Loading...
HomeMy WebLinkAboutResolution - 2008-R0135 - Contract - SJ Louis Construction Of Texas LTD - Water Line Replacement - 04/10/2008 (2)i Resolution No. 2008-RO135 April 10, 2008 Item No. 5.21 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a unit price construction Contract by and between the City of Lubbock and S.J. Louis Construction of Texas, LTD, of Mansfield, Texas, for downtown water line replacement per ITB 08 -706 -BM, which Contract and any associated documents are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this loth day of April , 2008. 47- I/iw.11 * rC/O - DAVID R MAYOR ATTEST: CQ �' L � e- C- , 9`�� Rebec a Garza, City Secretary APPROVED AS TO CONTENT: ,rte I Tom Adams Deputy City Manager/Director of Water Utilities APPROVED AS TO FORM: N Don Vandiver, Attorney of DDres/SJLouis08 P WCon Res March 31, 2008 CITY OF LUBBOCK SPECIFICATIONS FOR DOWNTOWN WATERLINE REPLACEMENT PROJECT ITB # 08-706-BM Contract #8354 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://Pr.thereproductioncomnany.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas Pap-e Intentionally Left Blank ITB # 08-706-BM, Addendum # I City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDEND UM # 1 ITB # 08-706-BM Downtown Waterline Replacement Project February 25, 2008 March 12, 2008 @ 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. _ 1. The location of the pre -bid meeting is CHANGED from Committee Room 103, 1625 13"' Street to the City Council Chambers, 1625 131h Street. Date and time remain the same at 3:00 PM, February 26, 2008. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to bmacnairgmylubbock.us . THANK YOU, CITY OF LUBBOCK Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Public Works Contracting Officer 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 Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 08-706-BM-Ad1 ITB # 08-706-BM, Addendum # 2 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM # 2 ITB # 08-706-BM Downtown Waterline Replacement Project DATE ISSUED: March 5, 2008 CLOSE DATE: March 12, 2008 @ 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to Engineer's Addendum No.1, attached. 2. Bidders' attention is directed to the Soil Testing Report, attached. 3. Bidders must submit the REVISED BID SUBMITTAL FORM, attached. 4. Details and specifications pertaining to the two-inch PVC Conduit under Additive Alternate B are attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to bmacnair@mylubbock.us . THANK YOU, CITY OF LUBBOCK Ewes %w7&& Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Public Works Contracting Officer if an_y_language, _reauirements, 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 Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 08-706-BM-Ad2 I L HDR Engineering, Inc. ADDENDUM NO. 1 CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS FOR City of Lubbock, Texas Downtown Waterline Replacement Project This Addendum will be considered part of the Contract Documents and is issued to change, amplify, add to, delete from, or otherwise explain the Contract Documents dated December, 2007. Where provisions of this Addendum differ from those of the original Contract Documents, this Addendum will take precedence and govern. Bidders are hereby notified that they will incorporate this Addendum into their bids, and it will be construed that the Contractor's Bid will reflect with full knowledge all items, changes, and modifications to the Contract Documents herein specified. Bidders will specifically acknowledge receipt of this Addendum on the front of the Bidder's Sealed Bid Envelope per the Instructions to Bidders. General 1. Minutes from the Prebid Conference held on February 26, 2008 and sign -in sheet are attached for information purposes only. Contract Documents and Saecifleations 1. 02221— Trenching, Backfilling and Compacting for Utilities — This section is hereby revised and replaced by the attached. 2. 02513 —Asphalt Concrete Vehicular Paving —Page 2, line 8; replace item 3.1.13 with the following: " B. Install a minimum 12 IN compacted layer of flexible base course. Compact to 95% of maximum dry density determined in accordance with ASTM D698. " 3. 15101 — Gate Valves— Page 2, line 5, replace item 2.3.A.1 with the following: 1. Gate valves shall comply with either AW WA C509 or C515." Drawings 1. Detail 3, Sheet 3C-02 — The detail is hereby revised and replaced by the attached. 2. Detail 4, Sheet 3C-02 — The detail is hereby revised and replaced by the attached. Issued By: OF ,_vkdt1,,1 .•JOHN A. MARLER ...........................�u '� : 5514 A. Marler, PE END OF ADDENDUM 00008-51897 City of Lubbock Downtown Waterline Replacment Project ADDENDUM NO. 1 Page ADD14 February 2008 City of Lubbock, Texas Downtown Waterline Replacement Project PREBID CONFERENCE February 26, 2008 3:00 P.M. Meetine Minutes INTRODUCTIONS AND SIGN IN 2. BID OPENING DATE / TIME: Wednesday, March 12, 2008 at 1:00 P.M. local time. Municipal Building,1625 131h St., Room 204, Lubbock, TX 79401 3. WORK INCLUDES (Including Additive Alternate): ■ Construction of approximately 22,500 linear feet of 12-inch waterline. ■ Constriction of approximately 3,600 linear feet of 2 — 10-inch waterline. ■ Pipe materials being bid are Ductile Iron Pipe and PVC. ■ 100 linear feet of open cut 24" steel casing. ■ 62 fire hydrant replacements. ■ Connections and all appurtenances. ■ Asphalt and brick pavement repair. ■ Traffic control. DISCUSSION NOTES: 4. PROPOSAL: a. Use Bid Submittal form provided. b. Attachments to Bid: ■ Bid Security = 5% of Bidder's maximum Total Amount Bid in form of a certified or cashiers check or a Bid Bond; ■ City of Lubbock Insurance Requirement Affidavit. ■ Safety Record Questionnaire. ■ Suspension and Debarment Certification. ■ Tabulation of subcontractors, suppliers and other persons and organizations performing work valued at 5% or more of the Total Amount Bid; C. Acknowledge receipt of all Addenda on Bid Submittal. DISCUSSION NOTES: Q: Is the trench backfill required to be compacted flexible base from the pipe bedding to the paving section? A: No, the City will allow excavated material to be used if the material meets the requirements for backfill material in Section 02221. The trench details and Section 02221 will be revised by addendum to clarify these requirements. 5. FUNDING: a. No State or Federal funding involved. Funding is by City of Lubbock from Bonds dedicated to the i Page I Work. DISCUSSION NOTES: 6. PAYMENTS: a. Monthly progress payments by City, including properly stored materials verified by Inspector. b. Retainage of 5%. DISCUSSION NOTES: 7. BASIS OF AWARD: a. . See General Instructions to Bidders. b. The City intends to award this contract to the Bidder with the lowest responsive total bid. DISCUSSION NOTES: 8. INTERPRETATIONS: a. Only addenda can modify the Bid Documents. b. Anticipate addendum later this week or early next week. DISCUSSION NOTES: 9. EQUIPMENT ITEMS: a. Substitutions considered only after the bid in accordance with Section 01640. DISCUSSION NOTES: 10. SOIL/GEOTECHNICAL INFORMATION: a. Geotech report by Terra Testing will be made available by addendum. b. Bidders responsible to interpret and/or obtain their own data. C. Contractor will provide construction materials testing during constriction. DISCUSSION NOTES: 11. PERMITS, FEES, & UTILITIES: Contractor's responsibility. a. City of Lubbock Right -of -Way permit required for cutting pavement. b. Contractor also responsible for compliance with TPDES General Permit #TXR150000. DISCUSSION NOTES: 12. CONTRACT TIME: a. 365 calendar days to Substantial Completion. b. Liquidated Damages: $1500/day for Substantial Completion. Page 2 DISCUSSION NOTES: 13. PERFORMANCE AND PAYMENT BONDS AND INSURANCE: a. Successful Bidder to provide required bonds and insurance certificates, along with executed Agreement, within 15 days after notice of award. b. See General Conditions for insurance requirements. DISCUSSION NOTES: 14. CONSTRUCTION SCHEDULE: a. Due within 10 days after notice of award. b. See Section 01100, Paragraph 1.2 for schedule requirements. DISCUSSION NOTES: 15. SHOP DRAWING LIST AND SUBMITTAL SCHEDULE: a. Due within 14 days of receipt of notice to proceed. DISCUSSION NOTES: 16. TESTING: a. Soils and concrete testing: The Owner will pay for all passing soils and concrete tests on the Project. Costs of corrective actions, costs of re- tests, and cost of testing associated with establishment of mix design are also the responsibility of the Contractor. b. Required testing frequency will be every 300 LF of pipeline installed and minimum of twice daily. Densities will be taken at a minimum of two depths (two separate lifts) per site visit. C. Owner's Representative may call for additional testing as required. Cost of failing soils and concrete tests perforated by Owner's Representative will be deducted from the Contractor's payment applications. d. Other testing: Required testing, testing procedures, reports, certificates, and costs associated with all phases of securing required satisfactory test information which may be required by individual sections of the Specifications or Drawings are the responsibility of the Contractor. DISCUSSION NOTES: Q: Is liquid chlorine solution required for disinfection? A: No, Section 02660 requires that the pipelines be disinfected per AWWA C651 which allows either liquid solution or solid calcium hypochlorite to be used. 17. SURVEYING: a. Contractor to provide construction layout and staking using a registered professional land surveyor. b. See Section 02660 for waterline staking requirements. C. For Bidder's information, Hugo Reed and Associates, Inc. was utilized by the City for design related ground surveying. DISCUSSION NOTES: Page 3 18. CONTRACTOR'S FIELD OFFICE AND STAGING AREA: a. No field office required for this project. b. Contractor responsible for all arrangements of establishing a field office, if desired. DISCUSSION NOTES: 19. QUESTIONS Q: Will the Contractor be responsible for replacing existing service lines that are in poor condition? A: The Contractor will have to make a connection to the existing pipe that will hold pressure and not leak. New pipe and paving repair will be paid for at the bid unit prices. The extent of line replacement will be limited to the public ROW. Q: What are the radius limits for HDD installation of fusible PVC pipe? A: Contractor to follow manufacturer's instructions. The bend radius for 12" DIPS fusible PVC is 275 ft. Q: For HDD installation of fusible PVC pipe, can the depth vary from the profile shown in the plans? A: Yes, the profile given is for open -cut installation, but the cover may not be excessively deep. Q: Do the salvaged bricks and hydrants need to be palletized? A: Yes Page 4 4 City of Lubbock, Texas Downtown Waterline Replacement Project February 26, 2008 Pre -Bid Conference MMMda St I - � 12- - D L Y, 7a 2 2 9 v ;q(e11dQA,_ clqr ka 3S,;- - 5-979 NJ -,"A 1414ea ,.�4 Vezm got,, - 7 7.'r- c"*#� J.-A.LI.- it AAWII, Lf j"I ' 'c 2, -77 -5 -2 Vtf- (70 L 5-49 41-5--z qZ_ Fc. CO 1 4% PKSVV.rcm A% Ce, City of Lubbock, Texas Downtown Waterline Replacement Project February 26, 2008 Pro -Bid Conference Nzama Cornnanv Phone Email /A -ra o -76-L- ISZ,7— (2 g4vol-c& - r let�' aw 3Uz C! -r�CQ A, Ot H- 77 -3/57 &'rAozo ke.4* & 4/?o -0 Y-C Y ,re, Ldev _AA J4rocf E-nc-0.1- v,c e AA a r q7o • i79;> e 2 CAP-&- 1 2005/07/07 2 SECTION 02221 3 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Excavation, trenching, backfilling and compacting for all underground utilities. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division I - General Requirements. 11 3. Section 02224 - PipeIine Undercrossings. 12 1.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 I. American Association of State Highway and Transportation Officials (AASHTO): 15 a. T99, The Moisture -Density Relations of Soils Using a 5.5 LB Rammer and a 12 IN 16 Drop. 17 b. T180, Moisture -Density Relations of Soils Using a 10 LB Rammer and an 18 IN Drop. 18 2. ASTM International (ASTM): 19 a. C33, Standard Specification for Concrete Aggregates. 20 b. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using 21 Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m')). 22 c. D 1557, Standard Test Methods for Laboratory Compaction Characteristics of Soil 23 Using Modified Effort (56,000 ft-lbf/ft (2,700 kN-m/m')). 24 d. D2487, Standard Classification of Soils for Engineering Purposes (Unified Soil 25 Classification System). 26 e. D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils 27 Using a Vibratory Table. 28 i D4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils 29 and Calculation of Relative Density. 30 1.3 DEFINITIONS 31 A. Excavation: All excavation will be defined as unclassified. 32 1.4 SUBMITTALS 33 A. Shop Drawings: 34 1. See Section 01340 for requirements for the mechanics and administration of the submittal 35 process. 36 2. Product technical data including: 37 a. Acknowledgement that products submitted meet requirements of standards referenced. 38 b. Manufacturer's installation instructions. 39 3. Submit respective pipe or conduit manufacturer's data regarding bedding methods of 40 installation and general recommendations. 41 4. Submit sieve analysis reports on all granular materials. 42 5. Trench Excavation Protection Plan. 43 a. Submit a plan for trench excavation protection conforming to the provisions of current 44 Occupational Safety and Health Administration regulations relating to excavations, 45 trenching, and shoring. OOOOS-51,997 City of Lubbock Downtown Waterline Replacement Project - January 2008 02221 - 1 i b. The plan must be prepared and sealed by a Professional Engineer, registered in the 2 State of Texas and qualified by experience to design trench protection systems. 3 c. Plan review by the Engineer will be for the sole purpose of ensuring that the trench 4 protection plan was designed by a Registered Professional Engineer. No review of plan 5 adequacy will be made. 6 6. Traffic control plan: 7 a. It shall be the Contractor's responsibility to provide traffic control plans in accordance 8 with the Texas Manual of Uniform Traffic Control Devices, as well as notify 9 emergency services of any anticipated road closures. 10 B. Miscellaneous Submittals: 11 1. See Section 01340 for requirements for the mechanics and administration of the submittal 12 process. 13 2. Submit test reports and fully document each with specific location or stationing information, 14 date, and other pertinent information. 15 1.5 PROJECT CONDITIONS 16 A. Avoid overloading or surcharge a sufficient distance back from edge of excavation to prevent 17 slides or caving. 18 1. Maintain and trim excavated materials in such manner to be as little inconvenience as 19 possible to public and adjoining property owners. 20 B. Provide full access to public and private premises and fire hydrants, at street crossings, 21 sidewalks and other points as designated by Owner to prevent serious interruption of travel. 22 C. Protect and maintain bench marks, monuments or other established points and reference points 23 and if disturbed or destroyed, replace items to full satisfaction of Owner and controlling agency. 24 D. Verify location of existing underground utilities. 25 PART 2 - PRODUCTS 26 2.1 MATERIALS 27 A. Backfill Material: 28 1. In accordance with most recent Design and Construction Standards of the City of Lubbock 29 and as approved by Engineer. 30 a. Excavated or imported material free of particles larger than 3 IN in any dimension, 31 capable of being compacted to minimum 95% of maximum dry density per ASTM 32 D698. 33 b. Moisture content at time of placement: 2 percent plus/minus of optimum moisture 34 content as determined in accordance with ASTM D698. 35 c. Free of rock cobbles, roots, sod or other organic matter, and frozen material. 36 B. Subgrade Stabilization Materials: Provide subgrade stabilization material consisting of 2 IN 37 crushed stone or gravel. 38 C. Bedding Materials: 39 1. As approved by the Engineer. Rock is for bedding DI pipe only and sand may be used for 40 either DI or PVC. 41 2. Granular bedding materials: 42 a. ASTM C33, gradation 67 (3/4 1N to No. 4 sieve) defined below: 43 Sieve Size I IN 3/4 IN 3/8 IN No. 4 No. 20 Percent Passing by Weight 100 90-100 20-55 0-10 0 44 45 b. Sand bedding material as defined below: 00009 1897 City of Lubbock Downtown Waterline Replacement Project - January 2008 02221 - 2 1 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 1) Sand for use as pipe bedding shall be clean, granular and homogeneous material composed mainly of mineral matter, free of mud, silt, clay lumps or clods, vegetation or debris. The material removed by decantation TxDOT Test Method TexA06-A, plus the weight of any clay lumps, shall not exceed 4.5 percent by weight. The resistivity shall not be less than 3000 ohms -cm as determined by TxDOT Test Method Tex-129-E. Size gradation of sand for bedding shall be as follows: GRADATION TABLE SIEVE SIZE % RETAINED BY WEIGHT 1/4" 0 #60 75-100 #100 95-100 D. Cement Stabilized Material: 1. Use sand, silty sand, or gravelly sand soils (non -plastic) as approved by Engineer. 2. Uniformly mix 1.5 sacks of Type 1/II dry Portland cement per cubic yard of approved soils. 3. Thoroughly mix dry cement into soil using pugmill, rotary mixer, or front-end loader bucket by dumping material back and forth until cement is thoroughly and uniformly distributed. 4. Moisture content at the time of placement shall be 3% above to 1% below optimum moisture content as determined using ASTM D558. 5. Place in 6 to 8 IN thick loose lifts and compact to not less than 95% of maximum dry density, as determined by ASTM D558. Compact within two hours of mixing. E. Controlled Low Strength Materials (CLSM): Also known as Fowable fill. 1. General: Composed of a mixture of cetnentitious material, aggregate, water, filler and admixtures. CLSM is easily placed and hardens to provide a bearing strength equal to or greater than compacted soils. It can be used as a pipe bedding material, trench backfill or anywhere else requiring these properties. 2. Materials: Provide a mixture of the following materials in proper proportions to obtain properties specified. a. Cement: ASTM C 150, Type I or I1: min 50 lb/cy, max 2001b/cy. b. Fly ash: ASTM C618: Class C: max 350 lb/cy. c. Water: ASTM C954: min 250 lb/cy, max 600 lb/cy. d. Aggregate: Provide either of the following or a mixture. 1) ASTM C33: Max size %" 2) Sand: 95-100 % passing #4 sieve, 0-5% passing #200 sieve. e. Air entrainment admixtures: "Daravair", "Micro -air" or equal. f. Other admixtures and non-standard materials will be evaluated on a case by case basis. 3. Properties: Flowable fill shall exhibit the following properties. a. Flowability: ASTM C939: Efflux time of 30 seconds ± 5 seconds with no segregation. b. Subsidence: Max 1/8" per foot depth as measured in field. c. Hardening time: 3 — 5 hours to reach a penetration resistance of 650 as measured by ASTM C403 under normal conditions (± 70°F, ± 40 % humidity) d. Unit weight: ASTM D6023, min 90 lb/cf, max 145 lb/cf. e. Entrained air: ASTM D6023, min 5%, max 20%. f. Strength: ASTM D4832, ruin 75 psi, max 300 psi at 28 days. 43 PART 3 - EXECUTION 44 3.1 GENERAL 00008-5 1397 City of Lubbock Downtown Waterline Replacement Project - January 2008 0222 t - 3 I A. Remove and dispose of unsuitable materials as directed by Owner's Representative or Engineer. 2 3.2 EXCAVATION 3 A. Unclassified Excavation: Remove rock excavation, clay, silt, gravel, hardpan, and loose stone. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3.3 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 B. Excavation for Appurtenances: 1. 12 IN (minimum) clear distance between outer surface and embankment. C. Trench Excavation: 1. Excavate trenches by open cut method to depth shown on Drawings and necessary to accommodate work. a. Support existing utility lines where proposed work crosses at a lower elevation. 1) Stabilize excavation to prevent undermining of existing utility. 2. Open trench outside buildings, units, and structures: a. No more than the distance between two manholes, structures, units, or 300 LF, whichever is less. b. Field adjust limitations as weather conditions dictate. 3. Any trench or portion of trench, which is opened and remains idle for 3 calendar days, or longer, as determined by the Owner, may be directed to be immediately refilled, without completion of work, at no additional cost to Owner. a. Said trench may not be reopened until Owner is satisfied that work associated with trench will be prosecuted with dispatch. 4. Observe following trenching criteria: a. Trench size: 1) Excavate width to accommodate free working space. 2) Maximum trench width at top of pipe or conduit may not exceed outside diameter of utility service by more than the following dimensions: OVERALL DIAMETER OF UTILITY SERVICE EXCESS DIMENSION 33 1N and less 241N more than 33 IN 36 IN 3) Cut trench walls vertically from bottom of trench to 1 FT above top of pipe, conduit, or utility service. 4) Keep trenches free of surface water runoff. a) Include cost in Bid. b) No separate payment for surface water runoff pumping will be made. PREPARATION OF FOUNDATION FOR PIPE LAYING A. Over -Excavation: 1. Backfill and compact to 90 percent of maximum dry density per ASTM D698. 2. Backfill with granular bedding material as option. B. Rock Excavation: 1. Excavate minimum of 6 IN below bottom exterior surface of the pipe or conduit. 2. Backfill to grade with suitable earth or granular material. 3. Form bell holes in trench bottom. C. 00008-51397 Subgrade Stabilization: 1. Stabilize the subgrade when directed by the Owner's Representative or Engineer. 2. Observe the following requirements when unstable trench bottom materials are encountered. a. Notify Owner when unstable materials are encountered. 1) Define by drawing station locations and limits. b. Remove unstable trench bottom caused by Contractor failure to dewater, rainfall, or Contractor operations. 1) Replace with subgrade stabilization with no additional compensation. City of Lubbock Downtown Waterline Replacement Project - January 2008 02221 - 4 1 3.4 BACKFILLING METHODS 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 A. Carefully Compacted Backfill: 1. Furnish where indicated on Drawings, specified for trench embedment conditions and for compacted backfill conditions up to 12 IN above top of pipe or conduit. 2. Comply with the following: a. Place backfill in lifts not exceeding 8 IN (loose thickness). b. Hand place, shovel slice, and pneumatically tamp all carefully compacted backfill. c. Observe specific manufacturer's recommendations regarding backfilling and compaction. d. Compact each lift to specified requirements. B. Common Trench Backfill: 1. Perform in accordance with the following: a. Place backfill in lift thicknesses capable of being compacted to densities specified. 1) Maximum lift thickness of 8 IN loose and 6 IN compacted unless approved otherwise by Engineer. b. Observe specific manufacturer's recommendations regarding backfilling and compaction. c. Avoid displacing joints and appurtenances or causing any horizontal or vertical misalignment, separation, or distortion. C. Water flushing for consolidation is not permitted. 3.5 COMPACTION A. General: 1. Place and assure bedding, backfill, and fill materials achieve an equal or "higher" degree of compaction than undisturbed materials adjacent to the work. 2. In no case shall degree of compaction below "Minimum Compaction" specified be accepted. B. Compaction Requirements: 1. Unless noted otherwise on Drawings or more stringently by other sections of these Specifications, comply with following trench compaction criteria: MINIMUM COMPACTIONS LOCATION SOIL TYPE 2. Bedding material: All locations Cohesionless soils 3. Carefully compacted backfill: All applicable areas Cohesive soils Cohesionless soils DENSITY 75 percent of maximum relative density by ASTM D4253 and ASTM D4254 95 percent of maximum dry density by ASTM D698 75 percent of maximum relative density by ASTM D4253 and ASTM D4254 00008-5 189' City of Lubbock r Downtown Waterline Replacement Project - January 2008 i 02221 - 5 1 4. Common trench backfill: 2 3 Under pavements, 95 percent of maximum 4 roadways surfaces, dry density by ASTM D698 with 5 within highway moisture content of +/- 2% of 6 right-of-ways optimum by ASTM D2216 7 8 Unpaved areas 90 percent of maximum 9 dry density by ASTM D698 10 11 3.6 FIELD QUALITY CONTROL 12 A. Testing: 13 1. Perform in -place moisture -density tests as directed by the Owner. 14 2. Perform tests through recognized testing laboratory approved by Owner. 15 3. Costs of "Passing" tests paid by Owner. 16 4. Perform additional tests as directed until compaction meets or exceeds requirements. 17 5. Cost associated with "Failing' tests shall be paid by Contractor. 18 6. Reference to Engineer in this section will imply Soils Engineer when employed by Owner 19 and directed by Engineer to undertake necessary inspections as approvals as necessary. 20 7. Assure Owner has immediate access for testing of all soils related work. 21 8. Ensure excavations are safe for testing personnel. 22 END OF SECTION 0000 -51897 City of Lubbock Downtown Waterline Replacement Project - January 2008 02221 -6 REMOVE AND REPLACE BRICK (MATCHING BRICK LAY PATTERN) PAVEMENT, WIDTH PER 02660 6" MIN 12" MAX I A e JL a 1" COMPACTED LEVELING BASE, SEE NOTE 1 ,,,—CONCRETE CAP, — SEE DETAIL 6/3C-02 '*'— EXISTING PAVING MIN. 12" FLEXBASE OR CEMENT STABILIZED BACKFILL UNDER PAVING, COMPACT TO MIN 95% ASTM D698 BACKFILL, COMPACT TO MIN. 95% ASTM D698 EMBEDMENT MATERIAL WATER PIPELINE '--EXCAVATION LINE MAY BE CURVED O.D. + 24" TO SHAPE OF TRENCHER, MAINTAIN MIN OF 6" THICK BEDDING LAYER (MAX) OUTSIDE DIAMETER OF PIPE (O.D.) NOTES: 1. LEVELING BASE MATERIAL TO BE 1 PART CEMENT AND 3 PARTS SAND. BRICK JOINTS TO BE FILLED WITH CEMENT, OR AS APPROVED BY STREET SUPERINTENDENT. 2. CONTRACTOR TO REUSE REMOVED BRICK, REPLACING DAMAGED BRICK WITH SALVAGED BRICK. BRICK PAVED TRENCH AND REPAIR DETAIL � HDR Engineering, Inc. CITY OF LUBBOCK DOWNTOWN WATERLINE REPLACEMENT PROJECT ISSUED FOR ADDENDUM #1 Dote 02/29/08 Attachment No. I SURFACE COURSE — MATCH EXISTING "cc X (2" MIN. FOR ASPHALT) PRIME COAT (FOR ASPHALT ONLY) EXISTING ASPHALT OR ��—CONCRETE PAVEMENT EXISTING BASE MATERIAL �— MIN. 12" FLEXBASE OR CEMENT STABILIZED BACKFILL UNDER PAVING, COMPACT TO MIN 95% ASTM D698 ----- BACKFILL, COMPACT TO MIN. 95% ASTM D698 ---EMBEDMENT MATERIAL �— WATER PIPELINE �— EXCAVATION LINE MAY BE CURVED O.D. + 24" TO SHAPE OF TRENCHER, MAINTAIN MIN OF 6" THICK BEDDING LAYER (MAX) OUTSIDE DIAMETER OF PIPE (O.D.) OWN *ftl� l"ril CITY OF LUBBOCK DOWNTOWN WATERLINE REPLACEMENT PROJECT HDR Engineering, Inc. ISSUED FOR ADDENDUM #1 Date 02/29/08 Attachment No. _l ■MO®AME� win®i®TERRA TESTING an SEEN ENVIRONMENTAL manumns TERRA �4„m i�i77 HDR Engineering, Inc. 4401 West Gate Blvd.'Ste. 400 Austin, TX 78745 Gentlemen: GEOTECHNICAL INC. ISO ACCREDITED 17025 CERTIFIED_ CONSTRUCTION MATERIAL TESTING January 18, 2006 Re: Major Water Line Replacement, Lubbock, Texas STR —1692 Terra.Testing, Inc. (Terra).has conducted a subsurface exploration and geotechnical evaluation for the proposed Major Water Line Replacement, Lubbock, TX. We are pleased to transmit ten (10) copies of the report, which presents the results of the investigation, evaluations and recommendations concerning geotechnical related design and construction of the above referenced project. This report included the results of the field and laboratory testing. During the construction phase of the above referenced project, we would be happy to provide Construction Material Testing Services. In fact, Terra Testing, Inc. is the only ISO 17025 certified (equivalent to ISO 9000 and 9001 series) engineering testing agency in West Texas area. We appreciate the opportunity to have performed this subsurface exploration and geotechnical evaluation and we look forward to discussing the information presented in this report with you. Please contact our office with any questions you may have. Respectfully submitted, TERRA TESTING, INC. r, Aj t " " ovi dan, Ph.D. Pr dent AJ/jc WWW.TERRA-ENG.COM _ P. 0 BOX 16605 1 S208 34TH STREET I LUBBOCK, I TX 79490-6605 1 806.793.4767 1 FAX 806.793.4768 i- TABLE OF CONTENTS 1 INTRODUCTION I ..................................................................................................... 1.1 AUTHORIZATION OF PROJECT............................................................................... 1 1.2 PROJECT DESCRIPTION.........................................................................................1 1.3 PURPOSE AND SCOPE............................................................................................ 2 2 SITE CONDITIONS................................................................................................. 3 2.1 SITE LOCATION AND DESCRIPTION...................................................................... 3 3 EXPLORATION, SAMPLING AND TESTING ................................................... 4 3.1 FIELD EXPLORATION............................................................................................ 4 3.1.1 Scope........................................................................................................... 4 3.2 DRILLING AND SAMPLING.................................................................................... 4 3.2.1 Groundwater Measurements....................................................................... S 3.3 LABORATORY TESTING........................................................................................ 5 4 GENERAL SOILS AND DESIGN CONDITIONS ............................................... 7 4.1 DESCRIPTION OF SOILS......................................................................................... 7 4.2 DESIGN CONDITIONS............................................................................................ 7 5 EVALUATIONS AND RECOMMENDATIONS................................................10 5.1 SITE PREPARATION............................................................................................ 10 5.2 SITE DRAINAGE.................................................................................................. 10 5.3 QUALITY CONTROL............................................................................................ 1 I 6 REPORT LIMITATIONS.....................................................................................12 7 REPORT DISTRIBUTION...................................................................................14 STR 1692 — Major Water Line Replacement, Lubbock, Texas 1 1-17-2006 SOIL INVESTIGATION REPORT Major Water Line Replacement Lubbock, Texas 1 INTRODUCTION This report presents the results of the subsurface investigation and geotechnical evaluation performed by Terra Testing, Inc. ("Terra") for the Major Water Line Replacement in Lubbock, Texas. 1.1 Authorization of Project Mr. Duwain Whitis, P.E., Project Manager ("Client"), of HDR Engineering, Austin, Texas, authorized Terra's services as per the agreed proposal dated August 17, 2005. This proposal contained the scope of work to be performed, cost of services, and Terra's terms and conditions for the project. 1.2 Project Description The proposed project involves the replacement of major waterlines in Lubbock, Texas. The project is divided into two parts. The first part pertains to the replacement of a major waterline from 23rd Street south along Quaker Avenue to 341h Street, east along 34`h Street to Avenue A, and then north Along Avenue A to 191h Street. The second part of the project is for the replacement of a water line in downtown Lubbock, which is bounded by Mac Davis Lane, Avenue O, 13`h Street and the BNSF railroad. STR 1692 — Major Water Line Replacement, Lubbock, Texas 1-17-2006 1.3 Purpose and Scope The purpose of this investigation was to conduct subsurface exploration and to provide soil characteristics and parameters for the preliminary engineering phase of the project and also to characterize the subsurface conditions to assist in selecting the appropriate technology for locating subsurface utilities during the design phase. The scope of services provided for this project included an initial site reconnaissance performed by Terra personnel, soil exploration by drilling test holes, ex - situ (laboratory) and in -situ (field) testing, and an evaluation of the projected subsurface conditions. A report of Terra's findings and engineering evaluation and recommendations was prepared. LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 3 1-17-2006 2 SITE CONDITIONS 2.1 Site Location and Description The project site is located in two areas. The first location for the water line replacement runs from 23`d Street south along Quaker Avenue to 34th Street, east along 34th Street to Avenue and then north along Avenue A to 19th Street. The second part of the project is in downtown Lubbock and is bounded by Mac Davis Lane, Avenue Q, 13th Street, and the BNSF railroad. All of the test holes except for test holes TH-4 and TH-10 were drilled through existing roadway with asphalt and base materials of variable depth. Test Holes TH-4 and TH-10 were drilled through natural soil. A list of test hole locations can be found in Attachment 1. LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 4 1-17-2006 3 EXPLORATION, SAMPLING AND TESTING 3.1 Field Exploration 3.1.1 Scope Field exploration for this investigation consisted of drilling test holes and recovering disturbed and undisturbed soil samples. At the request of the client, the sub- surface conditions were explored by a total of ten (10) test holes drilled to a depth of 10.0 feet below ground surface (bgs). The test holes were drilled at locations listed in Attachment 1. 3.2 Drilling and Sampling The drilling was performed using a CME 75 Drilling Rig. Standard penetration tests (SPT) in accordance with ASTM D 1586 were conducted at depths of 2.5, 5.0 feet and at 5.0 feet intervals thereafter to total depth, using a split spoon sampler. The number of blows per foot of the split spoon sampler (in 6-inch increments) is shown in Figures 1 and 2 and the boring logs. The sampling was performed in accordance with ASTM D 1586 and the actual penetration obtained for the respective increments is reported on the boring logs. The changes in soil strata, as observed during drilling operations, were carefully determined and are shown on the boring logs. However, all soils strata depths are considered approximate. All soil samples were kept in moisture -proof plastic bags to preserve the in -situ moisture content, identified by the test hole number and the total depth of the test hole, and transported to the laboratory for additional tests and evaluation. LUBBOCK t__ STR 1692 — Major Water Line Replacement, Lubbock, Texas 1-17-2006 3.2.1 Groundwater iWeasurements 5 The test holes were monitored during and immediately following drilling activities for the presence of groundwater. In soils with a high level of permeability, such as sandy soils, recorded depths to the groundwater table are generally considered to be relatively reliable. However, no groundwater was observed in any of the ten (10) test holes. 3.3 Laboratory Testing All soil samples were classified according to the procedures outlined in ASTM D 2487, based on the Unified Soil Classification System. Furthermore, the soils are described in the boring logs using the methods prescribed in ASTM D 2488, utilizing Munsell Soil Color Charts, published by GretagMacbeth, New Windsor, NY, 2000 revised edition. Soil samples, which appeared to indicate maximum plasticity characteristics, were selected and Atterberg Limit tests were performed on these samples according to procedures outlined in ASTM D 4318. The percentage, by weight, of material passing the No. 200 sieve was also determined by ASTM D 1140 for the same samples. Additionally, the moisture content, for all collected soil samples, was determined by the procedures outlined in ASTM D 2216. The results of these laboratory tests can be seen on the respective boring logs. Five (5) Shelby tube samples were retrieved from test holes TH-1, TH-6, TH-7, TH-9 and TH-10, at depths between 1.0 and 3.5 feet below ground surface (bgs), for triaxial compression tests, outlined by ASTM D 2850 (see Attachments 2 through 9). Also six (6) Shelby tube samples were retrieved from test holes TH-1, TH-6, TH-7, TH- LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 6 1-17-2006 8, TH-9 and TH-10, at depths between 1.0 and 3.5 feet bgs, for direct shear tests, outlined by ASTM D 3080 (see Attachments 10 through 15). Shelby tube samples could not be retrieved from test holes TH-2, TH-3, TH-4 and TH-5 due to the high caliche content and stiffness of the soil. All soil samples collected with reference to this project will be stored for a period of six (b) months from the report date. The samples will be discarded after this time period, unless instructed otherwise in writing. LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 7 1-17-2006 4 GENERAL SOILS AND DESIGN CONDITIONS 4.1 Description of Soils Ten (10) test holes (TH-1 through TH-10) were drilled along the proposed waterline to a depth of 10.0 feet bgs (below ground surface) at locations shown in Attachment 1. Test holes, TH-4 and TH-10 were drilled through natural soil while the remaining test holes were drilled through an existing asphalt pavement. The topsoil in test holes TH-4 and TH-10 were silty sand (SM) and clayey sand (SC) with organics which extends to 2.0 feet bgs. In all the test holes, below the topsoil and the asphalt layer, there are layers of clayey sand (SC) and sandy lean clay (CL) as indicated in the boring logs. However, in TH-6 and TH-10, there is a layer of fat clay (CH) at the bottom of the test holes. Some of the soil layers both at the top and bottom elevations indicate the presence of caliche soil, which makes the soil layer over consolidated and hard. 4.2 Design Conditions The majority of the soil layers are clayey soils and the values of the plasticity index of the clayey soils vary between 6 and 27, while for the fat clays, the values of plasticity index are 28 and 35 respectively. Clayey soils with a plasticity index less than 15 are considered non -expansive, while those with plasticity index greater than 15 and less than 25 are considered low to moderately expansive. Clayey soils, with a plasticity index greater than 25, are classified as expansive soils. In general, the values of plasticity index of the soils are low, and therefore are not an engineering issue from an expansion and shrinkage point of view for the current design configuration except for the two soil TERRA TESTING, INC. LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 8 1-17-2006 layers in TH-6 and TH-10 where the value of plasticity index is 28 and 35. Control of moisture is the key to eliminate problems with expansive clays. Triaxial compression tests (ASTM D 2850) performed on the five (5) Shelby tube samples collected from the top soil layers (between 1.0 and 3.5 feet approximately) indicated values of modulus of elasticity equal to 1750, 2400, 1690, 620, 650, 720, 850 and 1600 psi respectively (see Attachments 2 through 9). Values between 600 and 850 psi are considered as moderately soft, while other values indicate that the stiffness of the soil at that elevation to be moderately stiff. Six (6) direct shear tests were also performed on soil samples collected from depths between 1.0 and 3.5 feet. The results of the direct shear tests indicate that the soil behaves predominately as frictional, with values of angle of internal friction varying between 20 and 35 degrees with values of cohesion varying between 7.7 and 18.0 psi respectively. The actual corresponding values of cohesion are given in the test data. From the standard penetration test, it is shown that the average strength of the soil layers in all test holes increases from the top to the bottom of the test holes. For the ground preparation it is recommended to remove the top grass or any other unwanted materials. After the placement of the pipeline it is very important to compact the backfill soil. Compaction can be achieved using vibratory soil compacting machines. The backfill has to be compacted in 12-inch layers and the soil shall be compacted to 95% of the standard dry density as determined by ASTM D 698. The compaction of each layer has to be tested and approved before placing a new soil layer on the top. Lack of compaction of the soil would result in settlement of the top surface, which could eventually cause problems for the pavement or building on the top. STR 1692 — Major Water Line Replacement, Lubbock, Texas 9 1-17-2006 Since the proposed structure is a water pipe line, it is not anticipated to have any bearing capacity problems for the pipeline. The allowable net bearing value for the soil at a depth of 2.5 feet below finished grade is 2000 psf. and a corresponding value at 10.0 feet below grade is 4000 psf. Any value in between can be linearly interpolated. LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 10 1-17-2006 5 EVALUATIONS AND RECOMMENDATIONS 5.1 Site Preparation It is recommended that the top 2.0 inches of surticial soils be removed to remove the debris, roots and vegetation and any other deleterious material, if any. Then, the top 9.0 inches of soil on the new surface has to be scarified and compacted in order to obtain a uniform surface. The compaction shall be performed such that the compacted soil dry density shall be at least 95% of the computed laboratory dry density as determined by ASTM D 698. The ground elevation can be increased, by replacing the excavated soil fill in 9.0 inch layers such that each compacted layer shall not exceed 9.0 inches in thickness and the compaction shall be performed as per the above specifications. If transported or imported soils are used which are different from the existing soils, then these soils shall be tested for Atterberg limits (ASTM D 4318) and the maximum dry density and optimum moisture (ASTM D 698). The liquid limit of the transported or imported soils shall not exceed 35 and the plasticity index shall be between 7 and 15. Each successive layer of new soil shall be placed only after the bottom layer has been compacted and tested for the required densities. 5.2 Site Drainage It is recommended to provide adequate drainage outside the area of the concrete slab, if any. Placement of flowerbeds or lawns close or proximal to the concrete slab can have very detrimental effects on the structure because of the possibility of the softening of the soil. LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 11 1-17-2006 5.3 Quality Control Construction inspection and quality control tests shall be planned and scheduled to verify materials and placement are in accordance with the specifications. Subgrade preparation, field density tests, and concrete strength are very important and therefore shall be monitored and recorded. It is further recommended that Terra perform quality control services in order to ensure quality construction inspection and material testing for the project. Terra would be pleased to provide these services and can also assist with construction inspection, planning and scheduling. We also recommend that Terra be retained, to review the final design document to verify that the recommendations made in this report have been interpreted as intended, and to inspect the installation of all foundations. LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 12 1-17-2006 6 REPORT LIMITATIONS Every effort has been made to accurately evaluate the subsurface conditions at the above referenced site in accordance with the standard engineering principles and practices. No other warranty or guarantee, expressed or implied, is made other than that the work was performed in a proper and workmanlike manner. However, it must be recognized that the SPT sampling tube cannot retrieve boulders or gravel of sizes larger than 1.5 inches. The foundation recommendations stated in this report are based on ten (10) test holes drilled to a depth of 10.0 feet bgs at locations requested by the Client listed in Attachment 1. The conclusions reached in this report are exclusively for engineering design and were based on a limited number of soil borings and results of laboratory tests conducted on samples recovered from ten (10) test holes drilled to a depth specified by the client. Furthermore, the recommendations presented herein are based on analyses, which presume the soil properties between the borings to have a reasonably uniform variation as revealed by the exploratory borings. Consequently, careful observations must be made during construction activities to detect any significant deviations of actual conditions throughout the construction area from those inferred from the exploratory borings. Should any unusual conditions be encountered during construction, this office should be notified immediately so that further investigations and supplemental recommendations may be made to modify the foundation design to suit the new conditions encountered. LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 13 1-17-2006 Moreover, design recommendations made in here are for static loading conditions only; dynamic loads from machines like large generators or compressors, etc. have to be considered by experts on such loading conditions. Terra shall not accept the responsibility for all the adequacies of the recommendations provided in this report if another party is retained for QA/QC during pier drilling, pier installation, and/or construction material testing during the construction phase. Due to changes in current technology, changes to the project site conditions, changes in project specifications etc., this report and the recommendations made in herein shall not be valid one (1) year from the date of the report. It is strongly recommended that the client contact Terra Testing, Inc. to determine whether this report is valid after the expiration of the above mentioned time period, or should project site conditions vary. LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 14 1-17-2006 7 REPORT DISTRIBUTION Terra Testing, Inc. has prepared this report for the sole and exclusive use of its client, based on specific and limited objectives. All reports, boring logs, field data, laboratory test results and other documents prepared by Terra Testing, Inc., as insh=ents of service, shall remain the property of Terra Testing, Inc., and reuse of these documents is not permitted without prior written approval from Terra Testing, Inc. The client may release the information to third parties, which may use and rely upon the information at their discretion. However, any use of or reliance upon the information by a party or parties other than those specifically named above, shall be solely at the risk of such third party and without legal recourse against Terra Testing,. Inc., its parent company, or its subsidiaries and affiliates, or their respective employees, officers or directors, regardless of whether the action in which recovery of damages is sought is based upon contract, tort (including the sole, concurrent or other negligence and strict liability of Terra Testing, Inc.), statute, or otherwise. This information shall not be used or relied upon by a party that does not agree to be bound by the above statement. Terra Testing, Inc. assumes no responsibility or obligation for the unauthorized use of this report by a third party. We appreciate the opportunity to be of assistance on this project. If you should have any questions, please feel free to call us. Very truly yours, TERRA TESTING, INC. C. V. G. Vallabhan, Ph.D., P. E. Geotechnical Engineer LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 12-27-05 No. of blows per. foot (N) 0 10 20 30 40 50 0 X 10- X C: 0 __4 tT OTH #1 x T H #2 0 Q. A T H #3 oTH #41 20- OTH 5 25- 30 35-L FFF Note: An arrow indicates N is greater than 50 blows/ft. Figure 1: Standard Penetration Test, ASTM D-1 586 Test Holes 1 — 5 Method of Sampling: ASTM D-1586, Split -Barrel Sampler Size of Samples: 2-in. Method of Drilling: Wet _ Dry X rEHIRA IFEWIFINU, Inc. LUBBOCK STR 1692 — Major Water Line Replacement, Lubbock, Texas 12-27-05 No. of blows per foot (N) 0 10 20 30 40 so 0- 4— 0;X1 I a --t ---- -- 5 X TX -4- 10 -X 0 o TH #6 4- 0 xTH#7 CL 25 - 30- 35-1-++ Note: An arrow indicates N is greater than 50 blows/ft. Figure 2: Standard Penetration Test, ASTM D-1 586 Test Holes 6-10 Method of Sampling: ASTM D-1586, Split -Barrel Sampler Size of Samples: 2-in. Method of Drilling: Wet _ Dry X TERRA TESTING, INC. LUBBOCK BORING LOG 1' TS- Top Soil t L`U1 11VLL' .,- Project: Location: STR No.: 1692 1 Invoice No.: Proposed Major Water Line Replacement Project• Lubbock Tx 14" & Ave M 26458 Name of the Driller: Depth of GWT: 1Client: HDR En meerin , Inc.; Austin, Texas Dustin Jahay & Josh Chaney - — - urface Elevation: Diameter: Depth: Boring Method: Date Drilled: Classified By: Checked By: Unknown rt 7 718" 10 Hollow Stem Auger (HSA) 12-08-05 Jon Pursell 1PIMV Depth, ft Description USC Moisture Liquid Plastic Plasticity Passing SP'f, No. of Blows per 6" 2nd 3rd Remarks Content, % Limit, % Unit, 90 index p 200, % I st TS Asphalt 2" 2 Base 8" 2.5 Clayey Sand w/Caliche, Pink SC 8.0 28 16 12 36.6 12 17 13 5 Sandy Lean Clay, Yellowish Red CL 9.0 27 13 14 54.0 12 12 14 10 Sandy Lean Clay w/Caliche Pink CL 10.9 34 14 20 55.2 10 1 13 12 15 20 25 30 35 40 45 50 .. BORING LOG TEST UnIX rNt7_ 2 Project: Location: STR No.: 1692 Invoice No.: Proposed Major Water Line Replacement Project; Lubbock, Tx le & Ave. G 26458 Client: Name of the Driller: Depth of GWT: v_ HDR Engineering, Inc.; Austin, Texas Dustin Jahay & Josh Chaney ---------- _ Surface Elevation: Diameter: Depth: Boring Method: Date Drilled: Classified By: Checked By: Unknown 7 7/8" 10, Hollow Stem Auger (HSA) 12-08-05 Jon Pursell JP/MV Depth, R Description USC Moisture Content, % Liquid Limit, % Plastic Limit, % Plasticity Index Passing k 200, % SPT, No. of Blows Ist 2nd per 6" 3rd Remarks TS`-,Asphalt 2 2.5 Sandy Lean Clay w/trace of Caliche, Light Brown CL 17.9 28 17 11 57.2 3 5 4 . 5 Clayey Sand w/Caliche, Pink SC 6.3 23 17 6 26.7 21 12 11 10 Clayey Sand w/Caliche, Pink SC 16.4 40 1 32 8 14.7 13 21 30 15 20 25 30 35 40 45 50 o- ' up oua TERRA TESTING, INC. ver031103 BORING LOG Project: Location: STR No.: 1692 Invoice No.: Proposed MajorWater Line Replacement Project; Lubbock Ave. M & Main Street 26458 -Lubbock,' Client: Name of the Driller: Depth of GWT: HDR En ineerin , Inc.; Austin, Texas Dustin Jahay & Josh Chaney --------- Surface Elevation: Diameter: Depth: Boring Method: Date Drilled: Classified By: Checked 1 By: Unknown 7 7/8" 10, Hollow Stem Auger (HSA) 12-14-05 Jon Pursed JP/MV Depth, ft Description USC Moisture Liquid Plastic Plasticity Passing SP'I', No. of Blows per 6" I 3rd Remarks Content, % Limit, % Limit, % index N 200, % Is( 2nd Asphalt 3" TS 2 Base 2.5 Sandy Lean Clay w/Caliche, Pink CL 17.9 27 18 9 69.8 5 *50 *5 3/4Penetration 5 Clayey Sand w/Caliche, Pink SC 8.6 48 33 15 25.0 12 10 11 10 Clavev Sand w/Caliche Pink SC 18.4 28 19 1 9 11.3 1 15 20 1 20 15 20 25 30 35 40 45 50 TS- Top Soil BORING LOG TEST HOLE NO. 4 Project: Location: STR No.: 1692 Invoice No.: Proposed Major Water Line Replacement Prot, Lubbock, Tx lOv' St & Ave. G I 26458 Client: Name of the Driller: Depth of CWT: HDR Engineering, Inc.; Austin, Texas Dustin Jaha & Josh Chaney--------- Surface Elevation: Diameter: Depth: Boring Method: Date Drilled: Classified By: Checked By: Unkn)vA 1 7 7/8" 10, Hollow Stem Auger (HSA) 12-08-05 Jon Putsell JPIMV Depth, ft Description USC Moisture Content, % Liquid Limit, % Plastic Limit, 4o Plasticity index Passing 11200, % SPT, No. of Blows Ist 2nd per 6" 3n1 Remarks TS Silty Sand w/Organics, w/Gravel, Brown SM 3.0 Non PIastic 18.3 2 2.5 Sandy Lean Clay w/Caliche, Pink CL 7.0 26 14 12 53.7 9 8 9 4 5 Clayey Sand w/Caliche, Pink SC 5.2 27 16 11 31.7 21 *50 3" Penetration 10 Clayey Sand w/Caliche, Pink SC 15.2 32.2 18 17 21 15 20 25 30 35 40 45 50 — TS- Top Soil TERRA TESTING, INC. ver031103 HI BORING LOG TEST ROLE NO 5 w Project: Location: STR No.: 1692 Invoice No.: Proposed Major Water Line R lacement Pro'ect; Lubbock, Tx 6 St. & Ave. L 26458 Client: Name of the Driller: Depth of GWT: Z HDR Engineering, Inc.; Austin, Texas Dustin Jahay & Josh Chaney — - Surface Elevation: Diameter: Depth: Boring Method: Date Drilled: Classified By: Checked By: Unknown 7 7/8" 110, Hollow Stem Auger (HSA) 12-13-05 ton Purcell JPlMV Depth, R Description USC Moisture Liquid Plastic Plasticity Passing I SP'r, No. of Blows per 6" Remarks Content, % Limit, %: Limit, % Index tt 200. % I st 2nd 3rd TS Asphalt 8" Base 8" 2 2.5 Clayey Sand w/Gravel, Light Brown SC 9.1 27.1 *50 '1" Penetration 5 Clayey Sand w/Caliche, Light Brown SC 11.1 33 19 14 31.6 8 16 22 10 Clayey Sand w/Caliche, Pink SC 25.6 59 36 23 16.2 20 20 26 15 20 25 30 35 40 45 50 — TS- Top Soil I CKKA Ica I In V, IPm4. Mud 1UJ BORING LOG TF,ST HOLF, NO. 6 Project: Location: . STR No.: 1692 Invoice No.: Proposed Major Water Line Replacement Project; Lubbock, Tx 26 s & Ave. A 26458 Client: Name of the Driller: Depth of GWT: 1_ HDR Engineering, Inc.; Austin, Texas Dustin Jahay & Josh Chaney ---------- Surface Elevation: Diameter: Depth: Boring Method: Date Drilled: Classified By: Checked By: Unknown 7 7/8" 10, Hollow Stem Auger (HSA) 12-07-05 Jon Pursell JP/MV Depth, R Description USC Moisture Liquid Plastic Plasticity Passing SP'r, No. of Blows per 6" Remarks Content, % Limit, % Limit, % Index k 200, % Ist 2nd 3rd TS Asphalt 2.5" 2 Base 6" 2.5 Sandy Lean Clay w/Caliche, Red CL 13.5 30 12 18 52.0 11 17 14 5 Clayey Sand w/Caliche, Yellowish Red SC 12.0 24 14 10 38.5 11 13 17 10 Sandy Fat Clay, Brown CH 21.7 52 24 28 64.9 15 *50 Penetration 15 20 25 30 35 40 45 50 — TS- Top Soil TERRA TESTING, INC. Ver031103 BORING LOG TEST HOLE NO 7 Project Location: STR No.: 1692 Invoice No.: Pro osed Ma'or Water Line Re laccment Project; Lubbock, Tx Ave. L & 34 s Street 26458 Client: dame of the Driller: Depth of GWT: 31 MDR Engineering. Inc., Austin, Texas Dustin Jahay & Josh Chaney --- -- _ Surface Elevation: Diameter: Depth: Boring Method: Date Drilled: Classified B • Checked B Unknown 7 7/8" 10, Hollow Stem Auger (HSA) 12-074)5 Jon Pursell JP/Mv _ Depth, R Description USC Moisture Liquid Plastic Plasticity Passing SPT, No. of Blows per6" Remarks Content, % Limit, % Limit, % Index # 200, % I st 2nd 3rd TS Asphalt 15" 2 Base 5„ 2.5 Sandy Lean Clay, Red CL 14.5 30 12 18 52.7 6 9 10 5 Clayey Sand w/Caliche, Reddish Yellow SC 13.7 24 18 6 27.6 18 15 9 10 Sandy Lean Clay,Reddish Yellow CL 14.7 33 16 17 66.6 7 10 12 15 20 25 30 35 40 45 50 - TS- Top Soil 50 - TS- Top Soil BORING LOG rRRT Fini.R NO- R Project: Location: STR No.: 1692 Invoice No.: Proposed Major Water Line Replacement Project; Lubbock, Tx Ave. X between 33rd & 34" Street 1 26458 Client: Name of the Driller: Depth of GWT: HDR Engineering, Inc.; Austin, Texas Dustin Jahay & Josh Chaney ---------- Surface Elevation: Diameter: Depth: Boring Method: Date Drilled: Classified By: I Checked By: Unknown 7 7/81, 10, Hollow Stem Auger(HSA) 12-13 OS Jon Pursell JP1MV Depth, R Description USC Moisture Content, % Liquid Limit, % Plastic Limit, % Plasticity Index Passing N 200, % SP'I', No. of Blows Isf 2nd per 6 3n1 Remarks TS As halt4' 2 Base 4„ 2.5 Sandy Lean Clay, Red CL 8.7 30 18 12 56.5 9 10 14 5 Clayey Sand, Yellowish Red SC 5.4 28 12 16 41.7 11 12 16 10 Clayey Sand w/Caliche Yellowish Red SC 8.8 27 16 11 43.2 11 14 1 18 15 20 25 30 35 40 45 50 TS- Top Soil TERRA TESTING, INC. vero31103 it BORING LOG -- TEST HOLE NO 9 i, r Project: Proposed Major Water Line Replacement Project, Lubbock, Tx Location: 34" St. & Hartford STR No.: 1692 Invoice No.: 26458 Name of the Driller: Depth of GWT: 1Client: 11DREnpineering,Inc • Austin Texas Jon Pursell ----- --- Surface Elevation: Diameter: Depth: Boring Method: Date Drilled: Classified By: Checked By: Unknown 7 7/8' 10' Hollow Stein Auger (HSA) 12-06-OS Jon Purcell JP/MV Depth, ft Description U5C I Moisture Content, % Liquid Limit, % Plastic Limit, % Plasticity Index Passing N 200. % I st No. 2n Blows per 6" I st 2nd 3rd Remarks TS Asphalt 2.5" Rase 6" 2 2.5 Sandy Lean Clay, Yellowish Red CL 14.4 33 16 17 51.0 7 6 10 5 Sandy Lean Clay w/Caliche, Reddish Yellow CL 14.2 41 16 25 68.0 9 14 20 10 Clayey Sand w/Caliche, Yellowish Red SC 10.4 30 13 27 45.6 16 23 24 15 20 25 30 35 40 45 50 TS- Top Soil 1 CRR/N 1IMO 11nV, 1". YewJI IvJ BORING LOG TEST HOLE NO. 10 Project: Location: STR No.: 1692 Invoice No.: Proposed Major Water Line Replacement Project; Lubbock, Tx 28'" & Quaker Ave. 1 26458 Client: Name of the Driller: Depth of GWT: V HDR Engineering, Inc.; Austin, Texas Jon Pursell ---------- Surface Elevation: Diameter: 1 Depth: Boring Method: Date Drilled: Classified By: Checked By: Unknown 7 7/8" 10, Hollow Stem Auger (HSA) 12-06-05 Jon Purseil I JP/MV Depth, ft Description USC Moisture Liquid Plastic Plasticity Passing SPT, No. of [slows per 6" Remarks Content, % Limit, % Limit, % Index s 2(H), % Ist 2nd 3rd TS Clayey Sand w/Organics, Brown SC 7.7 28 13 15 38.5 2 2.5 Clayey Sand w/Caliche, Light Gray SC 10.3 40 17 22 41.8 16 18 25 5 Sandy Lean Clay w/Caliche, Very Pate Brown CL 11.3 38 14 24 63.4 20 19 32 10 Sandy Fat Clay w/Caliche, Very Pale Brown CH 21.3 62 27 35 61.9 14 25 41 15 20 25 30 35 40 45 50 I J- I op oon TERRA TESTING, INC. ver031103 t Moslems AnNUHMA JAUURRD-IT M N A M NI T E R RA TESTING, INC. ISO 17025 CERTIFIED maisa mia i ENVIRONMENTAL I GEOTECHNICAL � CONSTRUCTION MATERIAL TESTING _T E R RA i ATTACHMENT -1 Test Hole Locations Test Hole No. Description of Location TH1 14 & Ave. M — 63' South of Intersection; I I' off curb of Ave. M TH2 14`h & Ave. G —14' off of 14th St. curb; 46' East of Ave. G; S.E. Corner TH3 Ave. M & Main St. — 45' North of Main St. & Ave. M Intersection; 17' East of Ave M.; North of Main & West side of street TH4 1 Oth & Ave. G — Northeast Corner; I V off Ave. G & 28' off l Oth St. TH5 6th St. & Ave. L — Northeast Corner; 30' East of Ave. L and 9' off 6th St. TH6 26`' 7 Ave. A — Southwest Corner & 45' West of stop sign TH7 Ave. L & 3e St. — 75' North of Intersection, right hand turning lane TH8 Between 33`d 7 34`h St. & Ave. X; 66' North of center line of alley & 6' off curb on west side of road TH9 Between 33`d & 3e St. and Hartford; 81' South of 33°d St.; Right lane 7' off side of curb of Hartford THI O 28th & Quaker— Southwest corner of Maxey Park WWW.TERRA-ENG.COM P. 0 60X 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605 1 806.793 4767 1 FAX 806.793.4768 I '14 14 In TO 9 a ■ m w ■ ACCREDITED ■ ■ ,l i TERRA TESTING, INC. ISO 17025 CERTIFIED ENVIRONMENTAL ■,����,�. � GEOTECHNICAL � CONSTRUCTION MATERIAL TESTING TERRA; ATTACHMENT - 2 Client: HDR Engineering Date of Report: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Clayey Sand w/ Organics, Brown Reference No.: NA Of Sample: Invoice No.: 26458 Location of TH-10 Sample No.: 8017 Sample: Date of Sample: 12-06-05 Sampling 1.0 —1.5 Date tested: 12-08-05 Depth, ft: Tested by: MV YIll D1..10'1_\:7_hi1311a01L'RI Dia. of sample, in.: 2.8 Ht. of sample in.: 5.6 Applied confining r. si: 10 Triaxial Test (unconsolidated and undrained) 10L 15C 14C 130 120 110 100 .a 90 80 m r 70 N 60 50 40 30 20 10 0 0.0 0.1 0.2 0.3 Strain, in/in UISTRISTR 1692 - Major Water Lire Replacement, Lubbock, TA09A-Triaxial-1692-8017 051209.doe WWW.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605 i 806.793.4767 1 FAX 806.793.4768 ACCREDITED llli TERRA TESTINGt INC. ISO 17025 CERTIFIED ENVIRONMENTAL GEOTECHNICAL U CONSTRCTION MATERIAL TESTING TERRAI ATTACHMENT — 3 Client: HDR Engineering Date of Report: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Clayey Sand w/ Organics, Brown Reference No.: NA Of Sample: Invoice No.: 26458 S Location of TH-10 ample No.: 8017A Sample: Date of Sample: 12-06-05 Sampling 1.5-2.0 Date tested: 12-08-05 Depth, ft: Tested by: MV TEST PARAMETERS 2.8 Ht. of sample, In.: 5.6 Applied confining pr., psi: 20 Triaxial Test (unconsolidated and undrained) 120 I L 110 100 90 80 're 70 C. UF 60 F 50 40 30 20 10 0 0.0 0.1 0.2 0.3 Strain, in/in DASTRXSTR 1692 -Major Water Line Replacement, Lubbock. Tx109B-Tda)6al-1692-8017A-051209.doc WWW.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK. I TX 79490-6605 1 806.793.4767 1 FAX 806.793.4768 I i TERRA TESTING, INC. ISO 17025 CERTIFIED -j �i 0 3 N f ENVIRONMENTAL GEOTECHNICAL CONSTRUCTION MATERIAL TESTING [T E R RA c%.�^ �•^��^ !; %�^i ATTACHMENT — 4 Client: HDR Engineering Date of Report: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Sandy Lean Clay, Yellowish Red Reference No.: NA Of Sample: Invoice No.: 26458 Location of TH-9 Sample No.: 8021 Sample: Date of Sample: 12-07-05 Sampling 1.0 —1.5 Date tested: 12-08-05 Deetft: Tested by: MV TEST PARAMETERS Dia. of sample, in.: 2.8 Ht of sam I in.: 5.6 Applied confinin r., sl: 10 Triaxial Test (unconsolidated and undrained) I 100 90 80 70 °L 60 uNi ` 50 rr 40 30 20 10 0 Pee 0.0 0.1 0.2 0.3 Strain, in/in 0:1STR\STR 1692 - Major Wafer Line Replacement. Lubbock. Tx109&Tdaxial-1692-8017A 051209.doc WWW.TERPA-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK. I TX 79490-6605 1 806.793.4767 1 FAX 806.793.4768 i maiwmw TERRA TESTING, INC. ISO 17025CERTIFIED �i�ai� _ _ENVIRONMENTAL I GEOTECHNICAL I CONSTRUCTION MATERIAL TESTING T E R RA ATTACHMENT - 5 6 4L;,,,. 1077 Client: HDR Engineering Date of Report: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Sandy Lean Clay, Red Reference No.: NA Of Sample: Invoice No.: 26458 Location of TH-7 Sample No.: 8023 Sample: Date of Sample: 12-07-05 Sampling 1.0 —1.5 Date tested: 12-08-05 Depth, ft: Tested by: MV TEST PARAMETE" FDia. of sam le in.: 2.8 Ht. of sam le In.: 5.6 Applied co nfining pr.,psi,_ 10 Triaxial Test (unconsolidated and undraineu) 90 80 70 60 �N C. 50 Nl U! i 40 44 30 20 10 0.0 0.1 0.2 Strain, in/in 0.3 D:VSTRISTR 1692 -Major Water Line Replacement, Lubbock, Tx\09D-Triaxial-1692-8023-051209.doc WWW.TERRA-ENG.COM _ P. O BOX 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605 1 806.793.4767 I FAX 806.793.4768 ■ ■ �' TERRA TESTING INC. C . ACCREDITED ■ � � ■ � ;� i � ISO 17025 CERTIFIED ■ �� ! ENVIRONMENTAL GEOTECHNICAL CONSTRUCTION MATERIAL TESTING �TERRA� ATTACHMENT — 6 Client: HDR Engineering Date of Report: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Sandy Lean Clay, Red Reference No.: NA Of Sample: Invoice No.: 26458 Location of TH-7 Sample No.: 8023A Sample: Date of Sample: 12-07-05 Sampling 2.0 — 2.5 Date tested: 12-08-05 Depth, ft: Tested by: M V TEST PARAMETERS Eia. of sample, In.: 2.8 Ht. of sample, in.: 5.6 Applied confining r.,psi: 20 Triazial Test (unconsolidated and undrained) 80 70 60 50 N t�. �40 d t+ m 30 20 10 0 0.0 0.1 0.2 0.3 Strain, in/in DASTRISTR 1692 - Major Water Line Replacement, Lubbock, Tx109D-Triaxial-1692-8023-051209.doc WWW.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605 i 806.793.4767 1 FAX 806.793,4768 Aux =ACCMEDITEC - INENNNN'21 TERRA T__ E__ S T I N G, INC. ISO 17025 CERTIFIED ENVIRONMENTAL I GEOTECHNICAL I CONSTRUCTION MATERIAL TESTING TERRA "7-1'a.y ATTACHMENT-7 rss; i9» Client: HDR Engineering Date of Report: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Sandy Lean Clay w/ Caliche, Red Reference No.: NA Of Sample: Invoice No.: 26458 ,.. Location of TH-6 Sample No.: 8026 Sample: Date of Sample: 12-07-05 Sampling 2.0 — 2.5 Date tested: 12-08-05 Depth, ft• Tested by: MV TEST PARAMETERS Dia. of sam le in.: 2.8 Ht. of sample, in.: 5.6 Applied confining r.psi:- 10 Triazial Test (unconsolidated and undrained) 40 . N 304 20 L_ 10 0 0.0 0.1 0.2 0.3 �J Strain, in/in C_ DASTR\STR 1692 - Major Water Line Replacement, Lubbock, Tx\09F-Triaxial-1692-8026_051209.doc WWW.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK. I TX 79490-6605 1 806.793.4767 1 FAX 806-793.4768 f- l a ACCREDITED ■ jam■ I NJ j TERRA TESTING, INC. ISO 17025 CERTIFIED ENVIRONMENTAL GEOTECHNICAL _ � � CONSTRUCTION MATERIAL TESTING J E RRA ")`" dq ATTACHMENT-8 6 —1Q;77 Client: HDR Engineering Date of Report: 12-09-05 1 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Sandy Lean Clay w/ Caliche, Red Reference No.: NA Of Sample: Invoice No.: 26458 Location of TH-6 Sample No.: 8026A- Sample: Date of Sample: 12-07-05 } Sampling 2.5 — 3.0 Date tested: 12-08-05 Depth, ft: Tested by: MV TEST PARAMETERS Dia. of sample, in.: 2.8 Ht. of sample, in.: 5.6 Applied confining pr., psi: 20 Triaxial Test (unconsolidated and undrained) I 60 50 40 30 N 20 10 0 0.0 0.1 0.2 0.3 Strain, in/in - D:1STMTR 1692 - Major Water Line Replacement. Lubbock, Tx109GTriaxial-1692-8026A 051209.doc WWW.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK. I TX 79490-6605 1 806.793,4767 1 FAX 806.793.4768 1J 1 TERRA T_ E S_T I_ N G INC. ISO 1702.5 CERTIFIED ENVIRONMENTAL I GEOTECHNICAL ( CONSTRUCTION MATERIAL TESTING �T E RRAj ATTACHMENT - 9 ,,;» Client: HDR Engineering Date of Report: 12-27-05 Project: Major Water Line Replacement STR No.: 1692 Description Clayey Sand w/ Caliche, Pink Reference No.: NA Of Sample: invoice No.: 26458 Location of TH-1 Sample No.: 8027 Sample: Date of Sample: 12-8-05 Sampling 1.0-1.5 Date tested: 12-12-05 Depth, ft: Tested by: JP "1'L�'S'1' YAKANIE 1 JN�lCa Din. of sam le in.: .2.8 Ht. of sample, in.: 5.6 Applied confining r.psi: 10 Triaxial Test (unconsolidated and undramed) 160 150 140 130 120 110 100 p, 90 N 80 to d ,« 70 N 60 50 40 30 20 10 0 0.0 0.1 0.2 Strain, in/in 0.3 D:1STR\STR 1692 - Major Water Una Replacement, Lubbock, Tx109H-Triaxial-1692-8027 051227.doc W W W.T E RRA-E NG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605 1 806.793.4767 1 FAX 806.793,4768 i f MRE; ra No" No JACCABITED ' 1 ■ 4"N U M11 T E R RA TESTING, INC. ISO 17025 CERTIFIED ENVIRONMENTAL I GEOTECHNICAL CONSTRUCTION MATERIAL TESTING 'TERRA! TERRAj ATTACHMENT-10 i"T7 Client: HDR Engineering Date: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Clayey Sand w/ Organics Brown Reference No.: NA Of Sample: Invoice No.: 26458 Location TH-10 Sample No.: 8018 Of Sample: Sampling date: 12-06-05 Sampling 1.0' - 2.5' Date of test: 12-08-05 Depth: Technician: JP Standard: ASTM D-3080 Reviewed b : Nathan Test Summary Reference A B C Normal Stress 220.4 kPa 440.8 kPa 661.2 kPa Peak Strength 313.2 kPa 424.3 kPa 530.5 kPa Corresponding Horizontal Displacement 3.561 mm 2.577 mm 9.287 mm Residual Stress N/A N/A N/A Rate of Shear Displacement Stage 1: 2.00mm/min Stage 1: 2.00mm/min Stage 1: 2.00mm/min Final Height 20.15 mm 19.78 mm 19.96 mm Sample Area 3115.66 mm2 3115.66 mm2 3115.66 mm2 Initial Wet Unit Weight 15.42 kN/m3 16.27 kN/m3 16.87 kN/m3 Initial Dry Unit Weight 13.92 kN/m3 14.89 kN/m3 15.45 kN/m3 Final Wet Unit Weight 15.25 kN/m3 16.36 kN/m3 17.06 kN/m3 Final Dry Unit Weight 13.82 kN/m3 15.06 kN/m3 15.63 kN/m3 Final Moisture Content 10.3 % 8.6 % 9.1 % Particle Specific Gravity 2.65 2.65 2.65 Final Void Ratio 10.8807 10,7263 0.8013 Final Saturation 131.06% 131.55% 131.27% Maximum Shear sibve s vs Nalrmal S MI!, Peak shear stress kPal 8ts.5- - - eao.o aoo AGO .a} tAO.p ` IOO.Q 0.0-'ti.................. . 0.0 100.0 200.0 30.0 400.0 500,0 600.0 700.0 800.0, 900.0 1000.0 1102.01 Normal Stress kPa WWW.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605 j 806.793.4767 1 FAX 806.793.4768 � � ■ ®■ ■ �! accnw�,reu - _ ■ ■ TERRA TESTING, INC. ISO 17025 CERTIFIED _ �ef�■eF�se�r■r�ii�ti ENVIRONMENTAL I GEOTECHNICAL I CONSTRUCTION MATERIAL TESTING l i ■ is ;m � n� t� � i - �T E R RA, ATTACHMENT -11 ' 11 Y ,'„ , Client: HDR Engineering Date: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Sandy Lean Clay w/ Caliche Reddish Yellow Reference No.: NA Of Sample: Invoice No.: 26458 Location TH-9 Sample No.: 8022 Of Sample: Sampling date: 12-06-05 Sampling• 2.5' - 3.5' Date of test: 12-08-05 Depth: Technician: JP Standard: ASTM D-3080 Reviewed b : Nathan Test Summary Reference A B C Normal Stress 220.4 kPa 440.8 kPa 881.6 kPa Peak Strength 213.5 kPa 380.9 kPa 557.7 kPa Coffesponding Horizontal Displacement 10.296 mm 10.287 mm 7.677 mm Residual Stress N/A N/A N/A Rate of Shear Displacement Stage 1: 2.00mm/min Stage 1: 2.00mm/min Stage 1: 2.00mm/min Final Height 19.34 mm 19.01 mm 16.60 mm Sample Area 3115.66 mm2 3115.66 mm2 3115.66 mm2 Initial Wet Unit Weight 16.51 kN/m3 17.91 kN/m3 16.45 kN/m3 Initial Dry Unit Weight 14.67 kN/m3 15.97 kN/m3 14.61 kN/m3 Final Wet Unit Weight 17.92 kN/m3 18.77 kN/m3 19.73 kN/m3 Final Dry Unit Weight 15.99 kN/m3 16.81 kN/m3 17.60 kN/m3 Final Moisture Content 12.1 % 11.7 % 12.1 % Particle Specific Gravity 2.65 2.65 2.65 Final Void Ratio 0.6257 0.5466 0.4772 Final Saturation 151.10% 56.62% 67.14% 0.0- 100.0 r 200.0.,. - Normal Stre,s kPa WWW.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605 1 806.793.4767 1 FAX 806.793.4768 ®� ACCREDITED l TERRA_ TESTING, INC. ISO 17025 CERTIFIED ENVIRONMENTAL I GEOTECHNICAL CONSTRUCTION MATERIAL TESTING jT E RR i ATTACHMENT-12 ca. ,,» Client: HDR Engineering Date: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Sandy Lean Clay, Red Reference No.: NA Of Sample: Invoice No.: 26458 Location TH-7 Sample No.: 8024 Of Sample: Sampling date: 12-07-05 Sampling 2.0' - 3.0' Date of test: 12-08-05 Depth: Technician: 7P Standard: ASTM D-3080 Reviewed b : Nathan Test Summ Reference A g C Normal Stress 220.4 kPa 440.8 kPa 881.6 kPa Peak Strength 189.5 kPa 328.9 kPa 503.0 kPa Corresponding Horizontal Displacement 9.796 mm 8.212 mm 7.749 mm Residual Stress N/A N/A N/A Rate of Shear Displacement Stage 1: 2.0000mm/min Stage 1: 2.0000n m/min Stage 1: 2.0000n m/min Final Height 18.91 mm 18.73 mm 18.50 mm Sample Area 3115.66 mm2 3115.66 mm2 3115.66 mm2 Initial Wet Unit Weight 17.78 kN/m3 17.64 kN/m3 20.78 kN/m3 Initial Dry Unit Weight 15.63 kN/m3 15.50 kN/m3 18.27 kN/m3 Final Wet Unit Weight 18.71 kN/m3 18.77 kN/m3 22.40 kN/m3 Final Dry Unit Weight 16.53 kN/m3 16.54 kN/m3 19.75 kN/m3 Final Moisture Content 13.2 % 13.5 % 13.4 % Particle Specific Gmvity 2.65 2.65 2.65 Final Void Ratio 10.5724 0.5713 0.3162 Final Saturation 160.93% 162.40% 112.20% Ma ileum 6fidirStr+e9g ws Ngn>InahStlrew , P�gk9ljal►stref 0.0 100.0: 200.0 300.0 400.0 500.0600.0 700.0 800.0 900.0 1000.0 1102.0I Normal Stress kPa WWW.TERRA-ENG.COM P. O BOX 16605 1 5208 34TI-I STREET I LUBBOCK, I TX 79490-6605 ; 806.793.4767 1 FAX 806.793.4768 A -- j A■ A f■ g u i T E R RA TESTINGt INC. ISO 17025 CERTIFIED 1 ? ■a■■; ---- G - --- - ■��� ismENVIRONMENTAL EOT E C H N I C A L CONSTRUCTION MATERIAL TESTING I T E _ ATTACHMENT -13 !N- P.-/ Client: / HDR Engineering • Date: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Sandy Lean Clay w/ Caliche, Red Reference No.: NA Of Sample. Invoice No.: 26458 Location TH-6 Sample No.: 8025 Of Sample: Sampling date: 12-07-05 Sampling• 1.0' - 2.0' Date of test: 12-08-05 Depth: Technician: JP Standard: ASTM D-3080 Reviewed by: Nathan Test Summary Reference A B C Normal Stress 220.4 kPa 440.8 kPa 881.6 kPa Peak Strength 188.1 kPa 311.5 kPa 452.4 kPa CorrespondingCoffesponding Horizontal Displacement 5.182 mm 10.272 mm 8.774 mm Residual Stress N/A N/A N/A Rate of Shear Displacement Stage 1: 2.00mm/min Stage 1: 2.00mm/min Stage 1: 2.00n m/min Final Height 19.19 mm 19.00 mm 18.861um Sample Area 3115.66 mm2 3115.66 mm2 3115.66 mm2 Initial Wet Unit Weight 19.33 kN/m3 19.15 kN/m3 19.11 kN/m3 Initial Dry Unit Weight 16.68 kN/m3 16.44 kN/m3 16.41 kN/m3 Final Wet Unit Weight 20.07 kN/m3 20.07 kN/m3 20.20 kN/m3 Final Dry Unit Weight 17.38 kN/m3 17.30 kN/m3 17.40 kN/m3 Final Moisture Content 15.5 % 16.1 % 16.1 % Particle Specific Gravity 2.65 2.65 2,65 Final Void Ratio 0.4956 0.5029 10.4939 Final Saturation 182.67% 84.59% 186.28% MaXkllUlflheaar 6tfl+e� i►I;[ Not»�156 1 ° 3 - peak Shear Stress. 0.0 100.0 200.0 300.0 400,U .0 'J --- --- Normal Stress kPa _ WWW.TERRA-ENG.COM -- -- --_-�- P. O BOX 16605 1 5208 34TH STREET I LUBBOCK. I TX 79490-6605 1 806.793.4767 1 FAX 806.793.4768 L . TERRA TESTING, INC. ISO 17025 CERTIFIED ENVIRONMENTAL GEOTECHNICAL CONST. UCTION MATERIAL TESTING �T E R RA ATTACHMENT -14 (.%firing f.nin7r �/rn .7u/rn/n� Client: HEIR Engineering Date: 12-09-05 Project: City of Lubbock Water Line Expansion STR No.: 1692 Description Sandy Clay w/ Caliche Pink Reference No.: NA Of Sample: Invoice No.: 26458 Location TH-1 Sample No.: 8028 Of Sample: I Sampling date: 12-07-05 Sampling 2.0' - 3.0' Date of test: 12-08-05 Depth: Technician: JP Standard: ASTM D-3080 Reviewed b Nathan Test Summary Reference A B C Normal Stress 220.4 kPa 440.8 kPa 881.6 kPa Peak Strength 196.6 kPa 352.8 kPa 609.8 kPa Corresponding Horizontal Displacement 10.283 mm 8.739 mm _ 10.331 mm Residual Stress N/A N/A N/A Rate of Shear Displacement Stage 1: 2.00mm/min Stage 1: 2.00mn-/min Stage 1: 2.00mm/min Final Height 17.13 mm 18.20 mm 17.83 mm Sample Area 3115.66 mm2 3115.66 mm2 3115.66 mm2 Initial Wet Unit Weight 14.45 kN/m3 14.83 kN/m3 15.82 kN/m3 Initial Dry Unit Weight 13.36 kN/m3 13.72 kN/m3 14.55 kN/m3 Final Wet Unit Weight 16.79 kN/m3 16.19 kN/m3 17.25 kN/m3 Final Dry Unit Weight 15.60 kN/m3 15.08 kN/m3 16.32 kN/m3 Final Moisture Content 7.7 % 7.4 % 5.7 % Particle Specific Gravity 2.65 2.65 2.65 Final Void Ratio 0.6670 0.7244 0.5930 Final Saturation 30.49% 27.11% 25.59% Ma;num Sheaf �ireiss vs Nallirlal Str�essk - Peelc50&*r Streglr kPj% 0.0 100.0 200.0 300,0 -400.0 S00.D 600.0 700.0 600.0 . 900.0 1000.0 It .0 Namai Stress kPa WWW.TERRA-ENG.COM _ _ I-- P. O BOX 16605 1 5208 34TH STREET I LUBBOCK, I TX 79490-6605 806.793.4767 1 FAX 806.793.4768 t_ ���lll3�la�■ . " sv�. m � TERRA TESTING, -- �_ ���■��� ACCREDITED INC. ISO 17025 CERTIFIED i��i���?' ENVIRONMENTAL GEOTECHNICAL CONSTRUCTION MATERIAL TESTING _ �T E R D AA ATTACHMENT -15 Client: IiDR Engineering Date: 12-09-05 Pro ect: Citv of Lubbock Water Line Ex ansion STR No.: 1692 Description Sand Lean Clay,Red Reference No.: NA Of Sample: Invoice No.: 26458 Location TH-8 Sample No.: 8043 Of Sample: Sampling date: 12-13-05 Sampling• 1.0' - 2.0' Date of test: 12-15-05 Depth: Technician: JP Standard: ASTM D-3080 Reviewed by: Nathan Test Summary Reference A B C Normal Stress 220.4 kPa 440.8 kPa 881.6 kPa Peak Strength 226.5 kPa 373.2 kPa 625.7 kPa Corresponding Horizontal Displacement 9.759 mm 9.788 mm 7.160 mm Residual Stress N/A N/A N/A Rate of Shear Displacement Stage 1: 2.0000mm/min Stage 1: 2.0000n m/min Stage 1: 2.0000mm/min Final Height 19.73 mm 18.78 mm 18.65 mm Sample Area 3115.66 mm2 3115.66 mm2 3115.66 mm2 Initial Wet Unix Weight 17.69 kN/m3 17.10 kN/m3 17.48 kN/m3 Initial D Unit Weight 15.78 kN/m3 15.14 kN/m3 15.54 kN/m3 Final Wet Unit Weight 17.89 kN/m3 18.16 kN/m3 18.70 kN/m3 Final Dry Unit Weight 15.99 kN/m3 16.12 kN/m3 16.66 kN/m3 Final Moisture Content 11.8 % 12.7 % 12.3 % Particle Specific Gravity 2.65 2.65 2.65 Final Void Ratio 10.6254 0.6131 0.5608 Final Saturation 50.14% 54.89% 58.04% N1a;�ii Sear Strsr,;v>� NOt+lalt tress y P�akSheal,5trass k�!a 789. 700, 800; 7 5W 400. '3001 20U. 100. 0. 0"< r 0.' Q, �00 ,. .. i. .i .i. .p ...... .n... ........ 0: O.0 100.0 200.0 300.0 400.0 500.0 600,0 Mv. 800.0- 0 Normal Stress kPa WWW.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TI1 STREET I LUBBOCK, I TX 79490-6605 1 806.793.4767 1 FAX 806.793.4768 O.0 100.0 200.0 300.0 400.0 500.0 600,0 Mv. 800.0- 0 Normal Stress kPa WWW.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TI1 STREET I LUBBOCK, I TX 79490-6605 1 806.793.4767 1 FAX 806.793.4768 WWW.TERRA-ENG.COM P. 0 BOX 16605 1 5208 34TI1 STREET I LUBBOCK, I TX 79490-6605 1 806.793.4767 1 FAX 806.793.4768 ITB # 08-706-13M, Addendum # 3 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13r" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 http://purcliasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM # 3 ITB # 08-706-BM Downtown Waterline Replacement Project March 11, 2008 March 12, 2008 @ 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the following question and response: QUESTION: Will an East Jordan bolt down valve box be acceptable in place of the McGard lock type? In the valve box detail sheet 3c-03, the drawings call for a lock bolt box, will a standard box or bolt down box be acceptable? RESPONSE: CHANGE detail drawing 2-3c03 description of valve box from: traffic cover with lock bolts (intimidator curb lock by McGard or approved equal). TO READ: traffic cover valve box for 12" or smaller valves shall be cast iron. The box shall be designed to fit over a section of 6" PVC which will be used as an extension from the top of the valve. The box shall be heavy cast iron •cover marked "water". The box shall have a flanged type base approximately 4" larger in diameter than the outside diameter of the barrel of the box. The cover shall be type No. 70 as manufactured by Western Iron Works or approved equal. This is COL standard from our Design Standards and Specifications for Water and Sewer Section 600-2.14 All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to bmacnairLc7!nylubbock.us . THANK YOU, CITY OF LUBBOCK 66M %V,74t A Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Public Works Contracting Officer if any IaORUage, 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 Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 08-706-BM-Ad3 I ITB # 08-706-BM, Addendum # 4 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: OLD CLOSE DATE: NEW CLOSE DATE: ADDENDUM # 4 ITB # 08-706-BM Downtown Waterline Replacement Project March 11, 2008 March 12, 2008 @ 1:00 P.M. March 19, 2008 @ 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bid due date and time are CHANGED from March 12, 2008 @ 1:00 P.M. to March 19, 2008 at 1:00 P.M. 2. Bid Item 35 is CHANGED form 18,121 SY to 6,700 SY Hot Mix Asphaltic Pavement Street Replacement. 3. Bidders must submit the SECOND REVISED BID SUBMITTAL FORM, attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to bmacnair@mylubbock.us . THANK YOU, CITY OF LUBBO__C""K � Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Public Works Contracting Officer 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 Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 08-706-BM-Ad4 I ITB # 08-706-13M, Addendum # 5 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 littp:llpurchasing.ci.lubbock.tx.us DATE ISSUED: ADDENDUM # 5 ITB # 08-706-BM Downtown Waterline Replacement Project March 14, 2008 CLOSE DATE: March 19, 2008 a 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. - 1. Bidders must submit the THIRD REVISED BID SUBMITTAL FORM, attached. 2. Bid Item 33 is CHANGED form 18,121 SY to 6,700 SY Brick Removal and Salvage. 3. For Additive Option B, REPLACE drawings for Avenues K, M and O with the attached. The new drawings reflect CHANGES in station numbers and offsets for the same. 4. For Additive Option B, conduit on the West side of Avenue O groundbox is DELETED. Items 5, 6 and 7 below are affected and revised quantities are reflected in the attached THIRD REVISED BID SUBMITTAL FORM. 5. Bid Item B-1 is CHANGED from 3,700 LF to 3,660 LF. 6. Bid Item B-3 is CHNAGED from 26 EA to 24 EA. 7. Bid item B-4 is CHANGED from 13 EA to 12 EA. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to bmacnair@mylubbock.us . THANK YOU, CITY OF LUBBOCK sauce %��ac��a-v� Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the "�� of I ubbock Public Works Contracting Officer iY' a� 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 Public - Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. I"rB # 08-706-BM-Ad5 1 AVENUE K & BROADWAY DETAIL NOTES: ENTRY PORT IN TYPE 1 BOX IS 3" DIAMETER CONTRACTOR TO INSTALL NECESSARY TRANSITION FROM 2* CONDUIT. uj ENTRY PORT APPROXIMATELY 40 INCHES BELOW EXISTING CRADE. 7 TRANSITION CONDUIT TO MATCH z RACK OF CURS SCALE: 1" = 5'(llXl7) 1" 10'(8.5Xll) • PARKING LANE "ANT-L NEW 2'T coNtxjr^r BROADWAY NEW 12 STA 24.376 STA 24+. STA 241 WL AVENUE M & BROADWAY DETAIL SCALE:1" = 5' (11X17 1" = 10' (8.5X113 W z W NOTES: ENTRY PORT IN TYPE 1 BOX IS 3' DIAMETER. CONTRACTOR TO INSTALL NECESSARY TRANSITION FROM 2" CONDUIT, ENTRY PORT APPROXIMATELY 40 INCHES BELOW EXISTING GRADE, I TRANSITION CONDUIT TO MATCH. qq j Ia��p�. PS NG SIC,1JAl CONDOR BACK ( CURR I •LANE •P[ I/ PARKING D ryp 9 p.�5{uicn gY �1R�HC FNGMIEERt\G . I I INEW 2' i PVC CONDOR INai1.W NMJ 2' CONDutt I••NEW STA 17+425 12' ATER%PC 125' 12u STA 17-55 BROADWAY N F AVENUE 0 i BROADWAY DETAIL SCALE:1" = 5' (11X1 1" = 10' (.5X113 NOTES. ENTRY PORT IN TYPE I BOX IS 3' DIAMETER, CONTRACTOR TO INSTALL NECESSARY TRANSITION FROM 2" CONDUIT. ENTRY PORT APPROXIMATELY 40 INCHES BELOW EXISTING GRADE. ns auo°�r"clrcxmwc TRANSITION CONDUIT TO MATCH. BACK OF CURB PARKING LANE NEW 2- PVq CONDUIT NEW IT WATER RRE STA IB,;, " STA 10+. BROADWAY AVENUE L & BROADWAY DETAIL uj D z Lu BACK OF CURB PARKING LANE NEW r coNouF F NCW T PYC CON OUR 7; • SCALE: 1" 5 ix`17� NEW Ir LER PIPE ill = 10'(9.5X11 STA 19 t51.5 STA 19. M STA 191V-5 BROADWAY NOTES: ENTRY PORT IN TYPE 1 BOX IS 3' 01AMETM INSTALL NECESSARY TRANSITION FROM 2' CCNDtJrr. RAT.O.F.RMATELY ENTRY40 INCHES BELOW EXISTING GRADE, CONTRAPORT TRANSMON CONDUIT TO MATCH. • PARKING LANE STA 41+06.5 STA ..", SCALE: 1" = 5' ((11X1 1" = 10, (9.5X1j Lu ME gy LLJ -AVSTOL.EU OYq�EN(WEEf1e0 Lu Q r��L NOTES: ENTRY PORT IN TYPE 1 BOX IS 3' DIAMETER, CONTRACTOR TO INSTALL NECESSARY TRANSRION FROM 2" CONDUIT. ENTRY PORT APPROXIMATELY 40 INCHES BELOW EXISTING GRADE, TRANSITION CONDUIT TO MATCH, TEXAS AVENUE & SCALE:-1 _= 10' ($,5X11 BROADWAY DETAIL �TALLr.�EE�N� Lu W Q EwSAiPHG°` vPTO C°4fUUIT '_ g Lli I .. I I NEW W WATER PIPE STA X.36.5 NOTES: ENTRY PORT IN TYPE I BOX IS 3' DIAMETER. CONTRACTOR TO INSTALL NECESSARY TRANSITION FROM 2' CONDUIT. ENTRY PORT APPROXIMATELY 40 INCHES BELOW EXISTING GRADE, TRANSITION CONDUIT TO MATCH, STA 30,49 STA Z- P.'C. CANDOR REMOVE AND REPLACE BRICK (MATCHING BRICK LAY PATTERN) PAVEMENT, WIDTH PER 02660 W' MIN 12" MAX �— CONCRETE CAP, SEE DETAIL 6/3C-02 EXISTING PAVING MIN. 12" FLEXBASE OR CEMENT STABILIZED BACKFILL UNDER PAVING, COMPACT TO MIN 95% ASTM D698 BACKFILL, COMPACT TO MIN, 95% ASTM D698 z a� a 2 PVC CONDUIT SPEC 1 " COMPACTED LEVELING BASE, SEE NOTE 1 EMBEDMENT MATERIAL WATER PIPELINE EXCAVATION LINE MAY BE CURVED O.D. + 24" TO SHAPE OF TRENCHER, MAINTAIN MIN OF 6" THICK BEDDING LAYER (MAX) OUTSIDE DIAMETER OF PIPE (O.D.) NOTES: 1. LEVELING BASE MATERIAL TO BE 1 PART CEMENT AND 3 PARTS SAND. BRICK JOINTS TO BE FILLED WITH CEMENT, OR AS APPROVED BY STREET SUPERINTENDENT. 2. CONTRACTOR TO REUSE REMOVED BRICK, REPLACING DAMAGED BRICK WITH SALVAGED BRICK. BRICK PAVED TRENCH AND REPAIR DETAIL NOT TO SCALE faq HDR Engineering, Inc. CITY OF LUBBOCK DOWNTOWN WATERLINE REPLACEMENT PROJECT ISSUED FOR ADD ALTERNATE NO.2 Date 03/04/08 Attachment No. p J u F T T f 0 V E N S, 1 C, N S- 0 F 2 F I X T 11A i N. INSIDE DPV�FNSTON'S 0�7 Fi X L7- t E L E V A I N • FFF OETA -7Tj�l irk 7-7 E L FV A T I ON SHEET i OF 2 T DOT LL9"X FTWS ITS' ORCAJND BOX DETAILS 7*= DV~d TrWPXbft N W + E S Legend 4 Existing Groundbox New 2" PVC Conduit CITY OF LUBBOCK SPECIFICATIONS FOR DOWNTOWN WATERLINE REPLACEMENT PROJECT ITB # 08-706-BM Contract #8354 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.therei)roductioncompany.com/ Phone: (806) 763-7770 "A City of Planned Progress" CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK INVITATION TO BID Kom TITLE: DOWNTOWN WATERLINE REPLACEMENT PROJECT ADDRESS: LUBBOCK, TEXAS U_: ais 10 .01 L1 PROJECT NUMBER: 90274.9242.30000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE Pate Intentionally Left City of Lubbock, TX Public Works Contracting Office Contractor Checklist for ITB # 08-706-BM Before submitting your bid, please ensure you have completed and included the following: 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. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. ✓ Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 4. ✓ Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late bids will not be accepted. 5. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be / original. 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 SOCIAL SECURITY number. 8. Complete and submit a PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. S a- Lexi{ S CbJST (ttlLj%f11J pe 1-47 S LT' (Type or Print Company Name) INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 1. UNIT PRICE BID SUBMITTAL FORM 2. BID BOND WITH POWER OF ATTORNEY OR CERTIFIED/CASHIER'S CHECK 3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4. SAFETY RECORD QUESTIONNAIRE 5. SUSPENSION AND DEBARMENT CERTIFICATION 6. PROPOSED LIST OF SUBCONTRACTORS 4. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when bids are due.) 1. FINAL LIST OF SUBCONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. CURRENT WAGE DETERMINATIONS 11. SPECIFICATIONS Pate Intentionally Left Blank NOTICE TO BIDDERS Page Intentionally Left Blank NOTICE TO BIDDERS ITB # 08-706-BM Sealed bids addressed to Bruce MacNair, Public works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Public works Contracting Officer, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on March 12, 2008, 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: "DOWNTOWN WATERLINE REPLACEMENT PROJECT" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Public works Contracting Officer and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Public works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:00 P.M. on March 12, 2008, and the City of Lubbock City Council will consider the bids on March 27, 2008, at the Municipal Building, 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 $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. 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 26, 2008 at 3:00 P.M., in the Municipal Building, Committee Room 103,1625 131h Street, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made payable to The City of Lubbock, and will be refunded if documents are j returned in good condition within Sixty (60) days of 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 Public works Contracting Officer of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will 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 Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VWM 7*zel& BRUCE MACNAIR PUBLIC WORKS CONTRACTING OFFICER V GENERAL INSTRUCTIONS TO BIDDERS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish DOWNTOWN WATERLINE REPLACEMENT PROJECT per the attached specifications and contract documents. Sealed bids will be received no later than 1:00 P.M., March 12, 2008 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 # 08-706-BM, DOWNTOWN WATERLINE 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: Bruce MacNair, Public Works Contracting Officer City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting 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 103, 1625 IP Street, 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 http://www.RFPdepot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may ' request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http:/,'www.RFPdepot.com and will become part of the proposal 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 received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock r shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting 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 may 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. f' IZ 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall t- be given to the Public works Contracting Officer and a clarification obtained before the bids are received, and if no such notice is received by the Public works Contracting Officer prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included t_ and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Public works Contracting Officer 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. 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 services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 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 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 ilie 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 CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. 1 N 7 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 r ' 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 F charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 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 responsibility to advise the Public works Contracting Officer 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 & 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: BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER City of Lubbock Public Works Contracting Office 1625 131" Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 or 806-767-2275 Email: bmacnair(bmylubbock.us RFPDepot: http://www.RFPdgpot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within THREE HUNDRED SIXTY-FIVE (365) CONSECUTIVE 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 permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying 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 ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. r 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 4 Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City 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. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the ` location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures 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 A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 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 Article 5159a. Vernon's Annotated Civil Statutes 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 these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or L_. 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 weekends 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 weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 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 engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except ass own have been made, or will in the future be made from the wages paid as shown thereon. 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, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the '4 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 Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or r 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. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized 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 firm, 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 must 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: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, f.. but no bid may be withdrawn or altered thereafter. 29.5 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. 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. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) 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. 31 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 information 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: (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. (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 complctc 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 name(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 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 one through forty-four plus the sum of any Alternate Bids or Options the City may select. 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 determine 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, 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 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. W Page Intentionally Left Blank A u BID SUBMITTAL Page Intentionally Left Blank THIRD*** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: AAA " I!R I PROJECT NUMBER: # 08-706-BM — DOWNTOWN WATERLINE REPLACEMENT PROJECT Bid of `�� f C{ ((� �C�Ti�(_EC�[ 1tf) (i"j(��5, LTD . (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 a DOWNTOWN WATERLINE REPLACEMENT PROJECT, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The 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. Estimated Item Quantity No. & Unit Description of Item Total Amount 1. I LS Mobilization. T 4a��I�.•m�cr��fry %nru„ts�Frrp la7xs /�iyD/ti/s iEMl$3Soxoo3Sd�000 vo TOTAL ITEM # 1: ""T -- s-- 'vote i+`$rNP�F�' jLS(�loo moo mac' ) (Unit Price Amounts shall be shown in both words and numerals. ]n case of discrepancy, the amount shown in words shall govern.) 1 LS Public Relations and Notification. TOTAL ITEM # 2: $ lee /LS(.C/. S ) (Unit Price Amounts shalt be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3. 23,039 LF Trench Safety. 4d3 Z*40 DoscitZS TOTAL ITEM # 3:_Ar441 0/1El GGa"T $ 0. oL /LF(s 1,10.1 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 400 LF Curb Inlet Erosion Control. TOTAL ITEM # 4: wFWr y /�i vi Doi. &.4 , s Av :;o No LcNrs $ A S.'- /LF(s/O, Doo, o ® ) (Unit Price Amounts shall be shown to both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 300 LF Silt Fence. TOTAL ITEM # 5: %wo AyD No 6cMI`5 $ A- 2.® /LF(" (,00°Q ) (Unit Price Amounts shall be shown in both words and numerals. In case of(liscrepancy, the amount shown in words shall govern.) I Bidder's Initials Item Estimated I No. Quantity_ & Unit Description of Item Total Amount 6. 11 MO Traffic Control. c�Krs r t-0 oo TOTAL ITEM # 6:_ �lG ttT TKovS�ta+D%wa f�veto/t =D 111.1 4i a'NI $_el 100-0- IMOT,10 a 10c).) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 1,240 LF Two-inch Copper Waterline. TOTAL ITEM # 7: 7ZwerNre $ AO00 /Lyo (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt ovem.) ) 8. 1,360 LF Four -inch Waterline. Indicate by checking appropriate box whether bidding PVC, or Ductile Iron: [gPVC Pipe Ductile Iron Pipe TOTAL ITEM # 8: we iyry /`eyc s AM'D N, ezgrs $ _2 5 Q" /1 F� 3 4. aoo b (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) 9. 600 LF Six-inch Waterline. Indicate by checking appropriate box whether bidding PVC or Ductile Iron: ©'PVC Pipe nDuctile Iron Pipe TOTAL ITEM # 9: 7—& in7X t1« #ns Amw No e!;.4 rS $ 30,°Q /LFL151 90c 00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 500 LF Eight -inch Waterline. Indicate by checking appropriate box whether bidding PVC or Ductile Iron: &PVC Pipe FlDuctile Iron Pipe TOTAL ITEM # 10: %Ni trr ✓� l�i��•t4 s Amo No 4-bin $_3S"Es /LF(X 17, Soo _" ) (Unit Price Amounts shall be s own in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 11, 20,579 LF Twelve -inch Waterline. Indicate by checking appropriate box whether bidding PVC or Ductile Iron: ['PVC Pipe E]Ductile Iron Pipe ONF Ii��+O,ta`D 'A. /60795 a'' 4*6 TOTAL ITEM # 1 1: 4 / /LF(A .057, qoo — ) (Unit Price Amounts shal a shown in both words and numerals. In case of discrepancy, the amount shown in words s all govern.) 12. 100 LF Twenty-four inch Steel Casing Pipe. TOTAL ITEM # 12: s Ana NoC4�s rs $ Clow /LF(¢q (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 13. 4 EA Two-inch Gate Valve. c.ar t`5 TOTAL ITEM # 13:TwoH✓rttJttyStyBNrytivd Q041,44SAND NO $ A75'�tf /EA( -$ I, foo �o ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sbalT govern.) 14. 77 EA Four -inch Gate Valve. TOTAL ITEM # 14: Iriv.: �%vNDRriO D04. %_% Amp No 6FNT S $ I ®poo/EAf313�So0 OG ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) LVW_ Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 15. 28 EA Six-inch Gate Valve. /log Boo 00 TOTAL ITEM # 15:.51'x AmpN&4!f,;N7-5 $A(0060/EA �-e )4 3 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 16. 24 EA Eight -inch Gate Valve. .4- oo TOTAL ITEM # 16: F4 MT 14wepgeD Doc& wtz s &mo No Cc,473 $ "-- /EA/9. 400 °o (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 17. 60 EA Twelve -inch Gate Valve. Gov o ty TOTAL ITEM # 17:�.v�T a.tSAxDlo�q.1�✓NvRc'D�irstu.MS p� $s1,N004--/EA $q,600 — (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 18. 2 EA Six-inch Cut -in Tee or Tap Connection. TOTAL ITEM # Sa✓jyrrFydb%,,A&s&D/4Ca,Y7'S$ 6 7S A(' (,3S0 �Q ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 19. 3 EA Eight -inch Cut -in Tee or Tap Connection. TOTAL ITEM # 19:Lric. K r ff.NDL«D L764,...41 s Ama No L:;Mrs $ 8OQ2�! /EA,? .2✓400 °O ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 20. 5 EA Twelve -inch Cut -in Tee or Tap Connection. TOTAL ITEM # 20: ®rra %No..oAma 1)6s,..t4sANp No eemn $ Ipbo.°O /EA(% S00o °_ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amdunt shown in words shall govern.) 21. 6 EA Twelve -inch Tap on Thirty -inch Concrete Steel Cylinder Pipe. v 1CJNT`;P TOTAL ITEM # 21:044ff �o.s,&Ax,)1r1v& 'M-M04Z12/11.,.trasky $ 1. 4�/EA(S ! 00o 00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 22. 47 EA Saddle Tap Reconnection for Less than four -inch Service Lines. TOTAL ITEM # 22:7wo �/,�rrJ/t3t7f i'.aT�y ��. ins iQP+D l'4v L.'n> $ 2,So!o /EA('�.750 °" ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 23. 44 EA Twelve -inch x Four -inch Tee Lateral Reconnection for Less than four -inch Laterals. TOTAL ITEM # 23:1it„trltl A0AJ0APry _Ocv ' 0 L�i�.t�s A�rJNo Ce.�t'S $ $�__ --- /EA __.37. you Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 24. 33 EA Twelve -inch x Four -inch Tee Lateral Reconnection. G;wrs TO] AL ITEM # 24: 2_; e.Hr Aq4aAzp Sir✓3: t tr;� :� � »:ssls lFn��$ sQ, ? �� /FA(��g�i ,, (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 1� jZpj Bidder's Initials Item Estimated No. Quantity_ & Unit Description of Item Total Amount 25. 24 EA Twelve -inch x Six-inch Tee Lateral Reconnection. TOTAL ITEM # 25:0ke :rj ,,.AA mu r;F'sy 11,..4n S AXy %%6mn $ PS-01- /EArRSj0C;i " ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 26. 12 EA Twelve -inch x Eight -inch Tee Lateral Reconnection. to cou� TOTAL ITEM # 26: t�Na�NdvSRrtD [ernl�. wnnap /�u,sA< hH0 $ / 3oo�"1EA(S,b00ov (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 27. 1 EA Twelve -inch x Twelve -inch Tee Lateral Reconnection. TOTAL ITEM # 27: 1wn INuvSANOrINLItvH x1c( hF7Yw1�S��D $i$-o�/EA ,iy/ SD oo ) (Unit Price Amounts shall be shown in both words and numerals. 14 case of discrepancy, the amount shown in words shall govem.) 28. 2 EA Twelve -inch x Six-inch Cross -Under Reconnection. 613 V ONfTiV0,-S*,%0 Xvri'XWA4ZP DoOD No'Ss0 J_3 <3 TOTAL ITEM # 28: 1 u d $ /EA / 6 o0 7 (Unit Price Amounts sliffbe shown in both words and numerals. In case of discrepancy, the ount shown ords shall govern.) 48 29. 9 EA "Twelve -inch x Eight -inch Cross -Under Reconnection. TOTAL ITEM#29:�/e��z��txy%iNc1�DJ2dOl��to.�its,duD%%��$ �OO� /EA o0 (7,/00 �- (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the am um shown in words shall govern.) 30. 7 EA "Twelve -inch x Twelve -inch Cross -Under Reconnection. F, Noc3.4ND uND0Z`D 1��....}as ANO No Cd H rS "TOTAL ITEM # 30 d �vv Nary $ ZS-00 f /EAf I SOo°f' (Unit Price Amounts all shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) D1 31. 57 EA Remove and Salvage Existing Fire Hydrant Assembly. TOTAL ITEM # 31: ©ma f%.KtMd'D a".4As &A %'fie,4M $ /Ott r /F.A( S 700oo ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 32. 57 EA Fire Hydrant Assembly. TOTAL ITEM#32:r+w%IiownnoiuAf(v�tr7R�'y F%'P44L*nsAttu $Z LfS06/Eq (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 33. 6.700 SY Brick Removal and Salvage. TOTAL ITEM # 33: r �lY&- 4 Ho tCd '('%5 $ / �� /SY 7CO oo ) ( Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g`overn.) 34. 1 LS Abandon Existing Waterlines. TOTAL ITEM # 34: T41AT ylfivj 2"01 ht A L �.t!� s" ZY0>l3xt-5 $�50tro�/LS�3-s; o00 !_ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern ) _.OWBidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 35. 6.700 SY Hot Mix Asphaltic Pavement Street Replacement. TOTAL ITEM # 35: /1'{fAtT�/� L�s.��tns/�NDl'lo+�tis $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Q 36. 11,650 LF Asphaltic Pavement Trench Repair. � 00 TOTAL ITEM # 36: j!51e7Z Ds,. �.+�5 AN,) No C.� N)-5 $ SC7--- /L S$Z -00 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 37. 100 LF Concrete Pavement Trench Repair. TOTAL ITEM #37: Sow /LF("S000°o ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 38. 11,289 LF Brick Pavement Trench Repair. TOTAL ITEM # No Cjm7 i $ 79fF /LF(8yG,,G (Unit Price Amounts shall be shown in both words and numerals. -it - of discrepancy, the amount shown in words shall govern.) 39. 1,790 SY Asphaltic Pavement Spot Repair. 4 is re try TOTAL ITEM # 39: / o 'r. f✓OL�.�ii S Arvy �(o e�iH r5 $ 40 e-, /SYi 76 i oo to ) (Unit Price Amounts shall be hown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 40. 50 SY Concrete Pavement Spot Repair. TOTAL ITEM # 40: $ /OoT' /SYl$ SOoO�' ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 41. 1,790 SY Brick Pavement Spot Repair. TOTAL ITEM # 41:F'1 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 42. 570 LF Concrete Curb and Gutter Replacement. TOTAL ITEM # 42: 7-tn�,amrX le-v.: Ai.,..t t 5 A#4n Hbee n3 $ (I Init Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shal govern.) 43. 228 SY Concrete Sidewalk Replacement. TOTAL ITEM # 43: 7N14rvl-1�+� L�� •-•��s�nda (:;mTS $ 3S®- !SY(� 7��/B© o0 (Unit Price Amounts shal�n in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 44. 300 LF Topsoil and Revegetation. "TOTAL ITEM # 44: 0..4& b, A,% k4DI% C,: ,+i- $ / t? /LF( t E (mt Price Ampnnts shall be shown in both words and numemis_ In rase t)f..tsc!c anc" the amount shown in .vords shalt govern �ll`�� Bidder's Initials t . e ah3 ,!, TOTAL BASE BID, ITEMS #1 - #44: MATERIALS:�ta�t ix o�,rts ArrD/G/fTYq,�vl E407'M'"404.Z0 AF/41#ryjmto 2G6 3 17 3 J301 . $3 i3THc+�greo Six TOTAL BASE BID %�ov M .Sit-✓dN 1q,,.+H D O.&D Ne 4IT nD� off. G r3 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy1,..,, the amount shown in words shall gove .) fi✓e /Vi•.."oy S,rrryoHa T,ye..s. ed N„va/k•NOvtPD Sri[ DeeatyLs r(No%natrj N,Naerwrs ADDITIVE ALTERNATE -A (FOR THE ADDITION OF MAIN STREET): Item Estimated No. Quantity & Unit Description of Item Total Amount A-1. 2,135 LF Trench Safety. G, 8 294o L A. 4,9 S TOTAL ITEM # AA: Ayb alle T $ o,SL /L e (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) A-2. 40 LF Curb Inlet Erosion Control. TOTAL ITEM # A-2: jt$ / L F L 1,000� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A-3. I LS Traffic Control. TOTAL ITEM # A-3: Noe.; MT (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) A-4. 125 LF Four -inch Waterline. Indicate by checking appropriate box whether bidding PVC or Ductile Iron: Q'PVC Pipe Ductile Iron Pipe TOTAL ITEM # A-4:7w� fi'y' ,w A,y.+A sAHV%Yo CrZM %- $ � S—o^' /LF(A3,12 S (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A-5. 2,010 LF Twelve -inch Waterline. Indicate by checking appropriate box whether bidding PVC or Ductile Iron: gPVC Pipe nDuctile Iron Pipe TOTAL ITEM # A-5: $ W% /L,F"�/qo, TAD oo ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A-6. 5 EA Twelve -inch Gate Valve. �= Ga Ko G3r+T TOTAL ITEM # A-6:a .rr/W.A,4r.vl �ra� sF�a H�.ry��O lfttD $ t.4ao=%EAf 7, 000 "o I (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the am uo nt shown in words shall govern.) A-7. I EA Twelve -inch Tap on Thirty -inch Concrete Steel Cylinder Pipe. -, TOTAL ITEM # A-7: OHE-r.owsrtHtl r1✓Js(lyHP/1a0 l�©4od^SAW $ tSDOao /EA( l,S-00 _) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) _ A Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount A-8. 12 EA Saddle Tap Reconnection for Less than Four -inch Service Lines. TOTAL ITEM # A-8:Twef%Koa n s AMt) No"YHA $ XSo -/ERf 3 � Q00oa. ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shafl govern.) A-9. 4 EA Twelve -inch x Four -inch Tee Lateral Reconnection for Less than Four -inch Laterals. I CAP b TOTAL ITEM # A-9:rt.0r11,M,)&a6KiervDo"4&2,AnaiV-rrt5 $ 8-SO— /EA( . ,rYOoov ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A-10. I EA Twelve -inch x Six-inch Cross -Under Reconnection. � JY6,ao s TOTAL ITEM # A-10:ia 7"_�Anv I-'t a ►P"P Ili t#JASAN,) $ oo"=' /EA Oc'eo (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amcifint shown in words shall govern.) A-11. 1 EA Twelve -inch x Eight -inch Cross -Under Reconnection. GdM1-- co 0 e o TOTAL ITEM # A-11: 44a l itdo dAWP X HZ Elvnnp.� D A.446.3 AMA At $ 1 WO /EM ' (, 9 0 0 — ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A-12. I EA Twelve -inch x Ten -inch Cross -Under Reconnection. TOTAL ITEM # A-12:L�f4NQ �`a.MlI MhM—LerN $ AQ00o /EA� 2,,,DVp (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amairnt shown in words shall govern.) A-13. 5 EA Remove and Salvage Existing Fire Hydrant Assembly. TOTAL ITEM # A-13: $ /Gaon /EA(J9.Soo co ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall goven.) A-14. 5 EA Fire Hydrant Assembly.( - ANTS acp TOTAL ITEM # A-14�woL+p+�Lt�yHD/2: 0/'"cdAS N$��ys`0'iEAI ` (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) A-15. I LS Abandon Existing Waterlines. _ ,,��^^ %/tv.�.rxvl���,.tisl+vi1/afar+r5 $ syc�"=n.s($'t�On�� ) TOTAL ITEM # A-IS:r��a' - (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) A-16. 2,135 LF Brick Pavement Trench Repair. j TOTAL ITb`M # A-16: S',• t/e— t..-,tns �t0 /� rtYS $_ 7 :!f /LF! ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) A-17. 190 SY Brick Pavement Spot Repair. oa TOTAL ITEM # A-17: lr�y iicAdo /Va ejN r5 $ SGLI) /SY I, S-0c) ) (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govem.) Bidder's Initials Item Estimated 1 f No. Quantity & Unit Description of Item Total Amount A-18. 50 LF Concrete Curb and Gutter Replacement. TOTAL ITEM # A-18: /".wary ✓d 0"& f.#4 ^ ,:P ANa NgeeN Ys $ (Unit Price Amounts shall be shownin both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A-19. 20 SY Concrete Sidewalk Replacement. TOTAL ITEM # DNti S4a&6eomr t- $ 3S' /SYr "woff (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL ADDITIVE ALTERNATE — A (FOR THE ADDITION OF MAIN STREET), ITEMS #A-1- #A-19: "r.,..a H�>tp2sv 7"w�c,vs'TNe�+s.�rr!q Six MATERIALS: R �4�t %- �.c ,tt7► O •eL,2Igo ONE fft,mmeo .4,LTy &NS 7-it6o,.s*N0 Sere r--f ma -taro LABOR: Z—,,ewryjfi4 DaL&4&&G.f $ /% 7BfL,9 q TOTAL ADDITIVE -7;,4 ff„�yD2e'i1 FFT%J ear �` RCt� lNasANQ �R f{••HDrt,cD ALTERNATES gety st %wcs �i.`.4as �r-� ITEMS # A-1 - # A-19: /{NA/lf�2rjr��Jc �cNl'S (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall go rn.) ADDITIVE ALTERNATE - B (FOR THE INSTALLATION OF TWO-INCH PVC CONDUIT)l: This Additive Alternate requires the installation of two-inch diameter PCV conduit near the new water pipeline below Broadway Street. Additionally, the contractor will provide connection of the conduit to seven existing Type I ground boxes along the route. NOTE: The file COL PVC Conduit.pdf is provided to illustrate the positioning of the PVC conduit in the water pipe trench. Where the trench departs the water pipeline route and leads to a ground box, the contractor shall comply with COL PVC Conduit.pdf, but excavate only to the depth of the PVC conduit. If desired, the contractor may narrow the trench width as appropriate where only two-inch conduit will be installed, provided the conduit is adequately protected in accordance with COL PVC Conduit.pdf. Item Estimated No. Quantity & Unit Description of Item Total Amount B-1. 3,660 LF Two-inch Schedule 40 PVC Conduit conforming to attached specifications. TOTAL ITEM # B-1: ONO Do&s.tn AND&t..artry AV- 6_4 $ (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) B-2. 275 LF Remove paving, create trench pursuant to attached COL PVC Conduit.pdf and replace pavement. TOTAI. ITEM # 13-2: orjprX 4LI 4 A 5 14Np jyto 4a Hr5 $ S-402? !LF("� 11j90 ,., (.,,.:,,, 1' . ice Amountsshall be shover, in both words raid uuinciais in case ufdiscrcpancy, the amoum shown in words shall govern.) j,,VW Bidder's Initials Item Estimated 3' No. Quantity & Unit Description of Item Total Amount B-3. 24 EA Long radius 45-degree conduit sweeps (two-inch diameter). TOTAL ITEM # B-3:�wisa~���a (�y��•fws Am# NOLdI-4i'5 $ 1,0- /EA( 6 00) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 1 B-4. 12 EA Two-inch conduit to three-inch conduit coupler. TOTAL ITEM # B-4: (�t�2t`� we �.f�s i�N1� /�%e,dN75 $ 302-0 /EA(r 3 60a0- ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) �rt TOTAL ADDITIVE ALTERNATE - B (FOR THE INSTALLATION OF TWO-INCH PVC CONDUIT), ITEMS #B-1- #B-4: �Lc*, `rNc+vS.*r4p f fVt: IN+t+t(02E/� t ` ON„ o GCWTS $ 1 MATERIALS: .5eyrwryy tc..Y 5 6 S9vow Trt—es*WD 5,014b LABOR: LDvLL-4xs ANP Na o0 TOTAL ADDITIVE j�/ttif�EN / Noa,tstxjl Iwo F%ut�D/'�eeD ALTERNATES � ITEMS # B-I - # B- 4:h4ff7'AVV &i_,L A.S AND M 49N7_3 $ M, 11 SS-, 0� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words'sitall govern.) 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 365 (THREE HUNDRED SIXTY- FIVE) CONSECUTIVE 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 $1,500 (ONE THOUSAND FIVE HUNDRED AND 00/100) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. -LG'1 Bidder's Initials Bidders are required, whether or not a payment or perfonnance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of fly _,�,F'C;5,tl,�4L//2 Dollars ($ 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 ten (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. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), 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: Secr ary Bidder acknowledges receipt of the following addenda: Addenda No. Date (�f Addenda No. Date 3 Addenda No. Date '�►� ,G Addenda No. Date, M/WBE Firm: ► Woman I I Black American I l Hispanic American T Asian Pacific Ar Date: ;V1�1�c- } 19, �DC G% Authorized S' nature LC5 V WRA MA.N (Printed or Typed Name) 5) r.(i(_l f ca-r ruCT1uu C Company Address City, County State Telephone: ?i(l - WITLO Zip Code ) Fax: '611 - FEDERAL TAX ID or SOCIAL SECURITY No. �--,(i _ It 1) �) 9 -) (14 : L L CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be Submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance AgentBroker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. Contractor Signature) Contractor (Print) CONTRACTOR'S FIRM NAME:�� 0�'��� (Print or Type) CONTRACTOR'S FIRM ADDRESS: � �� U-1�" (\,V :- Name of Address of Agent/Broker: - wells Farqo Insurance Services of MN M 4300 MarketPointe Dr, Suite 600 City/State/Zip: Bloomington MLA 55435 Agent/Broker Telephone Number: ( c)9;2 _ ) 830-3000 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 Public Works Contracting Officer for the City of Lubbock at (806) 775-2163. BID # 08-706-BM - DOWNTOWN WATERLINE REPLACEMENT PROJECT No Text SAFETY RECORD QUESTIONNAIRE + The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section y of Lubbock has adopted the following written definition and criteria for 252.0435 of the Local Government Code, Cit 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 incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the 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 (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the 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: QUESTION ONE 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 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 iotiowing infurination 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. -,LL r . LVLJ Bidder's Initials 13 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. QUESTION THREE 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 in 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 will be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signature Ott 1�iE"l�iil, ;ilf�ti'lC wfL_ Title 14 S.J. LOUIS CONSTRUCTION OF TEXAS LTD. 520 South 6th Ave., P.O. Box 834 817/477-0320 Office • 817/477-0552 Fax Mansfield, Texas 76063 Equal Opportunity Employer / Contractor In the past 3 years S.J. Louis Construction of Texas, Ltd. has received the following OSHA Citations: Date: 11/16/05 Project Name: Southwest Water Transmission Main Location: Todd Lane East, Charlotte, NC 28208 Citation: Employee required to enter confined space was not properly trained as to the nature of the hazards involved. Correction: Employee sent to training classes conducted by Compliance Training of America. Total Penalty: $300.00 — Non -serious violation Date: 11/14/05 i Project Name: Southwest Water Transmission Main Location: Charlotte, NC 28208 Citation: Inadequate protection system in excavation. Correction: Abated immediately Total Penalty: $1,200.00 — Non -serious violation Date: 3/30/05 Project Name: Rowlett Cottonwood Parallel Transfer Sewer Location: E. Bethany & Malone, Allen, Texas 75002 Citation: Employees were exposed to trench cave-ins. Correction: Trench box was repositioned to 2' off bottom of excavation and ladder was moved back into trench box. Total Penalty: $4,000.00 — Non -serious violation Date: 10/28/04 Project Name: 98`h Street Storm Drain Location: 981h Street & University, Lubbock, Texas 79414 Citation: Employee not protected when entering excavation in compactor. Correction: Structural engineer designed a protective cage for compactor. Total Penalty: $3,500.00 — Non -serious violation Date: 1 /26/04 Project Name: Potranco Rd./SH 151 Water Main SH-151 & Potranco Rd., San Antonio, Texas 78227 Location: Citation: Employee was subject to vehicle traffic and hadn't received flagman training. Also at the jobsite, employee was riding on backhoe which wasn't equipped with a seat. Correction: Employee had flagman training and class was given about equipment safety. Total Penalty: $1000.00 Date: 8/26/03 Project Name: Potranco Rd./SH 151 Water Main Location: SH-151 & Potranco Rd., San Antonio, Texas 78227 Citation: Employees were using a soda bottle to drink water from a thermos jug. Correction: Drinking cups were immediately attached to all water coolers. Total Penalty: $660.00 U SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-1 10) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or' services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25.000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME:.S FEDERAL TAX ID or SOCIAL SECURITY No. '�- L4 Signature of Company Official: f�1 �1ALGAZ Printed name of company official signing above Date Signed: NOK V s -k 1.'l :2 t ' C-271' 1.I C � \ j tai 14 ri_ Vt '\ V-= 15 PROPOSED LIST OF SUBCONTRACTORS Minority Owned Check either Company Name and Cio Yes No , E � 2 C , ,. 4. ' 2 5. r7 6. O ` 7, O 2 R. 9. E _ !% !G C 9 !2. 2 5 l\ 2 2 !4. O 2 15. E:, Q 16. 9 2 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR BID IF NO SUBCONTRACTORS WILL BE USED INDICATE SO 17 POST -CLOSING DOCUMENT REQUIREMENTS The below -listed documents must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when bids are due. FINAL LIST OF SUBCONTRACTORS Parte Intentionally Left Blank FINAL LIST OF SUBCONTRACTORS Minority Owned Check either Company Name and City Yes No 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. ❑ 16. THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN TWO BUSINESS DAYS AFTER THE CLOSE DATE WHEN BIDS ARE DUE IF NO SUBCONTRACTORS WILL BE USED INDICATE SO 1 Pate Intentionally Left Blank PAYMENT BOND Paize Intentionally Left Blank BOND NO. 190-018-830 STATUTORY PAYMENT BOND PURSUANT TO SECTION-2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that S.J. LOUIS CONSTRUCTION OF TEXAS(h-cminafter called the Prineipal(s), as Principal(s), and LIBERTY MUTUAL FIRE INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Five Million Four Hundred Thirty -Five Thousand " Dollars ($ 5.435,664.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the , 2008, to ITB 08-706-BM - DOWNTOWN WATER LINE REPLACEMENT PROJECT day of 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, _ day of the said Principal (s) and Surety (s) have signed and sealed this instrument this 2008. LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety *By: _ (Title) A y M. urns A orney-in-fact "" SIX HUNDRED SIXTY-FOUR AND NO/100 S.J.LOUIS CONSTRUCTION OF TEXAS, LTD (Company Name) By: Les V. Whitman (Printed Name) t _ d (Signa r General Manager (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates William D. Baldwin an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety * BY (Title) Am . Burns Attorney -in -fact Approved as to form: Ci ubbock on Y� tome * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 No Text LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this day of , Zoos before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD., the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. KRISTI SAMPLES Notary Public, State of Texas My Commission Expires April22, 0009 Notary Public (Notary Seal) ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this day of , 2008 before me appeared AMY M. BURNS to be known, who being by me duly sworn, did say that (s)he is the aforesaid Attorney -in -Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. A �'1�,KM JET D. BUERG Notary Public -Minnesota , t`. My Commission Expires Jan 31, 2010 No Text r, THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND 2080653 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company; -_through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint 701+IY D. BECKER,-NATHAN P. HUGHES, STEVEN C. ARONSON, JANETD, BUERG,TERESA HAMMERS, LAURENT A. LAVENTURE, KATHLEEN SORENSON, JOHN D. MOORE, JAMES R. PERKINS, STANLEY L. PEARSON,TODD A. KELSEY, AMY M. BURNS, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal- acknowledge anti deliver, for and on its behalf as surety and as its act and deed, any, and all undertakings, bonds, recognizances and other surety obligations An. the penal sum not exceeding FIFTY MILLION AND 00/100****** DOLLARS ($ 50,000000.00*************.*-************)each, and the execution of such *****"** undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, sliallbe as binding upon:theCompany as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 }; wherein, among other things, it was: .N VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney u named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety vi obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution C (D of any such power of attorney, and to affix thereto the corporate seal of the Company. cca That the Resolution set forth above is a true cop thereof and is now in full force and effect L w N d c .N O Y c _ O IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of v N Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 22ndday of January y LU 2007 _..__ L E. TIRE #@ O `�� .LIBERTY MUTUAL FIRE INSURANCE COMPANY Q M i lHIG9EPf#RATED - - d' By -_ Garnet W. Elliott, Assistant Secretary 3 COMMONWEALTH OF PENNSYLVANIA ss a C COUNTY OF MONTGOMERY to 0 .E .o . On this 22nd day of January 2007 before me, a Notary Public, personally came Garnet W. Elliott, to me known, and .;_ acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he O d executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the 'a 0 direction of said corporation. = d ca sz IN TESTIMONY WHEREOF, vee to subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year d do first above written. N p W4 w €� 6t s&an M OF 7flesaa Fatee N3Lafote rye Rubric y QJ vPt mouth Montpme � Ninty B � � My c rn ss on =..k3 e Asa as �c� Teresa Pastella, Notary Public v r CERTIFICATE a1A Mornber, PennsylvaniliAs,. r r of Notz es 1, the undersigned, an Assis ry of Liberty Mutual Fire Insurance Company, do hereby certify that the original -power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys -in -fact as provided in the Unanimous Consent and Vote of the Board of Directors of liberty Mutual Fire Insurance Company dated June 28, 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of 0 � idC8�PIRAY@# a sass j By id M. Carey, Assistant Secretary F PERFORMANCE BOND Page Intentionally Left Blank BOND NO. 190-018-830 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) S.J. LOUIS CONSTRUCTION OF TEXAS, LTD. LIBERTY MUTW ALL UAL BY RE NSURAESE N ESENTS, that _ (hereinafter called the COMPANY,, 450 PLYMOUTH RD., PLYMOUTH MEETING, PA1194,as 62 Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Five Million Four Huhdred Thirty -Five Thousand ** Dollars ($ 5.435,664.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of 2008, to ITB 08-706-BM - DOWNTOWN WATER LINE REPLACEMENT PROJECT CONTRACT #8354 and said principal under the law is required before";commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF, THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it.were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of , 2008. LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety * By. r (Title) A y M. Burns a . Attorney -in -fact ** SIX HUNDRED SIXTY-FOUR AND NO/100 S.J.LOUIS CONSTRUCTION OF TEXAS, LTD. (Company Name) By; Les V. Whitman (Printed Name) General Manager (Title) f } The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates William D. Baldwin an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety * By: (Title) Amy M. Burns Attorney -in -fact Approved as to form: Ci o bbock By. City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS .--. • ► • ► On this day of , 2ow before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD., the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. KRISTI SAMPLES Notary Public, State of Texasr �., My Commission Expires Notary Public April 22, 2009 (Notary Seal) ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this day of , 2008 before me appeared AMY M. BURNS to be known, who being by me duly sworn, did say that (s)he is the aforesaid Attorney -in -Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by E ' authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, (Notary Seal) qAAP'usn.`i/vS; dvv�iiruifl+�Pve RfthP0. ' JANE UERG Notary Public -Minnesota my commission Expires Jan 31, 2010 i i i i a THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2080656 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire Insurance Company (the 7Company" ), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint TONY D. BECKER, NATHAN P. HUGHES, STEVEN C. ARONSON, JANETD. BUERG, TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON, JOHN D. MOORE, JAMES R. PERKINS, STANLEY L. PEARSON, TODD A. KELSEY, AMY M. BURNS, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge -and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and _other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100************** DOLLARS ($ 50,000,000.00**************************) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 V +.; wherein, among other things, it was: N VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney 0. ar named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety in Yvi obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. >, c ar W That the Resolution set forth above is a true copy thereof and is now in full force and effect. _ O —0 (v IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of 0 � 5 3 Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 22ndday of January W CL 1�} 0 d° LIBERTY MUTUAL FIRE INSURANCE COMPANY .'C 3Hcnpaavn ch d' —•y� L By �- SC. O O Garnet W. Elliott, Assistant Secretary 3 EI 115 y COMMONWEALTH OF PENNSYLVANIA ss (L ar cLa COUNTY OF MONTGOMERY yr o0 On this 22nd day of January 2007 before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he Oar ,51 executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the :t d direction of said corporation. :$ N IN TESTIMONY WHEREOF, N to subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year d 'Cr >. first above writtenslcm . CO E cO :�i z T€rr R u # a t*k v-r.ry NON c B ,/N�G%+ly(�l(/ C P yMuth w Monmo�ry .only y 0 y n�sv�+, Expires Maas 'rya Teresa Pasteila, Notary Public v ,— CERTIFICATE N ? rhee;Pe,hsy9rnr.€a t.,. ct .mri.1.ta.:es �0 1, the undersigned, an Assis ry, of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and 1 do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys -in -fact as _. provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28, 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of - V gat 1:06"d M. Carey, Assistant Secretary �s ACORDn CERTIFICATE :OF LIABILIT�Y..INSURANCE DATE (MM/DDNY) _ . 4/14/08 PRODUCER 952-830-3000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Wells Fargo Insurance Services of Minnesota, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EKTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4300 MarketPointe Dr #600 COMPANIES AFFORDING COVERAGE Bloomington, MN 55435 COMPANY A Zurich Ins. Co INSURED S.J. Louis Construction of COMPANY B Hanover Ins Texas Ltd COMPANY 520 South Sixth Avenue C Mansfield TX 76063 COMPANY D °.COVERA z - 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. Co TYPE OF INSURANCE POUICY NUMBER PDOALIC EFFECTIVE POLIO ( EXPIRATION p� LIMBS A GENERALUABILITY GL09307200 11/01/07 11/01/08 GENERAL AGGREGATE $ 2000000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR PRODUCTS - COMP/OP AGG $ 2000000 PERSONAL & ADV INJURY $ 1000000 EACH OCCURRENCE $ 1000000 OWNER'S & CONTRACTOR'S PROT X FIRE DAMAGE (Any one fire) $ 300000 Per Proj Aggregate MED EXP (Any one person) $ 10000 A AUTOMOBILE LIABILITY ANY AUTO BAP9307199 11/01/07 11/01/08 COMBINED SINGLE LIMIT E 1000000 X BODILY INJURY (Per won) $ ALL OWNED AUTOS SCHEDULED AUTOS X X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X $1000 Comp PROPERTY DAMAGE E X $1000 Coll GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ A EXCESSLWBILTTY AUC4275280 11/01/07 11/01/08 EACH OCCURRENCE $ 20000000 X UMBRELLA FORM AGGREGATE $ 20000000 $ OTHER THAN UMBRELLA FORM A WORKERS COMPENSATION AND EMPLOYERS! LIABILITY WC930720102 11/01/07 11/01/08 X I T RY LIMIT WcsLMIT oER EL EACH ACCIDENT $ 1000000 THE PROPRIETOR/ X INCL PARTNERS/EXECUTIVE EL DISEASE - POLICY LIMIT $ 1000000 EL DISEASE - EA EMPLOYEE 1 $ 1000000 OFFICERS ARE: EXCL B OTHER RHX8490766 11/01/07 11/01/08 Installation Fltr $10,000,000 limit. $250,000 in transit, $100,000 at temporary location DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Project: ITB 08-706-BM,City of Lubbock,its officers, agents,& employees are named Add'I Insured on a primary basis with respects to Gen'I Liab for the above project. Gen'l Liab,Auto Liab & Work Comp Policies in- clude Waiver of Subro . Add'I Insured end't is attached. CERTIFICATE HOLDER CANCELLATION City of Lubbock c/o Public SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Works Contracting Office 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1625 13th St, Suite 204 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Lubbock TX 79401 OF ANY KIND PON THE COMPANY, ITS LGWS OR REPRES ATIVES. AUTHOR im ENTATIVE �Z 1 �6, ACORD 25-S;(1/95) 70- 56 ®ACORD`CORPORATION 1988 -- Additional Insured - Automatic - Owners, Lessees Or Contractors Broad Form Policy No. GL09307200 - Effective Date 11/1/07 to 11/1/08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization whom you are required to add as an ad- ditional insured on this policy under a written contract or written agreement. B. The insurance provided to additional insureds applies only to "bodily injury","property damage" or "personal and advertising injury" covered under Section I, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if: 1. The "bodily injury" or "property damage" results from your negligence; and 2. The "bodily injury", "property damage" or "personal and advertising injury" results directly from: a. Your ongoing operations; or b. "Your work" completed as included in the "products -completed operations hazard", performed for the additional insured, which is the subject of the written contract or written agreement. C. However, regardless of the provisions of paragraphs A & B above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to pro- vide to the additional insured person or organization in the written contract or written agreement; and l 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: -- a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organ- ization does not apply to: U-GL-1175-A CW (9/03) 'Page 1 OF 2' Includes copyrighted material of Insurance Services Office, Inc. with its permission. 1. "Bodily injury", "property damage" or "personal and advertising injury" that results solely from negligence of the additional insured; or 2. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, inspection, architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim: 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer which the additional insured also has rights as insured or additional insured. F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance avail- able to any additional insured person or organization unless the other insurance is provided by a contractor other than you for the same operations and job location. Then we will share with that other isnurance by the method described in paragraph 4.c of Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. 'U-GL-1175-A CW (9/30)' 'Page 2 of 2' CONTRACTOR CHECKLIST 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 E (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; r (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 A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION 1N FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCO-NIPA N ED BY A SI'A'I`E NIENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 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: (1) 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 b certified mail or personal delivery, within (ten) 10 L O Y g tY g Y P rY, ) 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= (1l) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H). with the certificate of coverage to be provided to the person for whorn they are providing services. (-= 4 CONTRACT Page Intentionally Left Blank CONTRACT # 8354 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 10"' day of April, 2008 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 S.J. LOUIS CONSTRUCTION OF TEXAS, LTD of the City of MANSFIELD, County of TARRANT and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID # 08-706-BM — DOWNTOWN WATERLINE REPLACEMENT PROJECT - $5,435,664.00 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. S.J. LOUIS CONSTRUCTION OF TEXAS, LTD's bid dated MARCH 19, 2008 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the 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. S.J. Louis Construction of Texas, Lt By: PRINTED ME: Les V . Whitman TITLE: General Manager __ COMPLETE ADDRESS: Company SJ Louis Construction of Texas Address r,90 S 6th Ave /P0 Box 834 Ltd . City, State, Zip Mansf; 1 d , TX 76061 ATTEST: Corporate ecretary — Michael Osmus MAYOR ATTEST: City Sec etary APPROVED) S T FORM: jCAtIto rn No Text GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit S J LOUIS CONSTRUCTION OF TEXAS, LTD who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative WOOD FRANKLIN P.E. CHIEF ENGINEER FOR WATER UTILITIES, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to 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". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). WRITTEN NOTICF, Written notice shall be deemed to have been duly sdrved if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. I t 8. C ONTRACTOR' S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 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 snake periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the constriction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. L.INES AND GRADES All lines and grades shall be furnished by the Owner's Representative 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 will be as brier as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative 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 location of the work, the confirmation of the ground, the character, quality and quantity of materials to be z ' encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's IL__ Representative and Contractor. t c 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. 1 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work 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 perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Socicty for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 1_ 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 4 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. The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's 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 determined by the following methods: Method (A) - By agreed unit prices; or I 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, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the 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 Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall E comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the - progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and - equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold hannless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or - contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. - 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 7 A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment Endorsement XCU Endorsement B. Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as a primary additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages (in the aggregate and per occurrence). F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least 50$ 0,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas I.abor Code) - includes all persons or entities performing all or part of the services the Contractor has undertakento 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_ 1 i_ project. "Services" does not include activities unrelated to the project, such as foodibeverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any :change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; : _ (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by l.._, paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the _ insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne L, by such certificate. r, / Al the L. ttu n� the insured k5) �provision that <.ie policy may �e canceled only by mailing ivri,�.r...�tice to ...e Warne:., 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. (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. 10 (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: -, (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (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 ()vww.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: 11 29. 1_ (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the proj ect; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 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. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALME_N, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES 12 Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and r furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to 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 officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to 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. 13 34. 35 36. 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. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1.,500 (ONE THOUSAND FIVE HUNDRED) 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. 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. 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 time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than 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. 14 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their 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 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 officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the 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 j 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. g- 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there -, 15 E__ [AYA 43 44 45 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 I _ agents and employees, which have not theretofore been timely filed as provided in this contract. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 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 performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 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. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 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. 16 Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. 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 bPing 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, 17 equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed 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 terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 18 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 611�alf ►��1117.y The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by 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 a 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 perfonmance 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 anytime 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. KVARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a 19 Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and I provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by tlus contract is spent, whichever event occurs F i st. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. U, 20 1 1_ � CURRENT WAGE DETERMINATIONS Page Intentionally Left Blank RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 11.50 Air Conditioner Installer 12.00 Air Conditioner Installer -Helper 7.50 Asbestos Worker 9.00 Asbestos Supervisor 12.50 Bricklayer 12.50 Bricklayer -Helper 7.00 Carpenter 11.00 Carpenter -Helper 7.00 Cement Finisher 9.00 Drywall Hanger 11.00 Electrician 15.00 Electrician -Helper 8.00 Equipment Operator -Heavy 10.00 Equipment Operator -Light 9.00 Fire Sprinkler Fitter -Journey 18.00 Fire Sprinkler Fitter -Apprentice 10.00 Floor Installer 9.50 Glazier 10.50 Insulator-Piping/Boiler 10.50 Insulator -Helper 7.00 Iron Worker 11.00 Laborer -General 6.00 Mortar Mixer 6.00 Painter 9.50 Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 Roofer -Helper 7.00 Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 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. 1M19,11 1a11 Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 Page Intentionally Left Blank SPECIFICATIONS Pate Intentionally Left Blank 1 2007/05/ 11 2 SECTION 01060 3 SPECIAL CONDITIONS 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Administrative and procedural requirements for: 8 a. Preconstruction Conference. 9 b. Project signs. 10 c. Contractor's Superintendent's Field Office. I I d. Drawings and Contract Documents for Contractor use. 12 e. Project video. 13 f. Project photographs. 14 g. Testing. 15 h. Project meetings. 16 i. Video recording equipment. 17 j. Water for Construction. 18 k. Special considerations related to adjacent properties and facilities. 19 1. Historical and archaeological finds. 20 B. Related Sections include but are not necessarily limited to: 21 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 22 2. Division 1 - General Requirements. 23 1.2 PRECONSTRUCTION CONFERENCE 24 A. A preconstruction conference shall be held at the Owner's offices after award of Contract. 25 1. Engineer will notify the Contractor as to the date and time of the conference two (2) weeks 26 in advance of the proposed date. 27 2. Contractor's Project Manager and Project Superintendent and Contractor's Subcontractor 28 Representatives shall attend. 29 1.3 PROJECT SIGNS 30 A. Furnish and install one (1) of each of the following signs: 31 1. Project sign shown as approved by Owner. 32 B. Install in location approved by Owner. 33 C. Signs not listed in this Specification permitted only upon approval of Owner. 34 1.4 CONTRACTOR'S SUPERINTENDENT'S FIELD OFFICE 35 A. Optional — Contractor shall make all arrangements for a site and all required utilities, if a field 36 office is desired. _a 37 B. Remove field office from site upon acceptance of the entire work by the Owner. 38 1.5 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE 39 A. Refer to General Conditions. 40 B. Contractor shall pick up all "no -charge" documents within 10 days from date of Notice to 41 Proceed. _.' 42 C. Additional documents after "no -charge" documents will be furnished to Contractor at cost. City of Lubbock Downtown waterline Replacement Project - January 2008 01060- 1 1.6 CONTRACTOR RESPONSIBILITIES 2 A. Contractor responsible for staking and surveying from Owner established project control points 3 as required to complete the Work. 4 B. As -Built or Record Drawings: 5 1. Contractor shall maintain a record of Contract Documents in a safe place on Site with 6 written interpretations and clarifications in good order and annotated to show changes made 7 during construction. 8 2. Upon completion of the Work, completed record documents shall be delivered to Engineer 9 for Owner. 10 3. Contractor shall furnish survey information for record drawings. 11 4. Contractor shall use red ink to mark changes to Drawings. 12 C. Contractor shall be solely responsible for initiating, maintaining and supervising all safety 13 precautions and programs in connection with the Work. 14 1. Contractor shall designate a qualified and experienced safety representative at the Site 15 whose duties and responsibilities shall be prevention of accidents and maintenance and 16 supervision of safety precautions and programs. 17 1.7 PROJECT VIDEO 18 A. With company of Owner's Representative, perform video recording along entire pipeline route 19 prior to construction and upon final approval: 20 1. Submit two copies of each videotape to Engineer. 21 1.8 PROJECT PHOTOGRAPHS 22 A. At least twice each month during construction of the Work, take at least 15 but not more than 30 23 progress photographs as directed by the Owner's Representative. 24 1. Photographs shall be digital photographs, minimum 2.0 megapixel (nominal) resolution. 25 2. Submit photographs in JPEG format on a compact disk (CD-R format) or via e-mail each 26 month with a laser -printed standard CD label identifying the Owner, Project, and 27 month/year the photographs were taken. Photograph file names shall include the sequence 28 number, month, day, and year of photography (example: #001_04-16-2003.JPG). 29 B. Project photos shall be submitted monthly with payment applications. 30 C. All rights of reproduction and ownership shall be conveyed to the OWNER 31 1.9 TESTING 32 A. Payment for Soil, Concrete and Other Testing: 33 1. Soils and concrete testing: 34 a. The Owner will contract with an approved materials testing lab and pay for "Passing" 35 soils and "Passing" concrete tests on the Project. 36 b. Costs of corrective action, costs of "Failing" soils and concrete tests, and cost of testing 37 associated with establishment of mix design are the sole responsibility of the 38 Contractor. 39 2. Other testing: Required testing, testing procedures, reports, certificates, and costs associated 40 with all phases of securing required satisfactory test information which may be required by 41 individual sections of Specifications or Drawings are the full responsibility of the 42 Contractor. 43 1.10 PROTECT MEETINGS 44 A. Construction Meetings: 45 1. The Engineer will conduct construction meetings involving: 46 a. Contractor's project manager. 47 b. Contractor's project superintendent. City of Lubbock Downtown Waterline Replacement Project - January 2008 01060 - 2 I c. Owner's designated representative(s). 2 d. Engineer's designated representative(s). 3 e. Contractor's subcontractors as appropriate to the Work in progress. 4 f. Owner's Construction Quality Control Consultant. 5 2. Meetings will be conducted monthly, or as needed. 6 3. The Engineer will take meeting minutes and submit copies of meeting minutes to 7 participants and designated recipients identified at the Preconstruction Conference. 8 a. Corrections, additions or deletions to the minutes shall be noted and addressed at the 9 following meeting. 10 4. The Engineer will schedule meetings for most convenient time Frame. 11 5. The Engineer will have available at each meeting full chronological tiles of all previous 12 meeting minutes. 13 6. The Contractor shall have available at each meeting up-to-date record drawings. 14 1.11 VIDEO RECORDING EQUIPMENT 15 A. Provide full access to Owner or Owner's authorized representative to perform video recording of 16 construction activities, training sessions, start-up, trouble shooting, etc. 17 1.12 SPECIAL CONSIDERATIONS RELATED TO ADJACENT PROPERTIES AND 18 FACILITIES 19 A. Contractor shall be responsible for negotiations of any waivers or alternate arrangements 20 required to enable transportation of materials to the site. 21 B. Site safety will be the sole responsibility of the Contractor. All excavations will be back6lled or 22 covered at the end of each work day. Barricades and fencing will be employed as necessary to 23 ensure public safety. 24 C. Maintain conditions of access roads to site such that access is not hindered as the result of 25 construction related deterioration. 26 1.13 WATER FOR CONSTRUCTION 27 A. Contractor shall pay deposit and secure fire hydrant meter from Owner for water. 28 1. Owner shall pay for water used by Contractor for construction purposes. 29 1.14 HISTORICAL AND ARCHAEOLOGICAL 30 A. If during the course of construction, evidence of deposits of historical or archeological interest is 31 found, the Contractor shall cease operations affecting the find and shall notify Owner. 32 1. No further disturbance of the deposits shall ensue until the Contractor has been notified by 33 Owner that Contractor may proceed. 34 2. Owner will issue a notice to proceed after appropriate authorities have surveyed the find and 35 made a determination to Owner. 36 3. Compensation to the Contractor, if any, for lost time or changes in construction resulting 37 from the find, shall be determined in accordance with changed or extra work provisions of 38 the Contract Documents. 39 4. The site has been previously investigated and has no known history of historical or 40 archaeological finds. 41 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 42 PART 3 - EXECUTION - (NOT APPLICABLE TO THIS SECTION) 43 END OF SECTION a� City of Lubbock Downtown Waterline Replacement Project - January 2008 01060 - 3 Table of Contents Technical Specifications DIVISION 1 - GENERAL REQUIREMENTS ` 01060 SPECIAL CONDITIONS 01061 BID ITEMS: SCOPE OF WORK 01100 SCHEDULE AND SEQUENCE OF CONSTRUCTION 01340 SUBMITTALS 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01600 PRODUCT DELIVERY, STORAGE, AND HANDLING 01640 PRODUCT SUBSTITUTIONS 01710 CLEANING DIVISION 2 - SITE WORK 02072 DEMOLITION, CUTTING AND PATCHING 02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 02224 PIPELINE UNDERCROSSINGS 02260 TOPSOILING AND FINISHED GRADING 02270 SOIL EROSION AND SEDIMENT CONTROL 02502 CONCRETE PAVEMENT, CURB AND SIDEWALK 02513 ASPHALTIC CONCRETE. VEHICULAR PAVING L 02660 WATER MAIN CONSTRUCTION DIVISION 3 - CONCRETE 03002 CONCRETE DIVISION 15 - MECHANICAL 15060 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15062 PIPE: DUCTILE 15063 PIPE: COPPER 15064 PIPE: PLASTIC 15100 VALVES: BASIC REQUIREMENTS 15101 GATE VALVES 15510 FIRE HYDRANT City of Lubbock L Downtown Waterline Replacement Project - January 2008 Table of Contents - I i__ 1 2007/05/ 11 2 SECTION 01060 3 SPECIAL CONDITIONS 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Administrative and procedural requirements for: 8 a. Preconstruction Conference. 9 b. Project signs. 10 c. Contractor's Superintendent's Field Office. I 1 d. Drawings and Contract Documents for Contractor use. 12 e. Project video. 13 f. Project photographs. 14 g. Testing. 15 h. Project meetings. 16 i. Video recording equipment. 17 j. Water for Construction. 18 k. Special considerations related to adjacent properties and facilities. 19 1. Historical and archaeological finds. 20 B. Related Sections include but are not necessarily limited to: 21 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 22 2. Division t - General Requirements. 23 1.2 PRECONSTRUCTION CONFERENCE 24 A. A preconstruction conference shall be held at the Owner's offices after award of Contract. 25 1. Engineer will notify the Contractor as to the date and time of the conference two (2) weeks 26 in advance of the proposed date. 27 2. Contractor's Project Manager and Project Superintendent and Contractor's Subcontractor 28 Representatives shall attend. 29 1.3 PROJECT SIGNS 30 A. Furnish and install one (1) of each of'the following signs: 31 1. Project sign shown as approved by Owner. 32 B. Install in location approved by Owner. 33 C. Signs not listed in this Specification permitted only upon approval of Owner. 34 1.4 CONTRACTOR'S SUPERINTENDENT'S FIELD OFFICE 35 A. Optional — Contractor shall make all arrangements for a site and all required utilities, if a field 36 office is desired. 37 B. Remove field office from site upon acceptance of the entire work by the Owner. 38 1.5 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE ! 39 A. Refer to General COiIdIilt7nS. 40 B. Contractor shall pick up all "no -charge" documents within 10 days from date of Notice to 41 Proceed. 42 C. Additional documents after "no -charge" documents will be furnished to Contractor at cost. City of Lubbock Downtown waterline Replacement Project - January 2008 01060- 1 t... 1.6 CONTRACTOR RESPONSIBILITIES 2 A. Contractor responsible for staking and surveying from Owner established project control points 3 as required to complete the Work. 4 B. As -Built or Record Drawings: 5 1. Contractor shall maintain a record of Contract Documents in a safe place on Site with 6 written interpretations and clarifications in good order and annotated to show changes made 7 during construction. 8 2. Upon completion of the Work, completed record documents shall be delivered to Engineer 9 for Owner. 10 3. Contractor shall furnish survey information for record drawings. 11 4. Contractor shall use red ink to mark changes to Drawings. 12 C. Contractor shall be solely responsible for initiating, maintaining and supervising all safety 13 precautions and programs in connection with the Work. 14 1. Contractor shall designate a qualified and experienced safety representative at the Site 15 whose duties and responsibilities shall be prevention of accidents and maintenance and 16 supervision of safety precautions and programs. 17 1.7 PROJECT VIDEO 18 A. With company of Owner's Representative, perform video recording along entire pipeline route 19 prior to construction and upon final approval: 20 1. Submit two copies of each videotape to Engineer. 21 1.8 PROJECT PHOTOGRAPHS 22 A. At least twice each month during construction of the Work, take at least 15 but not more than 30 23 progress photographs as directed by the Owner's Representative. 24 1. Photographs shall be digital photographs, minimum 2.0 megapixel (nominal) resolution. 25 2. Submit photographs in JPEG format on a compact disk (CD-R format) or via e-mail each 26 month with a laser -printed standard CD label identifying the Owner, Project, and 27 month/year the photographs were taken. Photograph file names shall include the sequence 28 number, month, day, and year of photography (example: #001_04-16-2003.JPG). 29 B. Project photos shall be submitted monthly with payment applications. 30 C. All rights of reproduction and ownership shall be conveyed to the OWNER 31 1.9 TESTING 32 A. Payment for Soil, Concrete and Other Testing: 33 1. Soils and concrete testing: 34 a. The Owner will contract with an approved materials testing lab and pay for "Passing" 35 soils and "Passing" concrete tests on the Project. 36 b. Costs of corrective action, costs of "Failing" soils and concrete tests, and cost of testing 37 associated with establishment of mix design are the sole responsibility of the 38 Contractor. 39 2. Other testing: Required testing, testing procedures, reports, certificates, and costs associated 40 with all phases of securing required satisfactory test information which may be required by 41 individual sections of Specifications or Drawings are the full responsibility of the 42 Contractor. 43 1.10 PROJECT MEETINGS 44 A. Construction Meetings: 45 1. The Engineer will conduct construction meetings involving: 46 a. Contractor's project manager. 47 b. Contractor's project superintendent. City of Lubbock Downtown Waterline Replacement Project -January 2008 01060 - 2 I c. Owner's designated representative(s). 2 d. Engineer's designated representative(s). 3 e. Contractor's subcontractors as appropriate to the Work in progress. 4 f. Owner's Construction Quality Control Consultant. 5 2. Meetings will be conducted monthly, or as needed. 6 3. The Engineer will take meeting minutes and submit copies of meeting minutes to 7 participants and designated recipients identified at the Preconstruction Conference. 8 a. Corrections, additions or deletions to the minutes shall be noted and addressed at the 9 following meeting. 10 4. The Engineer will schedule meetings for most convenient time frame. 11 5. The Engineer will have available at each meeting full chronological files of all previous 12 meeting minutes. 13 6. The Contractor shall have available at each meeting up-to-date record drawings. 14 1.11 VIDEO RECORDING EQUIPMENT 15 A. Provide full access to Owner or Owner's authorized representative to perform video recording of 16 construction activities, training sessions, start-up, trouble shooting, etc. 17 1.12 SPECIAL CONSIDERATIONS RELATED TO ADJACENT PROPERTIES AND 18 FACILITIES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Contractor shall be responsible for negotiations of any waivers or alternate arrangements required to enable transportation of materials to the site. B. Site safety will be the sole responsibility of the Contractor. All excavations will be backfilled or covered at the end of each work day. Barricades and fencing will be employed as necessary to ensure public safety. C. Maintain conditions of access roads to site such that access is not hindered as the result of construction related deterioration. 1.13 WATER FOR CONSTRUCTION A. Contractor shall pay deposit and secure fire hydrant meter from Owner for water. 1. Owner shall pay for water used by Contractor for construction purposes. 1.14 HISTORICAL AND ARCHAEOLOGICAL A. If during the course of construction, evidence of deposits of historical or archeological interest is found, the Contractor shall cease operations affecting the find and shall notify Owner. 1. No further disturbance of the deposits shall ensue until the Contractor has been notified by Owner that Contractor may proceed. 2. Owner will issue a notice to proceed after appropriate authorities have surveyed the find and made a determination to Owner. 3. Compensation to the Contractor, if any, for lost time or changes in construction resulting from the find, shall be determined in accordance with changed or extra work provisions of the Contract Documents. 4. The site has been previously investigated and has no known history of historical or archaeological finds. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION - (NOT APPLICABLE TO THIS SECTION) END OF SECTION City of Lubbock Downtown waterline Replacement Project - January 2008 01060 - 3 SECTION 01061 BID ITEMS: SCOPE OF WORK PART 1- GENERAL 4 A. Section Includes: 5 1. A description of the work included with each Bid Item. 6 2. Basis of measurement for each Bid Item. 7 B. Related Sections include but are not necessarily limited to: 8 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 9 2. Division I - General Requirements. 10 3. Section 02221 — Trenching, Backfilling, and Compacting for Utilities. 11 4. Section 02270 — Soil Erosion and Sediment Control. 12 1.2 DESCRIPTION OF WORK 13 A. This Project involves installation of new water pipelines in the downtown area bounded by 14 Avenue O, Mac Davis Lane, the BSNF Railroad, IH-27 and Sixteenth Street within the City of 15 Lubbock drinking water distribution system. Major Work items in the Project include 16 installation of new 12 IN waterline, appurtenant valves and fire hydrants, reconnection to 17 existing water services and lateral distribution lines, street repair, abandonment of existing 18 waterlines and other items as detailed in the Contract Documents. 19 1.3 DEFINITIONS 20 A. "Cost" refers to the total cost to the OWNER for the work described, including all of direct and 21 indirect costs borne by the Contractor in conjunction with the work described, plus Contractor's 22 overhead and profit associated with the work described. 23 1.4 BID ITEMS: 24 A. Bid Item 1: Mobilization. 25 1. Work Included: Provision of acceptable Contract Documents, bonds, insurance, and 26 placement in field and transportation of Contractor's equipment to the project. Mobilization 27 and start up will be paid 50 percent upon submission of the first pay application. The 28 remaining 50 percent will be paid on a performance basis over the following applications. 29 2. Measurement: Lump Sum. Shall not exceed 7% of total bid price. 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 B. Bid Item 2: Public Relations and Notification. 1. Work Included: a. Attend one, 4-hour public meeting prior to beginning construction. The meeting time and location will be determined by the Owner. b. Distribute door hangers or similar literature to residents and businesses adjacent to the project construction corridor. The content shall be approved by the Owner prior to distribution, and the information must be delivered a minimum of two weeks in advance of construction. c. Notify the Owner 2 weeks prior to beginning construction on a new roadway and 48 hours before implementing actual street closures. 2. Measurement: Lump Sum. C. Bid Item 3: Trench Safety. 1. Work Included: Installation, maintenance, and removal of trench safety protection systems pursuant to the trench safety plan required to be submitted by Section 02221. 2. Measurement: Linear Foot measured along the centerline of trenches equaling or exceeding five feet in depth. City of Lubbock Downtown Waterline Replacement Project - January 2008 01061 -1 I D. Bid Item 4: Curb Inlet Erosion Control. 2 1. Work Included: Furnishing labor, material and equipment to install, maintain and remove 3 curb inlet protection as required in Section 02270 for erosion control or as directed by 4 Owner or Engineer. All other services and supplies for completion of this Bid Item are 5 included. 6 2. Measurement: Linear Foot. 7 E. Bid Item 5: Silt Fence. 8 1. Work Included: Furnishing labor, material and equipment to install, maintain and remove all 9 silt fences, whether free-standing or attached to temporary fencing. 10 2. Measurement: Linear Foot of silt fence installed. 11 F. Bid Item 6: Traffic Control. 12 1. Includes the cost of furnishing, installing and removing all traffic control devices necessary 13 to protect the public when working within public ROW in accordance with local and state 14 requirements and the TMUTCD. 15 2. Measurement: Lump Sum per Month. 16 G. Bid Item 7: 2-IN Copper Service Line. 17 1. Work Included: 18 a. Furnishing and installing service line as shown on the drawings, bedding and backfill, 19 complete with fittings, thrust restraint systems, spoils disposal, connections to existing 20 system and all other accessories required for a complete installation except as included 21 in the scope of other bid items. 22 b. Work includes restoration of any disturbed existing landscaping and irrigation systems 23 to prior condition. 24 c. Bid price includes installing service line where it crosses at or below elevation of 25 existing utilities and adjusting, relocating, and/or repairing each utility in accordance 26 with the utility owner's requirements and standards as may be required to facilitate 27 installation of the water main and per the details in the drawings. 28 d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and 29 remedying any leaks, furnishing all materials and labor for disinfecting the line, and 30 providing testing services for water analysis. Any re -testing, re-examination shall be 31 included in this bid item. This item includes all sampling related to collection, testing, 32 and reporting. 33 2. Measurement: Linear Foot measured along the centerline of the pipe. 34 H. Bid Item 8: 4-IN Waterline. 35 1. Work Included: 36 a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, 37 complete with fittings, thrust restraint systems, spoils disposal, connections to existing 38 system and all other accessories required for a complete installation except as included 39 in the scope of other bid items. 40 b. Work includes restoration of any disturbed existing landscaping and irrigation systems 41 to prior condition. 42 c. Bid price includes installing waterline where it crosses at or below elevation of existing 43 utilities and adjusting, relocating, and/or repairing each utility in accordance with the 44 utility owner's requirements and standards as may be required to facilitate installation 45 of the water main and per the details in the drawings. 46 d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and 47 remedying any leaks, furnishing all materials and labor for disinfecting the line, and 48 providing testing services for water analysis. Any re -testing, re-examination shall be 49 included in this bid item. This item includes all sampling related to collection, testing, 50 and reporting. 51 2. Measurement: Linear Foot measured along the centerline of the pipe. 52 [. Bid Item 9: 6-IN Waterline. 53 1. Work Included: City of Lubbock Downtown waterline Replacement Project - January 2008 01061 -2 I a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, 2 complete with fittings, thrust restraint systems, spoils disposal, connections to existing 3 system and all other accessories required for a complete installation except as included 4 in the scope of other bid items. 5 b. Work includes restoration of any disturbed existing landscaping and irrigation systems 6 to prior condition. 7 c. Bid price includes installing waterline where it crosses at or below elevation of existing 8 utilities and adjusting, relocating, and/or repairing each utility in accordance with the 9 utility owner's requirements and standards as may be required to facilitate installation 10 of the water main and per the details in the drawings. 11 d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and 12 remedying any leaks, furnishing all materials and labor for disinfecting the line, and 13 providing testing services for water analysis. Any re -testing, re-examination shall be 14 included in this bid item. This item includes all sampling related to collection, testing, 15 and reporting. 16 2. Measurement: Linear Foot measured along the centerline of the pipe. 17 J. Bid Item 10: 8-IN Waterline. 18 1. Work Included: 19 a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, 20 complete with fittings, thrust restraint systems, spoils disposal, connections to existing 21 system and all other accessories required for a complete installation except as included 22 in the scope of other bid items. 23 b. Work includes restoration of any disturbed existing landscaping and irrigation systems 24 to prior condition. 25 c. Bid price includes installing waterline where it crosses at or below elevation of existing 26 utilities and adjusting, relocating, and/or repairing each utility in accordance with the 27 utility owner's requirements and standards as may be required to facilitate installation 28 of the water main and per the details in the drawings. 29 d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and 30 remedying any leaks, furnishing all materials and labor for disinfecting the line, and 31 providing testing services for water analysis. Any re -testing, re-examination shall be 32 included in this bid item. This item includes all sampling related to collection, testing, 33 and reporting. 34 2. Measurement: Linear Foot measured along the centerline of the pipe. 35 K. Bid Item 11: 12-IN Waterline. 36 1. Work Included: 37 a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, 38 complete with fittings, thrust restraint systems, spoils disposal, connections to existing 39 system and all other accessories required for a complete installation except as included 40 in the scope of other bid items. 41 b. Work includes restoration of any disturbed existing landscaping and irrigation systems 42 to prior condition. 43 c. Bid price includes installing waterline where it crosses at or below elevation of existing 44 utilities and adjusting, relocating, and/or repairing each utility in accordance with the 45 utility owner's requirements and standards as may be required to facilitate installation 46 of the water main and per the details in the drawings. 47 d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and 48 remedying any leaks, furnishing all materials and labor for disinfecting the line, and 49 providing testing services for water analysis. Any re -testing, re-examination shall be 50 included in this bid item. This item incldes all cautnpling related to collection, testing, 51 and reporting. 52 2. Measurement: Linear Foot measured along the centerline of the pipe. 53 L. Bid Item 12: 24-IN Steel Casing Pipe. 54 1. Work Included: -,.1... City of Lubbock Downtown waterline Replacement Project - January 2003 01061 - 3 I a. Furnishing and installing 24-IN casing pipe as shown on Drawings and in accordance 2 with the requirements of Section 02224 of the Specifications, bedding and backfill, 3 spoils disposal and all other accessories required for a complete installation except as 4 included in the scope of other bid items. 5 b. Work includes restoration of any disturbed existing landscaping and irrigation systems 6 to prior condition. 7 c. Bid price includes installing casing pipe to meet requirements of authority or agency 8 having j urisdiction over the undercrossing. 9 2. Measurement: Linear Foot measured along centerline of pipe. 10 11 M. 1. Bid Item 13: 2-IN Gate Valve. Work Included: Furnishing and installing threaded 2-IN Gate Valve as required with valve 12 box, thrust restraint system and all other materials and equipment necessary for a complete 13 installation as shown on the drawings. 14 2. Measurement: Each. 15 16 N. 1. Bid Item 14: 4-IN Gate Valve. Work Included: Furnishing and installing FLxMJ or MJxMJ 4-IN Gate Valve as specified 17 with valve box, thrust restraint system and all other materials and equipment necessary for a 18 complete installation as shown on the drawings. 19 2. Measurement: Each. 20 21 O. 1. Bid Item 15: 6-IN Gate Valve. Work Included: Furnishing and installing FLxMJ or MJxMJ 6-IN Gate Valve as specified 22 with valve box, thrust restraint system and all other materials and equipment necessary for a 23 complete installation as shown on the drawings. 24 2. Measurement: Each. 25 26 P. 1. Bid Item 16: 8-IN Gate Valve. Work Included: Furnishing and installing FLxMJ or MJxMJ 8-IN Gate Valve as specified 27 with valve box, thrust restraint system and all other materials and equipment necessary for a 28 complete installation as shown on the drawings. 29 2. Measurement: Each. 30 Q. Bid Item 17: 12-IN Gate Valve. 31 1. Work Included: Furnishing and installing FLxMJ or MJxMJ 12-IN Gate Valve as specified 32 with valve box, thrust restraint system and all other materials and equipment necessary for a 33 complete installation as shown on the drawings. 34 2. Measurement: Each. 35 R. Bid Item 18: 6-IN Cut -In Tee or Tap Connection. 36 37 I. Work Included: a. Furnishing labor, material, fittings, and equipment necessary to install a reducer on 38 proposed 12-IN waterline with FLxMJ 6-IN Gate Valve, cut -in tee or tapping sleeve on J9 existing 6-IN waterline, thrust restraint system and all other materials and equipment 40 necessary for completion of this bid item as detailed on the drawings. Use cut -in tee 41 where existing waterline can be isolated. 42 b. Work related to pavement repair and resurfacing is not included in this bid item. 43 2. Measurement: Each. 44 S. Bid Item 19: 8-IN Cut -In Tee or Tap Connection. 45 1. Work Included: 46 a. Furnishing labor, material, fittings, and equipment necessary to install a reducer on 47 proposed 12-IN waterline with FLxMJ 8-IN Gate Valve, cut -in tee or tapping sleeve on 48 existing 8-IN waterline, thrust restraint system and all other materials and equipment 49 necessary for completion of this bid item as detailed on the drawings. Use cut -in tee 50 where existing waterline can be isolated. 51 b. Work related to pavement repair and resurfacing is not included in this bid item. 52 2. Measurement: Each. City of Lubbock Downtown Waterline Replacement Project -January 2008 01061 -4 I T. Bid Item 20: 12-IN Ctrt-In Tee or Tap Connection. 2 1. Work Included: 3 a. Furnishing labor, material, fittings, and equipment necessary to install FLxMJ 12-IN 4 Gate Valve on proposed 12-IN waterline with cut -in tee or tapping sleeve on existing 5 12-IN waterline, thrust restraint system and all other materials and equipment necessary 6 for completion of this bid item as detailed on the drawings. Use cut -in tee where 7 existing waterline can be isolated. 8 b. Work related to pavement repair and resurfacing is not included in this bid item. 9 2. Measurement: Each. 10 U. Bid Item 21: 12-IN Tap on 30-IN Concrete Steel Cylinder Pipe. 11 1. Work Included: 12 a. Furnishing labor, material, fittings, and equipment necessary to install a 12-IN tap on 13 existing 30-IN CSC pipe including tapping sleeve, FLxMJ 12-IN Gate Valve, thrust 14 restraint system and all other materials and equipment necessary for completion of this 15 bid item as detailed on the drawings. 16 b. Taps on CSC pipe will be performed by an approved specialty contractor with 17 appropriate tools and tapping sleeves on hand. 18 2. Measurement: Each. 19 V. Bid Item 22: Saddle Tap Reconnection for Less than 4-IN Service Lines. 20 1. Work Included: 21 a. Furnishing labor, material, fittings, and equipment necessary to extend service line from 22 service side of existing isolation valve to proposed 12-IN waterline using a maximum 23 of 20 LF of 2-IN waterline, make connection with a tapping saddle, install new 2-IN 24 corporation stop, plug or cap portion of existing service line to be abandoned, and all 25 other materials and equipment necessary for completion of this bid item as detailed on 26 the drawings, including thrust restraint system. 27 b. Pipe installed to extend and connect the existing lateral that exceeds 20 LF will be 28 quantified on a unit price, LF basis. 29 c. Work related to pavement repair and resurfacing is not included in this bid item. 30 2. Measurement: Each. 31 W. Bid Item 23: 12-IN x 4-IN Tee Lateral Reconnection for Less than 4-IN Laterals. 32 1. Work Included: 33 a. Furnishing labor, material, fittings, and equipment necessary to install a 4-IN flanged 34 outlet tee, a 4-IN FLxMJ Gate Valve and extend a new 4-IN distribution lateral to 35 connect to an existing distribution lateral using a maximum of 20 LF of 4-IN waterline, 36 plug or cap portion of existing distribution lateral to be abandoned, and all other 37 materials and equipment necessary, including bushings and adaptors, for completion of 38 this bid item as detailed on the drawings, including thrust restraint system. 39 b. 4-IN pipe required to extend and connect the proposed lateral to the existing lateral 40 outside of the primary roadway ROW, as shown on the drawings, that exceeds 20 LF 41 will be quantified on a unit price, LF basis per Bid Item 8. 42 c. Work related to pavement repair and resurfacing is not included in this bid item. 43 2. Measurement: Each. 44 X. Bid Item 24: 12-IN x 4-IN Tee Lateral Reconnection. 45 1. Work Included: 46 a. Furnishing labor, material, fittings, and equipment necessary to extend 4-IN lateral 47 from service side of existing isolation valve to proposed 12-IN waterline using a 48 maximum of 20 LF of 4-IN waterline, make connection using 4-IN flanged outlet tee, 49 install new 4-IN FLxM.i Gate Valve on 4-IN Yee, ph!g or rap pnrtinn ofevigting lateral 50 to be abandoned, and all other materials and equipment necessary for completion of this 51 bid item as detailed on the drawings, including thrust restraint system. 52 b. Pipe installed to extend and connect the existing 4-IN lateral that exceeds 20 LF will be 53 quantified on a unit price, LF basis. . City or Lubbock Downtown Waterline Replacement Project - January 2008 01061 -5 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 krA c. Work related to pavement repair and resurfacing is not included in this bid item. 2. Measurement: Each. Bid Itern 25: 12-IN x 6-IN Tee Lateral Reconnection. 1. Work Included: a. Furnishing labor, material, fittings, and equipment necessary to extend 6-IN lateral from service side of existing isolation valve to proposed 12-IN waterline, make connection using 6-IN flanged outlet tee, install new 6-IN FLxMJ Gate Valve on 6-IN tee, plug or cap portion of existing lateral to be abandoned, and all other materials and equipment necessary for completion of this bid item as detailed on the drawings, including thrust restraint system. b. Pipe installed to extend and connect the existing 6-IN lateral that exceeds 20 LF will be quantified on a unit price, LF basis. c. Work related to pavement repair and resurfacing is not included in this bid item. 2. Measurement: Each. Bid Item 26: 12-IN x 8-IN Tee Lateral Reconnection. 1. Work Included: a. Furnishing labor, material, fittings, and equipment necessary to extend 8-IN lateral from service side of existing isolation valve to proposed 12-IN waterline, make connection using 8-IN flanged outlet tee, install new 8-IN FLxMJ Gate Valve on 8-IN tee, plug or cap portion of existing lateral to be abandoned, and all other materials and equipment necessary for completion of this bid item as detailed on the drawings, including thrust restraint system. b. Pipe installed to extend and connect the existing 8-IN lateral that exceeds 20 LF will be quantified on a unit price, LF basis. c. Work related to pavement repair and resurfacing is not included in this bid item. 2. Measurement: Each. AA. Bid Item 27: 12-IN x 12-IN Tee Lateral Reconnection. 1. Work Included: a. Furnishing labor, material, fittings, and equipment necessary to extend 12-IN lateral from service side of existing isolation valve to proposed 12-IN waterline, make connection using 12-IN flanged outlet tee, install new 12-IN FLxMJ Gate Valve on 12- IN tee, plug or cap portion of existing lateral to be abandoned, and all other materials and equipment necessary for completion of this bid item as detailed on the drawings, including thrust restraint system. b. Pipe installed to extend and connect the existing 12-IN lateral that exceeds 20 LF will be quantified on a unit price, LF basis. c. Work related to pavement repair and resurfacing is not included in this bid item. 2. Measurement: Each. BB. Bid Item 28: 12-IN x 6-IN Cross -Under Reconnection. 1. Work Included: a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee on proposed 12-IN waterline with FLxMJ 6-IN Gate Valve and up to 20 LF of 6-IN waterline and fittings as required, cut -in tee or tap on existing 6-IN waterline, thrust restraint system, and all other materials and equipment necessary for completion of this bid item as detailed on the drawings. b. Pipe installed to extend and connect the existing 6-IN lateral that exceeds 20 LF will be quantified on a unit price, LF basis. c. Work related to pavement repair and resurfacing is not included in this bid item. 2. Measurement: Each. CC. Bid Item 29: 12-IN x 8-IN Cross -Under Reconnection. 1. Work Included: City of Lubbock Downtown Waterline Replacement Project - January 2008 01061 -6 I a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 2 on proposed 12-IN waterline with FLxMJ 8-IN Gate Valve and up to 20 LF of 8-IN 3 waterline and fittings as required, cut -in tee or tap on existing 8-IN waterline, thrust 4 restraint system, and all other materials and equipment necessary for completion of this 5 bid item as detailed on the drawings. 6 b. Pipe installed to extend and connect the existing 8-IN lateral that exceeds 20 LF will be 7 quantified on a unit price, LF basis. 8 c. Work related to pavement repair and resurfacing is not included in this bid item. 9 2. Measurement: Each. 10 DD. Bid Item 30: 12-IN x 12-IN Cross -Under Reconnection. 11 1. Work Included: 12 a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 13 on proposed 12-IN waterline with FLxMJ 12-IN Gate Valve and up to 20 LF of 12-IN 14 waterline and fittings as required, cut -in tee or tap on existing 12-IN waterline, thrust 15 restraint system, and all other materials and equipment necessary for completion of this 16 bid item as detailed on the drawings. 17 b. Pipe installed to extend and connect the existing 12-IN lateral that exceeds 20 LF will 18 be quantified on a unit price, LF basis. 19 c. Work related to pavement repair and resurfacing is not included in this bid item. 20 2. Measurement: Each. 21 EE. Bid Item 31: Remove and Salvage Existing Fire Hydrant Assembly. 22 1. Work Included: 23 a. Furnishing labor, material and equipment necessary to remove and salvage existing fire 24 hydrant for delivery to City of Lubbock Water Utilities, remove and dispose of existing 25 hydrant isolation valve, plug existing line to be abandoned at tee, and all other materials 26 and equipment necessary for completion of this bid item as detailed on the drawings. 27 b. Work related to pavement repair and resurfacing is not included in this bid item. 28 2. Measurement: Each. 29 FF. Bid Item 32: Fire Hydrant Assembly. 30 1. Work Included: 31 a. Furnish labor, material, fittings, and equipment necessary for a complete fire hydrant 32 assembly with restrained fittings, 6-IN Gate Valve, up to 40 LF of 6-IN pipe, blocking, 33 drainage gravel, and all other materials and equipment necessary for completion of this 34 bid item as detailed on the drawings. 35 b. Pipe installed to extend and connect the fire hydrant lateral that exceeds 40 LF will be 36 quantified on a unit price, LF basis. 37 c. Work related to pavement repair and resurfacing is not included in this bid item. 38 2. Measurement: Each. 39 GG. Bid Item 33: Brick Removal and Salvage. 40 1. Work Included: 41 a. Furnishing labor, material and equipment necessary to remove brick pavers, dispose of 42 fractured bricks, and salvage intact bricks for reuse. 43 b. Intact bricks shall be neatly stacked on suitable pallets for transportation and storage, 44 and fractured brick pieces shall be disposed of at a suitable landfill. 45 c. Brick pavers shall be removed curb to curb along 16'h Street between Avenue O and 46 Avenue G for delivery to the City of Lubbock Streets Department. 47 d. Brick pavers located in the following intersections along 16'h Street shall not be 48 removed: 49 1) 16'h Street and Texas Avenue: 50 2) 16'h Sheet and Buddy Holly; 51 3) 16"' Street and Avenue G. 52 2. Measurement: Square Yard of brick removed. 53 HH. Bid Item 34: Abandon Existing Waterlines. City of Lubbock Do"ntown waterline Replacement Project-.1anuary2_008 01061 - 7 1 1. Work Included: Furnish labor, material and equipment necessary to abandon existing 2 waterline in place after all connections have been moved to proposed 12-IN waterline, 3 remove all valves 6-IN and larger, remove valve boxes for smaller valves and backfill, plug 4 or cap ends and connections as close to remaining lines as possible, and all other materials 5 and equipment necessary for completion of this bid item as detailed on the drawings. 6 2. Measurement: Lump Sum. 7 II. Bid Item 35: Hot Mix Asphaltic Pavement Street Replacement. 8 1. Work Included: Furnish labor, material, and equipment required for asphaltic pavement 9 replacement of 16'i' Street from Avenue O to Avenue G, including saw cutting of existing 10 pavement where required, excavating and replacing unsuitable subgrade materials, shaping 1 I and compacting the subgrade, placing, shaping, and compacting base material, application 12 of tack and/or prime coats, placing and compacting surface course, tie-in to existing 13 pavement, installation of pavement markings, and all other materials and equipment 14 necessary for completion of this bid item as detailed on the drawings. 15 2. Measurement: Square Yard of asphaltic pavement installed. 16 11. Bid Item 36: Asphaltic Pavement Trench Repair. 17 1. Work Included: Furnish labor, material and equipment required for asphaltic pavement 18 restoration and repair of damaged pavement along route of proposed 12-IN waterline, 19 including saw cutting of existing pavement each side of trench, excavating and replacing 20 unsuitable subgrade materials, shaping and compacting subgrade, placing, shaping and 21 compacting base material, application of tack and/or prime coats, placing and compacting 22 temporary pavement, placing and compacting final surface course, installation of pavement 23 markings, and all other materials and equipment necessary for completion of this bid item as 24 detailed on the drawings. 25 2. Measurement: Linear Foot measured along the centerline of the pipe. 26 KK. Bid Item 37: Concrete Pavement Trench Repair. 27 1. Work Included: Furnish labor, material and equipment required for concrete pavement 28 restoration and repair of damaged pavement along route of proposed 12-IN waterline, 29 including saw cutting of existing pavement each side of trench, excavating and replacing 30 unsuitable subgrade materials, shaping and compacting subgrade, placing, shaping and 31 compacting base material, placing and compacting temporary pavement, placing final 32 surface course and installation of pavement markings. 33 2. Measurement: Linear Foot measured along the centerline of the pipe. 34 LL. Bid Item 38: Brick Pavement Trench Repair. 35 1. Work Included: Furnish labor, material and equipment required for brick pavement 36 restoration and repair of damaged pavement along route of proposed 12-IN waterline as 37 shown on Drawings, including removal of existing brick pavement per trench detail, salvage 38 of intact bricks for reuse, disposal of fractured bricks, excavating and replacing unsuitable 39 subgrade materials, shaping and compacting subgrade, placing, shaping and compacting 40 base material, placement of a reinforced concrete trench cap per detail, placement of 41 leveling base over concrete trench cap, and placing bricks on top of the leveling course. 42 Use stockpiled bricks from 16`i' Street when additional bricks are required for pavement 43 restoration. Supply new bricks if supply of stockpiled bricks is inadequate. 44 2. Measurement: Linear Foot measured along the centerline of the pipe. 45 MM. Bid Item 39: Asphaltic Pavement Spot Repair. 46 1. Work Included: Furnish labor, material and equipment required for spot repair of asphaltic 47 pavement, including asphaltic pavement resurfacing and repair of damaged pavement, saw 48 cutting of existing pavement where required, excavating and replacing unsuitable subgrade 49 materials, shaping and compacting subgrade, placing, shaping and compacting base 50 material, application of tack and/or prime coats, placing and compacting temporary 51 pavement, placing and compacting final surface course, and installation of pavement 52 markings. 53 2. Measurement: Square Yard of asphaltic pavement installed. _ City of Luhtx)ek Downtown Waterline Replacement Project - January 2008 01061 - 8 I NN. Bid Item 40: Concrete Pavement Spot Repair. 2 1. Work Included: Furnish labor, material and equipment required for spot repair of concrete 3 pavement, including concrete pavement resurfacing and repair of damaged pavement, saw 4 cutting of existing pavement where required, excavating and replacing unsuitable subgrade 5 materials, shaping and compacting subgrade, placing, shaping and compacting base ; 6 material, placing and compacting temporary pavement, placing final surface course, and 7 installation of pavement markings. 8 2. Measurement: Square Yard of concrete pavement installed. 9 00. Bid Item 41: Brick Pavement Spot Repair. 10 1. Work Included: Furnish labor, material and equipment required for spot repair of brick I l pavement, including brick pavement resurfacing and repair of damaged pavement, removal 12 of existing pavement where required, salvage of intact bricks for reuse, disposal of fractured 13 bricks, excavating and replacing unsuitable subgrade materials, shaping and compacting 14 subgrade, placing, shaping and compacting base material, placement of reinforced concrete 15 cap or slab over compacted base material, and placing bricks on top of a thin sand leveling lb course over concrete cap. Use stockpiled bricks from I6°i Street when additional bricks are 17 required for pavement restoration. Supply new bricks if supply of stockpiled bricks is 18 inadequate. 19 2. Measurement: Square Yard of brick pavement installed. 20 PP. Bid Item 42: Concrete Curb and Gutter Replacement 21 1. Work Included: Furnish labor, material and equipment required replacing concrete curb and 22 gutter including excavating and replacing unsuitable subgrade materials, shaping and 23 compacting the subgrade, forming, placing and shaping concrete curb and gutter to match 24 existing curb and gutter, and all other materials and equipment necessary for completion of 25 this bid item as detailed on the drawings. 26 2. Measurement: Linear Foot of concrete curb and gutter replacement installed, regardless of 27 width or thickness. 28 QQ. Bid Item 43: Concrete Sidewalk Replacement 29 1. Work Included: Furnish labor, material and equipment required for replacing concrete 30 sidewalk, including saw cutting of existing sidewalk, excavating and replacing unsuitable 31 subgrade materials, shaping and compacting the subgrade, forming, installing steel, placing 32 concrete to match existing in appearance and texture, and all other materials and equipment 33 necessary for completion of this bid item as detailed on the drawings. 34 2. Measurement: Square Yard of sidewalk installed. 35 RR. Bid Item 44: Topsoil and Revegetation. 36 1. Work Included: 37 a. Furnish labor, material and equipment required for spreading stockpiled topsoil and 38 furnishing and spreading supplemental topsoil. 39 b. Furnish labor, material, and equipment required for seeding and maintaining the 40 disturbed area and reseeding as necessary to achieve growth. 41 2. Measurement: Linear Foot of topsoil installed to the till width of the disturbed area 42 measured along the centerline of the pipeline alignment. 43 1.5 ADDITIVE ALTERNATE BID ITEMS: 44 A. Additive Alternate 1: Trench Safety. 45 1. Work Included: Installation, maintenance, and removal of trench safety protection systems 46 pursuant to the trench safety plan required to be submitted by Section 02221. 47 2. Measurement: Linear Foot measured along the centerline of trenches equaling or exceeding 48 five feet in depth. 49 B. Additive Alternate 2: Curb Inlet Erosion Control. City of Lunlx,ck Downto%%n Waterline Replacement Project - January 2008 0106I - 9 1 1. Work Included: Furnishing labor, material and equipment to install, maintain and remove 2 curb inlet protection as required in Section 02270 for erosion control or as directed by 3 Owner or Engineer. All other services and supplies for completion of this Bid Item are 4 included. 5 2. Measurement: Linear Foot. 6 C. Additive Alternate 3: Traffic Control. 7 1. Includes the cost of furnishing, installing and removing all traffic control devices necessary 8 to protect the public when working within public ROW in accordance with local and state 9 requirements and the TMUTCD. 10 2. Measurement: Lump Sum. 11 D. Additive Alternate 4: 4-IN Waterline. 12 1. Work Included: 13 a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, 14 complete with fittings, thrust restraint systems, spoils disposal, connections to existing 15 system and all other accessories required for a complete installation except as included 16 in the scope of other bid items. 17 b. Work includes restoration of any disturbed existing landscaping and irrigation systems 18 to prior condition. 19 c. Bid price includes installing waterline where it crosses at or below elevation of existing 20 utilities and adjusting, relocating, and/or repairing each utility in accordance with the 21 utility owner's requirements and standards as may be required to facilitate installation Z2 of the water main and per the details in the drawings. 23 d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and 24 remedying any leaks, furnishing all materials and labor for disinfecting the line, and 25 providing testing services for water analysis. Any re -testing, re-examination shall be 26 included in this bid item. This item includes all sampling related to collection, testing, 27 and reporting. 28 2. Measurement: Linear Foot measured along the centerline of the pipe. 29 E. Additive Alternate 5: 12-IN Waterline. 30 1. Work Included: 31 a. Furnishing and installing waterline as shown on the drawings, bedding and backfill, 32 complete with fittings, thrust restraint systems, spoils disposal, connections to existing 33 system and all other accessories required for a complete installation except as included 34 in the scope of other bid items. 35 b. Work includes restoration of any disturbed existing landscaping and irrigation systems 36 to prior condition. 37 c. Bid price includes installing waterline where it crosses at or below elevation of existing 38 utilities and adjusting, relocating, and/or repairing each utility in accordance with the 39 utility owner's requirements and standards as may be required to facilitate installation 40 of the water main and per the details in the drawings. 41 d. Furnishing all materials and labor for flushing, pressure testing, inspecting the line and 42 remedying any leaks, furnishing all materials and labor for disinfecting the line, and 43 providing testing services for water analysis. Any re -testing, re-examination shall be 44 included in this bid item. This item includes all sampling related to collection, testing, 45 and reporting. 46 2. Measurement: Linear Foot measured along the centerline of the pipe. 47 F. Additive Alternate 6: 12-IN Gate Valve. 48 1. Work Included: Furnishing and installing FLxMJ or MJxMJ 12-IN Gate Valve as specified 49 with valve box, thrust restraint system and all other materials and equipment necessary for a 50 complete installation as shown on the drawings. 51 2. Measurement: Each. 52 G. Additive Alternate 7: 12-IN Tap on 30-IN Concrete Steel Cylinder Pipe. 53 1. Work Included: City of Lubbock Downtown Waterline Replacement Project - January 2008 01061 - 10 I a. Furnishing labor, material, fittings, and equipment necessary to install a 12-IN tap on 2 existing 30-IN CSC pipe including tapping sleeve, FLxMJ 12-IN Gate Valve, thrust 3 restraint system and all other materials and equipment necessary for completion of this 4 bid item as detailed on the drawings. 5 b. Taps on CSC pipe will be performed by an approved specialty contractor with 6 appropriate tools and tapping sleeves on hand. 7 2. Measurement: Each. 8 H. Additive Alternate 8: Saddle Tap Reconnection for Less than 4-IN Service Lines. 9 1. Work Included: 10 a. 'Furnishing labor, material, fittings, and equipment necessary to extend service line from 1 I service side of existing isolation valve to proposed 12-IN waterline using a maximum 12 of 20 LF of 2-IN waterline, make connection with a tapping saddle, install new 2-IN 13 corporation stop, plug or cap portion of existing service line to be abandoned, and all 14 other materials and equipment necessary for completion of this bid item as detailed on 15 the drawings, including thrust restraint system. 16 b. Pipe installed to extend and connect the existing lateral that exceeds 20 LF will be 17 quantified on a unit price, LF basis. 18 c. Work related to pavement repair and resurfacing is not included in this bid item. 19 2. Measurement: Each. 20 I. Additive Alternate 9: 12-IN x 4-IN Tee Lateral Reconnection for Less than 4-IN Laterals. 21 1. Work Included: 22 a. Furnishing labor, material, fittings, and equipment necessary to install a 4-IN flanged 23 outlet tee, a 4-IN FLxMJ Gate Valve and extend a new 4IN distribution lateral to 24 connect to an existing distribution lateral using a maximum of 20 LF of 4-IN waterline, 25 plug or cap portion of existing distribution lateral to be abandoned, and all other 26 materials and equipment necessary, including bushings and adaptors, for completion of 27 this bid item as detailed on the drawings, including thrust restraint system. 28 b. 4-IN pipe required to extend and connect the proposed lateral to the existing lateral 29 outside of the primary roadway ROW, as shown on the drawings, that exceeds 20 LF 30 will be quantified on a unit price, LF basis per Additive Alternate 4. 31 c. Work related to pavement repair and resurfacing is not included in this bid item. 32 2. Measurement: Each. 33 J. Additive Alternate 10: 12-IN x 6-IN Cross -Under Reconnection. 34 1. Work Included: 35 a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 36 on proposed 12-IN waterline with FLxMJ 6-IN Gate Valve and up to 20 LF of 6-IN 37 waterline and fittings as required, cut -in tee or tap on existing 6-IN waterline, thrust 38 restraint system, and all other materials and equipment necessary for completion of this 39 bid item as detailed on the drawings. 40 b. Pipe installed to extend and connect the existing 6-IN lateral that exceeds 20 LF will be 41 quantified on a unit price, LF basis. 42 c. Work related to pavement repair and resurfacing is not included in this bid item. 43 2. Measurement: Each. 44 K. Additive Alternate 11: 12-IN x 8-IN Cross -Under Reconnection. 45 1. Work Included: 46 a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee 47 on proposed 12-IN waterline with FLxMJ 8-IN Gate Valve and up to 20 LF of 8-IN 48 waterline and fittings as required, cut -in tee or tap on existing 8-IN waterline, thrust 49 restraint system, and all other materials and equipment necessary for completion of this 50 bid item as detailed on the drawings. 51 b. Pipe installed to extend and connect the existing 8-IN lateral that exceeds 20 LF will be 52 quantified on a unit price, LF basis. 53 c. Work related to pavement repair and resurfacing is not included in this bid item. City of Lubbock Doxrntown Waterline Replacement Project - January 2008 01061 - 11 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 2. Measurement: Each. L. Additive Alternate 12: 12-IN x 10-IN Cross -Under Reconnection. 1. Work Included: a. Furnishing labor, material, fittings, and equipment necessary to install flanged outlet tee on proposed 12-IN waterline with FLxM1 10-IN Gate Valve and up to 20 LF of 10-IN waterline and fittings as required, cut -in tee or tap on existing 10-IN waterline, thrust restraint system, and all other materials and equipment necessary for completion of this bid item as detailed on the drawings. b. Pipe installed to extend and connect the existing 10-IN lateral that exceeds 20 LF will be quantified on a unit price, LF basis. c. Work related to pavement repair and resurfacing is not included in this bid item. 2. Measurement: Each. M. Additive Alternate 13: Remove and Salvage Existing Fire Hydrant Assembly. 1. Work Included: a. Furnishing labor, material and equipment necessary to remove and salvage existing fire hydrant for delivery to City of Lubbock Water Utilities, remove and dispose of existing hydrant isolation valve, plug existing line to be abandoned at tee, and all other materials and equipment necessary for completion of this bid item as detailed on the drawings. b. Work related to pavement repair and resurfacing is not included in this bid item. 2. Measurement: Each. N. Additive Alternate 14: Fire Hydrant Assembly. 1. Work Included: a. Furnish labor, material, fittings, and equipment necessary for a complete fire hydrant assembly with restrained fittings, 6-IN Gate Valve, up to 40 LF of 6-IN pipe, blocking, drainage gravel, and all other materials and equipment necessary for completion of this bid item as detailed on the drawings. b. Pipe installed to extend and connect the fire hydrant lateral that exceeds 40 LF will be quantified on a unit price, LF basis. c. Work related to pavement repair and resurfacing is not included in this bid item. 2. Measurement: Each. O. Additive Alternate 15: Abandon Existing Waterlines. 1. Work Included: Furnish labor, material and equipment necessary to abandon existing waterline in place after all connections have been moved to proposed 12-IN waterline, remove all valves 6-IN and larger, remove valve boxes for smaller valves and backtill, plug or cap ends and connections as close to remaining lines as possible, and all"other materials and equipment necessary for completion of this bid item as detailed on the drawings. 2. Measurement: Lump Sum. P. Additive Alternate 16: Brick Pavement Trench Repair. 1. Work Included: Furnish labor, material and equipment required for brick pavement restoration and repair of damaged pavement along route of proposed 12-1N waterline as shown on Drawings, including removal of existing brick pavement per trench detail, salvage of intact bricks for reuse, disposal of fractured bricks, excavating and replacing unsuitable subgrade materials, shaping and compacting subgrade, placing, shaping and compacting base material, placement of a reinforced concrete trench cap per detail, placement of leveling base over concrete trench cap, and placing bricks on top of the leveling course. Use stockpiled bricks from 16`h Street when additional bricks are required for pavement restoration. Supply new bricks if supply of stockpiled bricks is inadequate. 2. Measurement: Linear Foot measured along the centerline of the pipe. Q. Additive Alternate 17: Brick Pavement Spot Repair. City of Lubbock Downtown Waterline Replacement Project - January 2008 01061 - 12 I I . Work Included: Furnish labor, material and equipment required for spot repair of brick 2 pavement, including brick pavement resurfacing and repair of damaged pavement, removal 3 of existing pavement where required, salvage of intact bricks for reuse, disposal of fractured 4 bricks, excavating and replacing unsuitable subgrade materials, shaping and compacting 5 subgrade, placing, shaping and compacting base material, placement of reinforced concrete 6 cap or slab over compacted base material, and placing bricks on top of a thin sand leveling 7 course over concrete cap. Use stockpiled bricks from 16" Street when additional bricks are 8 required for pavement restoration. Supply new bricks if supply of stockpiled bricks is 9 inadequate. 10 2. Measurement: Square Yard of brick pavement installed. 1 I R. Additive Alternate 18: Concrete Curb and Gutter Replacement 12 1. Work Included: Furnish labor, material and equipment required replacing concrete curb and 13 gutter including excavating and replacing unsuitable subgrade materials, shaping and 14 compacting the subgrade, forming, placing and shaping concrete curb and gutter to match 15 existing curb and gutter, and all other materials and equipment necessary for completion of 16 this bid item as detailed on the drawings. 17 2. Measurement: Linear Foot of concrete curb and gutter replacement installed, regardless of 18 width or thickness. 19 S. Additive Alternate 19: Concrete Sidewalk Replacement 20 1. Work Included: Furnish labor, material and equipment required for replacing concrete 21 sidewalk, including saw cutting of existing sidewalk, excavating and replacing unsuitable 22 subgrade materials, shaping and compacting the subgrade, forming, installing steel, placing 23 concrete to match existing in appearance and texture, and all other materials and equipment 24 necessary for completion of this bid item as detailed on the drawings. 25 2. Measurement: Square Yard of sidewalk installed. 26 27 END OF SECTION 0 City of Lul)N)ck Downtown Waterline Replacement Project - January 2008 01061 - 13 SECTION 01100 2 SCHEDULE AND SEQUENCE OF CONSTRUCTION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for development, submittal, and maintenance of the project construction 7 schedule. 8 2. Construction sequencing requirements. 9 B. Related Sections include but are not necessarily limited to: 10 1. ' Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 11 2. Division I - General Requirements. 12 1.2 SCHEDULE 13 A. All construction operations shall be scheduled and executed so as to provide minimal disruption 14 to utility services, the flow of traffic, and the use of surrounding properties. 15 B. Within 10 days after award of Contract, submit for approval a critical path type schedule 16 prepared using Microsoft "Project" or equivalent scheduling software. Account for schedule of 17 Subcontracts. Include proper sequence of construction, various crafts, purchasing time, shop 18 drawing approval, material delivery, equipment fabrication, startup, demonstration, and similar 19 time consuming factors. Show on schedule as a minimum, earliest starting, earliest completion, 20 latest starting, latest finish, and free and total float for each task or item. 21 C. Evaluate schedule not less than monthly. Update, correct, and rerun schedule and submit to 22 Engineer in triplicate with pay application to show rescheduling necessary to reflect true job 23 conditions. When shortening of various time intervals is necessary to correct for behind 24 schedule conditions, indicate steps to implement to accomplish work in shortest schedule. 25 Submit information to Engineer in writing with revised schedule. 26 D. If Contractor does not take necessary action to accomplish work according to schedule, 27 Contractor may be ordered by Owner in writing to take necessary and timely action to improve 28 work progress. Owner may require increased work forces, extra equipment, extra shifts or other 29 action as necessary. Should Contractor refuse or neglect to take such action authorized, under 30 provisions of this contract, Owner may take necessary actions including, but not necessarily 31 limited to, withholding of payment and termination of contract. 32 E. Upon receipt of approved "Work Schedule," within 10 days, submit to Engineer an estimated 33 payment schedule by each month of project duration. Include a composite curve to show 34 estimated value of work complete and stored materials less specified retainage. Establish key 35 months when work will be 50, 75, and 100 percent complete. During the course of work, update 36 with new composite curves at key months or whenever variation is expected to be more than 37 plus or minus 10 percent. Retain original or previous composite curves as dashed curves on all 38 updates. Include a heavy plotted curve to show ACTUAL payment curve on all updates. City of Lubbock Downtown Waterline Replacement Project -January 2008 01 100 - 1 13 SEQUENCE OF CONSTRUCTION - GENERAL REQUIREMENTS 2 A. Contractor shall be solely responsible for all means and methods of construction. This'sequence 3 is not intended as a scope of work and does not cover all Work required under the contract. 4 Neither Engineer nor Owner assumes responsibility regarding construction work by listing this 5 sequence of construction. Any potential conflicts or other issues related to this sequence shall be 6 brought to the attention of Engineer and Owner during the pre -construction meeting. 7 B. The proposed waterline replacement Work on 16'h Street shall be constructed first. 8 C. Distribute construction warning notices in advance of work to property owners adjacent to 9 construction corridor. The Owner and Contractor shall make personnel available to inform 10 affected residents and businesses of the project and schedule and to answer questions. 11 D. Notify the Owner, utility providers, and existing utility customers by advance written or verbal 12 warning at least one (1) week prior to any work requiring the temporary interruption of utility 13 service. The Owner may require the Contractor to delay work requiring service disruption if the 14 disruption would, in the Owner's opinion, jeopardize the safety of the community. 15 E. Traffic control: 16 1. Responsibility of the Contractor. 17 2. Contractor shall bid level of effort shown in the plans for traffic control as a minimum. 18 F. Verify the location of all conflicting utility mains prior to construction to minimize disruptions 19 to existing utility customers. Contractor is responsible for locating service laterals and branches 20 in the field. Any discrepancies with the construction plans found in the field shall be brought 21 immediately to the attention of the Owner's Representative and the Engineer. 22 G. Construction should proceed by drilling or cutting a trench, installing the pipe, and placing 23 backfill in a sequential process. 24 H. No more than two (2) streets shall be under construction at the same time. 25 1. No two adjacent streets shall be under construction at the same time. 26 J. Connections to existing waterlines and water service connection transfers: 27 1. Contractor will make all wet connections to existing, charged waterlines. The Owner will 28 operate all valves to accomplish shutdowns and subsequent reactivation. Draining of 29 existing water mains will be done by Contractor. The Contractor shall match the grade and 30 alignment of the new waterline to the existing waterline. The excavation shall be 31 sufficiently large to accommodate connection work as approved by the Engineer. 32 2. Installation of water mains and appurtenances, including pressure testing, and an acceptable 33 bacteriological test, shall be completed and approved prior to making any connections. 34 3. The Contractor shall provide the Owner and Owner's Representative two (2) working days 35 advance notice for the interruption water service or disconnecting waterlines. Service 36 interruptions and waterline closures shall not exceed four (4) hours. 37 4. Complete reconnections (e.g., intersecting lines, service connections, hydrants) after the 38 new waterline has been tested, disinfected, pressurized, and connected. 39 5. Newly installed waterlines shall be pressure tested, flushed, and disinfected in accordance 40 with Section 02660, Water plain Construction. 41 6. The Contractor shall provide the Owner and Owner's Representative two (2) working days 42 advance notice for scheduling inspections for approval of waterline installations for 43 connection. The Contractor will be provided with written approval or with a list of items to 44 be corrected. Approval is contingent on the waterline and appurtenances being completely 45 installed and tested per Contract. but does not require completing of cn•PPt �idewal�, and 46 planting strip restorations. Waterlines and appurtenances include all pipe, fittings, blocking 47 except for temporary blocking, hydrants, hydrant pads, and valves. City of Lubbock Downtown waterline Replacement Project - January'_008 01100-2 1 7. The Contractor shall not remove or abandon existing pipes until all existing services have 2 been transferred to the new waterline or temporary service has been provided, and the 3 Owner's Representative approves. The Contractor shall maintain the temporary pavement 4 patch until completion of all work. Adequate provisions shall be made by the Contractor 5 during construction for the care and protection of existing waterlines and water services in 6 7 use. 8. Service to existing waterlines shall be shut off for at least 48 hours before disconnecting the 8 existing pipes. 9 9. Abandon segments of the existing waterline by capping or plugging exposed ends after the 10 corresponding segments of new waterline have been placed in service and all reconnections I 1 have been completed. 12 10. The Contractor shall make all final adjustments of valve boxes, water meter boxes, and 13 rings and covers to final grade at no additional cost to the Owner, and shall then make the 14 final surface restorations in accordance with the Contract. 15 K. Any existing utilities, fencing, structures, etc. that are damaged or removed shall be repaired to 16 the like new condition or replaced with new by the Contractor at no cost to the Owner. 17 L. Repair of damaged utilities: 18 1. Any utilities (i.e. telephone, gas, water sewer, cable, electricity, etc.) providing service shall 19 be repaired immediately. The Contractor shall call the appropriate provider and coordinate 20 21 repair. a. Upon discovery of a damaged or compromised utility, the Contractor shall immediately 22 evaluate and determine the impact to the property owner(s). After completing the initial 23 assessment, the Contractor shall take the necessary action so as to ensure the property 24 owner's (or tenant/renter in the case of a private residence) basic as well as special 25 (life) needs are provided without interruption. 26 b. Water and or sewer service to a residence, place of business, church or other public 27 gathering place that is damaged shall be repaired within three (3) hours of the initial 28 discovery provided basic (as well as any special) life needs are met. 29 c. Telephone and electrical service to a residence, place of business, church or other 30 public gathering place that is damaged shall be repaired within eight hours of the initial 31 discovery provided basic (as well as any special) life needs are met. 32 d. Contractor shall continuously keep personnel at the site of damaged utilities to assist in 33 coordination and repair activities until the utilities are repaired or temporary service is 34 otherwise restored. 35 36 PART 2 - PRODUCTS (NOT APPLICABLE) 37 PART 3 - EXECUTION (NOT APPLICABLE) 38 END OF SECTION 39 City of t.ubbock Downtown Waterline Replacement Project-.ranuary 2008 01100-3 1 2007/05/ 11 2 SECTION 01340 3 SUBMITTALS 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Mechanics and administration of the submittal process for: 8 a. Shop Drawings. 9 b. Samples. 10 c. Miscellaneous submittals. 11 d. Operation and Maintenance Manuals. 12 2. General content requirements for Shop Drawings. 13 3. Content requirements for Operation and Maintenance Manuals. 14 B. Related Sections include but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 16 2. Division 1 - General Requirements. 17 3. Sections in Divisions 2 through 15 identifying required submittals. 18 1.2 DEFINITIONS 19 A. Shop Drawings: 20 1. See General Conditions. 21 2. Product data and samples are Shop Drawing information. 22 B. Operation and Maintenance (O&M) Manuals: 23 1. Data collected for the Owner's use. 24 2. Contain information related to the operation and maintenance of equipment and packaged 25 systems. 26 C. Miscellaneous Submittals: 27 1. Submittals other than Shop Drawings and O&M Manuals. 28 2. Representative types of miscellaneous submittal items include but are not limited to: 29 a. Construction schedule. 30 b. Concrete, soil compaction, and pressure test reports. 31 c. Installed equipment and systems performance test reports. 32 d. Manufacturer's installation certification letters. 33 e. Warranties. 34 f. Service agreements. 35 g. Construction photographs. 36 h. Survey data. 37 i. Cost breakdown (Schedule of Values). 38 1.3 SUBMITTAL SCHEDULE 39 A. Schedule of Shop Drawings: 40 1. Submitted and approved within 20 days of receipt of Notice to Proceed. 41 2. Account for multiple transmittals under any specification section where partial submittals t 42 wilt' be transinitted. 1_u 43 B. Shop Drawings: Submittal and approval prior to 50 percent completion. 44 C. Operation and Maintenance Manuals and Equipment Record Sheets: Initial submittal within 60 t 45 days after date Shop Drawings are approved. 1_ Citv of Lubbock Downtown waterline Replacement Project -January 2008 01340 - 1 1 1_ 1 1.4 PREPARATION OF SUBMITTALS 2 A. General: 3 1. All submittals and all pages of all copies of a submittal shall be completely legible. 4 2. Submittals which, in the Engineer's sole opinion, are illegible will be returned without 5 review. 6 B. Shop Drawings: 7 1. Scope of any submittal and letter of transmittal: 8 a. Limited to one specification section. 9 b. Do not submit under any specification section entitled (in part) "Basic Requirements" 10 unless the product or material submitted is specified in a "Basic Requirements" section. 11 2. Numbering letter of transmittal: 12 a. Include as prefix the specification section number followed by a series number, "-xx", 13 beginning with "01" and increasing sequentially with each additional transmittal. 14 b. If more than one submittal under any specification section, assign consecutive series 15 numbers to subsequent transmittal letters. 16 3. Describing transmittal contents: 17 a. Provide listing of each component or item in submittal capable of receiving an 18 independent review action. 19 b. Identify for each item: 20 1) Manufacturer and Manufacturer's drawing or data number. 21 2) Contract Document tag number(s). 22 3) Unique page numbers for each page of each separate item. 23 c. When submitting "or -equal" items that are not the products of named manufacturers, 24 include the words "or -equal" in the item description. 25 4. Contractor stamping: 26 a. General: 27 1) Contractor's review and approval stamp shall be applied either to the letter of 28 transmittal or a separate sheet preceding each independent item in the submittal. 29 a) Contractor's signature and date shall be original ink signature. 30 b) Shop Drawing submittal stamp shall read "(Contractor's Name) has satisfied 31 Contractor's obligations under the Contract Documents with respect to 32 Contractor's review and approval as stipulated under General Conditions." 33 c) Letters of transmittal may be stamped only when the scope of the submittal is 34 one item. 35 2) Submittals containing multiple independent items shall be prepared with an index 36 sheet for each item listing the discrete page numbers for each page of that item, 37 which shall be stamped with the Contractor's review and approval stamp. 38 a) Individual pages or sheets of independent items shall be numbered in a manner 39 that permits Contractor's review and approval stamp to be associated with the 40 entire contents of a particular item. 41 b. Electronic stamps: 42 1) Contractor may electronically embed Contractor's review and approval stamp to 43 either the letter of transmittal or a separate index sheet preceding each independent 44 item in the submittal. 45 2) Contractor's signature and date on electronically applied stamps shall be original 46 ink signature. 47 5. Resubmittals: 48 a. Number with original root number and a suffix letter starting with "A" on a (new) 49 duplicate transmittal form. 50 b. Do not increase the scope of any prior transmittal. 51 c. Account for all components of prior transmittal. 52 1) If items in prior transmittal received "A" or "B" Action code, list them and indicate 53 "A" or "B" as appropriate. City of Lubbock Downtown Waterline Replacement Project -January 2008 01340 - 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 6. 9. a) Do not include submittal information for items listed with prior "A" or "B" Action in resubmittal. 2) Indicate "Outstanding -To Be Resubmitted at a Later Date" for any prior "C" or "D" Action item not included in resubmittal. a) Obtain Engineer's approval to exclude items. For 8-1/2 x 11 IN, 8-1/2 x 14 IN, and I x 17 IN size sheets, provide three (3) copies of each page for Engineer plus the number required by the Contractor. a. The number of copies required by the Contractor will be defined at the Preconstruction Conference, but shall not exceed 8. b. All other size sheets: 1) Submit one (1) reproducible transparency or high resolution print and one (1) additional print of each drawing until approval is obtained. 2) Utilize mailing tube; do not fold. 3) The Engineer will mark and return the reproducible to the Contractor for his reproduction and distribution. Provide clear space (3 IN SQ) for Engineer stamping of each component defined in PREPARATION OF SUBMITTALS — Contractor Stamping. Contractor shall not use red color for marks on transmittals. a. Duplicate all marks on all copies transmitted, and ensure marks are photocopy reproducible. b. Outline Contractor marks on reproducible transparencies with a rectangular box. Transmittal contents: a. Coordinate and identify Shop Drawing contents so that all items can be easily verified by the Engineer. b. Identify equipment or material use, tag number, drawing detail reference, weight, and other project specific information. c. Provide sufficient information together with technical cuts and technical data to allow an evaluation to be made to determine that the item submitted is in compliance with the Contract Documents. d. Submit items such as equipment brochures, cuts of fixtures, product data sheets or catalog sheets on 8-1/2 x 11 IN pages. 1) Indicate exact item or model and all options proposed. e. When a Shop Drawing submittal is called for in any specification section, include as appropriate, scaled details, sizes, dimensions, performance characteristics, capacities, test data, anchoring details, installation instructions, storage and handling instructions, color charts, layout drawings, rough -in diagrams, wiring diagrams, controls, weights and other pertinent data in addition to information specifically stipulated in the specification section. 1) Arrange data and performance information in format similar to that provided in Contract Documents. 2) Provide, at minimum, the detail specified in the Contract Documents. f. If proposed equipment or materials deviate from the Contract Drawings or Specifications in any way, clearly note the deviation and justify the said deviation in detail in a separate letter immediately following transmittal sheet. Samples: a. Identification: 1) Identify sample as to transmittal number, manufacturer, item, use, type, project designation, tag number, standard specification section or drawing detail reference, color, range, texture, finish and other pertinent data. 2) If identifying information cannot be marked directly on sample without defacing or adversely altering samples, provide a durable tag with identifying information securely attached to the sample. b. Include application specific brochures, and installation instructions. City of LA )& Downtown Waterline Replacement Project-.lanuary 2008 01340 - 3 f I c. Provide Contractor's stamp of approval on samples or transmittal form as indication of 2 Contractor's checking and verification of dimensions and coordination with interrelated 3 work. 4 d. Resubmit samples of rejected items. 5 C. Miscellaneous Submittals: 6 1. Prepare in the format and detail specified in specification requiring the miscellaneous 7 submittal. 8 D. Operation and Maintenance Manuals: i 9 1. Number transmittals for Operation and Maintenance Manual with original root number of 1 10 the approved Shop Drawing for the item. 11 2. Submittal format: 12 a. Interim and final submittals: 13 1) Submit electronically on Compact Disk (CDROM) in Portable Document Format 14 (PDF). 15 2) Each manual shall have a Table of Contents or Index with each listed item linked 16 to its corresponding topic. 17 3) All pages within the PDF document are to be generated at actual size for optimal 18 resolution quality (i.e., 22 IN x 34 IN drawings rendered as such, etc.). t9 4) Ensure all pages are rotated properly so that the majority of the text or.drawing 20 border is upright on the screen. - 21 5) Do not password protect and/or lock the PDF document. 22 6) Submit two (2) paper copies. 23 b. Final submittals: 24 1) Ensure that all comments and annotations that are made on the interim submittals 25 are addressed. 26 3. Identify resubmittals with the original number plus a suffix letter starting with "A." 27 4. Paper copy submittals: 28 a. Submit Operation and Maintenance Manuals printed on 8-1/2 x I 1 IN size heavy first 29 quality paper with standard three -hole punching and bound in stiff metal hinged binder 30 constructed as a three-ring style. 31 1) Provide binders with titles on front and on spine of binder. 32 2) Tab each section of manuals for easy reference with plastic -coated dividers. 33 3) Provide index for each manual. 34 4) Provide plastic sheet lifters prior to first page and following last page. 35 b. Reduce drawings or diagrams bound in manuals to an 8-1/2 x 11 IN or 11 x 17 IN size. 36 1) However, where reduction is not practical to ensure readability, fold larger 37 drawings separately and place in vinyl envelopes which are bound into the binder. 38 2) Identify vinyl envelopes with drawing numbers. 39 5. Transmittal contents: 40 a. Submission of Operation and Maintenance Manuals is applicable but not necessarily 41 limited to: 42 1) Majorequipment. 43 2) Equipment used with electrical motor loads of 1/6 HP nameplate or greater. 44 3) Valves greater than 12 IN DIA. 45 b. Operation and maintenance manuals shall include, but not necessarily be limited to, the 46 following detailed information, as applicable: 47 1) Equipment function, normal operating characteristics, limiting operations. 48 2) Assembly, disassembly, installation, alignment, adjustment, and checking 49 instructions. 50 3) Operating instructions for start-up, routine and normal operation, regulation and 1r -a 51 control, Shutdown, and emergency conditions. 52 4) Lubrication and maintenance instructions. 53 5) Guide to "troubleshooting." 54 6) Parts list and predicted life of parts Subject to wear. City of Lubbock Downtown waterline Replacement Project - January 2008 01340-4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 7) Outline, cross-section, and assembly drawings; engineering data, and electrical diagrams, including elementary diagrams, wiring diagrams, connection diagrams, word description of wiring diagrams and interconnection diagrams. 8) Test data and performance curves. 9) As -constructed fabrication or layout drawings and wiring diagrams if different than approved Shop Drawings. 10) A list of recommended spare parts with a price list and a list of spare parts provided tinder these Specifications. 11) Copies of installation instructions, parts lists or other documents packed with equipment when delivered. 12) Instrumentation or tag numbers relating the equipment back to the Contract Documents. 13) Include a filled -out, type -written copy of the Equipment Record Sheet, Exhibits C1 and C2 as the first page(s) of each Operation and Maintenance Manual. a) Complete maintenance requirements in detail. Simple reference to the Manual is not acceptable. 14) For equipment items involving components or subunits, an Equipment Record Sheet for each operating component or subunit is required. 19 1.5 TRANSMITTAL OF SUBMITTALS 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Shop Drawings, Samples and Operation and Maintenance Manuals: 1. Transmit all submittals to: HDR Engineering 4401 West Gate Blvd, Suite 400 Austin, TX 78745 Attn: Cari Harrington 2. Utilize two (2) copies of attached Exhibit "A" to transmit all Shop Drawings and samples. 3. Utilize two (2) copies of attached Exhibit "B" to transmit all Operation and Maintenance. Manuals. 4. All submittals must be from Contractor. a. Submittals will not be received from or returned to subcontractors. 5. Provide submittal information defining specific equipment or materials utilized on the project. a. Generalized product information, not clearly defining specific equipment or materials to be provided, will be rejected. B. Miscellaneous Submittals: I. Transmit under Contractor's standard letter of transmittal or letterhead. 2. Submit in triplicate or as specified in individual specification section. 3. Transmit to: HDR Engineering 4401 West Gate Blvd, Suite 400 Austin, TX 78745 Attn: Cari Harrington 4. Provide copy of letter of transmittal without attachments to Owner's Project Representative. a. Exception for concrete, soils compaction and pressure test reports. 1) Transmit one copy of test reports to Owner's Project Representative. 2) Transmit one copy of test reports to location and individual indicated above for other miscellaneous submittals. C. Expedited Return Delivery: C itv of LubtHxk Downtown waterline Replacement Project-.lanuary 1--008 u1340-5 I L_ i t I 1. Include prepaid express envelope or airbill in submittal transmittal package for any 2 submittals Contractor expects or requires express return mail. 3 2. Inclusion of prepaid express envelope or airbill does not obligate Engineer to conduct 4 expedited review of submittal. 5 D. Electronic submittals will not be accepted. 6 E. Fax Transmittals: 7 1. Permitted on a case -by -case basis to expedite review when approved by Engineer. 8 2. Requires hard copy transmittal to immediately follow. 9 a. Engineer will proceed with review of fax transmittal. 10 b. Engineer's approval or rejection comments will be recorded and returned on hard copy 1 I transmittal. 12 3. Provisions apply to both: 13 a. Initial transmittal contents. 14 b. Supplemental information required to make initial transmittal contents complete. 15 1.6 ENGINEER'S REVIEW ACTION 16 A. Shop Drawings and Samples: 17 1. Items within transmittals will be reviewed for overall design intent and will receive one of 18 the following actions: 19 a. A - FURNISH AS SUBMITTED. 20 b. B -FURNISH AS NOTED (BY ENGINEER). 21 c. C - REVISE AND RESUBMIT. 22 d. D - REJECTED. 23 e. E - ENGINEER'S REVIEW NOT REQUIRED. 24 2. Submittals received will be initially reviewed to ascertain inclusion of Contractor's approval 25 stamp. 26 a. Submittals not stamped by the Contractor or stamped with a stamp containing language 27 other than that specified herein will not be reviewed for technical content and will be 28 returned without any action. 29 3. In relying on the representation on the Contractor's review and approval stamp, Owner and 30 Engineer reserve the right to review and process poorly organized and poorly described 31 submittals as follows: 32 a. Submittals transmitted with a description identifying a single item and found to contain 33 multiple independent items: 34 1) Review and approval will be limited to the single item described on the transmittal 35 letter. 36 2) Other items identified in the submittal will: 37 a) Not be logged as received by the Engineer. 38 b) Be removed from the submittal package and returned without review and 39 comment to the Contractor for coordination, description and stamping. 40 c) Be submitted by the Contractor as a new series number, not as a re -submittal 41 number. 42 b. Engineer, at Engineer's discretion, may revise the transmittal letter item list and 43 descriptions, and conduct review. 44 1) Unless Contractor notifies Engineer in writing that the Engineer's revision of the 45 transmittal letter item list and descriptions was in error, Contractor's review and 46 approval stamp will be deemed to have applied to the entire contents of the 47 submittal package. 48 4. Submittals returned with Action "A" or "B" are considered ready for fabrication and 49 installation. 50 a. If for any reason a submittal that has an "A" or "B" Action is resubmitted, it must be 51 accompanied by a letter defining the changes that have been made and the reason for 52 the resubmittal. . City of Lubbock Downtown Waterline Replacement Project - January'-008 01340-6 L_ I b. Destroy or conspicuously mark "SUPERSEDED" all documents having previously 2 received "A" or "B" Action that are superseded by a resubmittal. 3 5. Submittals with Action "A" or "B" combined with Action "C" (Revise and Resubmit) or 4 "D" (Rejected) will be individually analyzed giving consideration as follows: 5 a. The portion of the submittal given "C" or "D" will not be distributed (unless previously 6 agreed to otherwise at the Preconstruction Conference). 7 1) One copy or the one transparency of the "C" or "D" drawings will be marked up 8 and returned to the Contractor. 9 a) Correct and resubmit items so marked. 10 b. Items marked "A" or "B" will be fully distributed. 11 c. If a portion of the items or system proposed are acceptable, however, the major part of 12 the individual drawings or documents are incomplete or require revision, the entire 13 submittal may be given "C" or "D" Action. 14 1) This is at the sole discretion of the Engineer. 15 2) In this case, some drawings may contain relatively few or no comments or the 16 statement, "Resubmit to maintain a complete package." 17 3) Distribution to the Owner and field will not be made (unless previously agreed to 18 otherwise). 19 6. Failure to include any specific information specified under the submittal paragraphs of the 20 Specifications will result in the submittal being returned to the Contractor with "C" or "D" 21 Action. 22 7. Calculations required in individual specification sections will be received for information 23 purposes only, as evidence calculations have been performed by 'individuals meeting 24 specified qualifications, and will be returned stamped "E. Engineer's Review Not Required" 25 to acknowledge receipt. 26 8. Transmittals of submittals which the Engineer considers as "Not Required" submittal 27 information, which is supplemental to but not essential to prior submitted information, or 28 items of information in a transmittal which have been reviewed and received "A" or "B" 29 Action in a prior submittal, will be returned with Action "E. Engineer's Review Not 30 Required." 31 9. Samples may be retained for comparison purposes. 32 a. Remove samples when directed. Include in bid all costs of furnishing and removing 33 samples. 34 10. Approved samples submitted or constructed, constitute criteria for judging completed work. 35 a. Finished work or items not equal to samples will be rejected. 36 B. Operation and Maintenance Manuals: 37 1. Engineer will review and indicate one of the following review actions: 38 a. ACCEPTABLE. 39 b. FURNISH AS NOTED. 40 c. REVISE AND RESUBMIT. 41 d. REJECTED. 42 2. Acceptable submittals will be retained with the transmittal form returned with a request for 43 five additional copies. 44 3. Deficient submittals will be returned along with the transmittal form which will be marked 45 to indicate deficient areas. 46 PART 2 - PRODUCTS — NOT USED ,17 PART 3 - PRODUCTS — NOT USED 48 END OF SECTION ;3 City of Lubhock Downtown waterline Replacement Project - January 2008 01340 - 7 2 3 4 5 6 EXHIBIT A Shop Drawing Transmittal No. - • (Spec Section) (Series) Project Name: Date Received: Project Owner: Checked By: Contractor: HDR Engineering, Inc. Log Page: Address:Address: HDR No.: Spec Section: Drawing/Detail No.: Attn: ttn: Ist. Sub ReSub. Date Transmitted: Previous Transmittal Date: Item No. No. Copies Description Manufacturer MfrNendor Dwg or Data No. Action Taken' Remarks: ` The Action Designated Above is in Accordance with the Following Legend: A - t-urmsn as twDmiuea - �J-- B - Furnish as Noted E - Engineer's review not required 1. Submittal not required. C - Revise and Submit 1. Not enough information for review. 2. No reproducibles submitted. 3. Copies illegible. 4. Not enough copies submitted. 2. Supplemental Information. Submittal retained for informational purposes only. 3. Information reviewed and approved on prior submittal. 4. See comments. 5. Wrong sequence number. 6. Wrong resubmittal number. 7. Wrong spec. section. 8. Wrong form used. 9. See comments. Comments: By Date Distribution: Contractor U File U Field u Owner U Otheru City of Lubbock Downtown Waterline Replacement Project - January 2008 01340 - 8 I EXHIBIT B 2 I -al O&M Manual Transmittal No. 3 4 (Spec Section) (Series) Project Name: Date Received: �.- Project Owner: Checked By: Contractor: Owner: Log Page: Address: Address: HDR No.: Attn: Attn: 1st. Sub. Resub. Date Transmitted: Previous Transmittal Date: No. Description of Item Manufacturer Dwg. or Data No. Action Taken` Copies Remarks: To: From: HDR Engineering, Inc. Date: The Action designated above is in accordance with the following legend: A - Acceptable, provide two additional copies and final electronic copy 5. Lubrication & maintenance instructions. 6. Troubleshooting guide. B - Furnish as Noted 7. Parts list and ordering instructions. C - Revise and Resubmit 8. Organization (index and tabbing). This Operation and Maintenance Manual Submittal is deficient in 9. Wiring diagrams & schematics specific to installation. 10. Outline, cross section & assembly diagrams. the following area: 11. Test data & performance curves. 1. Equipment record sheets. 12. Tag or equipment identification numbers. 2. Functional description. 3. Assembly, disassembly, installation, alignment, 13. Other -see comments. adjustment & checkout instructions. D - Rejected 4. Operating instructions. Comments: By Date Distribution: Contractor LiLiU Field LiOwner Li Other U I j City of Lubliock Downtown Waterline Replacement Project - January 2008 01340 - 9 [ Ii t t t i t I 2 3 EXHIBIT C1 Equipment Record Page 1 of 2 =. amlr,mnr,i Mainfannne-P Bata Summary Project Name age of Equip. Description Date Installed Date Started Equip. Location Cost Estimated Life Project Equip. Tag No. Shop Dwg. Trans. No. pec. Sec. Equip. Manuf. Vendor Address hone BREAK-IN MAINTENANCE REQUIREMENTS INITIAL OIL CHANGES, ETC. D w M Q S A Hours PREVENTIVE MAINTENANCE REQUIREMENTS D w M Q S A Hours RECOMMENDED SPARE PARTS ELECTRICAL NAMEPLATE DATA Part No. Part Name Quantity ui . 'a ke eal No. odel No. p =emP* Z H PMDuty ode Ins. Cl.as.e ema Amb.atin sc. MECHANICAL NAMEPLATE DATA ui . ke riai No. D No. del No. rame No. PM a . ize H liubricant Im . Sz. es. FM I ss . Noase No. sc. information on following page City or Lubbock Downtown Waterline Replacement Project - January 2008 01340 - 10 1 2 3 4 Fal EXHIBIT C2 Lubrication Summary Equipment Record Page 2 of 2 Equipment Description Project Equip. Tag No. Page of lubricant Point Manufacturer Product AGMA # SAE # ISO FL h c 2 a 3 J 4 5 Lubricant Point Manufacturer Product AGMA # SAE # ISO h c 2 a 3 -� 4 5 Lubricant Point Manufacturer Product AGMA # SAE # ISO F 2 3 -� 4 5 Lubricant Point Manufacturer Product AGMA # SAE # ISO t- 2 3 J 4 5 Lubricant Point Manufacturer Product AGMA # SAE # ISO L T 1 c 2 n 3 J 4 5 Lubricant Point Manufacturer Product AGMA # SAE ISO t -# H c 2 3 J 4 5 City Of Lubbock Downtown Waterline Replacement Project - January 2003 01340- 11 1 1994/ 12/07 2 3 SECTION 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 7 8 9 10 1J 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 A. Section Addresses: 1. Minimizing the pollution of air, water, or land; control of noise, the disposal of solid waste materials, and protection of deposits of historical or archaeological interest. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I - General Requirements. 1.2 SUBMITTALS A. Shop Drawings: I . See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Prior to the start of any construction activities submit: a. A detailed proposal of all methods of control and preventive measures to be utilized for environmental protection. b. A drawing of the work area, haul routes, storage areas, access routes and current land conditions including trees and vegetation. c. A copy of the TPDES Construction General Permit (TXR 150000) for storm water discharges from construction activities for record purposes. d. A copy of the approved storm water pollution prevention plan (SWPPP) and copies of the Notice of Intent (NO[) and Notice of Termination (NOT) submitted to regulatory authority. 1) Contractor shall prepare and submit SWPPP, NOI and NOT to regulatory authority. Copies retained by Owner from Contractor are for record purposes. 28 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 29 PART 3 - EXECUTION 30 3.1 INSTALLATION 31 A. Employ and utilize environmental protection methods, obtain all necessary permits, and fully 32 observe all local, state, and federal regulations. 33 B. Land Protection: 34 1. Except for any work or storage area and access routes specifically assigned for the use or 35 the Contractor, the land areas outside the limits of construction shall be preserved in their 36 present condition. Contractor shall confine his construction activities to areas defined for 37 work within the Contract Documents. 38 2. Manage and control all borrow areas, work or storage areas, access routes and embankments 39 to prevent sediment from entering nearby water or land adjacent to the work site. 40 3. Restore all disturbed areas including borrow and haul areas and establish permanent type of 41 locally adaptable vegetative cover. City of Lubbock Downtown Waterline Replacement Project - January 2008 01560- 1 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 4. Unless earthwork is immediately paved or surfaced, protect all side slopes and backslopes immediately upon completion of final grading. 5. Plan and execute earthwork in a manner to minimize duration of exposure of unprotected soils. 6. Except for areas designated by the Contract Documents to be cleared and grubbed, the Contractor shall not deface, injure or destroy trees and vegetation, nor remove, cut, or disturb them without approval of the Engineer. Any damage caused by the Contractors equipment or operations shall be restored as nearly as possible to its original condition at the Contractor's expense. C. Surface Water Protection: 1. Utilize, as necessary, erosion control methods to protect side and backslopes, minimize and the discharge of sediment to the surface water leaving the construction site as soon as rough grading is complete. These controls shall be maintained until the site is ready for final grading and landscaping or until they are no longer warranted and concurrence is received from the Engineer. Physically retard the rate and volume of run-on and runoff by: a. Implementing structural practices such as diversion swales, terraces, straw bales, silt fences, berms, storm drain inlet protection, rocked outlet protection, sediment traps and temporary basins. b. Implementing vegetative practices such as temporary seeding, permanent seeding, mulching, sod stabilization, vegetative buffers, hydroseeding, anchored erosion control blankets, sodding, vegetated swales or a combination of these methods. c. Providing Construction sites with graveled or rocked access entrance and exit drives and parking areas to reduce the tracking of sediment onto public or private roads. 2. Discharges from the construction site shall not contain pollutants at concentrations -that produce objectionable films, colors, turbidity, deposits or noxious odors in the receiving stream or waterway. D. Solid Waste Disposal: 1. Collect solid waste on a daily basis. 2. Provide disposal ol'degradable solid waste to an approved solid waste disposal site. 3. Provide disposal of nondegradable solid waste to an approved solid waste disposal site or in an alternate manner approved by Engineer and regulatory agencies. 4. No building materials wastes or unused building materials shall be buried, dumped, or disposed of on the site. ' E. Fuel and Chemical Handling: 1. Store and dispose of chemical wastes in a manner approved by regulatory agencies. 2. Take special measures to prevent chemicals, fuels, oils, greases, herbicides, and insecticides from entering drainage ways. 3. Do not allow water used in onsite material processing, concrete curing, cleanup, and other waste waters to enter a drainage way(s) or stream. 4. The Contractor shall provide containment around fueling and chemical storage areas to ensure that spills in these areas do not reach waters of the state. F. Control of Dust: 1. The control of dust shall mean that no construction activity shall take place without applying all such reasonable measures as may be required to prevent particulate matter from becoming airborne so that it remains visible beyond the limits of construction. Reasonable measures may include paving, frequent road cleaning, planting vegetative groundcover, application of water or application of chemical dust suppressants. The use of chemical agents such as calcium chloride must be approved by the State of Texas DOT. 2. Utilize methods and practices of construction to eliminate dust in full observance of aeencv regulations. V 3. The Engineer will determine the effectiveness of the dust control program and may request the Contractor to provide additional measures, at no additional cost to Owner. G. Burning: City of Lubbock Downtown Waterline Replacement Project - January 2008 01560 - 2 I 1. Do not burn material on the site. If the Contractor elects to dispose of waste materials by 2 burning, make arrangements for an off -site burning area and conform to all agency 3 regulations. 4 H. Control of Noise: 5 1. Control noise by fitting equipment with appropriate mufflers. 6 I. Completion of Work: 7 1. Upon completion of work, leave area in a clean, natural looking condition. 8 2. Ensure all signs of temporary construction and activities incidental to construction of 9 required permanent work are removed. 10 J. Historical Protection: 1 l 1. If during the course of construction, evidence of deposits of historical or archaeological 12 interests is found, cease work affecting rind and notify Engineer. Do not disturb deposits 13 until written notice from Engineer is given to proceed. 14 2. The Contractor will be compensated for lost time or changes in construction to avoid the 15 find based upon normal change order procedures. 16 END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 01560 - 3 1 1992102/17 2 SECTION 01600 3 PRODUCT DELIVERY, STORAGE, AND HANDLING 4 PART1- GENERAL 5 1.1 SUMMARY 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Section Includes: 1. Scheduling of product delivery. 2. Packaging of products for delivery. 3. Protection of products against damage from: a. Handling. b. Exposure to elements or harsh environments. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. C. Payment: 1. No payment will be made to Contractor for equipment or materials not properly stored and insured or without approved shop drawings. a. Previous payments for items will be deducted from subsequent progress estimate(s) if proper storage procedures are not observed. 1.2 DELIVERY A. Scheduling: 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. B. Packaging: 1. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. C. Identification: 1. Clearly and fully mark and identify as to manufacturer, item, and installation location. D. Protection and Handling: 1. Provide manufacturer's instructions for storage and handling. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 34 3.1 PROTECTION, STORAGE AND HANDLING 35 A. Manufacturer's Instruction: 36 1. Protect all products or equipment in accordance with manufacturer's written directions. 37 a. Store products or equipment in location to avoid physical damage to items while in 38 storage. 39 b. Handle products or equipment in accordance with manufacturer's recommendations and 40 instructions. 41 2. Protect equipment from exposure to elements and keep thoroughly dry. City of Lubbock Downtown Waterline Replacement Project - January -1008 01600 - 1 1 B. Security: 2 1. Security of site and materials is responsibility of Contractor. 3 3.2 FIELD QUALITY CONTROL 4 A. Inspect Deliveries: 5 1. Inspect all products or equipment delivered to the site prior to unloading. Reject all products 6 or equipment that are damaged, used, or in any other way unsatisfactory for use on Project. 7 B. Monitor Storage Area: 8 1. Monitor storage area to ensure suitable temperature and moisture conditions are maintained. 9 2. Maintain security of storage area. 10 END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 01600-2 1 2003/07/ 16 2 SECTION 01640 3 PRODUCT SUBSTITUTIONS 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedure for requesting substitution approval for a product which is specified by 8 descriptive or performance criteria or defined by reference to one or more of the following: 9 a. Name of manufacturer. 10 b. Name of vendor. I 1 c. Trade name. 12 d. Catalog number. 13 2. This Section does not address substitutions for major equipment. See "Instructions to 14 Bidders." 15 B. Related Sections include but are not necessarily limited to: 16 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 17 2. Division 1 - General Requirements. 18 C. Requests for Substitution - General: 19 1. Base all bids on materials, equipment, and procedures specified. 20 2. Certain types of equipment and kinds of material are described in specifications by means of 21 references to names of manufacturers and vendors, trade names, or catalog numbers. When 22 this method of specifying is used, it is not intended to exclude from consideration other 23 products bearing other manufacturer's or vendors names, trade names, or catalog numbers, 24 provided said products are capable of accomplishing the same tasks as the products 25 specifically indicated. 26 3. Other types of equipment and kinds of material may be acceptable. 27 1.2 QUALITY ASSURANCE 28 A. In making request for substitution or in using an approved product, Contractor represents: 29 1. Contractor has investigated proposed product, and has determined that it is adequate or 30 superior in all respects to that specified, and that it will perform function for which it is 31 intended. 32 2. Contractor will provide same guarantee for substitute item as for product specified. 33 3. Contractor will coordinate installation of accepted substitution into work, to include 34 building modifications if necessary, making such changes as may be required for work to be 35 complete in all respects. 36 4. Contractor waives all claims for additional costs related to substitution which subsequently 37 arise. 38 1.3 DEFINITIONS 39 A. Product: Manufactured material or equipment. 40 1.4 PROCEDURE FOR REQUESTING SUBSTITUTION 41 A. Considered after award of Conlr:rrt. 42 1. Considered only if: 43 it. Or -equals are unavailable due to strike, discontinued production of products meeting 44 specified requirements, or other factors beyond control of Contractor; or, 45 b. Contractor proposes a cost reduction incentive to the Owner. City of Lubbock Downtown Waterline Replacement Project - January 2008 01640 - 1 B. Written requests through Contractor only. 2 C. Transmittal Mechanics: 3 1. Follow the transmittal mechanics prescribed for Shop Drawings in Section 01340. Product 4 substitution will be treated in a manner similar to "deviations," as described in Paragraph 5 1.413.91. of Section 01340. List the letter describing the deviation and justifications on the 6 transmittal form in the space provided under the column with the heading 7 "DESCRIPTION." Include in the transmittal letter, either directly or as a clearly marked 8 attachment, the items listed in Paragraph D below. 9 D. Transmittal Contents: 10 1. Product identification: I I a. Manufacturer's name. 12 b. Telephone number and representative contact name. 13 c. Specification section or drawing reference of originally specified product, including 14 discrete name or tag number assigned to original product in the Contract Documents. 15 2. Manufacturer's literature clearly marked to show compliance of proposed product with 16 Contract Documents. 17 3. Itemized comparison of original and proposed product addressing product characteristics 18 including but not necessarily limited to: 19 a. Size. 20 b. Composition or materials of construction. 21 c. Weight. 22 d. Electrical or mechanical requirements. 23 4. Product experience: 24 a. Location of past projects utilizing product. 25 b. Name and telephone number of persons associated with referenced projects 26 knowledgeable concerning proposed product. 27 c. Available field data and reports associated with proposed product. 28 5. Data relating to changes in construction schedule. 29 6. Data relating to changes in cost. 30 7. Samples: 31 a. At request of Engineer. 32 b. Full size if requested by Engineer. 33 c. Held until substantial completion. 34 d. Engineer not responsible for loss or damage to samples. 35 1.5 APPROVAL OR REJECTION 36 A. Written approval or rejection of substitution given by the Engineer. 37 B. Engineer reserves the right to require proposed product to comply with color and pattern of 38 specified product if necessary to secure design intent. 39 C. In event substitution results in a change of Contract price or time, provisions in General 40 Conditions will be applied for adjustment. 41 D. Substitutions will be rejected if: 42 1. Submittal is not through the Contractor with his stamp of approval. 43 2. Requests are not made in accordance with this Section. 44 3. In the Engineer's opinion, acceptance will require substantial revision of the original design. 45 4. In the Engineer's opinion, substitution is not equal to original product specified or will not 46 perform adequately the function for which it was intended. 47 END OF SECTION City of Lubbock Downtown waterline Replacement Project - January 2008 01640 - 2 1 1990/08/ 17 2 3 4 PART 1- GENERAL 5 1.1 SUMMARY SECTION 01710 CLEANING 6 A. Section Includes: 7 1. Intermediate and final cleaning of Work not including special cleaning of closed systems 8 specified elsewhere. 9 B. Related Sections include but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 11 2. Division 1 - General Requirements. 12 1.2 STORAGE AND HANDLING 13 A. Store cleaning products and cleaning wastes in containers specifically designed for those 14 materials. 15 1.3 SCHEDULING 16 A. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process 17 will not fall on newly painted surfaces. 18 PART 2 - PRODUCTS 19 2.1 MATERIALS 20 A. Cleaning Agents: 21 1. Compatible with surface being cleaned. 22 2. New and uncontaminated. 23 3. For Manufactured Surfaces: Material recommended by manufacturer. 24 25 26 27 28 29 30 31 32 33 34 35 36 PART 3 - EXECUTION 3.1 CLEANING - GENERAL A. Prevent accumulation of wastes that create hazardous conditions. B. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. C. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains or sewers. D. Dispose of degradable debris at an approved solid waste disposal site. E. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by Engineer and regulatory agencies. F. Handle materials in a controlled manner with as few handlings as possible. G. Do not drop or throw materials from heights greater than 4 FT or less than 4 FT if conditions warrant greater care. City of Lubbock Downtown Waterline Replacement Project -January 2008 01710 - 1 I H. On completion of work, leave area in a clean, natural looking condition. 2 1. Remove all signs of temporary construction and activities incidental to construction of 3 required permanent Work. 4 I. Do not burn on -site. 5 3.2 EXTERIOR (SITE) CLEANING 6 A. Cleaning During Construction: 7 1. Construction debris: 8 a. Confine in strategically located container(s): 9 1) Cover to prevent blowing by wind. 10 2) Haul from site minimum once a week. 11 b. Remove from work area to container daily. 12 2. Vegetation: Keep weeds and other vegetation trimmed to 3 IN maximum height. 13 3. Soils, sand, and gravel deposited on paved areas and walks: 14 a. Remove as required to prevent muddy or dusty conditions. 15 b. Do not flush into storm sewer system. 16 B. Final Cleaning: 17 1. Remove trash and debris containers from site. 18 a. Re -seed areas disturbed by location of trash and debris containers. 19 2. Clean paved roadways. 20 END OF SECTION City or Lubbock Downtown waterline Replacement Project - January 2008 01710-2 1 2001 /04/30 2 3 4 PART 1- GENERAL 61 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 SECTION 02072 DEMOLITION, CUTTING AND PATCHING 1.1 SUMMARY A. Section Includes: 1. Demolition, cutting and patching of existing construction where shown on Drawings, or as required to accommodate new work shown or specified. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I - General Requirements. 3. Section 03002 — Concrete. 1.2 SUBMITTALS A. Shop Drawings: I . See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Indicating manufacturer and type of - a. Proposed nonshrink grout. b. Epoxy bonding adhesive. c. Proposed materials and methods to be used for matching and repairing existing construction. 1.3 DELIVERY, STORAGE, AND HANDLING A. General: 1. Salvage items, designated for Owner's salvage, as a functional unit. 2. Clean, list and tag for storage. 3. Place all salvage items on pallets. 4. Protect from damage and theft, and deliver to location designated. a. Fire Hydrants: 1) 402 Municipal Drive, Lubbock, Texas, 2) Arrange delivery with Mike Gilleland. a) Phone:806-775-2996. b. Bricks: 1) Streets Department, 502 N. IH 27, Lubbock, Texas. 2) Arrange delivery with Kevin Lair. a) Phone:806-775-2600. 5. Salvage each item with auxiliary or associated equipment required for operation. 1.4 PROJECT CONDITIONS A. Perform preliminary investigations as required to ascertain extent of work. 1.5 SEQUENCING AND SCHEDULING A. Coordinate and reschedule work as required to preclude interference with other operations. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS City of Lubbock Downtown Waterline Replacement Project -January 2008 02072 - 1 1 2 3 4 5 6 7 8 9 10 I 12 13 14 15 16 17 18 19 20 21 22 23 A. Subject to compliance with the Contract Documents, the following products and manufacturers are acceptable: 1. Nonshrink grout: a. Supreme Grout by Gifford Hill. b. Masterflow 713 Plus by BASF Building Systems. c. Sika Grout 212 by Sika. 2. Epoxy bonding adhesive: a. Euco No.452 MV by Euclid Chemical Co. b. Sikadur 32, Hi -Mod by Sika Corporation. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Nonshrink Grout: 1. Nonmetallic, noncorrosive and nonstaining. 2. Premixed with only water to be added in accordance with manufacturer's instructions at jobsite. 3. Grout to produce a positive but controlled expansion. Mass expansion not to be created by gas liberation or by other means. 4. Minimum compressive strength at 28 days to be 6500 psi. 5. Coat exposed edges of grout with a cure/seal compound recommended by grout manufacturer. B. Epoxy Bonding Adhesive: 1. Two component, moisture insensitive adhesive manufactured for the purpose of bonding fresh concrete to hardened concrete. 24 PART 3 - EXECUTION 25 3.1 PREPARATION 26 A. Provide substantial barricades and safety lights as required. 27 3.2 INSTALLATION 28 A. Modification of Existing Concrete: 29 1. Where indicated, remove existing concrete and finish remaining surfaces as specified in 30 Section 03002. 3 ► a. Protect remaining concrete from damage. 32 b. Make openings by sawing through the existing concrete. 33 c. Concrete may be broken out after initial saw cuts in the event concrete thickness 34 prevents cutting through. 35 B. Salvaged Items: 36 1. Thoroughly dry and clean all metal surfaces. 37 2. Dispose of items or materials not designated for Owner's salvage or reuse. Promptly remove 38 from site. 39 3. Do not store or sell Contractor salvaged items or materials on site. 40 C. Clean Up: 41 1. Transport debris and legally dispose of off site. 42 END OF SECTION City of Lubbock Downtown waterline Replacement Project - January 2008 02072 - 2 1 2005/07/07 2 SECTION 02221 3 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Excavation, trenching, backfilling and compacting for all underground utilities. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division I - General Requirements. 11 3. Section 02224 - Pipeline Undercrossings. 12 1.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 1. American Association of State Highway and Transportation Officials (AASHTO): 15 a. T99, The Moisture -Density Relations of Soils Using a 5.5 LB Rammer and a 12 IN 16 Drop. 17 b. T 180, Moisture -Density Relations of Soils Using a 10 LB Rammer and an 18 IN Drop. 18 2. ASTM International (ASTM): 19 a. C33, Standard Specification for Concrete Aggregates. 20 b. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using 21 Standard Effort (12,400 ft-Ibl7ft3 (600 kN-m/m`)). 22 c. D1557, Standard Test Methods for Laboratory Compaction Characteristics of Soil 23 Using Modified Effort (56,000 11-Ibf/ft3 (2,700 kN-nVm')). 24 d. D2487, Standard Classification of Soils for Engineering Purposes (Unified Soil 25 Classification System). 26 e. D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils 27 Using a Vibratory Table. 28 f. D4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils 29 and Calculation of Relative Density. 30 1.3 DEFINITIONS 31 A. Excavation: All excavation will be defined as unclassified. 32 1.4 SUBMITTALS 33 A. Shop Drawings: 34 1. See Section 01340 for requirements for the mechanics and administration of the submittal 35 process. 36 2. Product technical data including: 37 a. Acknowledgement that products submitted meet requirements of standards referenced. 38 b. Manufacturers installation instructions. 39 3. Submit respective pipe or conduit manufacturer's data regarding bedding methods of 40 installation and general recommendations. 41 4. Submit sieve analysis reports on all granular materials. 42 5. Trench Excavation Protection Plan. 43 a. Submit a plan for trench excavation protection conforming to the provisions of current 44 Occupational Safety and Health Administration regulations relating to excavations, 45 trenching, and shoring. City of Lubbock Doti=ntown Waterline Replacement Project - January 2008 02221 - I i b. The plan must be prepared and sealed by a Professional Engineer, registered in the 2 State of Texas and qualified by experience to design trench protection systems. 3 c. Plan review by the Engineer will be for the sole purpose of ensuring that the trench 4 protection plan was designed by a Registered Professional Engineer. No review of plan 5 adequacy will be made. 6 6. Traffic control plan: 7 a. It shall be the Contractor's responsibility to provide traffic control plans in accordance 8 with the Texas Manual of Uniform Traffic Control Devices, as well as notify 9 emergency services of any anticipated road closures. 10 B. Miscellaneous Submittals: 1 I 1. See Section 01340 for requirements for the mechanics and administration of the submittal 12 process. 13 2. Submit test reports and fully document each with specific location or stationing information, 14 date, and other pertinent information. 15 1.5 PROJECT CONDITIONS 16 A. Avoid overloading or surcharge a sufficient distance back from edge of excavation to prevent 17 slides or caving. 18 1. Maintain and trim excavated materials in such manner to be as little inconvenience as 19 possible to public and adjoining property owners. 20 B. Provide full access to public and private premises and fire hydrants, at street crossings, 21 sidewalks and other points as designated by Owner to prevent serious interruption of travel. 22 C. Protect and maintain bench marks, monuments or other established points and reference points 23 and if disturbed or destroyed, replace items to full satisfaction of Owner and controlling agency. 24 D. Verify location of existing underground utilities. 25 PART 2 - PRODUCTS 26 2.1 MATERIALS 27 A. Backtill Material: 28 1. In accordance with most recent Design and Construction Standards of the City of Lubbock 29 and as approved by Engineer. 30 a. Free of rock cobbles, roots, sod or other organic matter, and frozen material. 31 B. Subgrade Stabilization Materials: Provide subgrade stabilization material consisting of 2 IN 32 crushed stone or gravel. 33 C. Bedding Materials: 34 1. As approved by the Engineer. Rock is for bedding DI pipe only and sand may be used for 35 either DI or PVC. 36 2. Granular bedding materials: 37 a. ASTM C33, gradation 67 (3/4 IN to No. 4 sieve) defined below: 38 Sieve Size I IN 3/4 IN 3/8 IN No. 4 No. 20 Percent Passin by Weight l00 90-100 20-55 0-10 0 39 40 b. Sand bedding material as defined below: City of Lubbock Downtown Waterline Replacement Project - January 2008 02221 -2 1 2 3 4 5 6 7 8 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 I ) Sand for use as pipe bedding shall be clean, granular and homogeneous material composed mainly of mineral matter, free of mud, silt, clay lumps or clods, vegetation or debris. The material removed by decantation TxDOT Test Method Tex-406-A, plus the weight of any clay lumps, shall not exceed 4.5 percent by weight. The resistivity shall not be less than 3000 ohms -cm as determined by TxDOT Test Method Tex- 129-E. Size gradation of sand for bedding shall be as follows: GRADATION TABLE SIEVE SIZE % RETAINED BY WEIGHT 1/4" 0 #60 75-100 #100 95-100 D. Cement Stabilized Material: 1. Use sand, silty sand, or gravelly sand soils (non -plastic) as approved by Engineer. 2. Uniformly mix I sack of Type UII dry Portland cement per cubic yard of approved soils. 3. Thoroughly mix dry cement into soil using pugmill, rotary mixer, or front-end loader bucket by dumping material back and forth until cement is thoroughly and uniformly distributed. 4. Moisture content at the time of placement shall be 3% above to 1% below optimum moisture content as determined using ASTM D558. 5. Place in 6 to 8 IN thick loose lifts and compact to not less than 95% of maximum dry density, as determined by ASTM D558. Compact within two hours of mixing. E. Controlled Low Strength Materials (CLSM): Also known as flowable fill. I. General: Composed of a mixture of cementitious material, aggregate, water, filler and admixtures. CLSM is easily placed and hardens to provide a bearing strength equal to or greater than compacted soils. It can be used as a pipe bedding material, trench backfill or anywhere else requiring these properties. 2. Materials: Provide a mixture of the following materials in proper proportions to obtain properties specified. a. Cement: ASTM C 150, Type I or IL• min 50 lb/cy, max 200lb/ey. b. Fly ash: ASTM C618: Class C: max 350 lb/cy. c. Water: ASTM C954: min 250 lb/cy, max 600 Ib/cy. d. Aggregate: Provide either of the following or a mixture. I ) ASTM C33: Max size t/" 2) Sand: 95-100 % passing #4 sieve, 0-5% passing #200 sieve. e. Air entrainment admixtures: `Daravair", "Micro -air" or equal. f. Other admixtures and non-standard materials will be evaluated on a case by case basis. 3. Properties: Flowable fill shall exhibit the following properties. a. Flowability: ASTM C939: Efflux time of 30 seconds ± 5 seconds with no segregation. b. Subsidence: Max 1/8" per foot depth as measured in field. c. Hardening time: 3 — 5 hours to reach a penetration resistance of 650 as measured by ASTM C403 under normal conditions (± 70°F, ± 40 % humidity) d. Unit weight: ASTM D6023, min 90 Ib/cf, max 145 lb/cf. e. Entrained air: ASTM D6023, min 5%, max 20%. f. Strength: ASTM D4832, min 75 psi, max 300 psi at 28 days. 43 PART 3 - EXECUTION 44 3.1 GENERAL City of Lubbock Downtown Waterline Replacement Project - January 2008 02221 -3 r-1 I A. Remove and dispose of unsuitable materials as directed by Owner's Representative or Engineer. 2 3.2 EXCAVATION 3 A. Unclassified Excavation: Remove rock excavation, clay, silt, gravel, hard pan, and loose stone. 4 B. Excavation for Appurtenances: 5 1. 12 IN (minitnum) clear distance between outer surface and embankment. 6 C. Trench Excavation: 7 1. Excavate trenches by open cut method to depth shown on Drawings and necessary to 8 accommodate work. 9 a. Support existing utility lines where proposed work crosses at a lower elevation. 10 I) Stabilize excavation to prevent undermining of existing utility. 11 2. Open trench outside buildings, units, and structures: 12 a. No more than the distance between two manholes, structures, units, or 300 LF, 13 whichever is less. 14 b. Field adjust limitations as weather conditions dictate. 15 3. Any trench or portion of trench, which is opened and remains idle for 3 calendar days, or 16 longer, as determined by the Owner, may be directed to be immediately refilled, without 17 completion of work, at no additional cost to Owner. 18 a. Said trench may not be reopened until Owner is satisfied that work associated with 19 trench will be prosecuted with dispatch. 20 4. Observe following trenching criteria: 21 a. Trench size: 22 1) Excavate width to accommodate free working space. 23 2) Maximum trench width at top of pipe or conduit may not exceed outside diameter 24 of utility service by more than the following dimensions: 25 OVERALL DIAMETER OF UTILITY SERVICE EXCESS DIMENSION 33 IN and less 24 IN more than 33 IN 36 IN 26 27 3) Cut trench walls vertically from bottom of trench to 1 FT above top of pipe, 28 conduit, or utility service. 29 4) Keep trenches free of surface water runoff. 30 a) Include cost in Bid. 31 b) No separate payment for surface water runoff pumping will be made. 32 3.3 PREPARATION OF FOUNDATION FOR PIPE LAYING 33 A. Over -Excavation: 34 1. Backfill and compact to 90 percent of maximum dry density per ASTM D698. 35 2. Backfill with granular bedding material as option. 36 B. Rock Excavation: 37 1. Excavate minimum of 6 IN below bottom exterior surface of the pipe or conduit. 38 2. Backfill to grade with suitable earth or granular material. 39 3. Form bell holes in trench bottom. 40 C. Subgrade Stabilization: 41 1. Stabilize the subgrade when directed by the Owner's Representative or Engineer. 42 2. Observe the following requirements when unstable trench bottom materials are encountered. 43 a. Notify Owner when unstable materials are encountered. 44 1) Define by drawing station locations and limits. 45 b. Remove unstable trench bottom caused by Contractor failure to dewater, rainfall, or 46 Contractor operations. 47 1) Replace with subgrade stabilization with no additional compensation. City of Lubbock Downtown Waterline Replacement Project - January 2008 02221 -4 1 3.4 BACKFILLING METHODS 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 3.5 A. Carefully Compacted Baekfill: 1. Furnish where indicated on Drawings, specified for trench embedment conditions and for compacted backfill conditions up to 12 IN above top of pipe or conduit. 2. Comply with the following: a. Place backfill in lifts not exceeding 12 IN (loose thickness). b. Hand place, shovel slice, and pneumatically tamp all carefully compacted backfill. c. Observe specific manufacturer's recommendations regarding backfilling and compaction. d. Compact each lift to specified requirements. B. Common Trench Backiill: 1. Perform in accordance with the following: a. Place backfill in lift thicknesses capable of being compacted to densities specified. 1) Maximum lift thickness of 16 IN loose and 12 IN compacted unless approved otherwise by Engineer. b. Observe specific manufacturer's recommendations regarding backfilling and compaction. c. Avoid displacing joints and appurtenances or causing any horizontal or vertical misalignment, separation, or distortion. C. Water flushing for consolidation is not permitted. COMPACTION A. General: 1. Preparation of ground surface: a. Before bedding, backfill, or fill is started, scarify to a minimum depth of 9 IN and compact to 95 percent of the maximum dry density in accordance with ASTM D698 in all proposed bedding, backfill, and fill areas. 2. Place and assure bedding, backfill, and fill materials achieve an equal or "higher" degree of compaction than undisturbed materials adjacent to the work. 3. In no case shall degree of compaction below "Minimum Compaction" specified be accepted. B. Compaction Requirements: 1. Unless noted otherwise on Drawings or more stringently by other sections of these Specifications, comply with following trench compaction criteria: MINIMUM COMPACTIONS LOCATION SOIL TYPE DENSITY 2. Bedding material: All locations Cohesionless soils 75 percent of maximum relative density by ASTM D4253 and ASTM D4254 3. Carefully compacted backfill: All applicable areas Cohesive soils 90 percent of maximum outside of roadways dry density by ASTM D698 Cohesionless soils 75 percent of maximum relative density by ASTM D4253 and ASTM D4254 City of Lubbock Downtown Waterline Replacement Project - January 2008 02221 - 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 4. Common trench backfill: Under pavements, roadways surfaces, within highway right-of-ways Unpaved areas 95 percent of maximum dry density by ASTM D698 with moisture content of +/- 2% of optimum by ASTM D2216 90 percent of maximum dry density by ASTM D698 3.6 FIELD QUALITY CONTROL A. Testing: I. Perform in -place moisture -density tests as directed by the Owner. 2. Perform tests through recognized testing laboratory approved by Owner. 3. Costs of "Passing" tests paid by Owner. 4. Perform additional tests as directed until compaction meets or exceeds requirements. 5. Cost associated with "Failing" tests shall be paid by Contractor. 6. Reference to Engineer in this section will imply Soils Engineer when employed by Owner and directed by Engineer to undertake necessary inspections as approvals as necessary. 7. Assure Owner has immediate access for testing of all soils related work. 8. Ensure excavations are safe for testing personnel. END OF SECTION City or Lubbock Downtown waterline Replacement Project - January 2008 02221 -6 1 1990/07/31 2 3 4 PART 1- GENERAL 5 1.1 SUMMARY SECTION 02224 PIPELINE UNDERCROSSINGS 6 A. Section Includes: 7 1. Construction of pipe undercrossings. S B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 12 4. Section 02660 — Water Main Construction. 13 5. Section 15060 — Pipe and Pipe Fittings: Basic Requirements. 14 6. Section 15062 - Pipe: Ductile. 15 7. Section 15064 — Pipe: Plastic. 16 1.2 SUBMITTALS 17 A. Shop Drawings: 18 1. See Section 01340 for requirements for the mechanics and administration of the submittal 19 process. 20 2. Product technical data including: 21 a. Acknowledgement that products submitted meet requirements of standards referenced. 22 b. Manufacturer's installation instructions. 23 c. Compliance with submittal requirements of authority or agency having jurisdiction over 24 undercrossing. 25 3. Copy of permit from authority or agency having jurisdiction over the undercrossing. 26 4. Copy of Railroad Protective to be submitted prior to initiation of work. 27 5. Procedures required by the authority or agency having jurisdiction over the undercrossing. 28 B. Operation and Maintenance Manuals: 29 1. See Section 01340 for requirements for: 30 a. The mechanics and administration of the submittal process . 31 b. The content of Operation and Maintenance Manuals. 32 PART 2 - PRODUCTS 33 2.1 MATERIALS 34 A. Casing Pipe: 35 1. Structural grade steel: Minimum yield strength of 35,000 psi or greater as required by the 36 permits. 37 2. Wall thickness: Minimum 0.375 IN up to 24 IN casing size and minimum 0.5 IN for larger 38 sires or greater as required by the permits. 39 3. Diameter: Minimum of 12 IN larger than carrier pipe nominal diameter or 2 IN larger than 40 outside diameter of carrier pipe's jointing system, whichever is larger. 41 4. All casing pipe shall be newly manufactured. Recycled or rehabilitated piping will not be 42 accepted. 43 B. Casing Spacer: City of Lubbock Downtown waterline Replacement Project - January 2008 02224 - 1 I 1. Casing spacers shall be manufactured by Pipeline Seal & Insulator, Inc., Houston, TX, or 2 approved equal. 3 a. Model C8G-2 for pipe sizes up to 16 IN in diameter. 4 b. Model C 12G-2 for pipe sizes 18 IN in diameter and greater. 5 2. Casing spacers shall have a minimum 14 gauge steel band and 10 gauge risers. The band, 6 risers and connecting studs shall be welded and pickled before applying a PVC coating of 7 15 mils thickness. Epoxy coatings are not an acceptable alternative. 8 3. The spacer shall have a flexible PVC liner with a Durometer "A" 85 hardness. 9 4. The runners shall be of high pressure molded glass reinforced polyester with a minimum 10 compressive strength of 18,000 psi, 2 IN in width and a minimum 7 IN long. Polyethylene 1 I runners are not acceptable alternative. 12 5. The runners shall be attached to the band or riser by 3/8 IN welded steel studs and lock nuts, 13 which shall be recessed in the runner. The recess shall be filled with a corrosion inhibiting 14 filler. The band section shall be bolted together with cadmium plated studs, nuts, and 15 washers. 16 C. Casing Seals: 17 1. S-shaped pull -on clastomeric seal as manufactured by Pipeline Seal & Insulator, Inc., 18 Houston, TX, or approved equal. 19 2. Banding shall be stainless steel. 20 3. An end plug consisting of a modular, clastomeric annular seal (Link -Seal Model C or 21 approved equal) shall be used at each end to prevent the seal from movement during 22 backtill. 23 PART 3 - EXECUTION 24 3.1 INSTALLATION 25 A. General: 26 1. Install undercrossing to meet requirements of authority or agency having jurisdiction over 27 undercrossing. 28 2. Observe work requirements stipulated in any permit condition. 29 3. Consult Contract Drawings for limitation of construction right-of-way. 30 B. If installation of crossing is by jacking or dry boring, the following will be required unless more 31 rigid requirements are specified by the authority or agency having jurisdiction over the crossing: 32 1. Diameter of the hole: Not exceeding diameter of casing by more than 1-1/2 IN. 33 2. Pressure grout all voids outside of casing, including abandoned or misaligned holes. 34 a. Pressure grout shall be minimum 1,500 psi strength. 35 3. Undercrossing casing: 36 a. Full lengths. 37 b. Weld pressure tight. 38 4. After casing is installed, use manufactured non -corrosive casing spacers at maximum 12 FT 39 spacing or manufacturer's recommendation, whichever is less. Pipe must be straight and 40 centered in casing when in place. 41 5. Coordinate connections to system with authority or agency having jurisdiction over the 42 crossing. 43 6. Install modular seal between carrier pipe and the inside of casing. The plug shall create a 44 watertight seal between the casing and carrier pipe. Cover the outside of each casing end 45 with an S-type casing end seal. 46 C. Backtill: See Section 02221. 47 END OF SECTION City of Lubbock -z Downtown Waterline Replacement Project - January 2008 02224 - 2 1 2001 /09/ 17 2 SECTION 02260 3 TOPSOILING AND FINISHED GRADING 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Topsoiling and finished grading. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division I - General Requirements. 11 3. Section 02270 - Soil Erosion and Sediment Control. 12 C. Location of Work: All areas within limits of grading and all areas outside limits of grading 13 which are disturbed in the course of the work. 14 1.2 SUBMITTALS 15 A. Shop Drawings: 16 1. See Section 01340 for requirements for the mechanics and administration of the submittal 17 process. 18 2. Project Data: Test reports for furnished topsoil. 19 1.3 PROJECT CONDITIONS 20 A. Verify amount of topsoil stockpiled and determine amount of additional topsoil, if necessary to 21 complete work. 22 PART 2 - PRODUCTS 23 2.1 MATERIALS 24 A. Topsoil: 25 1. Original surface soil typical of the area. 26 2. Existing topsoil stockpiled during construction. 27 3. Capable of supporting native plant growth. 28 2.2 TOLERANCES 29 A. Finish Grading Tolerance: 0.1 FT plus/minus from required elevations 30 PART 3 - EXECUTION 31 3.1 PREPARATION 32 A. Correct, adjust and/or repair rough graded areas. 33 1. Cut off mounds and ridges. 34 2. Fill Bullies and depressions. 35 3. Perform other necessary repairs. 36 4. Bring all sub -grades to specified contours, even and properly compacted. 37 B. Loosen surface to depth of 2 IN, minimum. City of Lubbock Downtown waterline Replacement Pix)ject - January 2008 02260 - 1 I C. Remove all stones and debris over 2 IN in any dimension. 2 3.2 PLACING TOPSOIL 3 A. Do not place when subg►ade is wet or frozen enough to cause clodding. 4 B. Spread to compacted depth of 4 IN for all disturbed earth areas. 5 C. If topsoil stockpiled is less than amount required for work, furnish additional topsoil at no cost to 6 Owner. 7 D. Provide Finished surface free of stones, sticks, or other material I IN or more in any dimension. 8 E. Provide finished surface smooth and true to required grades. 9 F. Restore stockpile area to condition of rest of finished work. 10 G. Imported topsoil requirements: 1 I l . Typical of original topsoil. 12 2. Imported soil shall be tested for Atterberg limits (ASTM D4318) and the maximum dry 13 density and optimum moisture (ASTM D698). ' 14 3. Liquid limit of imported soil shall not exceed 35 and plasticity index shall be between 7 and 15 15. 16 4. Capable of supporting native plant growth. 17 5. Free of trash, stones larger than one inch, or other non -typical debris. 18 3.3 ACCEPTANCE 19 A. Upon completion of topsoiling, obtain Engineer's acceptance of grade and surface. 20 B. Make test holes where directed to verify proper placement and thickness of topsoil. 21 END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 02260 - 2 1 1 1996/08/09 2 SECTION 02270 3 SOIL EROSION AND SEDIMENT CONTROL 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 I. Soil erosion and sediment control. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division I - General Requirements. 11 3. Section 02221 —Trenching, Backfilling and Compacting for Utilities. 12 1.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 1. Erosion control standards: "Standards and Specifications for Soil Erosion and Sediment 15 Control in Developing Areas" by the U.S. Department of Agriculture, Soil Conservation 16 Service, College Park, Maryland. 17 2. Water Quality Certification Conditions for Nationwide Permits, by the Texas Commission 18 on Environmental Quality. 19 3. TxDOT Standard Specifications. 20 PART 2 - PRODUCTS 21 2.1 NIATERIALS 22 A. Silt fence, per TxDOT item 506. 23 B. Curb Inlet Protection: As shown on Drawings. 24 C. Area Inlet Protection: As shown on Drawings. 25 D. Temporary Grass Seed for Stockpiles: Annual ryegrass. 26 PART 3 - EXECUTION 27 3.1 GENERAL 28 A. Refer to detailed notes on Drawings regarding installation, maintenance, and removal of erosion 29 controls. 30 3.2 PREPARATION 31 A. Prior to General Stripping Topsoil and Excavating: 32 L Install silt fence, curb and area inlet protection as required. 33 B. Temporarily seed basin slopes and topsoil stockpiles: 34 1. Rate: lit LBi 1000 SF. 35 2. Reseed as required until good stand of grass is achieved. 36 3.3 DURING CONSTRUCTION PERIOD 37 A. Maintain Silt Fence, Curb and Area Inlet Protection, Etc.: ? City of Lubbock Downtown waterline Replacement Project - January 2008 02270 - 1 I l . Inspect regularly, especially after rainstorms. 2 2. Repair or replace damaged or missing items. 3 B. Do not disturb existing vegetation (grass and trees). 4 C. Topsoil and Fine Grade Slopes and Swales, Etc.: 5 1. Seed and mulch as soon as areas become ready. 6 3.4 NEAR COMPLETION OF CONSTRUCTION 7 A. Remove temporary erosion controls when source of sediment is stabilized. 8 B. Grade to finished or existing grades. 9 C. Fine grade all remaining earth areas, then seed and mulch. 10 END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 02270 - 2 2002/0 I/ 14 2 SECTION 02502 3 CONCRETE PAVEMENT, CURB AND SIDEWALK, CURB AND SIDEWALK 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete pavement. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division I - General Requirements. 11 3. Section 02072 — Demolition, Cutting and Patching. 12 4. Section 03002 — Concrete. 13 14 1.2 QUALITY ASSURANCE 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Referenced Standards: I. American Association of State Highway and Transportation Officials (AASHTO): a. M 148, Liquid Membrane -Forming Compounds for Curing Concrete. b. MI 53, Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers (ASTM D 1752) for Concrete Paving and Structural Construction. c. M 171, Sheet Materials for Curing Concrete. d. M 182, Burlap Cloth Made from Jute or Kenef. e. M213. Standard Specification for Preformed Expansion Joint Fillers (ASTM D1751) for Concrete Paving and Structural Construction. f. M224, Protective Coatings for Portland Cement Concrete. g. M233, Boiled Linseed Oil Mixture for Treatment of Portland Cement Concrete. 2. American Concrete Institute (ACI): a. 305R, Hot Weather Concreting. b. 306R, Cold Weather Concreting. c. 316, Standard Specifications for Concrete Pavement and Concrete Bases. d. 325, Recommended Practice for the Design of Concrete Pavements. 3. . ASTM International (ASTM): a. A 185, Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement. b. A615, Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement (Including Supplementary Requirements SI). c. C33, Standard Specification for Concrete Aggregates. d. C 150, Standard Specification for Portland Cement. e. C 174, Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores. f. C309, Standard Specification Liquid Membrane -Forming Compounds for Curing Concrete. g. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft'). h. D1751, Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding Bituminous Type). i. D1752, Standard Specification for Preformed Sponge Rubber and Cork Preformed Expansion Joint Filler for Concrete Paving and Structural Construction. City of Lubbock Downtown Waterline Replacement Project - January 2008 02502 - 1 1 j. D4253, Standard Test Methods for Maximum Index Density and Unit Weights of Soils 2 Using a Vibratory Table. 3 k. D4254, Standard Test Methods for Minimum Index Density and Unit Weights of Soils 4 and Calculation of Relative Density. 5 4. Federal Specification (FS): 6 a. SS-S-1614, Sealants, Joint, Jet -Fuel -Resistant, Hot -Applied for Portland Cement and 7 Tar Concrete Pavements. 8 b. TT-P-115, Paint, Traffic (Highway, White and Yellow). 9 c. TT-S 00227 E(3), Sealing Compound: Elastomeric Type, Multi -Component (for 10 Calking, Sealing, and Glazing in Buildings and Other Structures. 11 5. Construction standards: State of Texas, Department of Transportation, "Standard 12 Specifications for Construction and Maintenance of Highways, Streets and Bridges", 2004, 13 as amended to date. 14 B. Miscellaneous: 15 1. Should conflicts arise between standard specifications of government agencies mentioned 16 herein and Contract Documents, Contract Documents shall govern. 17 1.3 SUBMITTALS 18 A. Shop Drawings: 19 1. See Section 01340 for requirements for the mechanics and administration of the submittal 20 process. 21 2. Product technical data including: 22 a. Acknowledgement that products submitted meet requirements of standards referenced. 23 3. Mix design(s) in accordance with Section 03002. 24 4. Qualifications of concrete installer. 25 5. Drawings detailing all reinforcing. 26 6. Scaled cross section detail of crown template with dimensions showing off sets from level 27 line. 28 7. Concrete pavement joint pattern for paved areas. 29 8. Test reports: 30 a. Concrete cylinder test results from field quality control. 31 B. Samples: 32 1. See Section 01340 for requirements for the mechanics and administration of the submittal 33 process. 34 2. Samples of fabricated jointing materials and devices. 35 PART 2 - PRODUCTS 36 2.1 ACCEPTABLE MANUFACTURERS 37 A. Subject to compliance with the Contract Documents, the following manufacturers are 38 acceptable: 39 1. Chemical admixtures: 40 a. Sika Chemical Corporation. 41 b. BASF Admixtures, Inc. 42 c. Protex Industries. 43 d. W. R. Grace and Company. 44 e. Or approved equal. 45 B. Sub.- Pit request for substitution in accordance 4vith Specification Section 01640. 46 2.2 MATERIALS 47 A. Portland Cement: ASTM C 150, Type I or II. i ,17 City of Lubbock Downtown Waterline Replacement Project -January 2008 02502 - 2 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 M B. Aggregates: 1. ASTM C33, gradation size #67, 3/4 IN to #4. 2. Clean, washed sand. C. Water: Potable quality. D. Admixtures: Comply with Section 03002. E. Reinforcing Bars: ASTM A615, Grade 60. F. Welded Wire Fabric: 1. ASTM A 185. 2. Flat. 3. Clean, free from dirt, scale, rust. G. Preformed Joint Filler: I. Non -extruding cork, self -expanding cork, sponge rubber or cork rubber. 2. AASHTO M 153 or AASHTO M213. H. Hot -Poured Joint Scaling Material: 1. FS SS-S-1614. I. Sidewalk Joint Sealant: 1. Two (2) compound polyurethane. 2. Class A, Type 1. 3. Self -leveling. 4. Non -tracking. 5. FS TT-S 00227 E(3). J. Membrane Curing Compound: ASTM C309. K. Cover Materials for Curing: 1. Burlap: a. AASHTO M 182. b. Minimum Class 2, 8 0Z material (I YD x 42 IN). 2. Polyethylene film, AASHTO V1171. L. Paper Subgrade Cover: Polyethylene film, AASHTO M 171. M. Concrete Treatment: 1. Boiled linseed oil mixture. 2. AASHTO M233. N. Traffic Paint: FS TT-P-1 15, Type I - Alkyd. O. Forms: 1. Steel or wood. 2. Size and strength to resist movement during concrete placement and able to retain horizontal and vertical alignment. 3. Free of distortion and defects. 4. Full depth. 5. Metal side forms: a. Minimum 7/32 IN thick. b. Depth equal to edge thickness of concrete. c. Flat or rounded top minimum 1-3/4 IN wide. Lt. Base 8 IN wide or equal to height, whichever is less. e. Maximum deflection 1/8 IN under center load of 1,700 LBS. f. Use flexible spring steel forms or laminated boards to form radius bends. 2.3 :MIXES City of Lubbock Downtown Waterline Replacement Project - January 2008 02502 - 3 1 1 A. Mix design to provide 4,000 psi 28-day compressive strength, 1-1/2 IN 4- -1 IN slump, 6 percent 2 air. 3 B. Comply with Section 03002. 4 PART 3 - EXECUTION 5 3.1 PREPARATION 6 A. Subgrade Preparation: 7 1. Prepare using methods, procedures, and equipment necessary to attic wA required compaction 8 densities, elevation and section. 9 2. Scarify and recompact top 9 IN of tills and embankments which wi IL Toe under paved areas. 10 3. Remove soft or spongy areas. 11 4. Replace with aggregate material 12 5. Compact to the following densities: 13 a. Cohesive soils: 95 percent per ASTM D698. 14 b. Non -cohesive soils: 75 percent relative per ASTM D4253 and STM D4254. 15 6. Assure moisture content is within limits prescribed to achieve requ ` d compaction density. 16 7. Following compaction, trim and roll to exact cross section. Check lft~ Ith approved grading 17 template. 18 8. Perform density tests on subgrade to determine that subgrade corm 3 4--s with the 19 specifications. 20 B. Aggregate Course: 21 1. Place material in not more than 6 IN thick layers. 22 2. Spread, shape, and compact all material deposited on the subgrad'z� AcAuring the same day. 23 3. Compact to 75 percent relative per ASTM D4253 and ASTM D4. , 24 C. Loose and Foreign Material: Remove loose and foreign material imnzAz_—. lately before applicatio 25 of paving. 26 D. Appurtenance Preparation: 27 1. Block out or box out curb inlets and curb returns. 28 2. Provide for joint construction as detailed and dimensioned on Dry ings. 29 3. Adjust manholes, inlets, valve boxes and any other utility appurtt�:.. :,xnces to design grade. 30 a. Secure to elevation with concrete. 31 b. Place concrete up to 5 IN below design grade. 32 4. Headers: 33 a. Construct at open ends of pavements. 34 b. Use same concrete to construct headers as that used in the aL-3,tting structure. 35 c. Extend header full width of pavement and crown same as �311ent. 36 5. Clean and oil forms. 37 3.2 INSTALLATION 38 A. Concrete Production: Comply with Section 03002. 39 B. Forms: 40 1. Form support: 41 a. Compact soil foundation and cut to grade to support forms - �0 superimposed machi q� 42 loads. 43 b. Use bearing stakes driven flush with bottom of form to sum moment support as 44 necessary. 45 c. Do not use earth pedestals. 46 2. Staking forms: 47 a. Joint forms neatly and tightly. 48 b. Stake and pin securely with at least three (3) pins for eae4 FT section. -;: ',7 City of Lubbock Downtown waterline Replacement Project - January 2cioa 02502 - 4 3. uocCle. � 'per► , per imps _�..,�..= � � •�.,_- 4. S e nt ,� um of uswi worknr� ^s=��►� --_ 5. P s dewalk SC 1, asp AR C. Reinl(r ab. IN from 2. Lap t aelY to pre ng 3. Tie 4. Lap 5. Supp at cal). t ; ght. airs p Promptly witt-� t a ��►1 p.�_ �. „�� a. P our b. P1s urse p d dapprovedby �z� V w iv% NW— — or' lure is to D. Joints: 1. Holdjo 1141N flthin+1181�1 �t� Lc��1� �- a 2. Finplaced sl radius o; 3. Metal ke Dice. a. Fonri in p ' b. Stak C. Provi. 4. Weakened a. Tooled lingdevicc. 1) Fo ncrete witit� 1141N at c-a��.ot. 2) Gr. 1N at surface' b. Sawed J �� I) Sa Crete• i5 hard 0leugh to w �ti`��ta rd o ram � o 2) Co nncrete S hUit�c�wr� or •VCZVL l 'r_ uring, regardless of R►g with et membrane cute d reds z.�►� ;�Ctcrw atx1. 3) Thor, estressese4 cracl�is��- 4) Com inkag C. Locale at Dints cone of d <D,-,v : 5. Stake in place I � ansIon olded jointfilie uicawivi ve�,�� �X � _ a. Supporting inmrsedion curb veto b. Located at withexititin is�ewallc, p, or c. Provide preju►ictions 6. Instaother ll constructu ' uy's work or wherever a>t�•ct et!"9 must be OL z--it� rrupted for 30 minutes or �eullnB material a~; .peci Vied. 7. Thoroughly clean joint surface• 8. Fill joints without Pavlo IIg 1N belOw fini�lc� surface. 9. Upper surface of I i ush E. Place Concrete: I. Comply with Sectio in S rr w d ttier features �zS per Drawing 2. Construct road trenc ay open g� details. F. Cold and Hot Weather Con 1. Cold weather: rirtcmpc full~ ��w T)c`•F scending ` �� a. Cease concrete pla aturc rises et�". � �'z�t b. Do not resume unu rn Spy lhp riled by Enginc�r=-� .. x c. If placing below 40, between 60 and 80 Y7 d. Heat aggregates or w ►th. ` of i.uhhO�k 200% ect rY Downtown w I e. Water temperature may not exceed 175 DegF. 2 f. Aggregate temperature may not exceed 150 DegF. 3 g. Remove and replace frost damaged concrete. _ 4 h. Salt or other antifreeze is not permitted. 5 i. Comply with ACI 306R. 6 2. Hot weather: 7 a. Cease concrete placing when plastic mix temperature cannot be maintained under 90 8 DegF. 9 b. Aggregates or water or both may be cooled. 10 c. Cool water with crushed ice. 1 I d. Cool aggregates by evaporation of water spray. 12 e. Never batch cement hotter than 160 DegF. 13 f. Comply with ACI 305R. 14 G. Finishing: 15 1. As soon as placed, strike off and screed to crown and cross section, slightly above grade, so 16 that consolidation and finishing will bring to final Drawing elevations. 17 2. Maintain uniform ridge full width with first pass of first screed. 18 3. Pavement and similar surfaces: 19 a. Float by longitudinally reciprocating float, passing gradually from edge to edge. 20 b. Assure successive advances do not exceed half the length of the float. 21 c. Test level of slab with minimum 10 FT straightedge. 22 d. Fill depressions with fresh material, consolidate and refinish. 23 e. Cut down high areas and retest. 24 f. Belt surface with two-ply canvas belt, using transverse strokes while advancing along 25 center line. 26 g. Provide final finish by full width burlap or carpet drag, drawn longitudinally. 27 h. Keep drag clean to avoid build up and consequent scarring. 28 i. Tool pavement edges with suitable edger. 29 j. Retest with straightedge and if pavement shows deviation of more than 1/8 IN in 10 FT, 30 remove and replace. 31 4. Curb and similar surfaces: 32 a. Bring curb to grade by running straightedge over steel templates with sawing motion. 33 b. Float surface with a wood float to draw cement to surface. 34 c. Broom finish after floating. 35 d. Tool edges with suitable edger. 36 e. Upon removal of forms, till honeycombed or unevenly filled sections immediately with 37 cement mortar. 38 f. Assure that expansion joints are cleared of concrete. 39 5. Sidewalk, steps, ramps, and similar surfaces: 40 a. Test with 6 FT straightedges equipped with long handles and operated from off the 41 sidewalk. 42 b. Draw excess water and laitance off from surface. 43 c. Float finish so as to leave no disfiguring marks but to produce a uniform granular or 44 sandy texture. 45 d. Broom finish after floating. 46 e. Tool pavement edges with suitable edger. 47 f. Provide exposed aggregate surfaces in areas indicated on the Drawings. 48 g. Provide method such as abrasive blasting, bush hammering, or surface retarder 49 acceptable to the Engineer. 50 H. Curing: 51 1. Apply membrane curing compound complying with ASTM C309, and in accordance with 52 manufacturer's directions but at a minimum rate of 200 SF per gallon. 53 2. Apply curing compound within 4 HRS after finishing or as soon as surface moisture has 54 dissipated. City of [.AN k Downtown Waterline Replacement Project - January 2008 02502 - 6 1 3. Cure for minimum of 7 days. 2 4. When average daily temperature is below 50 DegF, provide insulative protection of 12 IN 3 minimum thickness loose dry straw, or equivalent, for 10 days. 4 5. Linseed oil sealant: 5 a. For concrete pavement, seal surface with linseed oil. 6 b. Apply linseed oil to clean surface as per AASHTO M224 after concrete has cured for 1 7 month. 8 c. Apply first application at minimum rate of 67 SY per gallon. 9 d. Apply second application to a dry surface at minimum rate of 40 SY per gallon. 10 I. Protection of Concrete: I 1 1. Protect concrete surfaces and appurtenances from traffic for minimum of 14 days. 12 2. Erect and maintain warning signs, lights, watchmen to direct traffic. 13 3. Repair or replace parts of concrete surfaces damaged by traffic, or other causes, occurring 14 prior to final acceptance. 15 4. Protect concrete pavement against public traffic, construction traffic and traffic caused by 16 employees and agents. 17 5. No equipment shall be driven or moved across concrete surfaces unless such equipment is 18 tubber -tired and only if concrete is designed for and capable of sustaining loads to be 19 imposed by the equipment. 20 6. Do not drive over new or existing concrete with tracked vehicles and equipment. 21 J. Painting and Striping: 22 1. Stripe and mark pavement per the drawings following sufficient cure time for pavement. 23 2. Lay out markings with guidelines, templates, and forms. 24 3. Apply 6 IN wide stripe with self-contained striping machine to a clean and dry pavement 25 surface. 26 4. Temperature must be above 40 DegF and precipitation should not be expected during drying 27 period. 28 5. Use yellow or white paint as approved complying with FS TT-P-115. 29 6. Apply at 1 GAL per 105 SF. 30 K. Opening to Traffic: 31 I. After 14 days, pavement may, at Owner's discretion, be opened to traffic if job cured test 32 cylinders have attained a compressive strength of 3,000 LBS per square inch when tested in 33 accordance with ASTM standard methods. 34 _ 2. Prior to opening to traffic, clean and refill joints as required with the specified filler 35 material. 36 L. Clean Up: 37 1. Assure clean up work is completed within 2 weeks after pavement has been opened to 38 traffic. 39 2. No new work will begin until clean up work has been completed, or is maintained within 2 40 weeks after pavement has been opened to traffic. 41 M. Pavement Patching: 42 1. Comply with material and density requirements as mentioned elsewhere in this 43 Specification except provide minimum 6 IN aggregate immediately below the patch. 44 2. Place pavement patch providing a thickened edge. 45 3. Assure that patch in plane of "cold" joint has a thickness 6 IN greater than that of the 46 existing pavement. 47 4. Extend patch under existing pavement for a distance of 6 IN minimum. 48 5. Fill void under existing pavement with concrete. 49 6. Undercut existing pavement 6 IN all around patch and to a depth of 6 IN. 50 7. Prior to placing patch, sawcut edge of existing concrete to 1 /4 depth and remove to provide 51 a vertical face for a straight and true joint. 52 3.3 FIELD QUALITY CONTROL City of Lubbock Downtown Waterline Replacement Project - January 2008 02502 - 7 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Provide test cylinders in accordance with Section 03002 for each 50 CY of concrete placed. B. Pavement Thickness Testing: 1. General: a. Core pavement to determine the actual thickness as directed by Engineer. b. Determine thickness by ASTM C174. c. Fill holes from removal of cores with concrete of the same mixture as specified. d. Cost incidental to coring of cores showing a deficiency greater than 1/4 IN shall be paid by the Contractor. e. Cost of cores showing a deficiency of 1/4 IN or less shall be paid by the Owner. f. If deficiency in pavement thickness is 1 IN or more, remove and replace pavement at Contractor's expense. 2. Core categories: a. In determining the average thickness of acceptable pavement for which payment will be made, utilize the following core categories: CATEGORY CORE THICKNESS IN CORE LENGTH USED IN NUMBER RELATION TO DESIGN CALCULATING I 1 IN or more deficiency NOT USED 2 Less than 1 IN deficiency Actual Core Thickness through 1/2 IN excess 3 More than 1/2 IN excess Design Thickness plus 1/2 IN b. Core sampling: 1) Take cores in each lane in each block. c. Take cores at locations where the cement content was found to be low when checking the quantities of cement used during the progress of the work. d. Each separately poured lane of the pavement to be considered as a unit. e. A lane shall be considered to be the pavement surface between longitudinal construction joints, between a longitudinal construction joint and the edge, or between two (2) pavement edges in cases where the entire width of the pavement is poured in one (1) operation. f. Should any core show a deficiency in thickness in excess of I IN, check cores shall be taken 5 FT on either side of this location parallel to the centerline of the pavement. g. If both of these cores are within the 1 IN tolerance, no further special borings for this individual zone of deficiency will be made. h. If either one or both of these cores are not within the I IN tolerance, the procedure will be to cut cores in the following order on either side of the original short core parallel to the centerline of the pavement: I ) 25 FT, 50 FT, the same to be measured from the location of original core found to be deficient in thickness, then at 50 FT intervals until a thickness within the 1 IN tolerance is found in both directions. 2) On either side of the original deficient core, the procedure will then be to make a coring approximately half the distance within the first core which comes within the 1 IN tolerance. 3) The above procedure shall be repeated until the station (+5 FT), at which the pavement comes within the I IN tolerance is located. 4) If for some reason two (2) or more cores are taken at the same station and at least one (1) of them is beyond the I IN tolerance, the section of pavement at the station shall be considered as unacceptable. END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 02502 - 8 1 1996/08/09 2 SECTION 02513 3 ASPHALTIC CONCRETE VEHICULAR PAVING 4 PART 1- GENERAL 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 1.1 SUMMARY A. Section Includes: 1. Asphaltic concrete vehicular paving. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: I . Federal Specifications (FS): a. TT-P-I 15F, Paint, Traffic (Highway, White and Yellow). 2. Construction standards State of Texas, Department of Transportation, "Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges", 2004, as amended to date. B. Miscellaneous: 1. Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Asphalt design mix. PART 2 - PRODUCTS 2.1 NIATERIALS A. Asphaltic Concrete: Per TxDOT 340 as it relates to materials and methods only. 1. Type D surface course with AC 20 asphaltic cement. B. Flexible Base: Per TxDOT 247 as it relates to materials and methods only. I. Type A, Grade 1. C. Prime Coat: Per TxDOT 310 as it relates to materials and methods only. 1. Type MC-30. D. Pavement Marking Paint: Per TxDOT Item 666 as it relates to materials and methods only. 1. Type II marking materials. 2. As required by the local district TxDOT office for disturbed areas. E. Geotextile Filter Fabric: 1. GSE Non -woven Geotextile NW8, or approved equal. City of Lubbock Downtown Waterline Replacement Project -January 2008 02513 - 1 1 2.2 MIXES 2 A. Comply with procedures in TxDOT C-14 and TxDOT test method TEX-204-F and complying 3 with TxDOT Item 340. 4 PART 3 - EXECUTION 5 3.1 INSTALLATION 6 A. Construct to line, grade and section as shown on Drawings and in accordance with referenced 7 State Specifications. 8 B. Install a minimum 8 IN compacted layer of flexible base course. Compact to 95% of minimum 9 dry density determined in accordance with ASTM D698. 10 C. Spread a prime coat uniformly on compacted aggregate base course at rate of 0.05 to 0.10 GAL 11 per square yard in accordance with item 340 of reference TxDOT Specifications. 12 D. Install a minimum 2 IN compacted surface course or match existing, whichever is greater. 13 E. Tolerance of Finished Grade: +/-0.05 FT from required elevations. 14 END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 02513 - 2 1 1991 / 12/23 2 SECTION 02660 3 WATER MAIN CONSTRUCTION 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Coordination and interface with existing facilities and utilities. 8 2. Connections to existing watermains. 9 3. Testing, flushing and disinfection. 10 B. Related Sections include but are not necessarily limited to: I I 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 12 2. Division I - General Requirements. 13 3. Section 02260 - Topsoiling and Finished Grading. 14 4. Section 02513 — Asphaltic Concrete Vehicular Paving. 15 5. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 16 6. Section 15100 - Valves: Basic Requirements. 17 7. Section 15101 - Gate Valves. 18 8. Section 15510 - Fire Hydrant. 19 1.2 QUALITY ASSURANCE 20 A. Referenced Standards: 21 1. American Water Work Association (AWWA): 22 a. B300, Standard for Hypochlorites. 23 b. B301, Standard for Liquid Chlorine. 24 c. C651, Standard for Disinfecting Water Mains. 25 1.3 SUBMTI'TALS 26 A. Shop Drawings: 27 1. See Section 01340 for requirements for the mechanics and administration of the submittal 28 process. 29 B. Submit detailed plan for disinfection and placing into service the sections of installed pipe, 30 including notification of time and date of testing, location of temporary plugs, inlets, outlets and 31 test taps. Plan shall be submitted and agreed upon prior to commencement of disinfection or 32 placing new waterlines into service. 33 C. Submit satisfactory bacteriological test reports on disinfection requirements. 34 D. Qualifications: 35 1. Qualifications of lab performing disinfection analysis on potable water pipelines. 36 E. Operation and Maintenance Manuals: 37 1. See Section 01340 for requirements for: 38 a. The mechanics and administration of the submittal process. 39 b. The content of Operation and Maintenance Manuals. 40 PART 2 - PRODUCTS 41 2.1 MATERIALS 42 A. Pipe: Refer to Section 15060. _ City of Lubbock Downtown Waterline Replacement Project -January 2008 02660 - 1 I B. In -Line Valves: 2 1. Refer to Section 15 10 1. 3 2. Provide adjustable valve boxes. Include price of valve boxes in price of valve installed 4 complete. 5 C. Fire Hydrants: Refer to Section 15510. 6 PART 3 - EXECUTION 7 3.1 INSTALLATION 8 A. Install water main to the line and grade on the Drawings. Watermains to be staked or marked on 9 paving at maximum 100 FT intervals with depth of cuts monitored. 10 B. Field verify depth of utilities that will be crossed. 1 I 1. Adjust water main elevation as required during construction. Maintain minimum cover as 12 shown on Drawings. 13 2. No separate payment will be made for field verification or adjustment of main depths as 14 required. 15 C. Contractor will restore all existing structures or services damaged by Contractor's operations at 16 no cost to Owner. 17 3.2 INTERRUPTION OF SERVICE 18 A. Interruption of service to water users shall not exceed 4 HRS. Notify property owners of 19 interruption a minimum of 24 HRS in advance. 20 3.3 UNDERGROUND SERVICES 21 A. Notify utility representative prior to construction to obtain available information on location of 22 existing utilities. The Contractor shall be responsible for locating all utilities. 23 B. Existing water services are not to be connected to the new watermains until the new mains are 24 tested and approved for service. Damage to existing water services to be repaired using copper 25 pipe and union the same size as existing service. 26 3.4 PAVEMENT AND DRIVEWAY REMOVAL AND REPLACEMENT 27 A. All Portland cement concrete, asphalt and brick noted for removal and replacement shall be cut 28 prior to removal. Cut by sawing, vertical cut to be I IN minimum. The remaining depth of 29 section may be broken out in a manner subject to Engineers approval. Width of section removed 30 to be either a width not greater than the outside diameter of the water main plus 4 FT-0 IN or 31 broken out to the nearest joint. 32 B. Replace Portland cement concrete, asphalt and brick equal to or better than original paving. 33 C. Debris resulting from the above operations shall be removed and hauled as directed by the 34 Owner's Representative. 35 D. Include driveway removal and replacement in cost of the bid unit price of the water main. 36 3.5 GRAVEL SURFACED DRIVES AND ROADWAYS 37 A. The Contractor shall restore all damaged gravel surfaced drives and roadways to a condition 38 equal to or better than original. No separate payment will be made for this item. 39 1. Replacement gravrel surface per Section 02513 flexible base material. 40 3.6 PROTECTION OF EXISTING UTILITIES City of Lubbock ( Dov ntown Waterline Replacement Project - January 2008 02060 - 2 t__ I A. Contractor to verify the location of all underground utilities. Omission from, or the inclusion of 2 utility locations on the plans is not to be considered as the nonexistence of or a definite location 3 of existing underground utilities. 4 B. A representative of the underground utilities shall be notified 24 HRS in advance ol'crossings. 5 C. Notify Texas One Call System prior to excavation. 6 1. Phone: 1-800-245-4545. 7 3.7 CONNECTIONS TO EXISTING WATERMAINS 8 A. Make connections to existing watermains as shown on Drawings, by attaching to existing or 9 changed fitting. Cost for making connections shall include cost of all fittings including flexible 10 couplings, and shall be included in the bid unit price of' the water main. I I B. Where the connection is made to an existing water main which can be adequately isolated from 12 the distribution system, it shall be termed a "dry connection." 13 C. Contractor is responsible for controlling and disposing of water in the trench at no additional 14 cost to the Owner. 15 3.8 SEWER CROSSINGS 16 A. Watermains crossing house sewers, storm sewers or sanitary sewers shall be laid to provide a 17 vertical separation of at least 18 IN between the bottom of the water main and the top of the 18 sewer, whenever possible. In the event 18 IN of vertical separation cannot be provided at a sewer 19 crossing, the sewer shall be removed for a distance of 10 FT on each side of the water main and 20 replaced with one 20 FT length of PVC (C900) pipe of the same size. 21 B. Manufactured couplings shall be provided at each end of the ductile iron pipe to connect to the 22 existing sewer pipe as shown on the Drawings. 23 C. Payment for crossings shall be included in the bid unit price of the water main. 24 3.9 TREES 25 A. Do not remove trees without written instructions from the Owner's Representative unless tree 26 removal is shown on drawings. No separate payment will be made for tree removal and the cost 27 shall be included in the bid unit price for transmission main. 28 3.10 FENCES, SIGNS, MAILBOXES, ETC. 29 A. Restore all damaged fences, signs, mailboxes, etc., to their original conditions. No separate 30 payment will be made for these items. 31 3.11 FIELD QUALITY CONTROL 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Sealing, Flushing, and Disinfection of Potable Water Systems: I. Contractor to furnish required test taps. 2. Maintain interior of all pipes, fittings.and other accessories free from dirt and foreign material at all times. If, in the opinion of the Engineer, the pipe contains dirt that will not be removed by flushing, the pipe interior shall be cleaned and swabbed with bactericidal solution. At close ofday's work or whenever workmen are absent from jobsite, plug, cap or otherwise provide watertight seal from open ends of pipe to prevent ingress of foreign material. If water is in trench, seal shall remain in place until trench is pumped dry. 3. After favorable performance of pressure test and prior to final acceptance, thoroughly flush the entire potable water piping system and perform disinfection as prescribed. Perform all work including preventative measures during construction in full compliance to AWWA C651. 4. Flush each segment of the system to provide a flushing velocity of not less than 2.5 FT per second. 5. Drain flushing water to location approved by the Owner. City of Lubbock Dmutown waterline Replacement Project - January 2008 02660 - 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 6. 8 9 10. Perform disinfection using one of the following forms: a. Application of chlorine gas -water mixture by means of solution -feed chlorinating device. Liquid chlorine shall comply with AWWA B301. b. Application of calcium hypochlorite, or sodium hypochlorite. Chlorine compounds shall comply with AWWA B300. Disinfect pipe with chlorinated water as per AWWA C651. Method of application of chlorine shall be by continuous feed method or slug method. During disinfection procedure, ensure that initial and residual chlorine concentrations meet AWWA C651 requirements by testing by an approved method as directed by the Owner. Cost of testing shall be included in the Bid Unit Price for watermains and no separate payment will be made for this item. Tag the system during the disinfection procedure. Following disinfection for required contact period, neutralize chlorine residual in water by treating with reducing agent. (Refer to AWWA C651) Flush all treated water from pipeline at its extremities until replacement water throughout pipe, upon test is proved comparable in quality to water in existing system. Take two samples to test for bacteriological quality as directed by Engineer. Repeat disinfection procedure until two satisfactory results are obtained. Quality of water delivered by the new water main to remain satisfactory for a minimum period of 2 days. Secure satisfactory bacteriological reports on samples from the system. Ensure all sampling and testing procedures are in full compliance to AWWA C651, and applicable requirements of the Texas Commission on Environmental Quality. No separate payment will be made for this item. The Owner will provide the water required to fill the main initially and will pay for the water required to flush the main once. Filling and flushing shall be performed during periods of low usage, between the hours of midnight and 4:00 AM. Flushing water will be based on a maximum of 8 HRS total. Any additional refilling or reflushing to be at the Contractor's expense at the City's commercial water rates. END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 02660 - 4 1 2006/01/18 2 SECTION 03002 3 CONCRETE 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Cast -in -place concrete and grout. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. I I6R, Cement and Concrete Terminology. b. 21 1.1, Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete. c. 212.3R, Chemical Admixtures for Concrete. d. 304R, Guide for Measuring, Mixing, Transporting, and Placing Concrete. e. 304.211, Placing Concrete by Pumping Methods. 1'. 305R, Hot Weather Concreting. g. 306R, Cold Weather Concreting. h. 318, Building Code Requirements for Structural Concrete. i. 347R, Recommended Practice for Concrete Formwork. 2. ASTM International (ASTM): Lt. A82, Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. b. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. c. A615, Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. d. A775, Standard Specification for Epoxy -Coated Steel Reinforcing Bars. e. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. f. C33, Standard Specification for Concrete Aggregates. g. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. h. C94, Standard Specification for Ready -Mixed Concrete. i. C 138, Standard Method of Test for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete. j. C 143, Standard Test Method for Slump of Hydraulic Cement Concrete. k. C150, Standard Specification for Portland Cement. 1. C 157, Standard Test Method for Length Change of Hardened Hydraulic -Cement, Mortar, and Concrete. m. C 172, Standard Practice for Sampling Freshly Mixed Concrete. n. C 173, Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. o. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. p. C260, Standard Specification for Air -Entraining Admixtures for Concrete. City of Lubbock Downtown Waterline Replacement Pniject -January 2008 03002 - 1 I q. C289, Standard Test Method for Potential Alkali -Silica Reactivity of Aggregates 2 (Chemical Method). 3 r. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing 4 Concrete. 5 s. C494, Standard Specification for Chemical Admixtures for Concrete. 6 t. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan 7 for Use as a Mineral Admixture in Concrete. 8 u. C 1315, Standard Specification for Liquid Membrane -Forming Compounds Having 9 Special Properties for Curing and Sealing Concrete. 10 v. D994, Standard Specification for Preformed Expansion Joint Filler for Concrete 11 (Bituminous Type). 12 w. D1056, Standard Specification for Flexible Cellular Materials -Sponge or Expanded 13 Rubber. 14 x. D1751, Standard Specification for Preformed Expansion Joint Filler for Concrete 15 Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 16 y. E329, Standard Specification for Agencies Engaged in the Testing and/or Inspection of 17 Materials Used in Construction. 18 3. Corps of Engineers (COE): 19 a. CRD-0572, Specifications for Polyvinylchloride Waterstops. 20 b. CRD-C621, Standard Specification for Packaged, Dry, Hydraulic -Cement Grout 21 (Nonshrink). 22 B. Quality Control: 23 1. Concrete testing agency: 24 a. Contractor to employ and pay for services of a testing laboratory to: 25 1) Perform materials evaluation. 26 2) Design concrete mixes. 27 b. Concrete testing agency to meet requirements of ASTM E329. 28 2. Do not begin concrete production until proposed concrete mix design has been approved by 29 Engineer. 30 a. Approval of concrete mix design by Engineer does not relieve Contractor of his 31 responsibility to provide concrete that meets the requirements of this Specification. 32 3. Adjust concrete mix designs when material characteristics, job conditions, weather, strength 33 test results or other circumstances warrant. 34 a. Do not use revised concrete mixes until submitted to and approved by Engineer. 35 4. Perform structural calculations as required to prove that all portions of the structure in 36 combination with remaining forming and shoring system has sufficient strength to safely 37 support its own weight plus the loads placed thereon. 38 C. Qualifications: 39 1. Ready mixed concrete batch plant certified by National Ready Mixed Concrete Association 40 (NRMCA). 41 2. Formwork, shoring and reshoring for slabs and beams except where cast on ground to be 42 designed by a professional engineer currently registered in the state where the project is 43 located. 44 1.3 DEFINITIONS 45 A. Per ACI 116R except as modified herein: 46 1. Concrete fill: Non-structural concrete. 47 2. Concrete Testing Agency: Testing agency employed to perform materials evaluation, 48 design of concrete mixes or testing of concrete placed during construction. 49 3. Exposed concrete: Exposed io view after construction is complete. 50 4. Indicated: Indicated by Contract Documents. 51 5. Lean concrete: Concrete with low cement content. 52 6. Nonexposed concrete: Not exposed to view after construction is complete. 53 7. Required: Required by Contract Documents. City of Lubbock Downtown Waterline Replacement Pmject - January 2008 03t1n2 - 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 8. Specified strength: Specified compressive strength at 28 days. 9. Submitted: Submitted to Engineer. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Concrete mix designs proposed for use. a. Concrete mix design submittal to include the following information: I ) Sieve analysis and source of fine and coarse aggregates. 2) Test for aggregate organic impurities. 3) Test for deleterious aggregate per ASTM C289. 4) Proportioning of all materials. 5) Type of cement with mill certificate for cement. 6) Type of fly ash with certificate of conformance to specification requirements. 7) Slump. 8) Air content. 9) Brand, type, ASTM designation, and quantity of each admixture proposed for use. 10) 28-day cylinder compressive test results of trial mixes per ACI 318 and as indicated herein. 11) Shrinkage test results. 12) Standard deviation value for concrete production facility. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturers and types: 1) Joint tillers. 2) Curing agents. 3) Chemical sealer. 4) Bonding and patching mortar. 5) Construction joint bonding adhesive. 6) Non -shrink grout with cure/seal compound. 7) Waterstops. 4. Reinforcing steel: a. Show grade, sizes, number, configuration, spacing, location and all fabrication and placement details. b. In sufficient detail to permit installation of reinforcing without having to make reference to Contract Drawings. c. Obtain approval of Shop Drawings by Engineer before fabrication. d. Mill certificates. 5. Strength test results of in place concrete including slump, air content and concrete temperature. 42 1.5 DELIVERY, STORAGE, AND HANDLING 43 44 45 46 47 48 49 50 51 52 53 A. Storage of Material: 1. Cement and fly ash: a. Store in moistureproof, weathertight enclosures. b. Do not use if caked or lumpy. 2. Aggregate: a. Store to prevent segregation and contamination with other sizes or foreign materials. b. Obtain samples for testing from aggregates at point of bitching. c. Do not use frozen or partially frozen aggregates. d. Do not use bottom 6 IN of stockpiles in contact with ground. e. Allow sand to drain until moisture content is uniform prior to use. 3. Admixtures: City of Lubbock Downtown Waterline Replacement Pmjeet - January 2008 03002 - 3 I a. Protect from contamination, evaporation, freezing, or damage. 2 b. Maintain within temperature range recommended by manufacturer. 3 c. Completely mix solutions and suspensions prior to use. 4 4. Reinforcing steel: Support and store all rebars above ground. 5 B. Delivery: 6 1. Concrete: 7 a. Prepare a delivery ticket for each load for ready -mixed concrete. S b. Truck operator shall hand ticket to {Owner's Representative) (Engineer) at the time of 9 delivery. to c. Ticket to show: I I 1) Mix identification mark. 12 2) Quantity delivered. 13 3) Amount of each material in batch. 14 4) Outdoor temp in the shade. 15 5) Time at which cement was added. 16 6) Numerical sequence of the delivery. 17 7) Amount of water added. 18 2. Reinforcing steel: 19 a. Ship to jobsite with attached plastic or metal tags with permanent mark numbers. 20 b. Mark numbers to match Shop Drawing mark number. 21 PART 2 - PRODUCTS 22 2.1 ACCEPTABLE MANUFACTURERS 23 A. Subject to compliance with the Contract Documents, the following products and manufacturers 24 are acceptable: 25 1. Nonshrink, nonmetallic grout: 26 a. Sika "SikaGTOlrt 212." 27 b. Euclid Chemial "NS Grout." 28 e. BASF Admixtures, Inc. "Masterflow 713." 29 2. Epoxy grout: 30 a. BASF Admixtures, Inc. "Brutem MPG." 31 b. Euclid Chemical Company, "E3-G." 32 c. Fosroc, "Conbextra EPHF". 33 3. Expansion joint fillers: 34 a. Permaglaze Co. 35 b. Rubatex Corp. 36 c. Williams Products, Inc. 37 4. Waterstops, PVC: 38 a. Greenstreak Plastic Products, Inc. 39 b. W.R.Meadows, Inc. 40 c. Burke Company. 41 5. Form coating: 42 a. Richmond "Rich Cote." 43 b. Industrial Lubricants "Nox-Crete Form Coating." 44 c. Euclid Chemical "Eucoslip VOX." 45 6. Prefabricated forms: 46 a. Simplex "Industrial Steel Frame Forms." 47 b. Symons "Steel Ply." 48 c. Universal "Uniform." 49 7. Chemical sealer: 50 a. L & M Construction Chemicals, Inc. 51 b. Euclid Chemical Company. City of Lubbock Downtown Waterline Replacement Project - January 2008 03(X)2 - 4 I c. Dayton Superior. 2 8. Bonding agent: 3 a. Euclid Chemical Co. 4 b. BASF Admixtures, Inc. 5 c. L & M Construction Chemicals Inc. 6 2.2 MATERIALS 7 A. Portland Cement: Conform to ASTM C 150 Type I or Type II 8 B. Fly Ash: 9 1. ASTM C618, Class F or Class C. 10 2. Nonstaining. 1 I a. Hardened concrete containing fly ash to be uniform light gray color. 12 3. Maximum loss on ignition: 4 percent. 13 4. Compatible with other concrete ingredients. 14 5. Obtain proposed fly ash from a source approved by the State Highway Department in the 15 state where the Project is located for use in concrete for bridges. 16 C. Admixtures: 17 1. Air entraining admixtures: ASTM C260. 18 2. Water reducing, retarding, and accelerating admixtures: 19 a. ASTM C494 Type A through E. 20 b. Conform to provisions of ACI 212.3R. 21 c. Do not use retarding or accelerating admixtures unless specifically approved in writing 22 by Engineer and at no cost to Owner. 23 d. Follow manufacturer's instructions. 24 e. Use chloride free admixtures only. 25 3. Maximum total water soluble chloride ion content contributed from all ingredients of 26 concrete including water, aggregates, cementitious materials and admixtures by weight 27 percent: 28 a. 0.10 percent of all concrete. 29 4. Do not use calcium chloride. 30 5. Pozzolanic admixtures: ASTM C618. 31 6. Provide admixtures of same type, manufacturer and quantity as used in establishing required 32 concrete proportions in the mix design. 33 D. Water: Potable, clean, free of oils, acids and organic matter. 34 E. Aggregates: 35 1. Normal weight concrete: ASTM C33, except as modified below. 36 2. Fine aggregate: 37 a. Clean natural sand. 38 b. No manufactured or artificial sand. 39 3. Coarse aggregate: 40 a. Crushed rock, natural gravel, or other inert granular material. 41 b. Maximum amount of clay or shale particles: I percent. 42 4. Gradation of coarse aggregate: 43 a. Lean concrete and concrete topping: Size #7. 44 b. All other concrete: Size #57 or #67. 45 F. Concrete Grout: 46 1. Nonshrink nonmetallic grout: 47 a. Nonmetallic, noncorrosive, nonstaining, premixed with only water to be added. 48 b. Grout to produce a positive but controlled expansion. 49 c. Mass expansion not to be created by gas liberation. 50 d. Minimum compressive strength of nonshrink grout at 28 days: 6500 psi. 51 e. In accordance with COE CRD-C621. City of Lubbock Downtown Waterline Replacement Project - January 2008 030O2 - 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 2. Epoxy grout: a. 3-component epoxy resin system. 1) Two liquid epoxy components. 2) One inert aggregate filler component. b. Each component packaged separately for mixing at jobsite. G. Reinforcing Steel: 1. Reinforcing bars: ASTM A615, Grade 60. 2. Welded wire fabric: ASTM A 185. a. Minimum yield strength: 60,000 psi. 3. Column spirals: ASTM A82. H. Forms: 1. Prefabricated or job built. 2. Wood forms: a. New 5/8 or 3/4 IN 5-ply structural plywood of concrete form grade. b. Built -in -place or prefabricated type panel. c. 4 x 8 FT sheets for built -in -place type except where smaller pieces will cover entire area. d. When approved, plywood may be reused. 3. Metal forms: a. Metal forms excluding aluminum may be used. b. Forms to be tight to prevent leakage, free of rust and straight without dents to provide members of uniform thickness. 4. Chamfer strips: Clear white pine, surface against concrete planed. 5. Form ties: a. Removable end, permanently embedded body type with cones on outer ends not requiring auxiliary spreaders. b. Cone diameter: 3/4 IN minimum to I IN maximum. c. Embedded portion 1-1/2 W minimum back from concrete face. d. If not provided with threaded ends, constructed for breaking off ends without damage to concrete. e. Provide ties with built-in waterstops at all walls that will be in contact with process liquid during plant operation. 6. Form release: Nonstaining and shall not prevent bonding of future finishes to concrete surface. Waterstops: I. Plastic: COE CRD-0572. 2. Serrated with center bulb. 3. Thickness: 3/8IN. 4. Length (general use): 6 IN unless indicated otherwise. 5. Expansion joints: a. Length: 9IN. b. Center bulb: I IN OD x 1/2 IN ID. 6. Provide hog rings or grommets spaced at maximum 12 IN OC along the length of the water stop. 7. Provide factory made waterstop fabrications at all changes of direction, intersections and transitions leaving only straight butt splices for the field. J. Chairs, Runners, Bolsters, Spacers, and Hangers: I. Stainless steel, epoxy coated, or plastic coated metal. a. Plastic coated: Rebar support tips in contact with the forms only. K. Chemical Floor Sealer: 1. Colorless low VOC water -based solution containing acrylic copolymers. a. ASTM C1315, Class B, minimum 30 percent solids. 2. Similar to L & M Construction Chemicals Inc. Dress & Seal WB 30. City of Lubbock Downtown waterline Replacement Project - January 2008 03002 - 6 r_ .; 1 L. Vapor Retarder: 2 1. Vapor transmission not exceeding 0.1 perm. 3 2. Tear strength 15 psi. I 4 3. Similar to: Alumiseal "Zero Perm". 5 M. Membrane Curing Compound: 6 1. ASTM C309, Type I-D. 7 2. Resin based, dissipates upon exposure to UV light. 8 3. Curing compound shall not prevent bonding of any future coverings, coatings or finishes. 9 4. Curing compounds used in water treatment plant construction to be nontoxic and taste and 10 odor free. _s 1 I N. Bonding Agent: 12 1. High solids acrylic latex base liquid for interior or exterior application as a bonding agent to 13 improve adhesion and mechanical properties of concrete patching mortars. �} 14 2. Euclid Chemical Co. "Flex -Con." 15 3. BASF Admixtures, Inc. "Acryl-Set." 16 4. L & M Construction Chemicals "Everbond." 17 5. Thoro System Products "Acryl 60." 1 18 O. Expansion Joint Filler: 19 1. In contact with water or sewage: 20 a. Closed cell neoprene. 21 b. ASTM D1056, Class SC (oil resistant and medium swell) of 2 to 5 psi compression 22 deflection (Grade SCE41). 23 2. Exterior driveways, curbs and sidewalks: 24 a. Asphalt expansion joint tiller. 25 b. ASTM D994. 26 3. Other use: 27 it. Fiber expansion joint tiller. 28 b. ASTM D 1751. 29 2.3 CONCRETE MIXES 30 A. General: 31 1. All concrete to be ready mixed concrete conforming to ASTM C94. 32 2 Provide concrete of specified quality capable of being placed without segregation and, when 33 cured, of developing all properties required. 34 3. All concrete to be normal weight concrete except where lightweight concrete is indicated on 35 Drawings. 36 B. Strength: 37 1. Provide specified strength and type of concrete for each use in structure(s) as follows: 38 SPECIFIED TYPE WEIGHT STRENGTH'` Concrete fill Normal weight 3000 psi _ Lean concrete Normal weight 3000 psi Concrete topping Normal weight and 4000 psi lightweight Precast concrete Normal weight and 5000 psi lightweight All other general use concrete Normal weight 4000 psi 39 .;. lvlinimunt 28-clay compressive strength. 40 C. Air Entrainment: 41 1. Provide air entrainment in all concrete resulting in a total air content percent by volume as 42 follows: City of Lubbock Downtown Waterline Replacement Project - January 2008 03W2 - 7 t MAX AGGREGATE SIZE TOTAL AIR CONTENT PERCENT 1 IN or 3/4 IN 5 to 7 1/2 IN 5 1/2 to 8 3 2. Air content to be measured in accordance with ASTM C231, ASTM C173, or ASTM C138. 4 D. Slump - 4 IN maximum, 1 IN minimum: 5 1. Measured at point of discharge of the concrete into the concrete construction member. 6 2. Concrete of lower than minimum slump may be used provided it can be properly placed and 7 consolidated. 8 3. Pumped concrete: 9 a. Provide additional water at batch plant to allow for slump loss due to pumping. 10 b. Provide only enough additional water so that slump of concrete at discharge end of I I pump hose does not exceed maximum slump specified above. 12 4. Determine slump per ASTM C143. 13 E. Selection of Proportions: 14 1. General: 15 a. Proportion ingredients to: 16 1) Produce proper workability, durability, strength, and other required properties. 17 2) Prevent segregation and collection of excessive free water on surface. 18 2. Minimum cement contents and maximum water cement ratios for concrete to be as follows: 19 MINIMUM CEMENT, LB/CY MAXIMUM WATER SPECIFIED MAXIMUM AGGREGATE SIZE CEMENT RATIO BY STRENGTH 1/2 IN 3/4IN IIN WEIGHT 3000 --- 517 517 0.45 4000 611 611 611 0.45 5000 --- 686 665 0.40 20 21 3. Substitution of fly ash: Maximum of 25 percent by weight of cement at rate of 1 LB fly ash 22 for 1 LB of cement. 23 4. Sand cement grout: 24 a. Three parts sand. 25 b. One part Portland cement. 26 c. Entrained air: Six percent plus or minus one percent. 27 d. Sufficient water for required workability. 28 e. Minimum 28-day compressive strength: 3,000 psi. 29 5. Pan stair fill: 30 a. Coarse aggregate: 100 percent passing a 1/2 IN sieve. 31 b. Proportions: 32 1) I sack cement. 33 2) 150 LBS coarse aggregate. 34 3) 150 LBS fine aggregate (sand). 35 c. Adjust mix to obtain satisfactory finishing. 36 6. Normal weight concrete: 37 a. Proportion mixture to provide desired characteristics using one of methods described 38 below: 39 1) Method 1 (Trial Mix): Per ACI 318, Chapter 5, except as modified herein. 40 a) Air content within range specified above. 41 b) Record and report teniperaiwe of trial mixes. 42 c) Proportion trial mixes per ACI 21 LL 43 2) Method 2 (Field Experience): Per ACI 318, Chapter 5, except as modified herein: 44 a) Field test records must be acceptable to Engineer to use this method. City of Lubbock Downtown Waterline Replacement Project - January 2008 03002 - 8 i1c 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 -16 47 48 49 50 b) Test records shall represent materials, proportions and conditions similar to those specified. 7. Required average strength to exceed the specified 28-day compressive strength by the amount determined or calculated in accordance with the requirements of Paragraph 5.3 of ACI 318 using the standard deviation of the proposed concrete production facility as described in Paragraph 5.3.1 of ACI 318. F. Allowable Shrinkage: 0.048 percent per ASTM C157. PART 3 - EXECUTION 3.1 FORMINGAND PLACING CONCRETE A. Formwork: 1. Contractor is responsible for design and erection of formwork. 2. Construct formwork so that concrete members and structures are of correct size, shape, alignment, elevation and position. a. Allowable tolerances: As recommended in ACI 347R. 3. Provide slabs and beams of minimum indicated depth when sloping foundation base slabs or elevated floor slabs to drains. a. For slabs on grade, slope top of subgrade to provide floor slabs of minimum uniform indicated depth. b. Do not place floor drains through beams. 4. Openings: Provide openings in formwork to accommodate work of other trades. a. Accurately place and securely support items built into forms. 5. Chamfer strips: Place 3/4 IN chamfer strips in forms to produce 3/4 IN wide beveled edges on permanently exposed corners of members. 6. Clean and adjust forms prior to concrete placement. 7. Tighten forms to prevent mortar leakage. 8. Coat form surfaces with form release agents prior to placing reinforcing bars in forms. B. Reinforcement: 1. Position, support and secure reinforcement against displacement. 2. Locate and support with chairs, runners, bolsters, spacers and hangers, as required. 3. Set wire ties so ends do not touch forms and are directed into concrete, not toward exposed concrete surfaces. 4. Lap splice lengths: ACI 318 Class B top bar tension splices unless indicated otherwise on the Drawings. 5. Extend reinforcement to within 2 IN of concrete perimeter edges. a. If perimeter edge is earth formed, extend reinforcement to within 3 IN of the edge. 6. Minimum concrete protective covering for reinforcement: As shown on Drawings. 7. Do not weld reinforcing bars. 8. Welded wire fabric: a. Install welded wire fabric in maximum practical sizes. b. Splice sides and ends with a splice lap length measured between outermost cross wires of each fabric sheet not less than: 1) One spacing of cross wires plus 2 IN. 2) 1.5 x development length. 3) 6IN. c. Development length: ACI 318 basic development length for the specified fabric yield strength. C. Construction, Expansion, and Contraction Joints: 1. Provide at locations indicated. 2. Locate wall vertical construction joints at 30 FT maximum centers and wall horizontal construction joints at 10 FT maximum centers. City of Lubbock Downtown Waterline Replacement Project - January 2008 03002 - 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 3. Locate construction joints in floor slabs and foundation base slabs so that concrete placements are approximately square and do not exceed 2500 SF. 4. Locate construction joints in columns and walls: a. At the underside of beams, girders, haunches, drop panels, column capitals, and at floor panels. b. Haunches, drop panels, and column capitals are considered part of the supported floor or roof and shall be placed monolithically therewith. c. Column based need not be placed monolithically with the floor below. 5. Locate construction joints in beams and girders: a. At the middle of the span, unless a beam intersects a girder at that point. b. If the middle of the span is at an intersection of a beam and girder, offset the joint in the girder a distance equal to twice the beam width. c. Provide satisfactory means for transferring shear and other forces through the construction joint. 6. Locate construction joints in suspended slabs: a. At or near the center of span in flat slab or T-beam construction. b. Do not locate a joint between a slab and a concrete beam or girder unless so indicated on Drawings. 7. In pan -formed joists: a. At or near span center when perpendicular to the joists. b. Centered in the slab, midway between joists, when parallel to the joists. 8. Install construction joints perpendicular to main reinforcement with all reinforcement continued across construction joints. 9. At least 48 HRS shall elapse between placing of adjoining concrete construction. 10. Thoroughly clean and remove all laitance and loose and foreign particles from construction joints. 11. Before new concrete is placed, coat all construction joints with an approved bonding adhesive used and applied in accordance with manufacturer's instructions. D. Embedments: 1. Set and build in anchorage devices and other embedded items required for other work that is attached to, or supported by concrete. 2. Use setting diagrams, templates and instructions for locating and setting. 3. Secure waterstops in correct position using hog rings or grommets spaced along the length of the waterstop and wire tie to adjacent reinforcing steel. E. Placing Concrete: I. Place concrete in compliance with ACI 304R and ACI 304.2R. 2. Place in a continuous operation within planned joints or sections. 3. Begin placement when work of other trades affecting concrete is completed. 4. Place concrete by methods which prevent aggregate segregation. 5. Do not allow concrete to free fall more than 4 FT. 6. Where free fall of concrete will exceed 4 FT, place concrete by means of tremie pipe or chute. F. Consolidation: Consolidate all concrete using mechanical vibrators supplemented with hand rodding and tamping, so that concrete is worked around reinforcement and embedded items into all parts of forms. G. Protection: 1. Protect concrete from physical damage or reduced strength due to weather extremes. 2. hi cold weather comply with ACI 306R except as modified herein. a. Do not place concrete on frozen ground or in contact with forms or reinforcing bars coated with frost, ice or snow. b. Minimum concrete temperature at the time of mixing: OUTDOOR TEMPERATURE CONCRETE TEMPERATURE City of Lubbock Downtown Waterline Replacement Project - January 2008 03002 - 10 AT PLACEMENT (IN SHADE) AT MIXING Below 30 DegF 70 DegF Between 30-45 DegF 60 DegF Above 45 DegF 50 De-F 1 2 c. Do not place heated concrete that is warmer than 80 DegF. 3 d. If freezing temperatures are expected during curing, maintain the concrete temperature 4 at or above 50 DegF for 7 days or 70 DegF for 3 days. 5 e. Do not allow concrete to cool suddenly. 6 3. In hot weather comply with ACI 305R except as modified herein. 7 a. At air temperature of 90 DegF and above, keep concrete as cool as possible during 8 placement and curing. 9 b. Do not allow concrete temperature to exceed 90 DegF at placement. 10 c. Prevent plastic shrinkage cracking due to rapid evaporation of moisture. 1 I d. Do not place concrete when the actual or anticipated evaporation rate equals or exceeds 12 0.2 LBS/SF/HR as determined from ACI 305R, Figure 2.1.5. 13 H. Curing: 14 1. Begin curing concrete as soon as free water has disappeared from exposed surfaces. 15 2. Cure concrete by use of moisture retaining cover, burlap kept continuously wet or by 16 membrane curing compound. 17 3. Provide protection as required to prevent damage to concrete and to prevent moisture loss 18 from concrete during curing period. 19 4. Provide curing for minimum of 7 clays. 20 5. Form materials left in place may be considered as curing materials for surfaces in contact 21 with the form materials except in periods of hot weather. 22 6. In hot weather follow curing procedures outlined in ACI 305R. 23 7. In cold weather follow curing procedures outlined in ACI 306R. 24 8. If forms are removed before 7 days have elapsed, finish curing of formed surfaces by one of 25 above methods for the remainder of the curing period. 26 9. Curing vertical surfaces with a curing compound: 27 a. Cover vertical surfaces with a minimum of_two coats of the curing compound. 28 b. Allow the preceding coat to completely dry prior to applying the next coat. ' 29 c. Apply the first coat of curing compound immediately after form removal. 30 d. Vertical surface at the time of receiving the first coat shall be clamp with no free water 31 on the surface. 32 e. A vertical surface is defined as any surface steeper than I vertical to 4 horizontal. 33 I. Form Removal: 34 1. Remove forms after concrete has hardened sufficiently to resist damage from removal 35 operations or lack of support. 36 2. Where no reshoring is planned, leave forms and shoring used to support concrete until it has 37 reached its specified 28-day compressive strength. 38 3. Where reshoring is planned, supporting formwork may be removed when concrete has 39 sufficient strength to safely support its own weight and loads placed thereon. 40 a. While reshoring is underway, no superimposed loads shall be permitted on the new 41 construction. 42 b. Place reshores as soon as practicable after stripping operations are complete but in no 43 case later than the end of working day on which stripping occurs. 44 c. Tighten reshores to carry their required loads. 45 d. Leave reshores in place until concrete being supported has reached its specified 28-day 46 nmpresSt"e strength. 47 3.2 CONCRETE FINISHES 48 A. Tolerances: 49 1. Class A: 1/8 IN in 10 FT. - - - City of Lubbock Downtown Waterline Replacement Project - January 2008 03002 - 11 1 2. Class B: 1/4 IN in 10 FT. 2 B. Surfaces Exposed to View: 3 1. Provide a smooth finish for exposed concrete surfaces and surfaces that are: 4 a. To be covered with a coating or covering material applied directly to concrete. 5 b. Scheduled for grout cleaned finish. 6 2. Remove fins and projections, and patch voids, air pockets, and honeycomb areas with 7 cement grout. 8 3. Fill tie holes with nonshrink nonmetallic grout. 9 C. Surfaces Not Exposed to View: 10 1. Patch voids, air pockets and honeycomb areas with cement grout. 11 2. Fill tie holes with nonshrink nonmetallic grout. 12 D. Grout Cleaned Finish: 13 1. Mix one part Portland cement and 1-1/2 parts tine sand with sufficient bonding agent/water 14 mixture to produce a grout with the consistency of thick paint. 15 a. White Portland cement shall be substituted for gray Portland cement to produce a color 16 that matches color of surrounding concrete as determined by trial patch for areas not to 17 be painted. 18 2. Wet surface of concrete to prevent absorption of water by grout and uniformly apply grout 19 with brushes or spray gun. 20 3. Immediately scrub the surface with a cork float or stone to coat and fill air bubbles and 21 holes. 22 4. . While grout is still plastic, remove all excess grout by working surface with rubber float, 23 sack or other approved means. 24 5. After the surface whitens from drying, rub vigorously with clean burlap. 25 6. Keep final finish damp for a minimum of 36 HRS after final rubbing. 26 E. Slab Float Finish: 27 1. After concrete has been placed, consolidated, struck off, and leveled, do no further work 28 until ready for floating. 29 2. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to 30 permit operation. 31 3. During or after first floating, check planeness of entire surface with a 10 FT straightedge 32 applied at not less than two different angles. 33 4. Cut down all high spots and fill all low spots during this procedure to produce a surface 34 within Class B tolerance throughout. 35 5. Refloat slab immediately to a uniform sandy texture. 36 F. Troweled Finish: 37 1. Float finish surface. 38 2. Next power trowel, and finally hand trowel. 39 3. Produce a smooth surface which is relatively free of defects with first hand troweling. 40 4. Perform additional trowelings by hand after surface has hardened sufficiently. 41 5. Final trowel when a ringing sound is produced as trowel is moved over surface. 42 6. Thoroughly consolidate surface by hand troweling. 43 7. Leave finished surface essentially free of trowel marks, uniform in texture and appearance 44 and plane to a Class A tolerance. 45 8. On surfaces intended to support floor coverings remove any defects of sufficient magnitude 46 that would show through floor covering by grinding. 47 G. Broom Finish: Immediately after concrete has received a float finish as specified, give it a 48 transverse scored texture b_v drawing a broom across surface. 49 H. Apply chemical floor hardener to permanently exposed interior concrete floor slab surfaces 50 where indicated. 51 1. Apply in accordance with manufacturer's instructions. City of Lubbock Doi+=ntown Waterline Replacement Project - January 2008 03002 - 12 3.3 GROUT 2 A. Preparation: 3 1. Nonshrinking nonmetallic grout: 4 a. Clean concrete surface to receive grout. 5 b. Saturate concrete with water for 24 HRS prior to grouting. 6 2. Rock anchors: 7 a. Clean rock anchors of all loose material. 8 b. Orient hook or bends in anchor bars to clear anchor bolts, reinforcements, and other 9 embedments to be installed later. 10 3. Epoxy grout: Apply only to clean, dry, {roughened,} sound surface. I f B. Application: 12 1. Nonshrinking nonmetallic grout: 13 a. Mix in a mechanical mixer. 14 b. Use no more water than necessary to produce flowable grout. 15 e. Place in accordance with manufacturer's instructions. 16 d. Completely fill all spaces and cavities below the bottom of basepiates. 17 e. Provide forms where baseplates and bedplates do not confine grout. 18 f. Where exposed to view, finish grout edges smooth. 19 g. Except where a slope is indicated on Drawings, finish edges flush at the baseplate, 20 bedplate, member, or piece of equipment. 21 h. Protect against rapid moisture loss by covering with wet rags or polyethylene sheets. 22 i. Wet cure grout for 7 days, minimum. 23 2. Rock anchors: 24 a. See Item I above. 25 b. If rodded: 26 1) Fill each hole so that it overflows when anchor bar is inserted. 27 2) Force anchor bars into place. 28 c. If pressure placed, set anchor bar before grouting. 29 d. Take special care to avoid any movement of anchors that have been placed. 30 3. Epoxy grout: 31 a. Mix and place in accordance with manufacturer's instructions. 32 b. Completely fill all cavities and spaces around dowels and anchors without voids. 33 c. Obtain manufacturer's field technical assistance as required to ensure proper placement. 34 3.4 FIELD QUALITY CONTROL 35 A. Owner will employ and pay for services of a concrete testing laboratory to perform testing of 36 concrete placed during construction. 37 1. Contractor to cooperate with Owner in obtaining and testing samples. 38 B. Tests During Construction: 39 1. Strength test - procedure: 40 a. Three cylinders, 6 IN DIA x 12 IN high, will be taken from each sample per 41 ASTM C172 and ASTM C31. 42 b. Cylinders will be tested per ASTM C39: 43 1) One at 7 days. 44 2) Two at 28 days. 45 2. Strength test - frequency: 46 a. Not less than one test each day concrete placed. 47 b. Not less than one test for each 50 CY or major fraction thereof placed in one day. 48 c. Not less than one test for each type of concrete_. poured. 49 d. Not less than one test for each concrete structure exceeding 2 CY volume. 50 3. Slump test: 51 a. Per ASTM C 143. 52 b. Determined for each strength test sample. ��� t ''•>`==` City of Lubbock Downtown Waterline Replacement Project -January 2008 03002 - 13 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 c. Additional slump tests may be taken. 4. Air content: a. Per ASTM C231, ASTM C 173, and ASTM C 138. b. Determined for each strength test sample. 5. Temperature: Determined for each strength test sample. C. Evaluation of Tests: 1. Strength test results: a. Average of 28-day strength of two cylinders from each sample. 1) If one cylinder manifests evidence of improper sampling, molding, handling, curing or testings, strength of remaining cylinder will be test result. 2) If both cylinders show any of above defects, test will be discarded. D. Acceptance of Concrete: 1. Strength level of each type of concrete shall be considered satisfactory if both of the following requirements are met: a. Average of all sets of three consecutive strength tests equals or exceeds the required specified 28-day compressive strength. b. No individual strength test falls below the required specified 28-day compressive strength by more than 500 psi. 2. If tests fail to indicate satisfactory strength level, perform additional tests and/or corrective measures as directed by Engineer. a. Perform additional tests and/or corrective measures at no additional cost to Owner. 22 3.5 SCHEDULES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 A. Form Types: I. Surfaces exposed to view: a. Prefabricated or job -built wood forms. b. Laid out in a regular and uniform pattern with long dimensions vertical and joints aligned. c. Produce finished surfaces free from offsets, ridges, waves, and concave or convex areas. d. Construct forms sufficiently tight to prevent leakage of mortar. 2. Surfaces normally submerged or not normally exposed to view: Wood or steel forims sufficiently tight to prevent leakage of mortar. 3. Other types of forms may be used: a. For surfaces not restricted to plywood or lined forms. b. As backing for form lining. B. Grout: 1. Nonshrinking nonmetallic grout: General use. 2. Epoxy grout: a. Grouting of dowels and anchor bolts into existing concrete. b. Other uses indicated on Drawings. 3. Sand cement grout: Keyways of precast members. C. Concrete: I. Precast concrete: Where indicated on Drawings. 2. Lean concrete: Where indicated on Drawings. 3. Concrete fill: Where indicated on Drawings. 4. Lightweight concrete: Where indicated on Drawings. 5. Normal weight concrete: ( All other locations) 1 All concrete {. 6. Concrete pan fill: Stair and landings where_ tndi(-- tted on Drawings. 7. General use concrete: All other locations. D. Concrete Finishes: 1. Grout cleaned finish: Where indicated on Drawings. City of Luhhoc:k Downtown waterline Replacement Project - January 2008 03(X)2 - 14 1 2. Slab finishes: 2 a. Use following finishes as applicable, unless otherwise indicated: 3 1) Floated finish: Surfaces intended to receive rooting, concrete topping, lean 4 concrete, concrete till and waterproofing. 5 2) Troweled finish: Interior floor slabs, exposed roof slabs and base slabs of 6 structures, equipment bases, and column bases. 7 3) Broom finish: Sidewalks, docks, concrete stairs, and ramps. 8 END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 03002 - 15 I SECTION 15060 2 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility piping systems. 7 B. Related Sections include but are not necessarily limited to: 8 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 9 2. Division 1 - General Requirements. 10 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 11 4. Section 02660 -Water Main Construction. 12 5. Section 15062 - Pipe: Ductile. 13 6. Section 15063 - Pipe: Copper. 14 7. Section 15064 - Pipe: Plastic. 15 8. Section 15100 - Valves: Basic Requirements. 16 9. Section 15101 - Gate Valves. 17 10. Section 15510 - Fire Hydrant 18 1.2 QUALITY ASSURANCE 19 A. Referenced Standards: 20 1. American National Standards Institute (ANSI): 21 a. B 16.3, Malleable Iron Threaded Fittings. 22 b. B 16.5, Pipe Flanges and Flanged Fittings. 23 c. B40.1, Gauges - Pressure Indicating Dial Type - Elastic Element. 24 2. American National Standards Institute (ANSI)/American Water Works Association 25 (AWWA): 26 a. ANSI/AWWA C110/A21.10, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN 27 for Water and Other Liquids. 28 b. ANSUAWWA CI 15/A21.15, Flanged Ductile Iron Pipe with Threaded Flanges. 29 c. C 151, Ductile -Iron Pipe, Centrifugally Cast In Metal Molds or Sand -Lined Molds for 30 Water or Other Liquids. 31 d. ANSI/AWWA C 153/A21.53, Ductile -Iron Compact Fittings, 3 IN Through 16 IN, for 32 Water and Other Liquids. 33 3. American Society for Testing and Materials (ASTM): 34 a. A126, Standard Specification for Gray Iron Casting for valves, flanges, and pipe 35 fittings. 36 b. A536, Standard Specification for Ductile Iron Castings. 37 c. D1785, Standard Specification for Rigid Poly Vinyl Chloride (PVC) Compounds and 38 Chlorinated Poly Vinyl Chloride (CPVC) Compounds. 39 4. American Water Works Association (AWWA): 40 a. B300, Standard for Hypochlorites. 41 b. C11 I, Rubber -Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. 42 c. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type. 43 d. C606, Grooved and Shouldered Joints. 44 e. C651, Standard for Disinfecting Water Mains. 45 f. C905, Polyvinyl Chloride (PVC) Water Transmission Pipe, Nominal Diameter 14IN 46 through 36 IN. 47 5. National Fire Protection .Association (NFPA). 48 6. Underwriters Laboratory, Inc (UL). 49 B. Coordinate flange dimensions and drillings between piping, valves, and equipment. iY City of Lubbock Downtown Waterline Replacement Project - January 2008 15060 - 1 1.3 SYSTEM DESCRIPTION 2 A. Piping Systems Organization and Definition: 3 1. Piping services are grouped into designated systems according to the chemical and physical 4 properties of the fluid conveyed, system pressure, piping size and system materials of 5 construction. 6 2. Table A below defines each service classification, its symbol, and the designated system 7 classification number of each service. 8 TABLE A. PIPING SERVICES SYMBOL SERVICE SYSTEM PW Potable Water 1 9 10 3. See PIPING SPECIFICATION SCHEDULES in PART 3. 11 4. CONTRACTOR shall be responsible for providing all bonds and fittings necessary for a 12 complete and operable system per the layout indicated in the Drawings. 13 5. Where the specifications allow optional materials, all pipe of any single service system shall 14 be of one type. 15 1.4 SUBMITTALS 16 A. Shop Drawings: 17 1. See Section 01340. 18 2. Fabrication and/or layout drawings: 19 a. Piping drawings (minimum scale I IN equals 10 FT) with information including: 20 1) Dimensions of piping lengths. 21 2) Invert or centerline elevations of piping crossings. 22 3) Acknowledgement of bury depth requirements. 23 4) Details of fittings, tapping locations, thrust blocks, restrained joint segments, 24 harnessed joint segments, hydrants, and related appurtenances. 25 5) Acknowledge designated valve or gate tag numbers, manhole numbers, instrument 26 tag numbers, pipe and line numbers. 27 6) Line slopes and invert elevations at grade breaks. 28 7) Location of air release / vacuum relief valves. 29 8) Location of hydrants (drain valves). 30 3. Hydrostatic pressure testing plan for installed pipe including location of temporary plugs, 31 inlets, outlets, and pressure gage connection. 32 4. Product technical data including: 33 a. Acknowledgement that products submitted meet requirements of standards referenced. 34 b. Copies of manufacturer's written directions regarding material handling, delivery, 35 storage and installation. 36 c. Master schedule showing piping appurtenances, pipe size, schedule of pipe, type of 37 linings and coatings. 38 d. Technical product data on gaskets, pipe, fittings, and other components. 39 5. Test reports: 40 a. Copies of pressure test results on all piping systems. 41 b. Reports deluning results of dielectric testing and corrective action taken. 42 c. Notification of time and date of piping pressure tests. 43 B. Operation and Maintenance Manuals: 44 1. See Section 01340. 45 1.5 DELIVERY, STORA1 E, AND HANDLING 46 A. Protect pipe coating during handling using methods recommended by manufacturer. Use of bare 47 cables, chains, hooks, metal bars or narrow skids in contact with coated pipe is not permitted. City of Lubbock Downtown Waterline Replacement Project - January 2008 15060 - 2 I B. Prevent damage to pipe during transit. Repair abrasions, scars, and blemishes. If repair of 2 satisfactory quality cannot be achieved, replace damaged material immediately. 3 PART 2 - PRODUCTS 4 2.1 ACCEPTABLE MANUFACTURERS 5 A. Subject to compliance with the Contract Documents, the following manufacturers are 6 acceptable: 7 1. Insulating unions: 8 a. "Dielectric" by Epco. 9 2. Dielectric flange kit: 10 a. PSI. 11 b. Maloney. 12 c. Central Plastics. 13 3. Harnessed mechanical couplings: 14 a. Dresser. 15 b. Smith Blair. 16 c. Baker. 17 d. Rockwell. 18 4. Restrained joint mechanical couplings: 19 a. EBBA Iron Sales, Inc. 20 b. Dresser. 21 5. Pipe tapping saddles: 22 a. Dresser. 23 b. Smith -Blair. 24 2.2 PIPING SPECIFICATION SCHEDULES 25 A. Piping system materials, fittings and appurtenances are subject to requirements of specific piping 26 specification schedules located at the end of PART 3 of this Section. 27 B. Valves: See section 15100. 28 2.3 COMPONENTS AND ACCESSORIES 29 A. Insulating Components: 30 1. Dielectric flange kits: 31 a. Flat faced. 32 b. 1/8 IN thick dielectric gasket, phenolic, non -asbestos. 33 c. Suitable for 175 psi, 210 DegF. 34 d. 1/32 IN wall thickness bolt sleeves. 35 e. 1/8 IN thick phenolic insulating washers. 36 2. Dielectric unions: 37 a. Screwed end connections. 38 b. Rated at 175 psi, 210 DegF. 39 c. Provide dielectric gaskets suitable for continuous operation at union rated temperature 40 and pressure. 41 B. Harnessed Mechanical Couplings: 42 1. Gasketed, sleeve -style flanged mechanical coupling, sized according to nominal pipe size 43 for specific Class, section and material. Each coupling shall consist of one steel middle 44 ring, two steel followers, or anchor studs as required, compounded -wedge section gaskets, 45 complete with trackhead bolts designed for adequate compression of the gaskets. Dresser 46 style 138 (for DIP), or approved equal. 47 2. Provide mechanical couplings at locations shown on Drawings or specified. 17 r.: City of Lubbock Downtown Waterline Replacement Project - January 2008 15060 - 3 1 2 3 4 _5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 -14 45 46 47 48 49 50 51 52 53 54 3. Provide harnesses and restraining bolts on all flexible couplings within restrained section of pipeline. a. Designed in accordance with AWWA MI 1. 4. Provide couplings with following or equal coating: a. Primer — Tnemec Series 69-121 1 Epoxoline Primer I I (1 coat, 5 mils). b. Second Layer — Tnemec Series 69 High -Build Epoxoline I I ( I coat, 5 mils). c. Top Coat — Tnemec Series 73 Endura-Shield III (I coat, 2.5 mils). The primer coat shall be shop applied to the thickness specified. 5. Provide Dresserloy or equal bolts and nuts. 6. For buried service, provide heat shrinkable protective sleeve around each coupling. a. Provide and install in accordance with AWWA C216. C. Restrained Joint Mechanical Couplings: 1. Provide restrained joint mechanical couplings at locations shown on Drawings or specified. 2. Elastomeric gasket assembly comprises two o-ring gaskets and an elastomer sealing pad bonded to a sealing plate. Gasket may be Isoprene, EPDM, or Buna-N conforming to ASTM D2000 for water service within the temperature range of —20' to 180' F. 3. Coupling shall be manufactured from ASTM A36 steel and of the split -sleeve type with a double arch cross section that closes around pipe ends with steel end rings affixed for pipe end restraint. 4. Steel end rings shall conform to ASTM A 108 and 1018. One end ring is welded to each pipe end, fitting beneath the coupling. 5. Bolts and nuts shall conform to ASTM A325, minimum tensile strength equal to 105,000 psi. 6. Provide couplings with following or equal interior and exterior coating: a. Primer — Tnemec Series 69-121 1 Epoxoline Primer 1 I (1 coat, 5 mils). b. Second Layer — Tnemec Series 69 High -Build Epoxoline 1 1 (1 coat, 5 mils). c. Top Coat — Tnemec Series 73 Endura-Shield III (I coat, 2.5 mils). The primer coat shall be shop applied to the thickness specified. 7. Installation of Restrained Joint Couplings a. Inspect each coupling to ensure that there are no damaged portions of the coupling. Particular attention should be paid to the sealing pad/sealing plate area. b. Before installation of the couplings, each coupling shall be thoroughly cleaned of any foreign substance. e. In no case shall the deflection in the joint between pipe ends exceed the maximum deflection recommended by the coupling manufacturer. No joint shall be misfit any amount that will be detrimental to the strength and water tightness of the finished joint. The couplings shall be assembled and installed in conformity with the recommendation and instruction of the coupling manufacturer. d. Wrenches used shall be of a type and size recommended by the manufacturer. Bolts shall be tightened so as to secure uniform gasket compression between the coupling and the body of the pipe with all bolts tightened approximately the same amount. Final tightening shall be by hand wrenches and is complete when the coupling is in uniform contact around the circumference of the pipe. Final tightening is not to be done using air impact wrenches. 8. For buried service, provide heat shrinkable protective sleeve around each coupling. a. Provide and install in accordance with AWWA C216. D. Insulated Mechanical Couplings: 1. Gasketed, sleeve -style flanged mechanical coupling shall be Smith Blair No. 416 or No. 417 (harnessed type) or approved equal and sized according to nominal pipe size for specific Class, section and material. Each coupling shall consist of one steel middle ring, two or more steel anchor studs or two steel followers, compound wedge section gaskets, complete with trackhead bolts, designed for adequate compression of the gaskets, and with insulation boot. 2. For buried service, provide heat shrinkable protective sleeve around each coupling. City of l ihboek Downtown Waterline Replacement Pno.ject - January 2009 15060 - 4 I a. Provide and install in accordance with AWWA C216. 2 3. Provide where indicated on Drawings and include in unit price for pipe. 3 E. Tapping Saddles: 4 1. Clamps, double -strap having 12-mil nylon -coated ductile iron saddle with flat stainless steel 5 straps and stainless steel bolts. 6 2. Provide 2 IN nominal size tapping saddle with corporation stop in accordance with AWWA 7 C800 for all service connections larger than 3/a IN and less than 3 IN. 8 3. Type K copper water tubing shall be used to connect new taps to existing services 3 IN or 9 less in diameter. Install bushings as necessary to connect to existing pipe. 10 4. Dresser Style 291 or approved equal. I I F. Fabricated Cast Iron Tapping Sleeves (4" through IT' Pipe): 12 1. General: The manufacturer of the tapping sleeves shall be experienced in their design and 13 construction and shall have given successful service for a period of at least five (5) years. 14 2. Service: The tapping sleeves will be installed on the following types of pipe: 15 a. Cast Iron 16 b. Ductile Iron 17 c. Asbestos Cement 18 d. C-900 PVC. 19 e. The operating pressure for all four types of water pipe is 150 psi. 20 3. Material: The tapping sleeves shall be cast iron, mechanical joint and conform to the latest 21 revision of A.S.T.M. Standard Designations. The tapping sleeve shall withstand a working 22 pressure of 200 psi. 23 4. Gaskets: The gaskets shall be duck tipped and shall be totally resistant to cold flow and 24 creep. 25 G. Fabricated Steel Tapping Sleeves (14" through 30" Pipe): 26 1. Service: The tapping sleeves will be installed on the following types of pipe --- (1) Cast Iron 27 (2) Ductile Iron (3) Asbestos Cement pipe (4) C-900-PVC pipe. The operating pressure for 28 all three types of water pipe is 150 psi. 29 2. Tapping sleeves for Concrete Steel Cylinder pipe will be provided by a concrete pipe 30 manufacturer who will provide the tapping services. Owner's and Engineer's approval is 31 required for the tapping products and procedures prior to tapping CSC pipe. 32 3. Material: All steel plate used in fabrication of the tapping sleeves shall conform to A.S.T.M. 33 Standard Designation A-36 or A-285, Grade C. 34 4. Flanges: Flanges shall be fabricated from steel plate, and all dimensions shall conform to 35 AWWA Standard C-207, "Steel Pipe Flanges," Class D. Flanges shall be machined to a flat 36 face with finish of 250 micro -inches or machined to a flat surface with a serrated finished in 37 accordance with AWWA Standard C-207, "Steel Pipe Flanges." In addition, the machined 38 face shall also be recessed for tapping valves in accordance with the M.S. Standard SP-60. 39 5. Gaskets: Gaskets shall be compounded from new materials, and the shape of cross-section 40 of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to 41 the groove provided in the body section. 42 6. Fasteners: Bolts and hex nuts shall be stainless steel, Usalloy, Dresserloy, Corten or an 43 approved equal for corrosion control. 44 7. Testing Outlet: A 3/4" NPT by welded coupling shall be attached to the outlet nozzle of 45 each tapping sleeve assembly complete with a 3/4" square head pipe plug. 46 H. Reducers: 47 1. Furnish appropriate size reducers and reducing fittings to mate pipe to equipment 48 connections. Connection size requirements may change from those shown on Drawings 49 depending on equipment furnished. 50 I. Protective Coating and Lining: 51 1. Include pipe, fittings, and appurtenances where coatings, linings, paint, tests and other items 52 are specified. City of Lubbock Downtown Waterline Replacement Project - January 2008 15060 - 5 1 2. Buried metallic pipe, valves and fittings shall be encased in polyethylene in accordance with 2 AWWAC105. 3 J. Tracer Wire: 4 1. Tracer wire shall be 10 AWG (min.) copper wire coated with a 30-mil (min.) polyethylene 5 jacket designed specifically for buried use. 6 2. Tracer wire must be brought to the surface at access points which may include valve boxes, 7 handholes or other covered access devices. Access point covers shall be clearly marked with 8 the type of facility. Splices in the tracer wire shall be connected by means of a split bolt or 9 compression type connector to ensure continuity. Wire nuts shall not be used. A waterproof 10 or corrosion -proof connector for direct bury applications shall be used. After installation, I I the tracer wire shall be tested to verify continuity of the tracer wire system and a report 12 indicating continuity shall be submitted to the Engineer as part of the as -built construction 13 records. 14 K. Underground Alarming Tape: 15 1. Approved manufacturer catalog number: W H Brady Co., Catalog 5-10, #91296. 16 2. Material: Polyethylene. 17 3. Thickness: 3.5 mils. 18 4. Tensile strength: 1750 psi. 19 5. Size: 6 IN wide (minimum). 20 6. Legend: Preprinted and permanently imbedded. 21 a. Mersa e a>ntinuous printed: T Legend: CAUTION CAUTION CAUTION 0" line) BURIED WATER LINE (2"dline). 22 L. Valves: 23 1. See schematics and details for definition of manual valves used in each system under 4 IN 24 in size. See Drawings for valve types 4 IN and above and for automatic valves used in each 25 system. 26 2. See Section 15100. 27 M. Temporary Testing Stations: 28 1. Temporary testing stations for pressure testing the pipeline shall be installed and removed 29 by the contractor in accordance with the manufacturer's recommendations. These facilities 30 must be approved by the Engineer. The station shall include temporary bulkheads, taps, 31 valves, fittings, pressure gauges, flanged outlets, and manways as necessary. 32 N. Pressure Gages: 33 1. Acceptable manufacturers: 34 a. Ashcroft. 35 b. Ametek. 36 2. Accessories: 37 a. Provide valve at point of connection to equipment and at panel if panel mounted. 38 3. Design and fabrication: 39 a. All components suitable for service at: 40 1) 250 deg. E. 41 2) The maxinwm process temperature to which the gauge is to be exposed. 42 b. Provide viewer protection from element rupture. 43 c. Calibrate gauges at jobsite for pressure and temperature in accordance with 44 manufacturer's instructions. 45 d. Unless otherwise required by codes, provide stem mounted or flush mounted, as 46 required, with dial diameter as follows: 47 1) If pipe size 1-1/2 IN or less, dial size is 2-1/2 IN, gage connection is 1/4 IN. 48 2) If pipe size larger than 1-1/2 IN, dial size is 4-1/2 IN, gage connection is 1/2 IN. 49 e. Equip with white faces, black numerals and black pointers. City of Lubbock Downtown Waterline Replacement Project - January 2008 15060 - 6 I f. Gauge tapping position to be clear of equipment functions and movements, and 2 protected from maintenance and operation of equipment. Gauges to be readable from 3 an accessible standing position. 4 g. Gauge accuracy: 1 percent of full range. 5 h. Select gauge range so that: 6 1) The normal operating value is in the middle third of the dial. 7 2) Maximum operating pressure does not exceed 75 percent of the full scale range. 8 PART 3 - EXECUTION 9 3.1 EXTERIOR BURIED PIPING INSTALLATION 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. General: 1. Install ductile iron pipe in accordance with ANSI/AWWA C600. 2. Install PVC pipe in accordance with ANSUAWWA C605. B. Laying Pipe in Trench: 1. Excavate and backfill trench in accordance with Section 02221. 2. Clean each pipe length thoroughly and inspect for compliance to Specifications. 3. Grade trench bottom and excavate for pipe bell and lay pipe on trench bottom. 4. Install gasket or joint material according to manufacturer's directions after joints have been thoroughly cleaned and examined. 5. Lay pipe in only suitable weather with good trench conditions. Never lay pipe in water except where approved by Engineer. 6. Seal open end of line with watertight plug if pipe laying is stopped. 7. Remove water in trench before removal of plug. C. Installing Pipe by Horizontal Direction Drilling (HDD): 1. Install fusible PVC per Section 15064. D. Lining Up Push -On Joint Piping: I. Lay piping on route lines shown on Drawings. 2. Deflect from straight alignments or grades by vertical or horizontal curves or offsets. 3. Do not exceed 80% of maximum deflection values stated in manufacturer's written literature. 4. Provide bends when specified or where required alignment exceeds allowable deflections stipulated. 5. Install shorter lengths of pipe in such length and number that angular deflection of any joint, as represented by specified maximum deflection, is not exceeded. E. Anchorage and Blocking: 1. Provide restrained joints, anchors, joint harnesses, or other acceptable means for preventing movement of piping caused by forces in or on buried piping tees, wye branches, plugs, or bends. a. Provide joint restraint in accordance with the tables in the Drawings. 2. Concrete thrust blocks: a. Construct thrust blocks only with Engineer's written approval. b. Place concrete blocking so that it extends from fitting into solid undisturbed earth wall. c. Concrete blocks shall not cover pipe joints. d. Provide bearing area of concrete in accordance with the table in the Drawings. F. Install tracer wire on all PVC pipe per manufacturers recommendations. G. Instafi underground hazard warning tape above pipe at interface between pipe bedding and backf ill materials. H. Provide polyethylene wrap for all ductile iron pipe in accordance with AWWA C105; method A. City of Lubbock Downtown Waterline Replacement Project - January 2008 15060 - 7 1 1. Provide al joints with double wrap unless designated otherwise on Drawings, in the 2 specifications, or as directed by the Engineer. 3 3.2 CONNECTIONS WITH EXISTING PIPING 4 A. Where connection between new work and existing work is made, use suitable and proper fittings 5 to suit conditions encountered. 6 B. Perform connections with existing piping at time and under conditions which will least interfere 7 with service to customers affected by such operation. 8 C. Undertake connections in fashion which will disturb system as little as possible. 9 D. Provide suitable equipment and facilities to dewater, drain, and dispose of liquid removed 10 without damage to adjacent property. I 1 E. Where connections to existing systems necessitate employment of past installation methods not 12 currently part of trade practice, utilize necessary special piping components. 13 F. Where connection involves potable water systems, provide disinfection methods as prescribed in 14 these Specifications. 15 G. Once tie-in to each existing system is initiated, continue work continuously until tie-in is made 16 and tested. 17 3.3 FIELD QUALITY CONTROL 18 A. Pipe Testing - General: 19 1. Test piping systems as follows: 20 a. Test buried piping upon completion of installation and backlilling. 21 b. Pressure test prior to disinfection of piping detailed in Section 02660. 22 2. Utilize pressures, media and pressure test durations as specified on Piping Specification 23 Schedules, 24 3. Isolate equipment which may be damaged by the specified pressure test conditions. 25 4. Perform pressure test using calibrated pressure gages and calibrated volumetric measuring 26 equipment to determine leakage rates. 27 a. Select each gauge so that the specified test pressure falls within the upper half of the 28 gage's range. 29 b. Notify the Owner and Engineer at least 48 HRS prior to each test. 30 5. Completely assemble and test new piping systems prior to connection to existing pipe 31 systems. 32 6. Acknowledge satisfactory performance of tests and inspections in writing to Engineer prior 33 to final acceptance. 34 7. Bear the cost of all testing and inspecting, locating and remedying of leaks and any 35 necessary retesting and re-examination. Contractor shall also be responsible for obtaining 36 water needed for testing and shall obtain all approvals and pay all costs associated with 37 obtaining fresh water suitable for pressure testing. 38 B. Pressure Testing: 39 1. Testing medium: Unless otherwise specified in the Piping Specification Schedules, utilize 40 the following test media. 41 a. Li tnd systems: _ PIPE LINE GRAVITY SPECIFIED TEST TESTING SIZE (DIA) OR PUMPED PRESSURE MEDIUM _ All sizes Pumped 150 psig Water 42 2. Hyilt0siaiic pres tine testing methodology: 43 a. All observed leaks shall be repaired regardless of results of leakage measurements. Pipe 44 shall be backtilled prior to pressure test. Contractor shall provide temporary restraints 45 as required to prevent movement of the pipe during testing. 46 b. Equipment in piping system with rated pressure less than test pressure shall be isolated. City of Lubbock Downtown Waterline Replacement Project - January 2008 15060 - 8 I c. Provide adequate temporary test plugs on blind flanges to test individual pipeline 2 segments. Length of individual test segments shall not exceed 1,000 FT, unless 3 approved by Engineer. The blind plug required for pressure and bacteriological testing 4 shall remain on the line until the adjacent piping tie-in is performed. The cap shall 5 remain the property of the Owner. All tie-ins shall be coordinated with the Owner. 6 d. Duration of pressure test shall be 2 hours. 7 C. Dielectric Testing Methods and Criteria: 8 1. Provide electrical check between metallic non-ferrous pipe or appurtenances and ferrous 9 elements of construction to assure discontinuity has been maintained. 10 2. Wherever electrical contact is demonstrated by such tests, locate the point or points of I I continuity and correct the condition. 12 3.4 CLEANING AND DISINFECTION 13 A. Cleaning: 14 1. Clean interior of piping systems thoroughly before installing. 15 2. Maintain pipe in clean condition during installation. 16 3. Before jointing piping, thoroughly clean and wipe joint contact surfaces and then properly 17 dress and make joint. 18 4. Immediately prior to pressure testing, clean and remove grease, metal cuttings, dirt or other 19 foreign materials which may have entered the system. 20 5. At completion of work and prior to Final Acceptance, thoroughly clean work installed under 21 these specifications. Clean equipment, fixtures, pipe, valves, and fittings of grease, metal 22 cuttings, dirt, or other foreign materials which may have accumulated by operation of 23 system, from testing, or from other causes. 24 6. See provisions in Section 02660. 25 3.5 LOCATION OF BURIED OBSTACLES 26 A. Furnish exact location and description of buried utilities encountered and thrust block placement. 27 B. Reference items to definitive reference point locations such as found property corners, entrances 28 to buildings, existing structure lines, fire hydrants and related fixed structures. 29 C. Include such information as location, elevation, coverage, supports and additional pertinent 30 information. 31 D. Incorporate information on "As -Recorded" Drawings. 32 3.6 SCHEDULES 35 A. All piping and fittings shall meet NFS Standard 61 and shall be suitable for potable water use. 36 B. PIPING SPECIFICATION SCHEDULE — SYSTEM 1 37 Pipe Test Pressure Allowable Symbol Sizes Material Classification ( si) Leaka e PW Copper Type K 2" or less 150 None AWWA PW Ductile Iron PC 250 4" and largerPer 150 C600 Polyvinyl Per AWWA PW Chloride DR 18 4" and larger 150 C605 (PVC C900) 38 39 C. Potable Water Pipe Schedule: 40 1. General: „W 3 f City of Lubbock Downtown Waterline Replacement Project - January 2008 15060 - 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 a. Piping symbol and service: 1) PW - Potable water. 2. Copper Pipe: See Section 15063. 3. Ductile Iron Pipe: a. Reference: AWWA/ANSI 151. b. Gaskets: AWWA CI 11. c. Coatings: bituminous. d. Linings: Cement, NSF certified. e. Fittings: AWWA/ANSI C 110 or AWWA/ANSI C153. f. Joints: Push -on joints with mechanical (stuffing box type) joints at fittings and buried valves, flanged for exposed fittings and valves. g. Thrust restraint: Restrained joints as shown on drawings and for pipe laid through all cased bores. h. Protection: 1) Polyethylene encasement, minimum 8 mils thickness per AWWA C 105. 4. PVC pipe: a. Reference: AWWA C900, NSF certified. b. Gaskets: AWWA C900. c. Fittings: AWWiVANSI C1 l0 or AWWA/ANSI C153. d. Joints: Push -on joints (ASTM D3139) or fusion welded joints with mechanical (stuffing box type) joints at fittings and buried valves. e. Thrust restraint: Restrained joints as shown on drawings and for pipe laid through all cased bores. END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 15060 - 10 1 2002/01/14 2 3 4 PART1- GENERAL 5 1.1 SUMMARY SECTION 15062 PIPE: DUCTILE 6 A. Section Includes: 7 1. Ductile iron piping, fittings, and appurtenances. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division I - General Requirements. 11 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 12 t.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 1. American Society of Mechanical Engineers (ASME): 15 a. B 1. 1, Unified Inch Screw Threads (UN and UNR Thread Form). 16 b. B 16.1, Cast Iron Pipe Flanges and Flanged Fittings - Classes 25, 125 and 250. 17 2. ASTM International (ASTM): 18 a. B695, Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and 19 Steel. 20 3. American Water Works Association (AWWA): 21 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines -Enamel and 22 Tape -Hot Applied. 23 b. C606, Grooved and Shouldered Joints. 24 4. American Water Works Association/American National Standards Institute 25 (AW WA/ANSI): 26 a. C 105/A21.5, Polyethylene Encasement for Gray and Ductile Cast -Iron Piping for Water 27 and Other Liquids. 28 b. C 110/A21.10, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN for Water and 29 Other Liquids. 30 c. CI I I/A21.11, Gasket Joints for Cast Iron and Ductile Iron Pressure Pipe and Fittings. 31 d. C 115/A21.15, Flanged Ductile Iron Pipe with Threaded Flanges. 32 e. C 150/A21.50, Thickness Design of Ductile Iron Pipe. 33 f. C151/A21.51, Ductile Iron Pipe, Centrifugally Cast -In -Metal Molds or Sand -Lined 34 Molds, for Water or Other Liquids. 35 5. Society of Automotive Engineers (SAE): 36 a. AMS-QQ-P-416, Cadmium Plating - Electro-deposited. 37 1.3 SUBNIITTALS 38 A. Shop Drawings: 39 1. See Section 01340 for requirements for the mechanics and administration of the submittal 40 process. 41 2. See Section 15060. 42 3. Certification of factory hydrostatic testing. 43 4. If mechanical coupling system is used, submit piping. fittings. and appurtenant items which 44 will be utilized to meet system requirements. City of Lubbock Downtown Waterline Replacement Project -January 2008 15062 - 1 C _.a I PART 2 - PRODUCTS 2 2.1 ACCEPTABLE MANUFACTURERS 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 .26 27 78 29 30 31 32 33 34 35 36 37 38 39 40 2.2 41 42 43 44 45 46 47 48 49 50 51 A. Subject to compliance with the Contract Documents the following manufacturers are acceptable: 1. Flanged adaptors: a. Roek%vell (Style 913 (steel)) b. Dresser (Style 128 (steel)). c. Or approved equal. 2. Compression sleeve coupling: a. Rockwell (Style 431 (cast)). b. Dresser (Style 153 (cast)). c. Or approved equal. 3. Mechanical coupling: a. Victaulic (Style 31). b. Tyler. c. Or approved equal. 4. Glass lining: a. Ceramic Coating (Non -Stick Glass Lining). b. Permutit (SG-14 Glass Lining). c. Or approved equal. 5. Insulating couplings: a. Rockwell (Style 416). b. Dresser (Style 39). 6. Reducing couplings: a. Rockwell (Style 415). b. Dresser (Style 62). 7. Transition coupling: a. Rockwell (Style 413). b. Dresser (_Style 62). c. Or approved equal. 8. Polyethylene encasement tape: a. Chase (Chasekote 750). b. Kendall (Polyken 900). c. 3 M (Scotchrap 50). cf. Or approved equal. 9. Restrained joints: a. American (Lock Fast) - all sizes. b. US Pipe (TR-Flex) - 4 IN to 54 IN. c. Or approved equal. B. Submit request for substitution in accordance with Specification Section 01640. MATERIALS A. Ductile Iron Pipe: 1. AWWA/ANSIC115/A21.15. 2. AWWA/ANSI C I 50/AC21.50. 3. AWWA/ANSI C151/A21.51. G3 CA Fittings and Flanges: 1. AWWA/ANSICII()/A21.10. 2. AWWA/ANSI C1 I5/A21.15. 3. Flanges drilled and faced per ASME B 16.1 for both 125 and 250 psi applications. Nuts and Bolts: 1. Buried: Cadmium -plated meeting SAE AMS-QQ-P-416. Type 1, Class 2 (Cor-Ten) for buried application. City of Lubbock Downtown Waterline Replacement Project - January 2008 15062 - 2 l 2. Exposed: Mechanical galvanized ASTM B695, Class 40. 2 3. Heads and dimensions per ASME B 1.1. 3 4. Threaded per ASME B 1.1. 4 5. Project ends 1/4 to 1/2 IN beyond nuts. 5 D. Gaskets: See individual piping system requirements in Section 15060. 6 E. If mechanical coupling system is used, utilize pipe thickness and grade in accordance with 7 AW WA C606. 8 F. Polyethylene Encasement: See AWWA/ANSI C105/A21.5. 9 G. See Piping Schedules in Section 15060. 10 2.3 :MANUFACTURED UNITS 11 A. Couplings: 12 1. Flanged adaptors: 13 a. Unit consisting of steel or carbon steel body sleeve, flange, followers, Grade 30 rubber 14 gaskets. 15 b. Provide [nits equal to those specified in Article 2.1. 16 c. Supply flanges meeting standards of adjoining flanges. 17 d. Rate entire assembly for test pressure specified on piping schedule for each respective 18 application. 19 2. Compression sleeve coupling: 20 a. Unit consisting of steel sleeve, followers, Grade 30 rubber gaskets. 21 b. Provide units equal to those specified in Article 2.1. 22 c. Supply flanges meeting standards of adjoining flanges. 23 d. Entire assembly to be rated for test pressure specified on piping schedule for each 24 respective application. 25 e. Provide field coating for buried couplings per AWWA C203. 26 3. Mechanical couplings: 27 a. Use of mechanical couplings and fittings in lieu of flanged joints is acceptable where 28 specifically specified in Section 15060. Utilize units defined in Article 2.1. 29 2.4 FABRICATION 30 A. Furnish and install without outside coatings of bituminous material any exposed pipe scheduled 31 to be painted. 32 B. Furnish cast parts with lacquer finish compatible with finish coat. 33 C. Glass Lining: 34 1. Minimum two -coat process. 35 a. Base coat heated to solidly fuse glass to pipe surface. 36 b. Subsequent coat(s) heated to form integral bond with preceding coat. 37 2. Final finish parameters: 38 a. Thickness: 8-12 mils. 39 b. Hardness: Above 5 on MOHS scale. 40 c. Density: 2.5-3.0 grams per cubic centimeter. 41 d. Metal to lining bonding: Capable of withstanding strain of 0.0001 INAN without 42 damage to lining. 43 3. Complete compatibility between fittings and piping. 44 2.5 SOURCE QUALITY CONTROL 45 A. Factory Test: 46 1. Subject pipe to hydrostatic test of not less than 500 psi with the pipe under the full test 47 pressure for at least 10 seconds. City of Lubbock Downtown Waterline Replacement Project - January 2008 15062 - 3 1 PART 3 - EXECUTION 2 3.1 INSTALLATION 3 A. Joining Method - Push -On Mechanical (Gland -Type) Joints: 4 1. Install in accordance with AWWA/ANSI CI 1 l/A21.11. 5 2. Assemble mechanical joints carefully according to manufacturer's recommendations. 6 3. If effective sealing is not obtained, disassemble, thoroughly clean, and reassemble the joint. 7 4. Do not overstress bolts. 8 5. Where piping utilizes mechanical joints with tie rods, align joint holes to permit installation 9 of harness bolts. 10 B. Joining Method - Push -On Joints: 11 1. Install in accordance with AWWA/ANSI C151/A21.51. 12 2. Assemble push -on joints in accordance with manufacturer's directions. 13 3. Bevel and lubricate spigot end of pipe to facilitate assembly without damage to gasket. 14 a. Use lubricant that is non -toxic, does not support the growth of bacteria, has no 15 deteriorating effects on the gasket material, and imparts no taste or odor to water in 16 pipe. 17 4. Assure the gasket groove is thoroughly clean. 18 5. For cold weather installation, warm gasket prior to placement in bell. 19 6. Taper of bevel shall be approximately 30 degrees with centerline of pipe and approximately 20 1/4IN back. 21 C. Joining Method - Flanged Joints: 22 1. Install in accordance with AWWA/ANSI C115/A21.15. 23 2. Extend pipe completely through screwed -on flanged and machine flange face and pipe in 24 single operation. 25 3. Make flange faces flat and perpendicular to pipe centerline. 26 4. When bolting flange joints, exercise extreme care to ensure that there is no restraint on 27 opposite end of pipe or fitting which would prevent uniform gasket compression or would 28 cause unnecessary stress, bending or torsional strains to be applied to cast flanges or flanged 29 fittings. 30 5. Allow one (1) flange free movement in any direction while bolts are being tightened. 31 6. Do not assemble adjoining flexible joints until flanged joints in piping system have been 32 tightened. 33 7. Gradually tighten flange bolts uniformly to permit even gasket compression. 34 D. Joining Method -Mechanical Coupling Joint: 35 1. Arrange piping so that pipe ends are in full contact. 36 2. Groove and shoulder ends of piping in accordance with manufacturer's recommendations 37 3. Provide coupling and grooving technique assuring a connection which passes pressure 38 testing requirements. 39 E. Flange Adaptors 12 IN and Less: 40 1. Locate and drill holes for anchor studs after pipe is in place and bolted tight. 41 2. Drill holes not more than 1/8 IN larger than diameter of stud projection. 42 F. Cutting: 43 1. Do not damage interior lining material during cutting. 44 2. Use abrasive wheel cutters or saws. 45 3. Make square cuts. 46 4. Bevel and free cut ends of sharp edges after cutting. 47 G. Install buried piping in accordance with Section 15060. 48 H. Install restrained joint systems where specified in Section 15060 under specific piping system. 49 3.2 FIELD QUALITY CONTROL City of Lubbock Downtown Waterline Replacement Project -January 2008 15062 - 4 1 A. Test piping systems in accordance with Section 15060. END OF SECTION City of Lubbock DoHotown waterline Replacement Project - January 2009 15062 - 5 I 2002/01/14 2 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 7 8 9 10 Il 1 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 iti SECTION 15063 PIPE: COPPER A. Section Includes: 1. Copper piping, fittings, and appurtenances. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 02221 - Trenching, Backfilling, and Compacting for Utilities. 4. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. B 16.22, Wrought Copper and Bronze Solder - Joint Pressure Fittings. b. B 16.23, Cast Bronze Solder Joint Drainage Fittings - DWV. c. B 16.26, Cast Bronze Alloy Fittings for Flared Copper Tubes. 2. ASTM International (ASTM): a. B32, Standard Specification for Solder Metal. b. B42, Standard Specification for Seamless Copper Pipe, Standard Sizes. c. B88, Standard Specification for Seamless Copper Water Tube. d. B306, Standard Specification for Copper Drainage Tube (DWV). 3. American Welding Society (AWS): a. A5.8, Specification for Fillcr Metals for Brazing and Braze Welding. 1.3 SUBMITTALS A. See Section 01340 for requirements for the mechanics and administration of the submittal process. B. See Section 15060. PART 2 - PRODUCTS 2.1 MATERIALS A. Copper Tubing: 1. Pressure non -buried: ASTM B88, Type L hard. 2. Pressure buried: ASTNI B88, Type K. 3. Non -pressure: ASTM B306. B. Copper Pipe: ASTM B42, regular strength. C. Fittings: 1. Preccrire non -buried: ASME B 16.22. 2. Pressure buried: ASME B 16.22 or ASME B 16.26. 3. Non -pressure: ASME B 1623 D. Soldering and Brazing: City of Lubbock Downtown Waterline Replacement Project -January 2008 15063 - 1 1 1. Non -buried: 2 a. ASTM B32 solder with a tin/antimony ratio of 95/5 and non -corrosive flux up to 180 3 DegF water temperature. 4 b. At 180 DegF and above, use brazing alloy with melting temperature above 1000 DegF 5 and suitable flux. 6 2. Buried: Silver solder per AWS A5.8. 7 E. See Piping Schedules in Section 15060. 8 F. Unions: 9 1. Pipe sizes 2 IN and smaller: Copper, ground joint. 10 2. Pipe sizes 2-1/2 IN and larger: Brass flanged unions. PART 3 - EXECUTION 12 3.1 INSTALLATION 13 A. Comply with Section 15060. 14 3.2 FIELD QUALITY CONTROL 15 A. Test piping systems in accordance with Section 15060. 16 B. Utilize only annealed (soft) type tubing where flared joints are used and drawn temper (hard) 17 type tubing where soldered or brazed joints are used. 18 C. Support exposed piping in accordance with Section 15060. 19 D. Install buried piping in accordance with Section 02221 and Section 15060. 20 END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 15063 - 2 I SECTION 15064 2 PIPE: PLASTIC 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Plastic pipe. 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 B. Related Sections include but are not necessarily limited to: I. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 15060 -Pipe and Pipe Fittings: Basic Requirements. 1.2 QUALITY ASSURANCE A. See Section 15060. B. Referenced Standards I. ASTM International (ASTM): a. PVC (polyvinyl chloride) materials: I ) D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 2) D1785, Standard Specification for Poly(Vinyl Chloride) PVC Plastic Pipe, Schedules 40, 80 and 120. 3) D2467, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. 4) D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 5) D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 6) D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 7) F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 8) F679, Standard Specification for Poly(Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 9) F794, Standard Specification for Poly(Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter. 10) F949, Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings. b. Installation: I ) D2321, Standard Practice for Underground Installation of Thermosplastic Pipe for Sewers and Other Gravity -Flow Applications. 2. American Water Works Association (AWWA): a. PVC (polyvinyl chloride) materials: 1) C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. Through 12 in. (100 min Through 300 nun), for Water Distribution. 2) C905, Polyvinyl Chloride (PVC) Water Transmission Pipe, Nominal Diameter 14 IN through 36 IN. U. rinyunlywilu (1 I matertals. 1) C901, Polyethylene (PE) Pressure Pipe Tubing and Fittings, 1/2 through 3 IN for Water. 3. National Sanitation Foundation International (NSF). City of Lubbock Downtown Waterline Replacement Project - January 2008 15064 - 1 1 1.3 SUBMITTALS 2 A. See Section 01340 for requirements for the mechanics and administration of the submittal 3 process. 4 B. See Section 15060. 5 PART 2 - PRODUCTS 6 2.1 PRESSURE PIPING (UNDERGROUND) 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Materials: Furnish materials in full compliance with following requirements: 1. 1/2-3 IN: AWWA C901 PE with Pressure Class of 150 psi per Table A3, AWWA C901. 2. 4-12 IN: AWWA C900 PVC with Pressure Class of 150 psi per Table 2, AWWA C900. 3. 14-36 IN: AWWA C905 PVC DR-25. 4. Joints for polyethylene pipe shall be fusion type in accordance with AWWA C901. 5. Joints for cut -and cover PVC pipe shall be the push -on elastomeric-gasket type with a pressure rating not less than pipe pressure rating meeting performance requirements of ASTM D3139. B. Fittings: Per Section 15060. C. Installation: 1. Field threading of PVC pipe will not be permitted. 2. Perform installation procedures, handling, thrust blocking, connections, and other appurtenant operations in full compliance to the manufacturer's printed recommendations and in full observance to plan details when more stringent. 2.2 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR POTABLE WATER A. Fusible polyvinylchloride plastic material for pipe shall conform to AWWA C900 or C905, ASTM D1784, and cell classification 12454. Pipe shall be in accordance with ASTM D2241 for IPS standard dimensions as indicated in these specifications. Compound formulation shall be in accordance with PPI TR-2/2006. B. Pipe shall be manufactured with 100% virgin resin. Pipe shall also have 0% recycled plastics content, and shall not consist of any rework compound, even that obtained from the manufacturer's own production using the same formulation. C. Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. D. Fusible polyvinylchloride pipe shall be manufactured in a standard 20', 30' or 40' nominal lengths. E. Fusible polyvinylchloride pipe shall be blue in color. F. Pipe shall be marked per AWWA C900 or AWWA C905. G. Fusible polyvinylchloride pipe shall be as manufactured under the trade names Fusible C-9001.1 Fusible C-905 n , and FPVCT`t, by Underground Solutions, Inc., Poway, CA. 2.3 PVC DRAINAGE AND SEWER PIPING A. Materials: 1. Furnish materials it-, full compliance to the fviiowing material Specification. 2. PVC pipe shall be rigid, unplasticized polyvinyl chloride (PVC) made of PVC plastic having a cell classification of 12454-B or 12454-C as described in specification ASTM D 1784. City of Lubbock Downtown Waterline Replacement Project - January 2008 15064 - 2 1 3. The requirements of this Specification are intended to provide for pipe and fittings suitable 2 for non -pressure drainage of wastewater and surface water. 3 4. Joining systems shall consist of an elastomeric gasket joint meeting requirements of 4 ASTM D3212. 5 5. Supply to the Engineer all information and sample of joining method for his evaluation. 6 a. Only jointing methods acceptable to the Engineer will be permitted. 7 6. Provide pipe and fittings meeting or exceeding the following requirements: 8 a. 4-27 IN DIA: ASTM D3034 and ASTM F679, SDR 35. 9 b. 8-30 IN DIA: ASTM F794. 10 c. 4-18 IN DIA: ASTIv1 F949. 11 7. Ensure impact strengths and pipe stiffnesses in full compliance to these Specifications. 12 PART 3 - EXECUTION 13 3.1 IDENTIFICATION 14 A. identify each length of pipe clearly at intervals of 5 FT or less. 15 1. Include manufacturer's name and trademark. 16 2. Nominal size of pipe, appurtenant information regarding polymer cell classification and 17 critical identifications regarding performance specifications and NSF approvals when 18 applicable. 19 3.2 PRESSURE PIPING (UNDERGROUND) 20 A. Direct Bury Installation: 21 1. Field threading of PVC pipe will not be permitted. 22 2. Perform installation procedures, handling, thrust blocking, connections, and other 23 appurtenant operations in full compliance to the manufacturer's printed recommendations 24 and in full observance to plan details when more stringent. 25 3.3 FUSIBLE PVC PIPING INSTALLATION BY HDD 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 A. Delivery and Off -Loading: I. All pipe shall be bundled or packaged in such a manner as to provide adequate protection of the ends during transportation to the site. Any pipe damaged in shipment shall be replaced as directed by the Owner or Engineer. 2. Each pipe shipment should be inspected prior to unloading to see if the load has shifted or otherwise been damaged. Notify Owner or Engineer immediately it' more than immaterial damage is found. 3. Each pipe shipment should be checked for quantity and proper pipe size, color and type. 4. Pipe should be loaded, off-loaded, and otherwise handled in accordance with AWWA M23. 5. A forklift with chisel forks shall be used to off-load the pipe. The fork chisel should be checked to be sure it is not thicker than the gap between the units of pipe strapped together for shipping and handling purposes. Extend forks to remove each top unit from the truck. When unloading 20' lengths, remove back units first. Do not tun locks too far under the units, as fork ends striking adjacent units may cause damage. Insure that the forks are fully engaged. The 30' and 40' lengths are shipped in single length units. Because these are longer, the packages will flex or bend more than the 20' length units. If left bundled in units, unloading can be done with a single forklift so long as it is of sufficient capacity to handle the load. If sag exceeds recommendation (see the table below as to allowable sag), then each piece of pipe should be unloaded individually. The forks should be placed as far apart as possible to provide support to the unit. When unloading, individual pieces of pipe, the pipe should be supported at approximately the I13 point measured from each end of the pipe. City of Lubbock Dimtitown Waterline Replacement Pmject -January 2008 15064 - 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Sag in Pipe Lengths During Unloading and Moving Segment Height (Sa ) Pipe Size (DIPS) 40' Length - in Inches 30' Length - in Inches 4 24 13 1/2 6 16 1/2 9 1/2 8 12 3/4 7 1/4 10 10 1 /4 5 3/4 12 8 3/4 4 3/4 16 6 1/2 3 3/4 20 5 1 /4 3 24 4 2 1/2 30 3 1/2 2 6. Sag is the measurement of the pipe ends relative to the pipe center. With a pipe raised on the forklift, a string line can be pulled from the bottom of one end of the pipe to the bottom of the other end of the pipe. The distance in the center from the string to the bottom of the pipe is the sag. 7. If a forklift is not available, a spreader bar with fabric straps capable of handling the load should be used. Recommended lift points when using fabric slings are at the point approximately 1/3 of the length measured from each end of the unit. 8. Off-loading devices such as chains, wire rope, chokers, or other pipe handling implements that may scratch, nick, cut, or gouge the pipe are strictly prohibited. 9. During removal and handling, be sure that the pipe does not strike anything. Significant impact could cause damage, particularly during cold weather. 10. If appropriate unloading equipment is not available, pipe may be unloaded by removing individual pieces. Care should be taken to insure that pipe is not dropped or damaged. 11. Pipe should be carefully lowered, not dropped, from trucks. 12. In preparation for pipe installation, placement of pipe should be as close to the fusion area as practical. B. Handling and Storage: I. Any length of pipe showing a crack or which has received a blow that may have caused an incident fracture, even though no such fracture can be seen, shall be marked as rejected and removed at once from the work. Damaged areas, or possible areas of damage may be removed by cutting out and removing the suspected incident fracture area. Limits of the acceptable length of pipe shall be determined by the Owner or Engineer. 2. Any scratch or gouge greater than 10% of the wall thickness will be considered significant and can be rejected unless determined acceptable by the Owner or Engineer. 3. Pipe lengths should be stored and placed on level ground. Pipe should be stored at the job site in the unit packaging provided by the manufacturer. Caution should be exercised to avoid compression, damage, or deformation to the ends of the pipe. The interior of the pipe, as well as all end surfaces, should be kept free from dirt and foreign matter. 4. Pipe shall be handled and supported with the use of woven fiber pipe slings or approved equal. Care shall be exercised when handling the pipe to not cut, gouge, scratch or otherwise abrade the piping in any way. Use of hooks, chains, wire rope or any other handling device which creates the opportunity to damage the surface of the pipe is strictly prohibited. City of Lubbock Downtown Waterline Replacement Project - January 2008 15064 - 4 1 5. After delivery to the project site, fusible polyvinylchloride pipe shall be stored at ambient 2 temperature and protected from ultraviolet light degradation. If pipe is to be stored for 3 periods of 6 months or longer, the pipe must be shaded or otherwise shielded from direct 4 sunlight. Covering of the pipe which allows for temperature build-up is strictly prohibited. 5 Pipe should be covered with an opaque material while permitting adequate air circulation 6 above and around the pipe as required to prevent excess heat accumulation. 7 6. Racks or dunnage to prevent damage to the bottom of the pipe during storage should support 8 the pipe lengths. Supports should be spaced to prevent pipe bending and deformation. The 9 pipe shall be stored in stacks no higher than that given in the following table: 10 I I Pipe Diameter (inches) Max. No. of Rows Stacked 12 8 or less 5 13 12 to 21 4 14 24 to 30 3 15 33 to 48 2 16 54 and larger I 17 C. Fusion Process: 18 1. Fusible polyvinylchloride pipe will be handled in a safe and non-destructive manner before, 19 during, and after the fusion process and in accordance with this specification and pipe 20 supplier's recommendations. 21 2. Fusible polyvinylchloride pipe will be fused by qualified fusion technicians, as documented 22 by the pipe supplier. Training records for qualified fusion technicians shall be available to 23 Owner or Engineer upon request. 24 3. Each joint fusion shall be recorded and logged by an electronic monitoring device (data 25 logger) affixed to the fusion machine. Joint data shall be submitted as part of the As- 26 Recorded information, in accordance with this specification. 27 4. The fusible polyvinylchloride pipe will be installed in a manner so as not to exceed the 28 recommended bending radius. 29 5. Where fusible polyvinylchloride pipe is installed by pulling in tension, the recommended 30 Safe Pulling Force, according to the pipe supplier, will not be exceeded. 31 6. Only appropriately sized, and outfitted fusion machines that have been approved by the pipe 32 supplier shall be used for the fusion process. Fusion machines must incorporate the 33 following properties, including the following elements: 34 a. Heat Plate - Heat plates shall be in good condition with no deep gouges or scratches 35 within the pipe circle being fused. Plates shall be clean and free of any contamination. 36 Heater controls shall properly function, and cord and plug shall be in good condition. 37 The appropriately sized heat plate shall be capable of maintaining a uniform and 38 consistent heat profile and temperature for the size of pipe being fused, per the pipe 39 supplier's recommendations. 40 b. Carriage — Carriage shall travel smoothly with no binding at less than 50 psi. Jaws 41 shall be in good condition with proper inserts for the pipe size being fused. Insert pins 42 shall be installed with no interference to carriage travel. 43 e. General Machine - Overview of machine body shall yield no obvious defects, missing 44 parts, or potential safety issues during fusion. 45 d. Datalogger - The current version of the pipe supplier's recommended and compatible 46 software shall be used. Protective case shall be utilized for the hand held wireless 47 portion of the unit. Datalogger operations and maintenance manual shall be with the 48 unit at all times. If fusing for extended periods of time, an independent I IOV power 49 source shall be available to extend battery life. 50 7. Other equipment specifically required for the fusion process shall include the following: 51 it. Pipe rollers shad he used for support of pipe to either side of the machine 52 b. A weather protection canopy that allows full machine motion of the heat plate, fusion 53 assembly and carriage shall be provided fir fusion in inclement and for windy weather. 54 c. Fusion machine operations and maintenance manual shall be kept with the fusion 55 machine at all times. City of Lubbock Downtown Waterline Replacement Pmject - January 2008 15064 - 5 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 d. Facing blades specifically designed for cutting fusible polyvinylchloride pipe. D. Joint Recording: 1. Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. The fusion data logging and joint report shall be generated by software developed specifically for the fusion of fusible polyvinylchloride pipe. The software shall include fusible polyvinylchloride pipe based dimensional data and fusible polyvinylchloride pipe based interfacial pressure relationships. Data not logged by the data logger shall be logged manually and be included in the Fusion Technician's joint report. E. Drilling Operations: 1. General: a. Grades, radii, and alignment of the proposed HDD installation are presented in the drawings for reference and intended bore path. The path of the bore may be modified based on field and equipment conditions. Entry and exit locations and control -point elevations shall be maintained as shown on the drawings and specified, unless otherwise approved by the Owner or Engineer. b. Bend radii shown on the drawings are minimum allowable radii and shall not be reduced. Control -point elevations shown on the drawings are minimum allowable cover and/or separation and shall not be reduced. 2. Location and Protection of Underground Utilities: a. Correct location of all underground utilities that may impact the HDD installation is the responsibility of the Contractor, regardless of any locations shown on the drawings or previous survey completed by the Engineer and/or Owner. b. Utility location and notification services shall be contacted by the Contractor prior to the start of construction. c. All existing lines and underground utilities shall be positively identified, including exposing those facilities that are located within an envelope of possible impact of HDD installation as determined for the project specific site conditions. It is the Contractor and HDD system operator's responsibility to determine this envelope of safe offset From existing utilities. This will include, but is not limited to, soil conditions and layering, utility proximity and material, HDD system and equipment, and loreign subsurface material. 3. Site Preparation: a. Work site as indicated on drawings shall be graded or filled to provide a level working area. No alterations beyond what is required for operations are to be made b. Contractor shall confine all activities to designated work areas. 4. Drilling Layout and Tolerances: a. The drill path shall be accurately surveyed with entry and exit areas placed in the appropriate locations within the areas indicated on drawings. If using a magnetic guidance system, drill path will be surveyed for any surface geomagnetic variations or anomalies. b. Instrumentation shall be provided and maintained at all times that accurately locates the pilot hole, measures drill -string axial and torsional loads and measures drilling Fluid discharge rate and pressure. c. Entry and exit areas shall be drilled so as not to exceed the bending limitations of the pipe as recommended by the manufacturer. 5. Pilot Hole Bore: a. Pilot hole shall be drilled along bore path. In the event that the pilot bore does deviate from the bore path, Contractor shall notify Owner and Engineer and the Owner and/or Engineer may require contractor to pull -back and re -drill from the location along bore path before the deviation. City of Lubbock Downtown Waterline Replacement Project -January 2008 15064 - 6 1 2 3 4 5 6 7 8 9 10 A 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 b. The Contractor shall limit curvature in any direction to reduce force on the pipe during pullback. Ideally, the directional bore should lie in a vertical plane. The minimum radius of curvature shall be no less than that specified by the pipe manufacturer and as indicated on the drawings. c. In the event that a drilling fluid fracture, inadvertent returns or returns loss occurs during pilot hole drilling operations, Contractor shall cease drilling and contact the Owner and Engineer. d. Owner and/or Engineer shall approve the pilot hole bore alignment prior to back reaming phase and pipe installation. 6. Reaming: a. After successfully completing the pilot hole, the bore hole shall be reamed to a diameter which meets all local iurisdictional standards and the following table as a minimum: Nominal Pipe Diameter Bore Hole Diameter < 8 inches Pipe Dia. + 4 inches 8 inches to 24 inches Pipe Dia. X 1.5 > 24 inches Pipe Dia. + 12 inches 7 8. b. Multiple reaming passes shall be used at the discretion of the Contractor and shall conform to these specifications. c. A swivel shall be used between the reaming head and the fusible polyvinylchloride pipe to minimize torsion stress on the assembly. d. In the event of a drilling fluid fracture, returns loss or other loss of drilling fluid, the Contractor shall be responsible for restoring any damaged property to original condition and cleaning up the area in the vicinity of the damage or loss. Contractor shall immediately inform the Owner and Engineer. Pipe Pull -Back and Insertion: a. Pipe shall be fused prior to insertion, if the site and conditions allow, into one continuous length. b. Contractor shall handle the pipe in a manner that will not over -stress the pipe prior to insertion. Vertical and horizontal curves shall be limited so that the pipe does not over - deflect, buckle, or otherwise become damaged. Damaged portions of the pipe shall be removed and replaced. c. The pipe entry area shall be graded as needed to provide support for the pipe and to allow free movement into the bore hole. d. The pipe shall be guided into the bore hole to avoid deformation of, or damage to, the pipe. c. The fusible polyvinylchloride pipe may be continuously or partially supported on rollers or other Owner and Engineer approved friction decreasing implement during joining and insertion, as long as the pipe is not over -stressed or critically abraded prior to, or during installation. f. Buoyancy modification shall be at the sole discretion of the Contractor. and shall not exceed the pipe supplier's recommendations. Damage caused by buoyancy modifications shall be the responsibility of the Contactor. g. Once pullback operations have commenced, the operation shall continue without interruption until the pipe is completely pulled through the bore hole. Except for drill rod removal, pull -back operation shall not cease until the pipe has been completely installed to final position. During the pull -back operations, excessive pullback force shall be reported to Owner and Engineer. It. The pipe shall be installed in a manner that does not cause upheaval, settlement, cracking_ or movement and distortion of surfhce features. Any danuts>ec cancers by the Contractor's operations shall be corrected by the Contractor at no cost to the Owner. Installation Acceptance and Cleanup: City of Lubbock Downtown waterline Replacement PnJect - January 2008 15064 - 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 a. If the final grade of the finished installation is not satisfactory to the Owner, Engineer or other jurisdictional entity, the pipe shall be abandoned, full pressure grouted in place in accordance with the jurisdictional authority, and an alternate installation shall be made. The abandoned pipe shall be properly shown on as -recorded drawings to be submitted following conclusion of the construction work. b. The Engineer shall inspect the installed pipe ends for roundness and/or damage. Evidence of significant surface scratching shall be brought to the attention of the Engineer. Gouges or excessive surface damage of more than 10 percent of the wall thickness may be grounds to abandon the bore and have the Contractor re -drill another line at no additional cost to the Owner. c. Following the installation, the project site shall be returned to a condition equal to or better than the pre -construction condition of the site. All excavations will be backfilied and compacted to 95% maximum density. All pavement and hardscape shall be repaired per applicable jurisdictional standards, excess materials shall be removed from the site, and disturbed areas shall be re -landscaped. All drilling fluid shall be properly disposed of per these specifications and all applicable jurisdictional laws. 17 3.4 PVC DRAINAGE AND SEWER PIPING 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 A. Installation: Install pipe and fittings in accordance with ASTM D2321 and as recommended by the manufacturer. 1. Provide for a maximum deflection of not more than 3 percent. B. Infiltration and Exfiltration: 1. The maximum allowable infiltration measured by test shall not exceed 100 GAL per inch of pipe diameter per mile per 24 HRS. a. Testing medium: Air or water. b. Hydrostatic pressure testing methodology: 1) All joints, including welds, are to be left exposed for examination during the test. 2) Plug downstream end of segment to be tested. a) Provide bracing as required. 3) Provide constant head over duration of test. 4) Record water volume at beginning and end of test. 2. For exfiltration, all the pipe and fittings shall exceed performance requirements by an air test procedure as follows. 3. Air testing methodology: a. General: 1) Assure air is ambient temperature. b. Low pressure air testing: I ) Place plugs in line and inflate to 25 psig. 2) Check pneumatic plugs for proper sealing. 3) Introduce low pressure air into sealed line segment until air pressure reaches 4 psig greater than ground water that may be over the pipe. a) Use test gage conforming to ASME B40.100 with 0 to 15 psi scale and accuracy of I percent of full range. 4) Allow 2 minutes for air pressure to stabilize. 5) After stabilization period (3.5 psig minimum pressure in pipe) discontinue air supply to line segment. 6) Record pressure at beginning and end of test. c. For low pressure (less than 25 psig) air testing, the acceptable time for loss of 1 psig of air pressure shall be: PIPE SIZE (1N DIA) 7'1VIE, NIIVUTESi100 F—tt 6 0.7 8 1.2 as, City of Lubbock Downtown waterline Replacement Pmjeet - January 2008 15064 - 8 F, t PIPE SIZE (IN DIA) TIME, IMINUTES/100 FT 10 1.5 -' 12 1.8 15 2.1 18 2.4 21 3.0 24 3.6 27 4.2 30 4.8 33 5.4 36 6.0 - 42 7.3 48 7.6 t 2 4. Observe full instructions of the Engineer for carrying of testing procedures. 3 a. Pert'onn tests only during presence of the Engineer or his authorized representative. 4 5. Should any test on any section of pipe line disclose either infiltration rates greater than 5 allowed or disclose air loss rate greater than that permitted, locate and repair the defective 6 joints or pipes at no cost to Owner and retest until requirements stated are met. 7 C. Deflection: I 8 1. After baekfilling, each section of pipe shall be checked for deflection by pulling a mandrel 9 through the pipe. 10 2. Pipe with deflection exceeding 5 percent of the inside diameter shall have backfill removed f l and replaced to provide a deflection of less than 5 percent. H 12 3. Any repaired pipe shall be retested. 13 END OF SECTION Li City of Lubbock Downtown waterline Replacement Project - January 15o64 - 9 [ 1 2002/09/16 2 SECTION 15100 3 VALVES: BASIC REQUIREMENTS 4 PART 1 - GENERAL [ ' 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Valving, actuators, and valuing appurtenances. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 12 4. Section 15101 - Gate Valves. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 1. American Society of Mechanical Engineers (ASME): 16 a. 131.20.1, Pipe Threads, General Purpose. 17 b. B 16.1, Cast Iron Pipe Flanges and Flanged Fittings. 18 c. B 16.18, Cast Copper Alloy Solder Joint Pressure Fittings. 19 2. ASTM International (ASTM): 20 a. A126, Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe 21 Fittings. 22 b. D256, Standard Test Methods for Determining the Izod Pendulum Impact Resistance of 23 Plastics. 24 c. D638, Standard Test Method for Tensile Properties of Plastics. 25 d. D648, Standard Test Method for Deflection Temperature of Plastics Under Flexural 26 Load in the Edgewise Position. 27 e. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 28 f. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 29 3. American Water Works Association (AWWA): _ 30 a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 31 b. C500, Gate Valves for Water and Sewerage Systems. 32 c. C504, Rubber -Seated Butterfly Valves. 33 d. C507, Ball Valves, 6 IN through 48 IN (150 MM through 1200 MM). 34 e. C509, Resilient -Seated Gate Valves 3 through 12 NPS, for Water and Sewage Systems. 35 f. C540, Power -Actuating Devices for Valves and Sluice Gates. 36 g. C550, Protective Epoxy Interior Coatings for Valves and Hydrants. 37 h. C606, Grooved and Shouldered Joints. 38 4. American Water Works Association/American National Standards Institute 39 (AW WA/ANSI): 40 a. Cl 1 I/A21.11, Rubber -Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and 41 Fittings. 42 5. Manufacturers Standardization Society of the Valve and Fittings Industry, Inc. (MSS). 43 6. National Electrical Manufacturers Association (NEMA): 44 a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). 45 b. NIG 1, Motors and Generators. 46 1.3 DEFINITIONS City of Lubbock Downtown Waterline Replacement Project - January 2008 15100- 1 r I A. The following are definitions of abbreviations used in this section or one (1) of the individual 2 valve sections: 3 1. WWP: Water working pressure. 4 1.4 SUBMITTALS 5 A. Shop Drawings: 6 1. See Section 01340 for requirements for the mechanics and administration of the submittal 7 process. 8 2. Product technical data including: 9 a. Acknowledgement that products submitted meet requirements of standards referenced. 10 b. Manufacturer's installation instructions. If c. Valve pressure and temperature rating. 12 d. Valve material of construction. 13 e. Special linings. 14 f. Valve dimensions and weight. 15 g. Valve now coefficient. 16 3. Test reports. 17 B. Operation and Maintenance Manuals: 18 1. See Section 01340 for requirements for: 19 a. The mechanics and administration of the submittal process. 20 b. The content of Operation and Maintenance Manuals. 21 PART 2 - PRODUCTS 22 2.1 ACCEPTABLE MANUFACTURERS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Refer to individual valve Specification Sections. 2.2 MATERIALS A. Refer to individual valve Specification Sections. 2.3 VALVE ACTUATORS A. Valve Actuators - General: I. Provide actuators as shown on Drawings or specified. 2. Counter clockwise opening as viewed from the top. 3. Direction of opening and the word OPEN to be cast in handwheel or valve bonnet. 4. Size actuator to produce required torque with a maximum pull of 80 LB at the maximum pressure rating of the valve provided and withstand without damage 300 foot-pounds torque on the operating nut. 5. Extension Stem: a. Install where shown or specified. b. Solid steel with actuator key and nut, diameter not less than stem of valve actuator shaft. e. Pin all stem connections. d. Center in valve box or grating opening band with guide bushing. B. Buried Valve Actuators: 1. Provide screw or slide type adjustable cast iron valve box, 5 IN minimum diameter, 3/16 IN minimum thickness, and identifying cast iron cover. 2. Box base to enclose buried valve gear box or bonnet. 3. Provide 2 IN standard actuator nuts complying with Section 3.16 of AW WA C500. 4. Provide at least two (2) teehandle keys for actuator nuts, with 5 IT extension between key and handle. 5. Extension Stein: City of Lubbock Downtown waterline Replacement Project - January 2008 15100 - 2 I a. Provide for buried valves greater than 4 FT below finish grade. 2 b. Extend to within 6 IN of finish grade. 3 6. Provide concrete pad encasement of valve box as shown for all buried valves unless shown 4 otherwise. 5 2.4 FABRICATION 6 A. End Connections: 7 1. Provide the type of end connections for valves as required in the Piping Schedules presented 8 in Section 15060 or as shown on the Drawings. 9 2. Comply.with the following standards: 10 a. Threaded: ASME B 1.20.1. 1 I b. Flanged: ASME B 16.1 Class 125 unless otherwise noted or AWWA C207. 12 c. Bell and spigot or mechanical (gland) type: AWWA/ANSI C111/A21.11. 13 d. Soldered: ASME B 16.18. 14 e. Grooved: Rigid joints per Table 5 of AWWA C606. 15 B. Refer to individual valve sections for specifications of each type of valve on Project. 16 C. Nuts. Bolts, and Washers: 17 1. Wetted or internal to be bronze or stainless steel. 18 a. Exposed to be zinc or cadmium plated. 19 D. On Insulated Piping: Provide valves with extended stems to permit proper insulation application 20 without interference from handle. 21 E. Epoxy Interior Coating: 22 1. Provide epoxy interior coating for all ferrous surfaces in accordance with AWWA C550. 23 PART 3 - EXECUTION 24 3.1 INSTALLATION 25 A. Install products in accordance with manufacturer's instructions. 26 B. Setting Buried Valves: 27 1. Locate valves installed in pipe trenches where buried pipe indicated on Drawings. 28 2. Set valves and valve boxes plumb. 29 3. Place valve boxes directly over valves with top of box being brought to surface of finished 30 grade. 31 4. Install in closed position. 32 5. Place valve on firm footing in trench to prevent settling and excessive strain on connection 33 to pipe. 34 6. After installation, backfill up to top of box for a minimum distance of 4 FT on each side of 35 box. 36 C. Support exposed valves and piping adjacent to valves independently to eliminate pipe loads 37 being transferred to valve and valve loads being transferred to the piping. 38 D. For grooved coupling valves, install rigid type couplings {or provide separate support to prevent 39 rotation of valve from installed position). 40 E. Install electric or cylinder actuators above or horizontally adjacent to valve and gear box to 41 optimize access to controls and external handwheel. 42 F. For threaded valves, provide unto- on one side within 2 Fr of valve to allow valve removal. 43 G. Install valves accessible for operation, inspection, and maintenance. 44 3.2 ADJUSTING City of Lubbock Downtown Waterline Replacement Project - January 2008 15100 - 3 I A. Adjust valves, actuators and appurtenant equipment to comply with Section 01650. 2 1. Operate valve, open and close at system pressures. 3 3.3 SCHEDULES 4 A. Unless shown otherwise on Drawings and drawing schedules__provide valves as follows: SERVICE SIZE _ _ TYPE Water All Sizes Gate valves, resilient seated AWWA C509. See Section 15101 6 END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 I5100 - 4 1 1998/03/19 2 3 4 PART 1- GENERAL 5 1.1 SUMMARY SECTION 15101 GATE VALVES 6 A. Section Includes: 7 1. Gate valves. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 15100 - Valves: Basic Requirements. 12 1.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 1. ASTM International (ASTM): 15 a. A126, Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe 16 Fittings. 17 2. American Water Works Association (AWWA): 18 a. C500, Metal -Seated Gate Valves for Water Supply Service. 19 b. C504, Rubber -Seated Butterfly Valves. 20 c. C509, Resilient -Seated Gate Valves for Water and Sewerage Systems. 21 d. C550, Protective Epoxy Interior Castings for Valves and Hydrants. 22 3. Manufacturer's Standardization Society of the Valve and Fittings Industry, Inc. (MSS): 23 a. SP-9, Spot Facing for Bronze, Iron and Steel Flanges. 24 b. SP-70, Cast Iron Gate Valves, Flanged and Threaded Ends. 25 c. SP-80, Bronze Gate, Globe, Angle and Check Valves. 26 1.3 DEFINITIONS 27 A. OS&Y: Outside Screw and Yoke. 28 B. NRS: Non -rising Stem. 29 C. RS: Rising Stem. 30 1.4 SUBMITTALS 31 A. Shop Drawings: 32 1. See Section 01340 for requirements for the mechanics and administration of the submittal 33 process. 34 2. See Section 15100. 35 B. Operation and Maintenance Manuals: 36 1. See Section 01340 for requirements for: 37 a. The mechanics and administration of the submittal process. 38 b. The content of Operation and Maintenance Manuals. 39 PART 2 - PRODUCTS 40 2.1 ACCEPTABLE MANUFACTURERS City of Lubbock Downtown Waterline Replacement Project - January 2008 15101 - 1 I A. Subject to compliance with the Contract Documents, the manufacturers listed under the specific 2 valve types are acceptable. 3 2.2 VALVES: WATER; 4 TO 12 IN DIA_. 4 A. Resilient Seat Gate Valves (Wastewater - Water), 4 to 12 IN DIA: 5 1. Comply with AWWA C509. 6 2. Materials: 7 a. Stein and stem nut: Bronze. 8 1) Wetted bronze parts in low zinc bronze. 9 2) Aluminum bronze components: Heat treated per AWWA C504. 10 b. Body, gate: Cast iron. 1 I c. Resilient seat: Styrene Butadiene Rubber (SBR). 12 3. Design requirements: 13 a. 200 psi working pressure. 14 b. Buried: NRS 0-ring stem seal. 15 c. Exposed: NRS, 0-ring, stem seal, handwheel. 16 d. Counter clockwise open. rotation. 17 4. Fusion bonded epoxy coating interior and exterior except stainless steel and bearing 18 surfaces. 19 a. Comply with AWWA C550. 20 1) Wetted bronze parts in low zinc bronze. 21 2) Aluminum bronze components: Heat treated per AWWA C504. - 22 B. Acceptable Manufacturers: 23 1. Clow. 24 2. Mueller. 25 3. M&H. 26 2.3 ACCESSORIES 27 A. Refer to Drawings and valve schedule for type of actuators. 28 1. Furnish actuator integral with valve. 29 B. Refer to Section 15100 for actuator requirements. 30 2.4 FABRICATION 31 A. General: 32 I. Provide valves with clear waterways the full diameter of the valve. 33 B. Spot valves in accordance with MSS SP-9. 34 PART 3 - EXECUTION LJ 35 3.1 INSTALLATION 36 A. See Section 15100. 37 B. Where larger buried valves utilize smaller bypass valves, provide a second valve box installed 38 over the bypass valve operating nut. 39 C. Do not install gate valves inverted or with the stems sloped more than 45 degrees from the 40 upright unless the valve was ordered and manufactured specifically for this orientation. f 41 END OF SECTION _ ... City of Lubbock Downtown waterline Replacement Project - January 2008 15101 -2 _ 1 1 2000/ 12/29 2 SECTION 15510 3 FIRE HYDRANT 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Dry -barrel fire hydrant. 8 B. Related Sections include but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 10 2. Division 1 - General Requirements. 11 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 12 1.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 I. American Waterworks Association (AWWA): 15 a. C502, Dry -Barrel Fire Hydrant. 16 b. M 17, Installation, Operation and Maintenance of Fire Hydrants. 17 1.3 SUBMITTALS 18 A. Shop Drawings: 19 1. See Section 01340 for requirements for the mechanics and administration of the submittal 20 process. 21 2. Product technical data: 22 a. Acknowledgement that products submitted meet the requirements of the standards 23 referenced. 24 b. Manufacturer's installation instructions. 25 c. Acknowledge and verify dimensions and provide list of integral parts and materials. 26 3. Prior to submission of shop drawings, submit one (1) copy of complete submittal 27 information direct to City of Lubbock Fire Department, Attn: Fire Chief, and request and 28 secure written approval of hydrant selection. 29 a. Incorporate copies of written approval letter with submittals. 30 B. Operation and Maintenance Manuals: 31 1. See Section 01340 for requirements for: 32 a. The mechanics and administration of the submittal process. 33 b. The content of Operation and Maintenance Manuals. 34 PART 2 - PRODUCTS 35 2.1 ACCEPTABLE MANUFACTURERS 36 A. Subject to compliance with the Contract Documents, the following manufacturers and models 37 are acceptable: 38 1, Mueller Centurian, N 2. American Darling B-84-B. 40 3. Clow :Medallion. 41 4. Dresser Style 129-09. 42 B. Submit request for substitutions in accordance with Specification Section 01640. t; City of Lubbock Downtown Waterline Replacement Project -January 2008 15510- 1 2.2 FIRE HYDRANT 2 A. Design and Fabrication: 3 I. Conform to AWWA C502. 4 2. Provide with either compression or gate design. 5 3. Provide with a minimum 5 IN valve opening, nozzle section consisting of two (2) 2-1/2 IN 6 hose nozzles and one (1) 4 IN steamer with 4 threads per inch. 7 4. Provide with water passages to permit full flow of water to minimize friction loss. 8 5. Furnish with multiple weep holes for positive draining to allow water to escape readily from 9 standpipe when hydrant valve is closed. 10 6. Designed to throttle flow when partially opened. 11 7. Designed to allow removal of valve and valve stem without digging up hydrant. 12 8. Suitable for 5 FT of bury. 13 9. Furnish with mechanical (gland type) joint inlet connections. 14 10. Design to break off at ground line when struck by a vehicle. 15 If. Furnish with 0-ring packing only. 16 12. Furnish hose and steamer nozzles with threads conforming to standard threads used by local 17 Fire Department. 18 13. Furnish with direction of opening as required by local Fire Department with direction of 19 opening cast on dome. 20 PART 3 - EXECUTION 21 3.1 INSTALLATION 22 A. Install hydrants at locations indicated in accordance with AWWA M 17 and the following: 23 1. Remove foreign material from barrel of hydrant before placement. 24 2. Install plumb and at same elevation as connecting pipe and main. 25 3. Place each hydrant on a slab of concrete not less than 6 IN thick and 18 IN SQ. 26 4. Block backside of hydrant, opposite pipe connection, with concrete firmly wedged between 27 hydrant and vertical face of undisturbed trench. 28 5. Place granular bedding material around base of hydrant to the dimensions shown in the 29 Drawings. 30 6. Firmly tamp carefully compacted backtill around hydrant to surface of ground and to a 31 distance of 5 FT in front of hydrant. 32 3.2 COATINGS AND FINISHES 33 A. Provide hydrant with below grade and above grade coatings per manufacturer's 34 recommendation. 35 1. Paint above grade with color conforming to the requirements of the local Fire Department. 36 END OF SECTION City of Lubbock Downtown Waterline Replacement Project - January 2008 15510-2