS) RESIDENTIAL STREET (R-1) CONCRETE PAVING N.T.S. 10, 12" COMPACTED SUBGRADE 12" A I- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK jp % y�., Cityof Lubbck Wk rIXAS REVISED MAY 2014 PLATE NO. 38-6 9' 64' ROW 46' F-F 9' 2% MIN 2% MIN I _ 4% MAX 4% MAX DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH #4 BARS @ 24" O.C. TRANSVERSE 12" COMPACTED SUBGRADE 12" A I- #5 @ 12" O.C. LONG @ 95% MODIFIED DENSITY TYPICAL SIDEWALK (7" PORTLAND CEMENT CONCRETE PAVEMENT CEMENT CLASS C. COMPRESSIVE STRENGTH OF 3,600 PSI @ 28 DAYS) MAJOR COLLECTOR (C-1) CONCRETE PAVING N.T.S. t� w- City of Lubbock TEXAS REVISED MAY 2014 PLATE NO. 38-7 TRAVEL LANE TRAVEL LANE Z Z Y Y TRANSVERSE CONSTRUCTION JOINT --\ - LONGITUDINAL CONTRACTION JOINT X X a (I c/2--j \- ,. a �SINGLE PIECE a c/2 TIE BARS PAVEMENT OR CONTRACTION JOINT SHOULDER EDGE GENERAL NOTES LONGITUDINAL NSTRUCTION JOINT TIE BARS CONSTRUCTION JOINT TYPICAL PAVEMENT LAYOUT PLAN VIEW (NOT TO SCALE) PAVEMENT OR - SHOULDER EDGE 1. ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED 7. TRANSVERSE STEEL SHALL BE PLACED TO WITHIN 2" OF THE STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996 BACK OF CURB . (GRADE 60) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM TO TABLE NO.1 AND TABLE NO.2. B. (b) = TRANSVERSE STEEL AND TIE BARS SPACING (c) = LONGITUDINAL STEEL SPACING 2. STEEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1 IN. HORIZONTALLY AND +/- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING (SEE TABLE 1 AND 2 PLATE 38-9) (CONCRETE PLACEMENT WIDTH / NUMBER OF LONGITUDINAL BARS) SHALL CONFORM TO TABLE NO.1 3. PAVEMENT WIDTHS OF MORE THAN 25 FT. SHALL HAVE A LONGITUDINAL JOINT (SECTION Z-Z OR SECTION Y-Y). THESE JOINTS SHALL BE LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT LOCATION IS SHOWN ELSEWHERE ON THE PLANS. 4. THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT (SECTION Z-Z) SHALL BE ONE THIRD OF THE SLAB THICKNESS (T/3). S. OMIT TIE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE CONSTRUCTION JOINTS (SECTION X-X). USE HAND -OPERATED IMMERSION VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED JOINTS. 6. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM OF 25 IN. STAGGER THE LAP LOCATIONS SO THAT NO MORE THAN 1/3 OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12-FT. WIDTH AND 2-FT. LENGTH OF THE PAVEMENT. RESIDENTIAL AND COLLECTOR STREET REVISED City of DEC 2015 CONCRETE PAVING DETAILS City of PLATE N0. 1 OF 3 r I X A s 38-8 50" FOR #5 BAR 42" FOR #4 BAR i L=50" �ADDITIONAL 25"FOR #5 BAR TIE BARS MAY BE JOINT SEALING L/2SEEL BARS JOINT SEALING 21" FOR #4 BAR IN SAME PLANE AS MATERIAL MATERIAL TRANSVERSE BARS TIE BARS,SINGLE T _ OR MULTIPLE -PIECE _ r...... '...—'�' .'. � .. ...... . .... T 12 MIN.CLEAR 2" JIT12 TRANSVERSE BARS i c c a a c c LONGITUDINAL BARS NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT. LONGITUDINAL BARS TRANSVERSE BARS TRANSVERSE CONSTRUCTION JOINT LONGITUDINAL CONSTRUCTION JOINT SECTION X - X SECTION Y - Y 5� JOINT SEALING MATERIAL SAW CUT 42" FOR #4 BAR 5"FFOR #5 BAR (`71 ;�4.BAB T/3 LONGITUDINAL r— BARS ::+:::::I iT IT I I I I I I I c c c/ 2c/ 2 c c TRANSVERSE BARS SINGLE PIECE TIE BARS SHOULD BE IN SAME PLANE AS TRANSVERSE BARS. LONGITUDINAL CONTRACTION JOINT SECTION Z - Z TABLE NO.1 LONGITUDINAL STEEL FIRST ADDITIONAL STEEL SLAB THICKNESS REGULAR SPACING BARS AT TRANSVERSE AND BAR SIZE STEEL BARS AT EDGE CONSTRUCTION JOINT OR JOINT (SECTION X-X) T BAR SPACING SPACING SPACING LENGTH (IN.) SIZE (c) (a) 2 x c L (IN.) (IN.) (IN.) (IN.) 6.0 #4 12 3 24 42 7.0 #5 12 3 24 50 TABLE NO.2 TRANSVERSE STEEL AND TIE BARS TIE BARS TIE BARS SLAB TRANSVERSE AT LONGITUDINAL AT LONGITUDINAL THICKNESS STEEL (b) CONTRACTION JOINT CONSTRUCTION JOINT SECTION Z-Z SECTION Y- (IN.) BAR SPACING BAR SPACING BAR SPACING SIZE (IN.) SIZE (IN.) SIZE (IN.) I 6.0 #4 36 #4 72 #4 36 7.0 #4 24 #4 48 #4 24 RESIDENTIAL AND COLLECTOR STREET City Of CONCRETE PAVING DETAILS Lubbock 2 OF 3 TIXAS REVISED MAY 2014 PLATE NO. 38-9 JOINT �„ - XV SEALING COMPOUND SAW CUT lry,"- X° SAWED LONGITUDINAL JOINT zy_ JOINT SEALING COMPOUND CLASS 4,5OR7 BACKER ROD INITIAL SAW CUT v TRANSVERSE SAWED CONTRACTION JOINT GENERAL NOTES JOINT SEALING COMPOUND o T JOINT SEALING COMPOUND LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT JOINT SEALING COMPOUND CLASS 1 XV 4,5 OR 7 NEEN ME BACKER NONE • .. PREFORMED BITUMINOUS FIBER MATERIAL BOARDS OR EQUIVALENT. TRANSVERSE FORMED EXPANSION JOINT 1. THE JOINT RESERVOIR FOR SEALANT SHALL BE SAWED UNLESS OTHER WISE SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE CONSTRUCTION AND THE TWO SAWED JOINTS. 2. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE MANUFACTURES REQQ,UIREMENT AND PRIOR TO BEGINNING OPERATIONS THE CONTRACTOR SHALL SUBMIT A STATEMENT FROM THE SEALANT MANUFACTURER SHOWING THE RECOMMENDED EQUIPMENT AND INSTALLATION PROCEDURES TO BE USED. 3. THE SAW CUT FOR THE LONGITUDINAL JOINT SHALL BE ONE FOURTH THE SLAB THICKNESS. 4. TRANSVERSE EXPANSION JOINT SHALL BE PLACED AT THE RADII OF INTERSECTING STREETS. 5. TRANSVERSE CONTRATION JOINTS SHALL BE PLACED AT ON RADIUS OF INTERSECTING ALLEYS. RESIDENTIAL AND COLLECTOR STREET ` City of CONCRETE PAVING DETAILS 'ubbo6k 3 OF 3 TEXAS REVISED MAY 2014 PLATE NO. 38-10 TYPE'C HMAC MINIMUM OF THE UPPER 12" (18" MINIMUM ON THOROUGHFARE STREETS) OF TRENCH BACKFILL- 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL, IF USING COMPACTED BACKFILL. BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR(ASTM D 698) 2% OF OPTIMUMMOISTURE CONTENT.(MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. ASPHALT PAVEMENT CUT REPAIRS 2' MIN. [V 6" r,l- ASPHALT TACK COAT. NO SCALE NOTE: ALL JOINTS TO BE SAWCUT. ASPHALT TACK COAT. PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. GREATER THAN 5' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. �s City of Lubbock TEXAS REVISED DEC. 2012 UEM-01 CLASS'B' CONCRETE 3000 PSI AT 7 DAYS. THOROUGHFARE STREETS; CLASS "C" CONCRETE ALL CONCRETE JOINTS f L TO BE SAW CUT. EXISTING CONCRETE PAVING 8" MINIMUM W� O y¢� W� z H BACKFILL COMPACTED TO 95%f MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" UFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL; 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL, NOTE: ARILL AND DRIVE 12" DEFORMED 5DOWEL BARS 6" INTO EXISTINGLAB ON 3'SPACING. 9 e e EXISTING CONCRETE PAVING 3' MIN BARS 12" O.C. MAX SPACING IN IN BOTH DIRECTIONS. PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). CONCRETE PAVING 1. GREATER THAN S' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. 2. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. CONCRETE STREET AND ALLEY CUT REPAIRS r : City of Lubbock TEXAS REVISED DEC. 2012 UEM-02 CONCRETE CAP CLASS W CONCRETE 3000 PSI AT 7 DAYS. Z_ f iC F- # 4 BARS, 12" O.C. - MAX. SPACING IN BOTH DIRECTIONS. BACKFILL COMPACTED TO 95%f MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: BRICK JOINTS TO BE FILLED WITH SAND/CEMENT AT 50-50 BLEND, OR AS APPROVED BY THE STREET SUPERINTENDENT. 1" SAND CUSHION MINIMUM. I� 8" MIN N PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS BRICK AND MANUFACTURERS PAVING RECOMMENDATIONS). 1. SEE CONCRETE CAP DETAIL. PLATE NO. 36.09.05 2. #5 DOWELS NEEDED IF TIED INTO EXISTING CONCRETE BASE. 3. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. BRICK STREET CUT REPAIRS City of Lubbock TEXAS REVISED DEC. 2012 UEM-03 CONCRETE ALLEY PAVING. BACKFILL COMPACTED TO 95%f MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL \ FULL DEPTH OF TRENCH BACKFILL 1 1#2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: 1� 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. THE ALLEY PAVING CONTRACTOR SHALL BE REQUIRED TO OBTAIN 95%i MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. z 0 50 w> a¢ as 00-1 -1 J =W Nz t0 zn THE ALLEY PAVING CONTRACTORS SHALL BE REQUIRED TO OBTAIN 95%f MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). TRENCH BACKFILL REQUIREMENTMIN ON ALLEYS TO BE PAVED City °f Lubbock WITHIN RIGHT-OF-WAY TEAS REVISED DEC. 2012 U EM-04 BACKFILL COMPACTED TO 95%+ MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 34 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: EXISTING GROUND SURFACE. 12" PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. TRENCH BACKFILL REQUIREMENTS REVISED ON UNPAVED STREETS AND ALLEYS c'tyof DEC. 2012 Lubbock WITHIN RIGHT-OF-WAY rExas UEM-05 PLACE #4 BARS BOTH WAYS ALONG PAVING 6„ CUT AT 12" MAX. SPACING. AT LEAST 2 --{ 6" #4 BARS EACH WAY ARE REQUIRED. C---- -------------- #4 BARS, 12" O.C. MAX NO SCALE DRILL AND DRIVE 12" SPACING IN BOTH DEFORMED #5 DOWEL DIRECTIONS, CENTERED BARS 6" INTO EXISTING IN SLAB SLAB ON T SPACING NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS REVISED ALLEY PAVING REPAIR c; �f MAY 2014 OR CAP Lubbock TEXAS UEM-06 APPENDIX A-1.1 PVC Pipe (in.) Restrained Joint Table for Bends Minimum length to be restrained each side of bend (Feet): Horiztonal Bends Vertical Bends (Upper/Lower) 90° 45° 22-1/2' 11-1l4° ;'' 90° 45" 22-1/2° 11-1/4° 14 6 3 2 - 16l4 8/2 4/1 6 19 8 4 2 - 23/5 11 /3 6/2 _8_ 25 11 5 3 - 30/7 15/4 712 10 30 13 6 3 - 36/8 17/4 9/2 12 35 15 7 4 - 42/10 21 /5 10/3 16 45 19 9 5 - 54/13 26/6 13/3 20 54 23 11 6 - 66/15 32/8 16/4 63 27 13 7 - 78/18 38/9 19/5 D.I. pipe (in.) 4 0° 11 Horiztonal Bends 45° 22-1/2° 5 3 11-114° 1 Vertical Bends (Upper/Lower) 90' 45° 22-112° 114/49 - 9/3 5/2 3/1 6. 15 6 3 2 - 12/4 6/2 311 8 19 8 4 2 - 16/6 8/3 4/2 10 23 10 5 3 - 19/7 10/3 5/2 12 27 12 6 3 - 23/8 11 /4 6/2 16 35 15 7 4 - 29/10 14/5 7/3 20; 42 18 9 5 - 36/12 17/6 9/3 24 49 21 10 5 - 42/14 20/7 10/4 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet on upper vertical bends and 6 feet on lower vertical bends, and Test Pressure of 100 psi. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Design Standards and Specifications for Water and Sewer A-1.2 Restrained Joint Table for Tees Minimum branch length to be restrained (Feet): PVC Pipe Branch Pine Run Pipe Size (in.) Size (in.) 4 4 1 6 1 8 1 "10 1 12, 1 Is 1 20 1 24 1 6 22 13 4 1 1 1 1 1 8 40 33 26 18 11 1 1 1 10 - 49 43 37 31 18 5 1 12 - - 59 54 49 38 27 16 1 - - - 84 20 72 64 55 20. - - I - - 107 101 94 87 24 - - - - - 127 122 116 r Size (in.) 4 4 1 6 1 8 1 10 1 12 1 16 1 20 1 24 1 12 7 2 1 1 1 1 1 21 18 14 10 6 1 1 1 10 - 26 23 20 17 10 3 1 12 _' - 31 29 26 12 15 8 16 - - 44 42 38 34 26 20 - - - 57 53 50 46 24 - - - - 67 64 61 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test Pressure 100 psi, and minimum restrained length of pipe along run on either side of tee of 5 feet. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Design Standards and Specifications for Water and Sewer A-1.3 Restrained Joint Table for Reducers Minimum length to be restrained on larger pipe (Feet): PVC Pipe Small Pipe Large Pipe Size (in.) Size (in.) 4 -6 8 10 12 16 20 22 40 54 69 95 119 142 6 - - 23 41 57 86 112 137 8 - - - 23 42 75 103 129 10 - - - - 23 61 92 120 44 78 109 44 80 44 D.I. Pipe Branch Pipe Run Pipe Size (in.) Size (in.) 4 6 8 10 12 16 20 24 4 - 12 21 29 36 50 63 75 6 - - 13 22 30 46 59 72 8 - - - 12 22 40 54 68 10 :: - - - - 13 32 49 63 23 42 57 23 42 24 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test Pressure 100 psi, and minimum restrained length of small size pipe to be 1/2 that listed here. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Design Standards and Specifications for Water and Sewer A-1.4 Restrained Joint Table for Dead Ends Minimum length to be restrained from dead end (Feet): Pipe Size (in.) PVC Pipe D.I. Pipe 4 30 16 6 42 22 8 55 29 10 67 35 12 79 42 16 102 54 20 125 66 24 147 78 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, and Test Pressure 100 psi. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. City of Lubbock Water Utilities Engineering Department Revised 3/11 Minimum Design Standards and Specifications for Water and Sewer L A-2 4 ity of iubbo& TEXAS Approved Materials and Manufacturers List Application For New Product(s) Note: Incomplete applications will be returned unprocessed. Date of Application: Company Name Address Contact Person Position Phone Number Email Fax Number Manufacturer (If not applicant) Supplier (If not a licant) Product Nomenclature Model No. Series Description/Use of Product Have you included a sample? Would you like this sample returned? List Testing Certifications (Required) 1. List Attached Items (Provide five copies of each) 1. 2. 2. 3. _ 3. 4. 4. 5. 5. 6. 6. 7. 7. ****Do not write below this line - - For City use only**** Application No. (Ex. 2014-01) Approved By: Title: Accepted ❑ Rejected Comments: CERTIFICATE OF COMPLETION DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER CONTRACTOR'S AFFIDAVIT TO DEVELOPER I certify that the work under the above named project, including all amendments thereto, has been satisfactorily completed in accordance with the engineering plans and specifications and in accordance with the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications; that no liens have been or will be attached against the property and improvements of the owner; that no suits are pending by reason on the project under the contract; and no public liability claims are pending. CONTRACTOR/DEVELOPER: ADDRESS: PHONE: SIGNED: PRINTED: TITLE: RECOGNITION BY CITY OF LUBBOCK An inspection of the work on the above referenced Project was conducted on Those participating in the inspection (final walk-through) were , and The inspection revealed that the infrastructure inspected has been completed substantially in accordance with the plans and specifications and is recommended for acceptance on City of Lubbock By Printed Name Title Rev. 05-01-2014 t DEVELOPER WARRANTY STATEMENT DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER WARRANTY STATEMENT TO THE CITY OF LUBBOCK: As the developer of the above referenced development, I guarantee the improvements installed by my Contractor and inspected, tested, and accepted by the City of Lubbock to be free from defects for a period of one year for water and/or sewer improvements and two years for paving and or drainage improvements from the date the infrastructure is accepted by the City of Lubbock. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. The Contractor, Engineer/Surveyor, Record Drawing submittal date, and the Substantial Completion Date are listed below. CONTRACTOR: ENGINEER/SURVEYOR: RECORD DRAWING SUBMITTAL DATE: SUBSTANTIAL COMPLETION DATE: DEVELOPER CONTACT INFORMATION DEVELOPER: ADDRESS: PHONE: EMAIL: SIGNED: PRINTED: LIMITATIONS i This warranty does not include damage to underground utilities caused by others due to excavation or boring activities . _ after the date of the infrastructure is accepted by the City of Lubbock. This warranty does not include any cosmetic damages or the results of any cosmetic damages to either above ground utility infrastructure or paving/drainage improvements occurring after the date of substantial completion. These cosmetic damages may include but are not limited to gouges in asphalt from vehicular traffic excluding all construction equipment related to the development, the failure of asphalt due to water ponding beyond the control of the Developer, any natural disaster, or utility work within dedicated Public Right of Way. Rev. 05-01-2014 No Text