Loading...
HomeMy WebLinkAboutResolution - 2019-R0221 - Utility Contractors Of America - 06/25/2019Resolution No. 2019-R0221 Item No. 6.13 June 25, 2019 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 14669 for Water Line Change Out Phase 4 as per REP 19-14669-JM, by and between the City of Lubbock and Utility Contractors of America, Inc., of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on June 25, 2019 . J^f^IFE^ITH, MAYOR PRO TEM ATTEST: A ft/ Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Jesica McEachem, Assistant City Manager APPROVED AS TO FORM: lelli Leisure, Assistant City Attorney ccdocs/RES.Contract 14669 - Water Line Change Out Phase 4 June 5, 2019 No Text Page Intentionally Left Blank ADDENDUM Page Intentionally Left Blank No Text No Text ADDENDUM 2 Revised Bid Form & Extending Bid Date RFP 19-14669-JM Water Line Change out Phase 4 DATE ISSUED: May 15, 2019 CLOSE DATE: May 17, 2019 at 3:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. The following item have been revised: 1.Revised Bid Form 2.Extending Bid date to Friday May 17, 2019 at 3:00 P.M. All requests for additional information or clarification must be submitted in writing and directed to: Jessie Montes, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to JMontes@mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, Jessie Montes CITY OF LUBBOCK Jessie Montes Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder’s responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. REVISED Water Line Change Out Phase 4 ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST General 1 Mobilization - Contractor mobilization including move-in and move-out cost from each site location. 1 LS 2 Provide and maintain a Traffic Control Plan - Preparation, approval from COL Traffic Engineering to all sites, and all other work considered incidental to this item. 1 LS 3 Provide and maintain a SWPPP - Including preparation, NOI, NOT, and all other work considered incidental to this item. 1 LS 4 Trench Safty - Any and all necessary trech projection used for the installation of the proposed water mains. 1 LS Water Improvements 5 Furnish and install 4" C-900 DR-18 approved water pipe in open cut trench in alley ROW, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, fittings, and labor to perform work. 100 LF 6 Furnish and install 6" C-900 DR-18 approved water pipe in open cut trench in alley ROW, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, fittings, and labor to perform work. 1426 LF 7 Furnish and install 8" C-900 DR-18 approved water pipe in open cut trench in street ROW, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, fittings, and labor to perform work. 5183 LF 8 Furnish and install 4" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 4 EA 9 Furnish and install 6" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 11 EA 10 Furnish and install 8" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 19 EA 11 Furnish and install 10" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 1 EA 12 Cut, plug, and abandon existing 2" water line, as herein specified, including all equipment, tools, and labor to perform work. 1 LS 13 Cut, plug, and abandon existing 4" water line, as herein specified, including all equipment, tools, and labor to perform work. 1 LS 14 Furnish and install 4"x4" Taping Sleeve and valve as herein specified, including all equipment, tools, and labor to perform work. 1 EA 15 Furnish and install 6"x4" Taping Sleeve and valve as herein specified, including all equipment, tools, and labor to perform work. 1 EA 16 Furnish and install 10"x8" Taping Sleeve and valve as herein specified, including all equipment, tools, and labor to perform work. 2 EA 17 Furnish and reconnect 3/4" - 2" service lines as herein specified, including all equipment, tools, and labor to perform work. 97 EA 18 Flowable backfill as approved, complete and in place per Specifications. 1106 CY 19 Furnish and install Fire Hydrant and reconnect, as herein specified, including all equipment, tools, and labor to perform work. Remove and salvage existing Fire Hydrant. 4 EA Street Repair 20 Saw cut and remove existing asphalt paving, including all material, equipment and labor to perform removal, disposal and all other work considered incidental to this item. 15789 SF 21 Repair asphalt paving, including all material, equipment and labor to perform sub grade compaction and testing. HMAC installation per COL Specifications and all other work considered incidental to this item. 15789 SF 22 Saw cut and remove existing concrete ally, sidewalk, curb and gutter, including all material, equipment and labor to perform removal, disposal and all other work considered incidental to this item. 400 SF 23 Repair concrete ally, sidewalk, curb and gutter, including all material, equipment and labor to perform sub grade compaction and testing. Installation per COL Specifications and all other work considered incidental to this item. 400 SF Extended Total Items 1-23: ALTERNATE 1 - Water Line 6 1a Mobilization for Alternate 1 - Contractor mobilization including move-in and move-out cost from each site location. 1 LS 2a Provide and maintain a Traffic Control Plan for Alternate 1 - Preparation, approval from COL Traffic Engineering to all sites, and all other work considered incidental to this item. 1 LS 3a Furnish and install 6" C-900 DR-18 approved water pipe in open cut trench in alley ROW, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, and labor to perform work. 321 LF 4a Furnish and install 4"x4" Taping Sleeve and valve as herein specified, including all equipment, tools, and labor to perform work. 1 EA 5a Furnish and reconnect 3/4" - 2" service lines as herein specified, including all equipment, tools, and labor to perform work. 5 EA 6a Flowable backfill as approved, complete and in place per Specifications. 36 CY Alternate 1 Items 1a-6a Total: ALTERNATE 2 - Water Line 7&8 1b Mobilization for Alternate 2 - Contractor mobilization including move-in and move-out cost from each site location. 1 LS 2b Provide and maintain a Traffic Control Plan for Alternate 2 - Preparation, approval from COL Traffic Engineering to all sites, and all other work considered incidental to this item. 1 LS 3b Furnish and install 4" C-900 DR-18 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, and labor to perform work. 20 LF 4b Furnish and install 6" C-900 DR-18 approved water pipe in open cut trench in alley ROW, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, and labor to perform work. 160 LF 5b Furnish and install 8" C-900 DR-18 approved water pipe by slick bore, provide all casing spacers as herein specified, including all equipment, tools, and labor to perform work. 50 LF 6b Furnish and install 8" C-900 DR-18 approved water pipe in open cut trench in street ROW, backfilled to 95% compaction, and tested as herein specified, including all equipment, tools, and labor to perform work. 1495 LF 7b Furnish and install Fire Hydrant and reconnect, as herein specified, including all equipment, tools, and labor to perform work. Remove and salvage existing Fire Hydrant. 3 EA 8b Furnish and install 4" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 1 EA 9b Furnish and install 6" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 4 EA 10b Furnish and install 8" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 3 EA 11b Furnish and install 8"x6" Tapping Sleeve and valve as herein specified, including all equipment, tools, and labor to perform work. 1 EA 12b Furnish and install 16"x8" Taaping Sleeve and valve as herein specified, including all equipment, tools, and labor to perform work. 1 EA 13b Furnish and reconnect 3/4" - 2" service lines as herein specified, including all equipment, tools, and labor to perform work. 3 EA 14b Flowable backfill as approved, complete and in place per Specifications. 260 CY 15b Saw cut and remove existing asphalt paving, including all material, equipment and labor to perform removal, disposal and all other work considered incidental to this item. 4485 SF 16b Repair asphalt paving, including all material, equipment and labor to perform sub grade compaction and testing. HMAC installation per COL Specifications and all other work considered incidental to this item. 4485 SF 17b Saw cut and remove existing concrete ally, sidewalk, curb and gutter, including all material, equipment and labor to perform removal, disposal and all other work considered incidental to this item. 400 SF 18b Repair concrete ally, sidewalk, curb and gutter, including all material, equipment and labor to perform sub grade compaction and testing. Installation per COL Specifications and all other work considered incidental to this item. 400 SF Alternate 2 Items 1b-18b Total: Extended Total with Alternate 1 Extended Total with Alternate 2 Extended Total with Alternate 1-2 Page Intentionally Left Blank No Text Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM – (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR’S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-7. PROPOSED LIST OF SUB-CONTRACTORS 5. POST-CLOSING DOCUMENT REQUIREMENTS – (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB-CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 12. GENERAL CONDITIONS OF THE AGREEMENT 13. CITY OF LUBBOCK WAGE DETERMINATIONS 14. SPECIAL CONDITIONS (IF APPLICABLE) 15. SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank Notice to Offerors RFP 19-14669-JM Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 PM on May 15, 2019, or as changed by the issuance of formal addenda to all plan holders, to furnish all labor and materials and perform all work for the construction of the following described project: Water Line Change Out Phase 4 After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 PM on May 15, 2019, and the City of Lubbock City Council will consider the proposals on June 11, 2019, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of “A” or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON-RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. Copies of plans and specifications may be obtained at bidder’s expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. It shall be each proposer’s sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non-mandatory pre-proposal conference on May 7, 2019, at 10:00AM, in the City of Lubbock, Purchasing and Contract Management Office, Room 204, 1625 13th Street, Lubbock, TX 79401. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank 1 GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY, TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Water Line Change Out Phase 4 per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 PM, May 15, 2019, at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: “RFP 19-14669-JM, Water Line Change Out Phase 4” and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE-PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non- mandatory pre-proposal conference will be held at 10:00AM, May 7, 2019, in the City of Lubbock, Purchasing and Contract Management Office, Room 204, 1625 13th Street, Lubbock, TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer’s responsibility to attend the pre-proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre- proposal meeting to offerors who do not attend the pre-proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management 2 deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 3 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract 4 Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Jessie Montes, Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: JMontes@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 240 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 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 5 improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault-free performance and fault-free result in the processing date and date-related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor’s liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 6 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 proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 7 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall 8 immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name ______________________________________________________ 29.3.2 Proposal “RFP 19-14669-JM Water Line Change Out Phase 4" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 9 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub-Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer’s qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer’s proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer’s qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. 10 (e) The safety record of the Contractor and proposed Sub-Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non-municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, 5 points for Safety Record Questionnaire, and 5 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 32.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor’s qualifications, the City uses the “Contractor’s Statement of Qualifications” attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the “Contractor’s Statement of Qualifications” And any past experience with the contractor. The “Contractor’s Statement of Qualifications” is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your “Safety Record Questionnaire” and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor’s control. Evaluators 11 base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.4 5 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $875,000 32.7 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 12 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind." 34. ANTI-LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY-SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE § 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank No Text No Text No Text No Text No Text No Text No Text Page Intentionally Left Blank No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text Page Intentionally Left Blank Utility Contractors of America, Inc. N/A Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank No Text 2 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates ____________________ an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. _____________________________ Surety * By: _________________________ (Title) Approved as to form: City of Lubbock By: ____________________________ City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. PERFORMANCE BOND Page Intentionally Left Blank No Text 2 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates ______________________________ an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. _______________________ Surety *By:____________________ (Title) Approved as to Form City of Lubbock By: ____________________ City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE:_____________________ P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT:_________________________ THIS IS TO CERTIFY THAT ___________________________________________ (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY  Commercial General Liability General Aggregate $________________  Claims Made Products-Comp/Op AGG $________________  Occurrence Personal & Adv. Injury $________________  Owner’s & Contractors Protective Each Occurrence $________________  ___________________________ Fire Damage (Any one Fire) $________________ $________________ Med Exp (Any one Person) AUTOMOTIVE LIABILITY  Any Auto Combined Single Limit $________________  All Owned Autos Bodily Injury (Per Person) $________________  Scheduled Autos Bodily Injury (Per Accident) $________________  Hired Autos Property Damage $________________  Non-Owned Autos  ___________________________ GARAGE LIABILITY  Any Auto Auto Only - Each Accident $_______________  ___________________________ Other than Auto Only: Each Accident $_______________ Aggregate $_______________  BUILDER’S RISK  100% of the Total Contract Price $_______________  INSTALLATION FLOATER $_______________ EXCESS LIABILITY  Umbrella Form Each Occurrence $_______________ Aggregate $_______________  Other Than Umbrella Form $_______________ WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY The Proprietor/  Included Statutory Limits Partners/Executive  Excluded Each Accident $_______________ Officers are: Disease Policy Limit $_______________ Disease-Each Employee $_______________ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR’S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. C O N T R A C T O R C H E C K L I S T A CONTRACTOR SHALL: _____ (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; _____ (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; _____ (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; _____ (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; _____ (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; _____ (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; _____ (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR’S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank No Text Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary’s Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary’s Office of the local governmental entity no later than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at https://ci.lubbock.tx.us/departments/purchasing/vendor-information Page Intentionally Left Blank Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing the form, and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log-in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm Page Intentionally Left Blank CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text No Text 23 CITY OF LUBBOCK WAGE DETERMINATIONS Page Intentionally Left Blank 24 EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates Craft Hourly Rate Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters-Acoustical Ceiling Installation 16.00 Carpenter-Rough 13.00 Carpenter-All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers-Carpet and Resilient 18.00 Floor Layers-Specialty 18.00 Floor Layers-Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers-Mechanical 12.00 Irrigator-Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender-Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 25 EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Hourly Rate Power Equipment Operator-Tower Crane 30.00 Hydraulic Crane Operators 60 tons & above 32.00 Operator Backhoe/Excavator/Truck hoe 20.25 Bobcat/Skid Steer/Skid Loader 15.22 Drill 16.00 Grader Blade 18.00 Loader 18.00 Mechanic 22.85 Paver (Asphalt, Aggregate, & Concrete) 17.00 Roller 15.00 Reinforcing Iron & Rebar Workers 14.33 Sheet Metal Workers, Excludes HVAC Duct Installation 21.38 Structural Iron & Steel Workers/Metal Building Erector 15.00 Asphalt Distributor Operator 16.50 Asphalt Paving Machine Operator/Spreader Box Operator 18.75 Backhoe Operator 18.00 Cement Mason/Concrete Finishers (Paving Structures) 15.00 Crane Operator (Hydraulic) 25.00 Electrician 17.50 Laborer 13.50 Laborer, Common 15.64 Laborer, Utility 13.50 Crane, Lattice Boom 80 Tons or Less 30.00 Loader/Backhoe 18.00 Roller/Other 15.00 Welder Certified/Structural Steel Weld 25.00 EXHIBIT C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standard Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank No Text Water Line Change Out Phase 4 Table of Contents April 2019 TABLE OF CONTENTS CITY OF LUBBOCK WATER LINE CHAGNE OUT PHASE 4 DIVISION 1 – GENERAL REQUIREMENTS 01010 Summary of Work ----------------------------------------------------------- 4 01019 Contract Considerations ---------------------------------------------------- 1 01028 Change Order Procedures -------------------------------------------------- 3 01039 Coordination and Meetings ------------------------------------------------ 2 01140 Work Restrictions ------------------------------------------------------------ 3 01300 Submittal Procedures -------------------------------------------------------- 4 01310 Progress Schedules ---------------------------------------------------------- 2 01356 Storm Water Pollution Prevention Plan --------------------------------- 4 01380 Project Photographs -------------------------------------------------------- 2 01400 Quality Requirements ------------------------------------------------------- 4 01410 Testing Laboratory Services ----------------------------------------------- 3 01555 Barricades, Signs, and Traffic Handling -------------------------------- 1 01576 Waste Material Disposal --------------------------------------------------- 2 01700 Contract Closeout ------------------------------------------------------------ 2 DIVISION 2 – SITE WORK 02082 Pre-Cast Concrete Vaults --------------------------------------------------- 3 02084 Frames, Grates, Rings, and Covers -------------------------------------- 2 02221 Removing & Replacing Existing Pavements --------------------------- 2 02240 Dewatering ------------------------------------------------------------------- 3 02257 Controlled Low Strength Material – Flowable Fill ------------------- 3 02260 Excavation Support and Protection -------------------------------------- 3 02317 Excavation and Backfill for Utilities ------------------------------------- 10 02320 Utility Backfill Materials --------------------------------------------------- 4 02445 Boring and Encasing -------------------------------------------------------- 4 02665 Water Piping, Valves, and Fittings --------------------------------------- 14 DIVISION 3 – CONCRETE 03300 Cast-in-Place Concrete ----------------------------------------------------- 9 Water Line Change Out Phase 4 Summary of Work April 2019 01010-1 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 SUMMARY A. This section covers the description of the Work to be completed under these Specifications. B. The OWNER is the City of Lubbock. (1) The Owner’s Representative is: John Turpin, P.E. Assistant City Engineer of Capital Projects and Design City of Lubbock O: (806) 775-2342 (2) The Project Manager is: Josh Kristinek, P.E. Senior Civil Engineer Engineering City of Lubbock O: (806) 775-3397 C. Section includes: (1) Definitions (2) Project description (3) Permits and licenses (4) Access to site (5) Contractor’s use of the premises (6) Project schedule (7) Security Procedures (8) Coordination requirements (9) Pre-construction meeting (10) Warranty 1.2 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. Water Line Change Out Phase 4 Summary of Work April 2019 01010-2 1.3 PROJECT DESCRIPTION A. The purpose of this project is to replace approximately 6000 feet of failing 2 inch cast iron water lines in the Slaton Bean neighborhood located south of 19th street and east of Avenue Q with 6 inch and 8 inch PVC water lines. B. Major work items are: (1) Install approximately 230 feet of 8” potable water line in Ave P between 23th Street and 24th Street. (2) Install approximately 1354 feet of 8” potable water line in 24th Street between Ave P and Ave L. (3) Install approximately 1760 feet of 8” potable water line in Ave L between 23th Street and 28th Street. (4) Install approximately 670 feet of 8” potable water line in 26th Street between Ave N and Ave L. (5) Install approximately 1346 feet of 6” potable water line in the alley between 26th Street and 27th Street from Ave P to Ave L. (6) Install approximately 321 feet of 6” potable water line in the alley between 25th Street and 26th Street from Ave L to Ave K. (7) Install approximately 1495 feet of 8” potable water line in 3rd Street and Ave P north of the Marsha Sharp Freeway from Ave Q to Ave O. C. The Contractor shall furnish all labor, equipment, and materials required for the complete construction of the work as shown on the drawings and specified herein. D. All work shall be performed in accordance with the most recent City of Lubbock Design Standards for Water and Sanitary Sewer construction. E. A maximum of 500 feet of trench open at a time. 1.4 Work shall also include restoration or replacement of all removed or damaged pavement, curb, sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition equal to that before the work began to the satisfaction of the Engineer. 1.5 PERMITS AND LICENSES A. Contractor shall provide qualifications to the Owner upon request to display evidence of competency and authority to perform required work. B. Contractor shall be responsible for obtaining all required permits. C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the Owner. 1.6 ACCESS TO SITES A. Contractor shall limit access to the site to authorized personnel only. B. Contractor shall adequately barricade open excavations and construction material and equipment as to prevent unauthorized personnel from accessing. Water Line Change Out Phase 4 Summary of Work April 2019 01010-3 C. The Owner shall locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup schedules when working with in the alley right of way. 1.7 CONTRACTOR’S USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with the Owner. B. The contractor shall ensure that any disturbed area is left in a condition equal to or better condition before finishing construction in the area. 1.8 PROJECT SCHEDULE A. The Work summarized above shall be substantially completed within 180 calendar days from the date of the Notice to Proceed. B. There will be a $250.00 per day liquidated damages for each day that exceeds the 60 day limit. C. Within five (5) business days after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. D. Punch list items shall be complete within 30 calendar days from the date of the Final Punch List. There shall be $250 per day liquidated damages assessed for each day that exceeds the 30 day limit. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.1 SECURITY PROCEDURES A. Contractor shall limit access to the site to persons involved in the work. B. Contractor shall provide secure storage for materials for which the owner has made payments and which are stored on site. C. Contractor shall secure completed work as required to prevent loss or damage. D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. E. The use of security personnel shall be cleared with the Owner. 3.2 COORDINATION REQUIREMENTS A. Contractor shall inform the Owner when coordination of the work is required. B. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. C. Coordinate shop drawings prepared by separate entities. Water Line Change Out Phase 4 Summary of Work April 2019 01010-4 D. Show installation sequence when necessary for proper installation. 3.3 PRE-CONSTRUCTION MEETING A. A pre-construction meeting will be held at City Hall within ten (10) days of the date of Notice to Proceed and prior to any construction taking place. 3.4 WARRANTY A. Contractor shall warrant 100% of the project for one (1) year after the date of substantial acceptance of the work. B. On the eleventh (11) month from the date of final acceptance, an Owner’s representative will schedule an inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. C. Any work that is considered defective by the Owner’s representative will be repaired. D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION Water Line Change Out Phase 4 Contract Considerations April 2019 01019-1 SECTION 01019 CONTRACT CONSIDERATIONS PART 1 GENERAL 1.1 SUMMARY A. This section covers the method for the Contractor to request payment for completed work. B. Section includes: (1) Schedule of Values (2) Application for Payment (3) Payment Retainage 1.2 SCHEDULE OF VALUES A. Contractor shall submit a Schedule of Values on Engineer approved Contractor’s form within five (5) days after receiving the bid tabulation. B. Revise schedule to include approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit two (2) copies of each application on Engineer approved Contractor’s form. B. Utilize Schedule of Values for listing items in Application for Payment. C. Monthly, submit application for payment on or about the 10th day of each month. D. Include an updated construction progress schedule, materials received, and manifest with each Application for Payment E. Submit the following along with the application for final payment: (1) The documentation for the completed project. (2) Signed affidavit from a Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor have been paid. (3) One (1) year Contractor Warranty for work performed, signed and sealed by a Notary Public. 1.4 PAYMENT RETAINAGE A. The Owner will retain five (5) percent of each payment. B. Retainage will be released as final payment, upon completion of the Final Punch List. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used END OF SECTION Water Line Change Out Phase 4 Change Order Procedures April 2019 01028-1 SECTION 01028 CHANGE ORDER PROCEDURES PART 1 GENERAL 1.1 SUMMARY A. This section covers the procedures to be followed for a change in Contract price or time. B. Section Includes: (1) Submittals (2) Documentation Of Change In Contract Sum/Price And Contract Time (3) Change Procedures (4) Construction Change Authorization (5) Stipulated Price Change Order (6) Unit Price Change Order (7) Time And Material Change Order (8) Execution Of Change Orders (9) Correlation Of Contractor Submittals 1.2 SUBMITTALS A. Submit the name of the individual authorized to receive change documents, and be responsible for informing others in Contractor’s employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.3 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Contractor shall maintain detailed records of work done on a time and material basis. B. Provide full information required for evaluation of proposed changes and to substantiate costs of changes in the Work. C. Document each quotation for a change in a cost or time with sufficient data to allow evaluation of the quotation. D. On request, provide additional data to support computations, including but not limited to: (1) Quantities of products, labor, and equipment. (2) Taxes, insurance, and bonds. (3) Overhead and profit. (4) Justification for any change in Contract Time. (5) Credit for deletions from Contract, similarly documented. E. Support each claim for additional costs, and for work done on a time and material basis, with additional information: (1) Origin and date of claim. (2) Dates and times work was performed, and by whom. (3) Time records and wage rates paid. (4) Invoices and receipts for products, equipment, and subcontracts, similarly documented. Water Line Change Out Phase 4 Change Order Procedures April 2019 01028-2 1.4 CHANGE PROCEDURES A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official Construction Change Authorization or Contract Change Order. Discussions in the field or by phone or email, without proper documentation, do not authorize Contractor to perform tasks outside the scope of Work. Changes must be authorized as described in this Section. B. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. C. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications. The Contractor shall prepare and submit an estimate within seven (7) days, or as specified in the Proposal Request. Estimate shall include the proposed change’s full effect on the Work and the effect on the Contract Sum/Price and Contract Time, with full documentation and a statement describing the effect on Work by separate or other contractors. D. The Contractor may request clarification of Drawings, Specifications, or Contract documents or other information by submitting a Request for Information to the Engineer. Engineer may request a Proposal Request in response to a Request for Information. 1.5 CONSTRUCTION CHANGE AUTHORIZATION A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate the method of determining any change in Contract Sum/Price or Contract Time. C. The Contractor shall promptly execute the change in the Work. 1.6 STIPULATED PRICE CHANGE ORDER A. Based on accepted Proposal Request. 1.7 UNIT PRICE CHANGE ORDER A. For pre-determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre-determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.8 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.9 EXECUTION OF CHANGE ORDERS A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. Water Line Change Out Phase 4 Change Order Procedures April 2019 01028-3 1.10 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub- schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Water Line Change Out Phase 4 Coordination and Meetings April 2019 01039-1 SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Coordination (2) Field Engineering (3) Pre-Construction Meeting (4) Progress Meetings 1.4 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and cleanup of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner’s activities. 1.5 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Verify set-backs and easements; confirm drawing dimensions, and elevations. C. Provide field engineering services. D. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.6 PRE-CONSTRUCTION MEETING A. Schedule meeting within ten (10) days of date of Notice to Proceed. B. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, RFIs, proposal request, Change Orders and Contract closeout procedures. C. Tentative agenda: (1) Use of premises by Owner and Contractor. (2) Distribution of executed Contract Documents. (3) Submission of list of Subcontractors, list of products and progress schedule. (4) Designation of personnel representing the parties in Contract and the Engineer. (5) Owner’s requirements. (6) Construction facilities and controls provided by Owner. (7) Survey and layout. (8) Security and housekeeping procedures. (9) Schedules. (10) Procedures for testing. (11) Procedures for maintaining record documents. (12) Inspection and acceptance of products put into service during construction period. Water Line Change Out Phase 4 Coordination and Meetings April 2019 01039-2 D. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. 1.7 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Tentative agenda: (1) Review minutes of previous meetings. (2) Review of Work progress. (3) Field observations, problems, and decisions. (4) Identification of problems which impede planned progress. (5) Review of submittals schedule and status of submittals. (6) Review of off-site fabrication and delivery schedules. (7) Maintenance of progress schedule. (8) Corrective measures to regain projected schedules. (9) Planned progress during succeeding work period. (10) Coordination of projected progress. (11) Maintenance of quality and work standards. (12) Effect of proposed changes on progress schedule and coordination. (13) Other business related to Work. E. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. PART 2 PRODUCTS Not used PART 3 EXECUTION Note used END OF SECTION Water Line Change Out Phase 4 Work Restrictions April 2019 01140-1 SECTION 01140 WORK RESTRICTIONS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Use Of Premises (2) Special Scheduling Requirements (3) Working Period (4) Utility Cutovers And Interruptions (5) Noise Restrictions (6) Advance Notice (7) Water For Construction (8) Work Area Limits 1.2 USE OF PREMISES A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. B. Confine construction operations to within the limits of Right of Way, Alley Easements and Manhole locations, as shown on plans. C. Keep driveways and entrances serving premises clear and available to tenants, residents and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. D. Schedule construction to minimize obstruction of driveways and entrances. 1.3 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the Work. B. Permission to interrupt utility service shall be requested in writing a minimum of fourteen (14) calendar days prior to the desired date of interruption. 1.4 WORKING PERIOD A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. (1) Saturday work shall be restricted to those activities that do not require observation by the Owner. (2) The Owner reserves the right, at the Owner’s discretion, to disallow work when it interferes with holiday times and traffic. B. No work shall be performed on the following holiday periods or days: (1) New Year’s Day (2) Good Friday Holiday (3) Memorial Day Holiday (4) Independence Day Holiday Water Line Change Out Phase 4 Work Restrictions April 2019 01140-2 (5) Labor Day Holiday (6) Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. (7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. C. Work outside regular working hours requires Owner’s approval. (1) Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. (2) Based on the justification provided, the Owner may approve work outside regular hours. (3) During periods of darkness, the different parts of the Work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. D. The Drawings contain specific requirements that affect certain areas of the Work. 1.5 UTILITY CUTOVERS AND INTERRUPTIONS A. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor. B. Sanitary sewer service connections shall be re-connected in a timely manner following installation of the new sanitary sewer pipe. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. The Contractor shall keep on-site a hand portable sound measurement device for both the Owner’s and the Contractor’s use for measuring noise levels. 1.7 ADVANCE NOTICE A. The Contractor shall provide a minimum of five (5) days advance written notice of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single page flyer to be placed by hand by the Contractor’s forces in mailboxes, door handles, or handed to applicable individuals at each route building. C. The text for the advance written notice will be approved by the Owner. D. Reproduction shall be at the Contractor’s expense. E. Distribution shall be at the Contractor’s expense. F. Single page flyers shall be of a paper or post card color other than white to direct the recipient’s attention to the information. G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). Water Line Change Out Phase 4 Work Restrictions April 2019 01140-3 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is the Contractor’s sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. (1) The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. (2) The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. (3) The City will not furnish potable water free of charge for the construction work. (4) The Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. B. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. C. Monuments and markers shall be protected before construction operations commence. D. Where construction operations are to be conducted during darkness, the markers shall be visible at all times. E. The Contractor’s personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION Water Line Change Out Phase 4 Submittal Procedures April 2019 01300-1 SECTION 01300 SUBMITTAL PROCEDURES PART 1 GENERAL 1.1 SUMMARY A. Section includes: (1) Submittal Procedures (2) Re-Submittal Requirements (3) Action Submittals (4) Proposed Products List (5) Shop Drawings (6) Information Submittals (7) Contractor’s Review (8) Owner And Engineer Action 1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor’s standard transmittal letter including Contractor’s name, address, and phone number. B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings sheet and detail number(s), and specification Section number, as appropriate. C. Schedule submittals to expedite the Project and coordinate submission of related items. D. The Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. E. Submittals may be delivered to the Engineer at the following address: Water Utilities Engineering 1625 13th Street Lubbock, Texas 79457 F. Allow enough time for submittal review, including time for re-submittals, as follows: (1) Time for review shall commence on the Owner or Engineer’s receipt of submittal. (2) Allow fifteen (15) days for initial review of each submittal. (3) Allow additional time if processing must be delayed to permit coordination with subsequent submittals. (4) The Owner or Engineer will advise the Contractor when a submittal being processed must be delayed for coordination. (5) If more than five (5) submittals are transmitted for review within any five (5) day period, the time allowed for review will be increased to twenty-one (21) days. (6) Where concurrent review of submittals by the Engineer, Owner, or other parties is required, allow twenty-one (21) days for initial review of each submittal. (7) If intermediate submittal is necessary, process it in same manner as initial submittal. (8) Allow fifteen (15) days for processing each resubmittal. G. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Water Line Change Out Phase 4 Submittal Procedures April 2019 01300-2 I. Provide space for Contractor and Engineer review stamps. J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Use only final submittals with mark indicating action taken by Owner or Engineer in connection with the construction. L. Submittals not requested will not be recognized or processed. 1.3 RE-SUBMITTAL REQUIREMENTS A. Revise initial submittal as required and re-submit to meet requirements as specified. B. Identify all changes made since previous submittal. C. Mark as RESUBMITTAL. D. Re-use original transmittal number and supplement with sequential alphabetical suffix for each re-submittal (i.e. 0001-A). PART 2 PRODUCTS 2.1 ACTION SUBMITTALS A. Prepare and submit Action Submittals required by individual Specification Sections. B. Submit three (3) copies of each submittal, unless otherwise indicated. (1) The three (3) copies will be retained by the Owner’s representative. (2) Any additional copies that the Contractor may need for his operations will be in addition to the three (3) copies required. 2.2 PROPOSED PRODUCTS LIST A. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model or catalog designation, and reference standards. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. C. Collect information into a single submittal for each element of construction and type of product or equipment. D. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers’ standard data to provide information unique to this Project. E. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. F. Include notation of special coordination requirements for interfacing with adjacent work. G. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 – Contract Closeout. 2.3 SHOP DRAWINGS A. Prepare Project specific information, drawn accurately to scale. B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. C. Include the following information, as applicable: (1) Dimensions Water Line Change Out Phase 4 Submittal Procedures April 2019 01300-3 (2) Identification of products (3) Fabrication and installation drawings (4) Schedules (5) Design calculations (6) Compliance with specified standards (7) Notation of coordination requirements (8) Notation of dimensions established by field measurement D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus three (3) copies which will be retained by Engineer. F. Drawing size shall be minimum of 8 ½ x 11 inches and a maximum of 24 x 36 inches. G. Draw details to a minimum size of ½ inch equal to 1 foot. H. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposed described in Section 01700 – Contract Closeout. 2.4 INFORMATION SUBMITTALS A. Manufacturer’s Instructions: (1) When specified in individual specification Sections, submit manufacturers’ printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. (2) Identify conflicts between manufacturers’ instructions and Contract Documents. (3) Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. B. Manufacturer’s Certificates (1) When specified in individual specification Sections, submit manufacturers’ certificate to Engineer for review, in quantities specified for Product Data. (2) Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. (3) Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. C. Insurance Certificates and Bonds: (1) Prepare written information indicating current status of insurance or bonding coverage. (2) Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. PART 3 EXECUTION 3.1 CONTRACTOR’S REVIEW A. Review each submittal and check for compliance with the Contract Documents. B. Note corrections and field dimensions. C. Mark with approval stamp before submitting to the Owner or Engineer. (1) Stamp each submittal with a uniform approval stamp. Water Line Change Out Phase 4 Submittal Procedures April 2019 01300-4 (2) Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor’s approval, and statement certifying that the submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER AND ENGINEER’S ACTION A. The Owner or Engineer will not review submittals that do not bear the Contractor’s approval stamp and will return them without action. B. The Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: (1) No exception taken (2) Make correction noted (3) Revise and resubmit (4) Rejected D. The submittal stamp by the Owner or Engineer will also contain the following: (1) Checking is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. (2) Any action shown is subject to the requirements of the plans and specifications. (3) The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing the Work in a satisfactory manner. E. The Owner or Engineer will review each submittal and will not return it, or will reject and return it, if it does not comply with the requirements. END OF SECTION Water Line Change Out Phase 4 Progress Schedules April 2019 01310-1 SECTION 01310 PROGRESS SCHEDULES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Format (2) Content (3) Revisions To Schedules (4) Submittals (5) Distribution 1.2 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or coordination meeting. E. Maintain monthly updates to schedule. 1.3 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Provide sub-schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.4 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5 SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. After review, resubmit required revised data within ten (10) days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which the Contractor requires, plus two (2) copies which will be retained by the Engineer. Water Line Change Out Phase 4 Progress Schedules April 2019 01310-2 1.6 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 PRODUCTS Not used PART 1 EXECUTION Not used END OF SECTION Water Line Change Out Phase 4 Storm Water Pollution Prevention Measures April 2019 01356-1 SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Contractor Responsibilities (2) Erosion and Sediment Controls (3) Components for Silt Fences (4) Components for Straw Bales (5) Storm Water Pollution Prevention Plan 1.2 CONTRACTOR RESPONSIBILITIES A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No.TXR150000. B. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assess by TCEQ or the EPA for failure to comply with any part of the permit requirements. C. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. D. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor’s failure to comply with and maintain the SWP3 shall be paid by the Contractor. 1.3 EROSION AND SEDIMENT CONTROLS A. General (1) Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. (2) Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress (1) Stabilized access to and from the construction site will be installed by the Contractor as soon as practical and in accordance with the SWP3. (2) In all cases, the Contractor shall ensure that any soil tracked off-site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. (3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off-site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms Water Line Change Out Phase 4 Storm Water Pollution Prevention Measures April 2019 01356-2 (1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. (2) Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment, and grading.) (3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as they are required and until they are removed from the site. D. Sand/Gravel Bags (1) The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. (2) Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). (3) Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization (1) The Contractor shall disturb the least amount of site area as possible. (2) Stabilization measures to be implemented by the Contractor may include any of the following measures: (a) Temporary or permanent seeding or sodding (b) Mulching (c) Geotextiles (d) Vegetative buffer strips (e) Paving (f) Stabilization measures shall be implemented in accordance with the SWP3. PART 2 PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric (1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments, which are formed into a stable network such that filaments retain their relative positions. (2) The filament shall consist of a long-chain synthetic polymer composed of at least eight- five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. (3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six (6) months of expected usable construction life at a temperature range of 0 to 120 degrees Fahrenheit. Water Line Change Out Phase 4 Storm Water Pollution Prevention Measures April 2019 01356-3 (4) The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30 % max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec-1 AOS (U.S. Std. Sieve)ASTM D 4751 20 – 100 B. Silt Fence Stakes and Posts (1) The Contractor may use either wooden stakes or steel posts for fence construction. (2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4) inches when pine is used, and shall have a minimum length of four (4) feet. (3) Steel posts (standard “U” or “T” section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet. C. Identification, Storage, and Handling\ (1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales (1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition. (2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18) inches. All bales shall be either wire-bound or string-tied. (3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the ground. (4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2) inches by two (2) inches in cross section and shall have a minimum length of three (3) feet. (5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch and a minimum length of three (3) feet. PART 3 EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Storm Water Pollution Prevention Plan will be provided by the Contractor. B. The Contractor must keep a copy of the SWP3 on site at all times. C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-eight (48) hours prior to start of construction. D. No work will be permitted until NOI is filed. E. The SWP3 shall be continually updated as necessary to reflect current and changing conditions on site. F. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. Water Line Change Out Phase 4 Storm Water Pollution Prevention Measures April 2019 01356-4 G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. H. The Contractor shall furnish the Owner with a copy of the NOI and NOT. END OF SECTION Water Line Change Out Phase 4 Photographic Documentation April 2019 01380-1 SECTION 01380 PROJECT PHOTOGRAPHS PART 1 – GENERAL 1.1 WORK INCLUDED A. This section covers the description of the Work to be completed under these Specifications. B. All project photography shall follow the specifications listed herein. 1.2 DEFINITIONS A. CD – compact disk; electronic media for storing digital information such as photos; B. jpeg – a specific photographic file format utilizing file compression with minimal loss of image quality; C. Megapixels – defined as one million pixels; used for image density rating; D. Picture – synonymous with photograph; E. Pixel – the smallest indivisible color element of a raster image; F. USB – the Universal Serial Bus is a standard for cable connections and 1.3 QUALITY ASSURANCE A. The Contractor shall verify image quality through camera’s on-screen display after taking photos. B. Photos shall not utilize digital zooms. 1.4 SUBMITTALS A. The following elements of construction shall have a minimum of 10 photos each from multiple angles: (1) Pre-construction conditions (2) Excavation & shoring (3) Concrete formwork & reinforcement placement (4) Precast vault installation (5) Meter setting (6) Backfilling & compaction (showing method of compaction at each change in material) B. Submittals are due in conjunction with each pay app cycle; photos may be used to corroborate materials or progress verification. C. Photos shall be submitted in digital format on any of the following hard media: (1) Photo CD (2) USB Drive D. Emailed photo submittals will not be accepted. Water Line Change Out Phase 4 Photographic Documentation April 2019 01380-2 E. External hard drives for file transfer will not be accepted. PART 2 – PRODUCTS 1.5 PHOTOGRAPHS A. All photography shall be digital. B. File format for all pictures shall be jpeg. C. All photos shall be of a size of 2.0 megapixels or greater. D. Naming Convention (1) All digital photo files will be re-named according to the following standard: [Contract Number]-[Description] Example: 011035-Precast Concrete Vault Installation of 3rd Section (a) Station numbering shall appear in the description when applicable. (b) Camera’s date settings must be correct and automatic date information shall not be tampered with or altered after photos are taken. PART 3 – EXECUTION 1.6 RESTRICTIONS A. In secure areas, permission will be required prior to access. B. Pictures taken from outside secure areas (through or over fence) will not be allowed. 1.7 PROCEDURES A. Photos shall be taken during on-going work, unless requested by Engineer. B. Number of photos per construction element may change based on complexity of construction or due to unforeseen circumstances. 1.8 OTHER REQUIREMENTS A. The Engineer reserves the right to request additional pictures. B. The City’s Senior Inspector may also request additional photos in special circumstances. END OF SECTION Water Line Change Out Phase 4 Quality Requirements April 2019 01400-1 SECTION 01400 QUALITY REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Definitions (2) Testing Requirements (3) Submittals (4) Quality Control (5) Repair and Protection 1.2 DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. 1.3 TESTING REQUIREMENTS A. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. B. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. C. Specified tests, inspections, and related actions do no limit the Contractor’s quality control procedures that facilitate compliance with the Contract Document requirements. 1.4 SUBMITTALS A. Qualification Data: (1) For individuals employed by the Contractor who will perform testing as required by the various specification Sections, submit at least fourteen (14) days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. (2) For outside testing agency employed by the Contractor, submit at least fourteen (14) days prior to being used on the project the name, address, and manager of such testing agency and the types of tests that the agency will perform. (a) Such testing agency shall be acceptable to the Owner prior to being used on the project. B. Reports: (1) Prepare and submit written reports within fourteen (14) days following the date of the test that include the following: (a) Date of issue (b) Project title and number. Water Line Change Out Phase 4 Quality Requirements April 2019 01400-2 (c) Name, address, and telephone number of testing agency. If the individual is employed by the Contractor, use Contractor’s name, address, and telephone number. (d) Dates and locations of samples and test (e) Names of individuals making tests (f) Description of the work and test method (g) Identification of material, product, and specification Section. (h) Complete test or inspection data (i) Test results and interpretation of test results (j) Ambient conditions at time of sample taking and testing. (k) Comments and opinion on whether tested Work complied with the Contract Document requirements and the applicable specification Section. (l) Name and signature of individual performing the test if employee of the Contractor, or name and signature of testing agency responsible person. (m)For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. C. Professional Engineer Qualifications: (1) Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Test Agency Qualifications: (1) An agency with the experience and capability to conduct testing indicated, as documented by ASTM E 548, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: (1) Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. (2) The Contractor shall not perform preconstruction testing except through a third party testing agency. F. Testing Agency Responsibilities: (1) Submit certified written report of each test and similar Quality Assurance service to the Contractor. (2) Interpret tests and state in each report whether tested work complies with or deviates from the Contract Document requirements. 1.5 QUALITY CONTROL A. Owner Responsibilities: (1) Where quality control services are indicated as Owner or Engineer’s responsibility, such services may be performed by the Owner’s forces or by a qualified testing agency to perform these services. (2) The Owner or Engineer will furnish the Contractor with names, addresses, and telephone numbers of testing agencies engaged by the Owner. B. Contractor Responsibilities: (1) Provide quality control services required in the various specification Sections. Water Line Change Out Phase 4 Quality Requirements April 2019 01400-3 (2) Where third party testing is engaged by the Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. (3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner agrees in writing to such engagement. (4) Where testing is indicated as the Contractor’s responsibility, submit certified written reports in duplicate of each testing service, whether performed by the Contractor’s personnel or Contractor engaged testing agency. (5) Such reports shall include failing tests and retests. (6) Testing requested by the Contractor and not required by the Contract Documents are the Contractor’s responsibility. (7) Where the Contractor’s personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. (8) Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: (1) Regardless of whether original tests were the Contractor’s responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: (1) Cooperate with the Engineer and Contractor in performance of duties. (2) Provide qualified personnel and necessary equipment to perform required tests and inspections. (3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. (4) Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements. (5) Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. (6) Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. (7) Do not perform any duties of the Contractor. E. Associated Services: (1) Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. (2) Notify agency sufficiently in advance of operations to permit assignment of personnel. (3) Provide the following: (a) Access to the Work. (b) Incidental labor and facilities necessary to facilitate tests and inspections. (c) Adequate quantities of representative samples of materials that require testing and inspecting. (d) Assist agency in obtaining samples. (e) Facilities for storage and field curing of test samples. Water Line Change Out Phase 4 Quality Requirements April 2019 01400-4 (f) Additional associated services required of the Contractor for testing access are listed in the specification Sections. (g) Delivery of samples to testing agencies. (h) Preliminary design mix proposed for use for material mixes that require control by testing agency. (i) Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: (1) Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. (2) Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 PRODUCTS Not used PART 1 EXECUTION 1.1 REPAIR AND PROTECTION A. On completion of testing, inspecting, sample taking, and similar services, repair damaged construction, and restore substrates and finishes. B. Provide materials and comply with installation requirements specified in other Sections of these Specifications. C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. D. Protect construction exposed by or for quality control service activities. E. Repair and protection are the Contractor’s responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION Water Line Change Out Phase 4 Testing Laboratory Services April 2019 01410-1 SECTION 01410 TESTING LABORATORY SERVICES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Selection and Payment (2) Quality Assurance (3) Laboratory Responsibilities (4) Laboratory Reports (5) Limits on Testing Laboratory Authority (6) Contractor Responsibilities (7) Schedule of Inspections and Tests B. References: (1) ANSI/ASTM D3740 – Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. (2) ANSI/ASTM E329 – Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.2 SELECTION AND PAYMENT A. An independent firm, provided at the Contractor’s expense, will perform inspection, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for operations requiring services. E. Make arrangements with independent firm and pay for additional samples and tests required for Contractor’s use. F. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. G. The cost associated with compliance testing shall be paid by the Contractor. H. Re-testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. I. Payment for re-testing will be paid by the Contractor. 1.3 QUALITY ASSURANCE A. Comply with requirements of ANSI/ASTM D3740R and ANSI/ASTM E329. B. Testing laboratory shall maintain a full time registered Engineer on staff to review services. Water Line Change Out Phase 4 Testing Laboratory Services April 2019 01410-2 C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.4 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. C. Cooperate with the Engineer and Contractor in performance of services. D. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. E. Ascertain compliance of materials and mixes with requirements of Contract Documents. F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or Products. G. Perform additional inspections and tests required by the Engineer. 1.5 LABORATORY REPORTS A. After each inspection and test, promptly submit three (3) copies of laboratory report to the Engineer and to the Contractor. B. Laboratory test reports shall include: (1) Date issued (2) Project title and number (3) Name of inspector (4) Date and time of sampling or inspection (5) Identification of product and Specification Section (6) Location in the Project (7) Type of inspection or test (8) Date of test (9) Results of tests (10) Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. 1.6 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. 1.7 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. Water Line Change Out Phase 4 Testing Laboratory Services April 2019 01410-3 D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.8 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Water Line Change Out Phase 4 Barricades, Signs and Traffic Handling April 2019 01555-1 SECTION 01555 BARRICADES, SIGNS, AND TRAFFIC HANDLING PART 1 GENERAL 1.1 SUMMARY A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights, and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. B. Section Includes: (1) Description (2) Construction Methods (3) Traffic Control Plan (4) Maintenance PART 2 PRODUCTS 2.1 CONSTRUCTION METHODS A. All barricades, signs, and other types of devices shall conform to details shown on the plans or those indicated in the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). B. All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. PART 3 EXECUTION 3.1 TRAFFIC CONTROL PLAN A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. B. This plan must be approved in writing by the Engineer or Owner in order to be used. C. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on this project site or in the immediate area to insure compliance with the TCP. 3.2 MAINTENANCE A. All retro-reflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing, or a combination thereof such that during darkness and rain the retro-reflective characteristics shall equal or exceed the retro-reflective characteristics of traffic industry standard reflective panels. END OF SECTION Water Line Change Out Phase 4 Waste Material Disposal April 2019 01576-1 SECTION 01576 WASTE MATERIAL DISPOSAL PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Submittals (2) Salvageable Material (3) Excess Material 1.2 SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. B. Submit a copy of written permission from property owner, along with a description of property, prior to disposal of excess material adjacent to the Project. C. Submit a written and signed release from property owner upon completion of disposal work. D. Both written permission and signed release shall include hold-harmless clauses naming the City of Lubbock, Texas as the entities to be held harmless in any subsequent legal proceeding. E. Both property permissions and signed releases shall be attested to by a notary public. PART 2 PRODUCTS Not used PART 3 EXECUTION 1.1 SALVAGEABLE MATERIAL A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements of Section 02221 – Removing Existing Pavements. 1.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess material may be disposed at the WTRDF at no additional cost to the Owner. (1) There will be a tipping fee per ton for construction debris and for excess uncontaminated soil. (2) There will also be a fee per load for every truck that is not covered properly when coming to the landfill. (3) For a complete list of fees associated with the WTRDF, please go to the City’s website at http://solidwaste.ci.lubbock.tx.us/disposal/fees.aspx. Water Line Change Out Phase 4 Waste Material Disposal April 2019 01576-2 (4) All tipping fees shall be considered to be included in the Contractor’s bid prices. C. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the property owner. D. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. END OF SECTION Water Line Change Out Phase 4 Contract Closeout April 2019 01700-1 SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Closeout Procedures (2) Final Cleaning (3) Adjusting (4) Project Record Documents (5) Warranties (6) Spare Parts and Maintenance Materials. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer’s inspection. B. Should the Engineer consider the work incomplete or defective: (1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. (2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit a second written certification that the work is complete. (3) The Engineer will re-inspect the Work. C. Provide submittals to the Engineer that are required by governing or other authorities. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site, sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch, and touch-up marred surfaces to match adjacent finishes. 1.4 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: (1) Contract Drawings (2) Specifications (3) Addenda (4) Change Orders and other Modifications to the Contract (5) Reviewed shop drawings, product data, and samples. Water Line Change Out Phase 4 Contract Closeout April 2019 01700-2 B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: (1) Legibly mark and record at each Product section description of actual Products installed, including the following: (a) Manufacturer’s name and product model and number. (b) Product substitutions or alternates utilized. (c) Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: (1) Legibly mark each item to record actual construction including: (a) Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. (b) Field changes of dimension and detail. (c) Details not on original Contract Drawings. (d) Changes made by Addenda and Modifications. 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.7 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Water Line Change Out Phase 4 Pre-cast Concrete Vaults April 2019 02082-1 SECTION 02082 PRE-CAST CONCRETE VAULTS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 – General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications pertains to pre-cast concrete vaults and related items. 1.3 RELATED SECTIONS A. Section 02317 – Excavation and Backfill for Vaults and Utilities. B. Section 02084 – Frames, Grates, Rings, and Covers. 1.4 REFERENCES A. ASTM C 270 – Standard Specification for Mortar for Unit Masonry. B. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. C. ASTM C 857 – Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. D. ASTM C 858 – Underground Precast Concrete Utility Structure. E. ASTM C 990 – Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. F. ASTM C 1107 - Packaged Dry, Hydraulic-Cement Grout (Nonshrink). G. ASTM C 1244 – Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. H. ASTM D 698 - Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3) 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: (1) Shop drawings of precast concrete vault, including reinforcement, jointing, methods, materials, and dimensions. (2) Summary of criteria used in the vault design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that precast manhole design is in full accordance with ASTM C 857 and ASTM C 858 latest revisions, except as modified herein and on the drawings for internal pressure requirements. (3) Materials to be used for pipe connections at manhole/vault walls. (4) Materials to be used for stubs and stub plugs, if required. (5) Material to be used for sealing of riser joints. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. Each section or part of vault shall be labeled with the vault designation from the drawings to which that section or part belongs. Each section or part shall be labeled prior to Water Line Change Out Phase 4 Pre-cast Concrete Vaults April 2019 02082-2 being shipped from the manufacturer’s plant. Any vault section arriving from the manufacturer without a manhole designation applied to it shall not be unloaded. B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 PRODUCTS 2.1 PRE-CAST CONCRETE VAULTS A. Provide precast concrete vaults as indicated on plans, conforming to ASTM C 857 and ASTM C 858 latest revision. Vault should be of Type VCP 80100, or as shown on plans, as manufactured by Vaughn Concrete Products, Hanson Pre-Cast, or approved equal. Openings shall be precast as shown on plans. B. The minimum clear distance between any two wall penetrations shall be 12 inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. C. For sealants used between concrete riser sections, refer to Section 02082, 2.7 A. D. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 15 psi internal pressure, with only minor weeping over 15 psi internal pressure. Such watertightness shall be proven by a hydrostatic test of four hours duration. 2.2 TRAFFIC-RATED VAULTS A. Traffic-rated vaults shall meet or exceed AASHTO HS-20-44 (H-20 S-16) load rating. B. For water line alignments in the roadway, all vaults are to be traffic-rated. 2.3 CAST-IN-PLACE CONCRETE A. The vault base slab shall be Cast-in-Place Concrete, placed to the dimension and grades shown on the plans. Slab penetrations should be provided at specified locations. B. Conform to requirements of Section 03300 – Cast-in-Place Concrete. 2.4 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 – Cast-in-Place Concrete. 2.5 MORTAR A. Conform to requirements of ASTM C 270, Type S using Portland Cement. 2.6 MISCELLANEOUS METALS A. Provide gray-iron frames, rings, and covers conforming to requirements of Section 02084 – Frames, Grates, Rings and Covers. 2.7 PIPE TO VAULT CONNECTIONS FOR STORM SEWERS A. Grout space between the pipe and vault-wall conforming to ASTM C 1107 for all pipe materials. 2.8 SEALANT MATERIALS A. Seal joints between sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. 2.9 BACKFILL MATERIALS Water Line Change Out Phase 4 Pre-cast Concrete Vaults April 2019 02082-3 A. Backfill materials shall conform to the requirements of Section 02317 - Excavation and Backfill for Utilities. 2.10 NON-SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non-gas-liberating, non-metallic, cement-based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that lines and grades are correct. B. Determine if the subgrade, when scarified and recompacted, can be compacted to 95 percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. 3.2 VAULT BASE SECTIONS AND FOUNDATIONS A. Scarify and compact base material to 95% ASTM D698 standard proctor density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. 3.3 PRE-CAST VAULT SECTIONS A. Install sections, joints, and gasket material in accordance with manufacturer's printed recommendations. B. Seal any lifting holes with non-shrink grout where lifting holes have been allowed by the Engineer. Pressure and leakage requirements in paragraph 2.1 apply. 3.4 BACKFILL A. A. Place and compact backfill materials in the area of excavation surrounding vaults in accordance with requirements of Section 02317 - Excavation and Backfill for Utilities. 3.5 PROTECTION A. Protect vaults from damage until work has been finally accepted. Repair damage to vaults at no additional cost to Owner. END OF SECTION Water Line Change Out Phase 4 Frames, Grates, Rings, and Covers April 2019 02084-1 SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS PART 1 GENERAL 1.1 SUMMARY A. This section of the specification covers iron castings for use as manhole frames and lids, gratings, and rings. A. Section Includes: (1) References (2) Submittals (3) General Castings (4) Manholes Frames and Covers (5) Inflow Prevention Device (6) Installation 1.2 REFERENCES A. AASHTO – American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 – Specification for Gray Iron Castings C. ASTM A 615 – Standard Specification for Deformed Billet-Steel Bars for Concrete Reinforcement D. AWS D 12.1 – Welding Reinforcing Steel 1.3 SUBMITTALS A. Submit product data in accordance with Section 01300 – Submittal Procedures. B. Submit copies of manufacturer’s specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. (1) Include plans, elevations, sections, and connection details. (2) Show anchorage and accessory items. (3) Include setting drawings for location and installation of castings and anchorage devices. PART 2 PRODUCTS 1.4 GENERAL CASTINGS A. Castings for frames, grates, rings, and covers shall conform to ASTM A-48, Class 35. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Provide locking covers if indicated on Drawings. D. Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation. E. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. Water Line Change Out Phase 4 Frames, Grates, Rings, and Covers April 2019 02084-2 F. Cast dimensions may vary by +/- 1/16 inch per foot. G. Weight shall not vary from published weight by more than +/- 5 percent. H. Castings shall be clean, free from blowholes and other surface imperfections. I. Cast holes in covers shall be clean and symmetrical, free of plugs. 1.5 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A-48, having a clear opening of not less than 30 inches. B. Frame and cover shall have a weight of not less than 275 pounds. C. Cover shall be furnished with lifting ring cast into the cover in such a manner as to prevent water leaking through. D. Cover shall include lettering: “City of Lubbock, Texas - Sanitary Sewer”. 1.6 INFLOW PREVENTION DEVICE (IPD) A. Manholes shall be equipped with an Inflow Prevention Device to prevent unwanted inflow into the sanitary sewer system. B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. PART 3 EXECUTION 1.7 INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer’s printed materials. B. Set castings accurately at required locations to proper alignment and elevation. C. Keep castings plumb, level, true, and free of rack. D. Measure location accurately from established lines and grades. E. Brace or anchor frames temporarily in formwork until permanently set. END OF SECTION Water Line Change Out Phase 4 Removing Esisting Pavements April 2019 02221-1 SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1 GENERAL 1.1 SUMMARY A. This section of the specifications covers the removal of existing pavements, including, but not limited to, concrete paving, brick paving, asphaltic paving, concrete curb and/or gutter, and concrete sidewalks. B. Section Includes: (1) Regulatory Requirements (2) Preparation (3) Protection (4) Removals (5) Backfill (6) Disposal 1.2 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 – Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 PREPARATION A. Obtain advance approval from the Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. C. Paint, stake and flag locations. 3.2 PROTECTION A. Protect the following from damage or displacement: (1) Adjacent public and private property. (2) Trees, plants, and other landscape features designated to remain. (3) Utilities not designated to be removed. (4) Pavement and utility structures not designated to be removed. (5) Benchmarks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. B. Do not use a drop hammer near existing underground utilities. C. Minimize amount of earth loaded during removal operations. Water Line Change Out Phase 4 Removing Esisting Pavements April 2019 02221-2 D. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. E. Do not break concrete pavement or base with drop hammer. F. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing construction or expansion joints, break out to existing joint. G. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. H. Any existing concrete, which is damaged or destroyed beyond the neat lines so established, shall be replaced at the Contractor’s expense. I. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat, clean appearance. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02317 – Excavation and Backfill for Utilities as applicable to the specific portion of the Work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 – Waste Material Disposal. END OF SECTION Water Line Change Out Phase 4 Dewatering April 2019 02240-1 SECTION 02240 DEWATERING PART 1 GENERAL 1.1 SUMMARY A. This Section includes construction dewatering procedures and requirements. (1) A geotechnical survey has not been performed at the site. (2) This Section shall be applicable only if ground water begins to enter the trench. (3) Any required dewatering for this project shall be considered subsidiary to pipeline and manhole installation and no separate compensations will be paid. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Quality Assurance (4) Project Conditions (5) Preparation (6) Installation (7) Observation Wells 1.2 SUBMITTALS A. Shop Drawings for Information: (1) For dewatering system, show arrangements, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. (2) Include layouts of piezometers and flow-measuring devices for monitoring performance of dewatering system. (3) Include written report outlining control procedures to be adopted if dewatering problems arise. (4) Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations. (5) Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. (6) Note locations and capping depth of wells and well points. B. Field Test Reports: (1) Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable ground. B. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. Water Line Change Out Phase 4 Dewatering April 2019 02240-2 C. Prevent surface water from entering excavations by grading, dikes, and other means approved by the Engineer. D. Remove dewater system if no longer needed. 1.4 QUALITY ASSURANCE A. Comply with water disposal requirements of authorities having jurisdiction. 1.5 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: (1) A geotechnical report has not been prepared for the Project area. (2) The Contractor, at own expense, may make test borings and conduct other exploratory operations necessary for dewatering. (3) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (4) Clearly identify benchmarks and record existing elevations. (5) During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. (6) Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. B. Prevent surface water and subsurface or ground water from entering excavations, ponding on prepared subgrades, and from flooding site and surrounding area. C. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. D. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. Water Line Change Out Phase 4 Dewatering April 2019 02240-3 3.2 INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface-water controls. B. Before excavating below ground water level, place system into operation to lower water to specified levels. C. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. D. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. E. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of foundations, drains, sewers, and other excavations. F. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope stability. G. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. H. Maintain piezometric water level a minimum of sixty (60) inches below surface of excavation. I. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. J. Dispose of water in a manner that avoids inconvenience to others. K. Provide sumps, sedimentation tanks, and other flow-control devices as required by authorities having jurisdiction. L. Provide standby equipment on-site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. N. Remove dewatering system from Project Site on completion of dewatering. O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches below overlying construction. P. Promptly repair damages to adjacent facilities caused by dewatering operations. 3.3 OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometric water levels in observation wells. C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive, damaged, or destroyed. D. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. E. Add or remove water from observation well risers to demonstrate that observation wells are functioning properly. F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION Water Line Change Out Phase 4 Controlled Low Strength Material – Flowable Fill April 2019 02257-1 SECTION 02257 CONTROLLED LOW STRENGTH MATERIAL – FLOWABLE FILL 1.1 WORK INCLUDED A.Furnish labor, materials, equipment, and incidentals necessary to mix and place a flowable mortar fill, consisting of Portland Cement, fine aggregate, fly ash, and water in the proper proportions as specified herein. Flowable fill shall be used to bed and backfill around piping and utilities where indicated. 1.2 QUALITY ASSURANCE A.Design Criteria; Concrete Proportions and Consistency: 1. Concrete shall be proportioned to give the necessary workability and strength and shall conform to the following governing requirements. 28 Day Compressive Strength-psi (Min-Max) Min. Cement Pounds Per Cu. Yd. Fine Aggregate Pounds Per Cu. Yd. Max. Water Pounds Per Cu. Yd. Max. Fly Ash Pounds Per Cu. Yd. 70 - 150 50 2720 290 150 2. Fluidity of the flowable mortar shall be measured by the Corps of Engineers flow cone method, according to their specification CRD-C611-80. Prior to filling the flow cone with flowable mortar, the mixture shall be passed through a 1/4-inch screen. Time of efflux shall be approximately 12 seconds. B.Factory Testing: The Contractor shall be responsible for the design of the material. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the specifications. Concrete mix additive such as "Darafill" manufactured by Grace Construction Products or equal products may be required to achieve the low strength and the flowability requirements. In lieu of trial mix design, Contractor may submit a mix design used successfully in previous similar work, for similar materials for approval by Engineer. The Contractor shall not make changes in materials (gradation, source, brand, or proportions) of the mixture after having been approved, except by specific approval of the Engineer. C.Pre-Job Testing: Pre-job testing with actual equipment and intended configuration of concrete sample may be required to determine whether the material can be excavated. The testing equipment and configuration of concrete sample shall be determined by the Owner’s representative. D. Testing: It is the responsibility of the Contractor to achieve and maintain the quality of material required by this specification. However, the Owner may secure the services of an independent testing laboratory to verify the quality of the material. The Owner shall have the right to require additional testing, strengthening, or replacement of concrete that has failed to meet the minimum requirements of this section. Water Line Change Out Phase 4 Controlled Low Strength Material – Flowable Fill April 2019 02257-2 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01300, and shall include a trial mix design on material 1.4 STANDARDS AND REFERENCES A. Materials shall meet recommendation for mix design and placement, as published by National Ready Mixed Concrete Association. B. The applicable provisions of the following references and standards shall apply to this section as if written herein in their entirety. 1.American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specifications for Concrete Aggregates ASTM C40 Test Method for Organic Impurities In Fine Aggregates For Concrete ASTM C150 Specification for Portland Cement ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as Mineral Admixture in Portland Cement Concrete 2. Federal Specifications: a.COE – (CRD-C611-80). PART 2 – PRODUCTS 2.1 MATERIALS A. Cement: Portland Cement conforming to the specifications and test for Type I Portland Cement per ASTM C-150 B. Fine Aggregate: Fine aggregate consisting of natural, washed and screened sand having clean, hard, strong, durable, uncoated grains complying with the requirements for ASTM C33. The sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95 percent pass at 1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong alkali, or organic material that gives a color darker than the standard color when tested in accordance with ASTM C40. C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class “C” fly ash. The fly ash may be used in controlled low-strength material. D. Water: Water for concrete shall be clean and free from oil, acid, alkali, organic matter or other harmful impurities. Water which is suitable for drinking or for ordinary household use will be acceptable for concrete. Where available, water shall be obtained from main of a waterworks system. E. Additive: “Darafill” or approved alternate additive may be required to meet these specifications. Water Line Change Out Phase 4 Controlled Low Strength Material – Flowable Fill April 2019 02257-3 2.2 MIXES A. In the determination of the amount of water required for mix, consideration shall be given to the moisture content of the aggregate. The net amount of water in the mix will be the amount added at the mixer; plus the free water in the aggregate; and minus the absorption of the aggregate, based on a 30 minute absorption period. No water allowance shall be made for evaporation after batching. B. The methods of measurement of materials shall be such that the proportions of water to cement can be closely controlled during the progress of the work and easily checked at any time by the Owner’s Representative. To avoid unnecessary or haphazard changes in consistency, the aggregate shall be obtained from sources which will insure a uniform quality and grading during any single day’s operation and they shall be delivered to the work and handled in such a manner that the variation in moisture content will not interfere with the steady production of concrete of reasonable degree of uniformity. Sources of supply shall be approved by the Owner’s Representative. C. All material shall be separately and accurately measured. Measurement may be made by weight or by volume, as determined by the Contractor; however; all equipment for measurement of materials shall be subject to approval by the Owner’s Representative. D. The proportions of the mix shall be such as to produce material that can be placed readily into the void area without spading or vibrating, and without segregation or undue accumulation of water or laitance of the surface. E. When additive is contained in the concrete mix, the additive ingredients, proportions and placement of the additive shall be per manufacturer’s recommendations. PART 3 – EXECUTION 3.1 INSTALLATION A. Contractor shall give the Owner’s Representative sufficient advance notice before starting to place material in any area to permit inspection of the area and to prepare for pouring. B. Conduct the operation of depositing and compacting the material so as to form a compact, dense, impervious mass. C. Flowable fill shall be placed the full depth into the trenches. The fill shall be brought up uniformly to the elevation shown in the Plans. Flowable fill shall be protected from traffic for a period of 72 hours. D. The material shall be placed against undisturbed trench walls, and shall not be placed on or against frozen ground. E. Material shall be placed in lifts or other measures shall be taken to prevent pipe flotation. Material shall be allowed to harden before placing next lift. END OF SECTION Water Line Change Out Phase 4 Excavation Support and Protection April 2019 02260-1 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1 GENERAL 1.1 SUMMARY A. This Section includes temporary excavation support and protection systems. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Project Conditions (4) Materials (5) Preparation (6) Sheet Piling (7) Trench Boxes (8) Trenching Procedures 1.2 SUBMITTALS A. Shop Drawings for Information: (1) Prepared by or under the supervision of a qualified Professional Engineer for excavation support and protection systems. (2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification data for installer and Professional Engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. B. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. C. Prevent surface water from entering excavations by grading, dikes, or other means approved by the Engineer. D. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. Water Line Change Out Phase 4 Excavation Support and Protection April 2019 02260-2 B. Project Site Information: (1) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (2) Clearly identify benchmarks and record existing elevations. (3) During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. (4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS 2.1 MATERIALS A. Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A 690M; with continuous interlocks. PART 3 EXECUTION 3.1 PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. B. Shore, support, and protect utilities encountered. C. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. E. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. F. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. H. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. B. Limit vertical offset of adjacent sheet piling to sixty (60) inches. C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. Water Line Change Out Phase 4 Excavation Support and Protection April 2019 02260-3 D. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3 TRENCH BOXES A. Provide Engineer approved trench boxes sufficient for depth and width of open-cut trench. B. All exposed trench shall be protected. 3.4 TRENCHING PROCEDURES A. Provide shoring systems in accordance with the Contractor’s submitted design to adequately resist earth pressures. B. Proceed with work in an orderly fashion. C. Install trench bracing systems as soon as possible after opening trenches. D. Do not allow workers in trench prior to installing trench bracing systems. E. Backfill trenches as soon as possible after completion of work. F. Stockpile excavated materials at three (3) feet away from edge of trench. G. Maintain barricades and signage as required by State and Local codes to protect open excavations. H. Do not allow surface water to enter excavations. I. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. K. Cut back method may not be used where there is insufficient work area to employ it. L. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION Water Line Change Out Phase 4 Excavation and Backfill for Utilities April 2019 02317-1 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART 1 GENERAL 1.1 SUMMARY A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. B. Section Includes: (1) Definitions (2) References (3) Scheduling (4) Submittals (5) Tests (6) Equipment (7) Material Classifications (8) Accessories (9) Installation (10) Preparation (11) Protection (12) Excavation (13) Handling Excavation Materials (14) Trench Foundation (15) Ground Water Control (16) Pipe Embedment, Placement and Compaction (17) Trench Zone Backfill, Placement and Compaction (18) Field Quality Control (19) Disposal of Excess Material 1.2 DEFINITIONS A. Pipe Foundation – Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over-excavations. B. Pipe Bedding – The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D. C. Haunching – The material placed on either side of the pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial Backfill – The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from on trench sidewall to opposite sidewall. E. Pipe Embedment – The portion of trench backfill that consists of bedding, haunching, and initial backfill. Water Line Change Out Phase 4 Excavation and Backfill for Utilities April 2019 02317-2 F. Trench Zone – The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath paving. G. Backfill – Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems – Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 – Dewatering. I. Surface Water Control – Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage – Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. L. Dry Stable Trench – Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. M. Stable Trench with Seepage – Stable trench in which ground water seepage is controlled by excavation drainage. N. Stable Trench with Seepage in Clayey Soils – Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. O. Stable Wet Trench in Sandy Soils – Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. P. Unstable Trench – Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving, or loss of density. Q. Subtrench – Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. R. Over-Excavation and Backfill – Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. S. Foundation Backfill Materials – Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. T. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 – Excavation Support and Protection U. Trench Shield (Trench Box) – A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by Water Line Change Out Phase 4 Excavation and Backfill for Utilities April 2019 02317-3 cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. V. Shoring System – A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.3 REFENCES A. ASTM D 558 – Test Methods for Moisture-Density Relations of Soil Cement Mixtures. B. ASTM D 698 – Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop. C. ASTM D 1556 – Test Method for Density in Place by the Sand-Cone Method. D. ASTM D 2487 – Classification and Soils for Engineering Purposes. E. ASTM D 2922 – Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 – Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 – Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex-101-E – Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex-110-E – Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration (OSHA). 1.4 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.5 SUBMITTALS A. Conform to Section 01300 – Submittal Procedures B. Submit a written description for information only of the planned typical method of excavation, backfill placement, and compaction, including: (1) Sequence of work and coordination of activities. (2) Selected trench widths and dimensions of excavations. (3) Procedures for foundation and embedment placement, and compaction. (4) Procedure for use of trench boxes and other pre-manufactured systems while assuring specified compaction against undisturbed soils. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 – Utility Backfill Materials. D. Submit record of location of pipe as installed, referenced to the TxDOT coordinate system. (1) Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. (2) Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. 1.6 TESTS Water Line Change Out Phase 4 Excavation and Backfill for Utilities April 2019 02317-4 A. The Contractor is to perform backfill material source qualification testing in accordance with requirements of Section 02320 – Utility Backfill Materials. B. The Contractor shall have a competent, separate agency perform field density tests of trench backfill representative of each 200 linear feet of trench and each compacted layer. PART 2 PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand-operated tamping equipment until a minimum cover of twelve (12) inches is obtained over pipes, conduits, and ducts. C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is obtained. E. Do not use vibratory equipment if adjacent structures could be affected. F. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 – Utility Backfill Materials. 2.3 ACCESSORIES A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; colored as follows: (1) Red – Electric (2) Yellow – Gas, oil, steam, and dangerous materials. (3) Orange – Telephone and other communications. (4) Blue – Water systems. (5) Green – Sewer systems. B. Locator Wire: Install continuously coated ten (10) gauge locating wire as indicated on Plans. PART 3 EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. B. Install rigid pipe to conform to the trench details shown in the drawings. 3.2 PREPARATION Water Line Change Out Phase 4 Excavation and Backfill for Utilities April 2019 02317-5 A. Establish traffic control to conform to requirements of Section 01555 – Barricades, Signs, and Traffic Handling and the drawings. B. Perform work to conform to applicable safety standards and regulations. C. Employ a trench safety system as specified in Section 02260 – Excavation Support and Protection. D. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. E. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. F. Remove existing pavements and structures, including sidewalks and driveways, to conform to requirements of Section 02220 – Demolition, Removal, and Salvaging of Existing Material. G. Maintain permanent benchmarks, monumentation and other reference points, and unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the construction limits. B. Protect and support above grade and below grade utilities, which are to remain. C. Restore damaged permanent facilities to pre-construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. Take measures to minimize erosion of trenches and excavations. E. Do not allow water to pond in trenches or excavations. F. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner. G. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. H. Verification of location, size, and burial depth of existing utilities shall be the complete responsibility of the Contractor. I. The Contractor is responsible for notifying pipeline and cable utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. J. Coordinate vertical separation requirements with utility owners and any other special construction considerations. K. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. L. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences, or other existing structures either above or below ground; in such instances hand methods shall be employed. 3.4 EXCAVATION A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and alignments shown on the Drawings. B. Avoid disturbing surrounding ground and existing facilities and improvements. C. Determine trench excavation widths based on the requirements shown on the plans. D. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trenches makes it uneconomical or impractical to pump from the surface elevation. Water Line Change Out Phase 4 Excavation and Backfill for Utilities April 2019 02317-6 E. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. G. Shoring of Trench Walls: (1) Install special shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. (2) For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. (3) Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out behind the trench wall support. (4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. (5) Leave rangers, walers, and braces in place as long as required to support the sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. (6) Employ special methods for maintaining the integrity of embedment or foundation material. (7) Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. (8) As supports are moved, finish placing and compacting embedment. (9) If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. (10) Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a one (1) inch thick steel plate. (11) Fill voids left on removal of supports with compacted backfill material. H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. I. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both the workers and the public. J. Use of Trench Shields/Trench Boxes: (1) Make trench excavations of sufficient width to allow shield to be lifted or pulled feely, without damage to the trench sidewalls. (2) Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged or disturbed, or the degree of compaction reduced. (3) When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. (4) For backfill above bedding, lift the shield as each layer of backfill is placed and spread. (5) Place and compact backfill materials against undisturbed walls and foundation. (6) Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. (7) Contractor shall provide trench shield for Owner’s tests within the trench as required in paragraph 3.11.B Water Line Change Out Phase 4 Excavation and Backfill for Utilities April 2019 02317-7 3.5 HANDLING EXCAVATION MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming to Section 02320 – Utility Backfill Materials. B. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. D. Protect excess stockpiles for use on site. E. Maintain site conditions in accordance with Section 01500 – Temporary Facilities and Controls. 3.6 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of the pipe. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.7 GROUND WATER CONTROL A. Should ground water become an issue, refer to Section 02240 – Dewatering. B. Provide a stable trench to allow installation in accordance with the Specifications. 3.8 PIPE EMBEDMENT, PLACEMENT AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on the Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. D. Do not allow materials to free-fall from heights greater than twenty-four (24) inches above top of pipe. E. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. F. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. G. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. I. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. J. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. Water Line Change Out Phase 4 Excavation and Backfill for Utilities April 2019 02317-8 K. If necessary, hold small-diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. L. Shovel in-place and compact embedment material using pneumatic tampers in restricted areas, and vibratory-plate compactors or engine-powered jumping jacks in unrestricted areas. M. Compact each lift before proceeding with placement of the next lift. N. Water tamping and water jetting are not allowed. O. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material under haunches. P. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A and 2.3.B. 3.9 TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore as soon as practicable. B. Leave only the minimum length of trench open as necessary for construction. C. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. D. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. (1) Cut off sheeting two (2) feet or move above the crown of the pipe. (2) Remove trench supports within five (5) feet from the ground surface. E. Place trench zone backfill in lifts and compact by methods selected by the Contractor. F. Fully compact each lift before placement of the next lift. G. Cement Stabilized Backfill/Lean Concrete Backfill: (1) Place in depths as shown on plans. (2) Use vibratory equipment to ensure placement under the haunches of the pipe. (3) Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in-place cement stabilized backfill has attained a penetration resistance reading of at least thirty (30) when measured with a soil penetrometer according to ASTM D 1558 and using a one-tenth square inch needle. (4) This equates to a penetration resistance of approximately 300 pounds per square inch. (5) This is not a strength requirement of the cement-stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. (6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. (7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one-tenth square inch needle. (8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day’s trench length that is planned for controlled density backfill operations. (9) Such readings shall be taken prior to commencing backfill operations. H. Bedding Material: (1) Sand bedding shall be loosely placed in trench as shown on the Drawings. I. Gravel Embedment: (1) Place in depths as shown on plans Water Line Change Out Phase 4 Excavation and Backfill for Utilities April 2019 02317-9 (2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of the pipe. J. Native Material/Borrow Material (Pipe Installation): (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep’s foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. K. Topsoil: (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep’s foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 – Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to the Owner. C. Tests will be performed by the Contractor on a minimum of three (3) different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three (3) tests for moisture-density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture-density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. The Contractor shall perform in-place density tests of compacted pipe foundation, embedment, and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. F. A minimum of one test for every 200 linear feet of compacted trench zone backfill material for each compacted layer. G. Density tests will be distributed around the placement areas. Placement areas are foundation, bedding, haunching, initial backfill, and trench zone. Water Line Change Out Phase 4 Excavation and Backfill for Utilities April 2019 02317-10 H. The number of tests will be increased if compacting effort is variable and not considered sufficient to attain uniform density, as specified. I. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. J. Two (2) verification tests will be performed adjacent to in-place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. K. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. L. Recondition, recompact, and retest at Contractor’s expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor’s expense. M. Acceptability of crushed rock compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 – Waste Material Disposal. END OF SECTION Water Line Change Out Phase 4 Utility Backfill Materials April 2019 02320-1 SECTION 02320 UTILITY BACKFILL MATERIALS PART 1 GENERAL 1.1 SUMMARY A. This Section of the specification covers materials related to the backfill of utilities. B. Section Includes: (1) “Concrete” sand (for use as pipe bedding). (2) Native soil materials. (3) Topsoil. (4) Crushed stone. (5) Cement stabilized backfill. C. Related Sections: (1) Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. (2) Section 01300 – Submittal Procedures (3) Section 01400 – Quality Requirements (4) Section 02317 – Excavation and Backfill for Utilities. 1.2 DEFINITIONS A. Refer to Section 02317 – Excavation and Backfill for Utilities. 1.3 REFENCES A. ASTM C 33 – Specification for Concrete Aggregate. B. ASTM C 40 – Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 – Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 – Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 – Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 – Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 – Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 – Test Method for Amount of Materials in Soils Finer Than Number 200 Sieve. I. ASTM D 2487 – Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 – Standard Practice for Description and Identification of Soils (Visual-Manual Procedure). K. ASTM D 4318 – Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 – Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex-101-E – Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex-104-E – Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex-106-E – Test Method – Methods of Calculating Plasticity Index of Soils. Water Line Change Out Phase 4 Utility Backfill Materials April 2019 02320-2 P. TxDOT Tex-110-E – Determination of Particle Size Analysis of Soils. 1.4 SUBMITTALS A. Conform to Section 01300 – Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off-site backfill materials. D. For each delivery of material, provide a delivery ticket which includes source location. 1.5 TESTS A. Perform tests of sources for off-site backfill material. B. Verification tests of backfill materials may be performed by the Owner, at the Owner’s expense; however, failing tests will be charged to the Contractor. PART 2 PRODUCTS 2.1 MATERIAL DESCIRPTIONS A. “Concrete” Sand (1) Coarse-grained, well-graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C 33. (2) Gradation shall conform to ASTM C 136 and the following limits. Sieve Percent Passing 3/8”100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Native Soil Material for Backfill (1) Provide backfill material that is free of stones greater than six (6) inches, free of roots, waste, debris, trash, organic material, unstable material, non-soil matter, hydrocarbons, or other contamination. C. Topsoil (1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic matter, unstable material, non-soil matter, hydrocarbons, or other contamination. (2) Surface should be made clear of rock and other debris before planting. (3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non- paved areas. D. Gravel Embedment (1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, and other non-gravel matter. (2) Provide gravel embedment that meets the following gradation requirements: Water Line Change Out Phase 4 Utility Backfill Materials April 2019 02320-3 Sieve Percent Retained 3/8”0 No. 4 5 to 15 No. 10 50 to 90 No. 40 90 to 100 (3) A minimum of four inches of gravel embedment will be placed under the pipe. This material will be used for backfill to the top of the pipe. This material MUST be shovel sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe. E. Cement Stabilized Backfill (1) Cement Content – 2 sack mix per cubic yard. (2) Water/Cement Ratio – 0.60. (3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for backfilling pipe sizes forty-eight (48) inches and greater in diameter. (4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less than forty-eight (48) inches in diameter. 2.2 MATERIAL TESTING A. Ensure that material selected, produced, and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three (3) samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: (1) Gradation: Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. (2) Plasticity of material passing the No. 40 sieve. (3) Clay lumps. (4) Lightweight pieces. (5) Organic impurities. C. Production Testing: Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Native material requires testing only when questionable material is encountered. PART 3 EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top two (2) feet of excavated material shall be used as topsoil. B. Identify off-site sources for backfill material at least fourteen (14) days ahead of intended use so that the Engineer may obtain samples from verification testing. Water Line Change Out Phase 4 Utility Backfill Materials April 2019 02320-4 C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor’s expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations as practical for material handling and control. B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3 FIELD QUALITY CONTROL A. Quality Control (1) The Engineer may sample and test backfill at: i. Sources including borrow pits, production plants, and Contractor’s designated off-site stockpiles. ii. On-site stockpiles. iii. Materials placed in the Work. (2) The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner’s testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. END OF SECTION Water Line Change Out Phase 4 Boring and Encasing April 2019 02445-1 SECTION 02445 BORING AND ENCASING PART 1 GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. The section covers utility bores and placing steel encasement in open cut trenches. B. The encasement will be installed at the locations indicated on the attached plans. C. The contractor will be responsible for providing all labor, materials, equipment and incidentals necessary to accomplish the following: (1) Construction of the bore and bore pits or trench cut. (2) Installing the appropriate steel casing. (3) Installing the water supply pipe in the steel casing using the pipe manufactures recommended practices. (4) Backfill all excavations. (5) All traffic barricading and control. (6) All trench safety requirements. (7) Implementing a best management plan for the control of storm water runoff 1.2 CONTRACTOR USE OF SITE A. Limit use of site to allow: (1) Owner occupancy. (2) Contractor. B. Coordinate use of site under direction of Owner's Representative. C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other Contractors. D. Move any stored products under Contractor's control, which interfere with operations of (1) Owner. E. Assume full responsibility for the protection and safekeeping of products furnished under this contract, stored on or off the site. 1.3 WORK SEQUENCE A. Construct Work to accommodate Owner's occupancy requirements during the construction period. B. Sequence and schedule shall balance Owner’s occupancy and the requirements of adjacent utility work and construction schedules of other government agencies, however, Contractor’s coordination for construction schedule and operations shall be with the Engineer or the Owner's Representative only. 1.4 SUBMITTALS A. Provide written plan with methods and materials to be used in bore and casing process. B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of proposed locations within pipe casing. Water Line Change Out Phase 4 Boring and Encasing April 2019 02445-2 1.5 STANDARDS A. All work shall be accomplished in accordance with the following standards: (1) AWWA C-206 “Field Welding of Steel Water Pipe” (2) AWWA C-210 “Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines” (3) AASHTO M-190 “Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches” (4) AASHTO Standard Specifications for Highway Bridges, 1993. (5) ASTM A-36 “Carbon Structural Steel” (6) ASTM A-123 “Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products” (7) ASTM A-135 “Electric – Resistance – Welded Steel Pipe” (8) ASTM A-139 “Electric – Fusion (Arc) – Welded Steel Pipe” (NPS4 and over) (9) ASTM A-153 “Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware” (10) ASTM A-307 “Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength” (11) ASTM A-449 “Quenched and Tempered Steel Bolts and Studs” (12) ASTM A-568/M “Steel, Carbon, and High Strength, Low Alloy, Hot-Rolled and Cold- Rolled for Commercial Quality” (13) ASTM C-76 “Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe” (14) ASTM D-4254 “Test Methods for minimum Index Density of Soils and Calculations of Relative Density” B. Additional standards contained in the City of Lubbock Public Works Engineering Design Standards and Specifications handbook also apply. 1.6 QUALITY ASSURANCE A. Installer’s Qualifications (1) Installers shall be competent and experienced in boring work of equal scope. (2) Installers shall provide proof of successful, related work experience with references. B. Job Conditions (1) Where work is in the right-of-way of any government or corporate jurisdiction, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations, instructions and limitations of each right-of-way owner. Coordination shall be through Owner’s representative. (2) Excavated material shall be kept off of roads and railroad tracks at all times. (3) No blasting is allowed at any time. (4) The Contractor shall protect existing pipelines and utilities. The Contractor shall verify location and elevation of all pipelines, power lines and communication cable in the construction area prior to execution. Verification of existing pipe and cable utilities shall be the sole responsibility of the Contractor. 1.7 OWNER OCCUPANCY A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's operation. B. Schedule the Work to accommodate this requirement. Water Line Change Out Phase 4 Boring and Encasing April 2019 02445-3 PART 2 PRODUCTS 2.1 STEEL CASING A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casing shall meet ASTM A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal. B. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or heavy rust. Used Casing may be used with the Owners Representative approval and inspection. Casing joints shall be fillet welded according to ASTM C-206. 2.2 CASING SPACERS A. Casings spacers shall be sized according to the plans with steel casing to clear the bell and not center the line vertically within the casing. B. Approved casing spacers include: (1) Advance Products (2) BMW (3) Cascade (4) CCI Pipeline (5) Culpico (6) PSI C. Other casing spacers may be used with approval from the Owner Representative or the Engineer. 2.3 JOINT RESTRAINT A. Uncased pipe bores are permitted with Engineer’s approval. B. Approved joint restraint devices which prevent over-insertion: (1) EBAA Mega-Stop (for push direction only) (2) CertainTeed Certa-Lok (3) Other over-insertion protection devices must be submitted prior to approval. C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe spacers. D. All uncased bore methods require Contractor to submit joint restraint manufacturer’s literature for Engineer’s approval. PART 3 EXECUTION 3.1 BORES A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified or instructed. B. Water used for lubrication of cuttings in conjunction with boring operations shall be permitted. Jetting shall be prohibited. C. All bores under existing paving will be subject to the following precautions: (1) Auger Boring – Auger boring shall use a pilot hole to set precise, clear auger path. (2) Wet (Slick) Boring – Under highway and arterial street pavement, the use of wet boring techniques shall be subject to the approval of the Engineer on a case-by-case basis. Water Line Change Out Phase 4 Boring and Encasing April 2019 02445-4 (3) Impact Moling – Impact moling shall be used only for bore sizes 3” in diam. and smaller. Impact moling may be used for drilling pilot holes. (4) Pipe Jacking or Ramming – Continue jacking process to completion once it has begun to prevent the pipe from becoming firmly set in the embankment. (5) Microtunneling – Remote tunneling trenchers are allowed within the constraints and operational limitations set by manufacturer. D. Contractor shall be fully responsible to insure the boring methods used are safe and adequate for workers, installed pipe, property, the public, adjacent utilities and other site conditions. E. The bore must be at or near level. A tolerance of 1/2 % grade either positive or negative will be allowed. F. Contractor is responsible for removing all excavated material. G. Contractor shall be responsible for trench safety and all traffic control requirements. H. After installing the water pipe in the encasement the ends of the encasement must be sealed to prevent soil creep into the pipe. 3.2 PIPE INSTALLATION A. Contractor shall use approved joint restraint devices for pipe within casing. B. Contractor shall use approved spacers as specified to install pipe in casing. 3.3 OPEN TRENCH ENCASEMENT A. The water distribution pipe shall be installed in the same manner as the encased bores. The cost of installing the carrier pipe will include any appurtenances needed to protect the pipe as per manufacture recommendation. B. The ends of the encasement shall be sealed after the carrier pipe is installed. END OF SECTION Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-1 SECTION 02665 WATER PIPING, VALVES, AND FITTINGS PART 1 GENERAL 1.1 SUMMARY A. This section of the specifications covers all water piping, valves, and fittings required for the project. B. Section Includes: (1) Material Schedule (2) Submittals (3) References (4) Materials (5) Polyvinyl Chloride (PVC) Pipe (6) Ductile Iron Pipe (7) Concrete Cylinder Pipe (8) Pipe Fittings (9) Flexible Couplings and Flanged Coupling Adapters (10) Pipe Joints (11) Steel Casing (12) Valves (13) Fire Hydrants (14) Polyethylene Wrap (15) Joint Restraints (16) Concrete (17) General (18) Inspection (19) Responsibility for Materials (20) Handling Pipe and Accessories (21) Alignment and Grade (22) Manner of Handling Pipe and Accessories in Trench (23) Cleaning and Inspecting (24) Laying and Jointing PVC Pipe (25) Plugging Dead Ends (26) Fittings (27) Setting Valves, Valve Boxes, Fire Hydrants and Fittings (28) Thrust Restraint (29) Excavation, Trenching and Backfilling (30) Line Testing (31) Disinfection of Pipelines (32) Installation of Steel Pipe Casing and Pipe in Casing Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-2 (33) Pipe Identifiers (34) Cleanup 1.2 MATERIAL SCHEDULE A. 6”, 8”, 10” and 12” lines shall be AWWA C 900, DR 18 PVC pipe. B. Ductile Iron Fittings (AWWA C 153) C. Tapping Sleeve (ductile iron or stainless steel) D. Gate Valves E. Valve Boxes F. Fire Hydrants (AWWA C 502) G. Mechanical Joint Restraints 1.3 SUBMITTALS A. Submit all manufacturers’ data for all pipe and fittings including all pipe thickness class calculations, steel casing, and casing spacers. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer’s installation instructions. E. Submit manufacturer’s loading, unloading, and storage requirements. F. Submit product information for pipe identification tape. G. Submit concrete mix design for concrete thrust blocking. 1.4 REFERENCES A. AWWA C 104 – Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. B. AWWA C 110 – Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water. C. AWWA C 111 – Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. D. AWWA C 104 – Rubber Seated Butterfly Valves. E. AWWA 509 – Resilient Seated Gate Valves for Water Supply. F. AWWA C 900 – Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch through 12 inch, for water distribution. G. AWWA C 905 – Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch through 48 inch, for water transmission and distribution. H. AWWA C 301 – Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and other Liquids. I. AWWA C 303 – Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger K. ANSI/AWWA C-205 Standard for Cement-Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. and Larger-Shop Applied L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144" N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings O. ANSI/AWWA C-209 Standard for Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-3 P. ANSI/AWWA C-210 Standard for Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water Pipelines R. ANSI/AWWA C-216 Standard for Heat-Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water Pipelines and Fittings T. ANSI/AWWA C-219 Standard for Bolted Sleeve-Type Couplings for Plain-End Pipe U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings V. AWWA M-11 Steel Pipe - A guide for Design and Installation W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High-Temperature Service. X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc Coated Welded and Seamless Y. ASTM E 165 Method for Liquid Penetrant Examination Z. ASTM E 709 Guide for Magnetic Particle Examination AA. ASME Section V Nondestructive Testing Examination BB.ASME Section IX Welding and Brazing Qualification. CC.AWS B2.1 Standard for Welding Procedure and Welding Qualifications. PART 2 PRODUCTS 2.1 MATERIALS A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12 inches and smaller shall be AWWA C-900, DR-18. B. PVC pipe 14 inches and larger shall be AWWA C-905, DR-21. The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint length shall be twenty (20) feet. D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including nominal size, dimension, ratio, AWWA pressure class, manufacturer’s name and code, and seal of testing agency that verified the suitability of the pipe material for potable water. Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-4 E. Pipe shall meet all additional test requirements as described in AWWA C-900 or C-905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE A. Ductile Iron pipe 12” shall be Class 200. B. Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revisions: (1) ANSI/AWWA C150/A21.50-81 (2) ANSI/AWWA C104/A21.4-80 (3) ANSI/AWWA C151/A21.4-80 C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI A21.4) specifications. The external surface shall be coated with an asphalt base paint. D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. E. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe. F. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C11-72 (ANSI A21.11) or its latest revision. 2.4 CONCRETE CYLINDER PIPE A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the latest revision of AWWA C-301. B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the latest revision of AWWAS C303-78 C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally and helically. D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303-78. E. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to “Standard Specifications and Test for Portland Cement” A.S.T.M. serial designations C150 and C77. (2) Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate. (3) The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy duty diaper. (a) The width of the diaper shall be nine inches. (b) The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2.5 PIPE FITTINGS A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in accordance with AWWA C 104. Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-5 C. Fittings shall be ductile iron and shall be mechanical joint or push-on joint unless otherwise specified or shown on the Drawings. D. Ductile Iron Fittings – Ductile iron fittings shall conform to AWWA C153 110. Fittings shall be mechanical joint or push-on joint unless otherwise specified or shown on the Drawings. E. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. F. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement-lined in accordance with the specifications for coating and lining the pipe. G. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for ductile iron pipe. H. Where flanged fittings are used, the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed-on bells will not be acceptable. 2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. B. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers shall be stainless steel. 2.7 PIPE JOINTS A. Push-on Joints – Push-on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints – Mechanical joints shall be as specified in AWWA Standard C111. 2.8 STEEL CASING A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating. B. Casing wall thickness for installation shall be in accordance with the City of Lubbock Design Standards and Specifications. C. Casing spacers shall be used to install carrier pipe inside the encasement pipe and to provide support around the periphery of the pipe should the pipe twist as it is pushed through the casing. D. The spacers shall be of a projection type that has a minimum number of projections around the circumference totaling the number of diameter inches. For example, eight (8) inch pipe shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a minimum of eighteen (18) projections. E. Casing spacers shall use double backed tape, provided with the spacers, to fasten tightly onto the carrier pipe so that the spacers do not move during installation. Installation instructions shall be provided with each shipment. F. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits per spacer listed in the brochure. G. These values in the brochure include conservative safety factors for class spacer used. Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on plans. Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-6 H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed sections of high-density polyethylene. Spacers shall be ISO 9002 certified for strength and quality. I. Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel bands. 2.9 VALVES A. Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves: (1) All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze mounted throughout and shall meet all requirements of AWWA C 509. (2) The valves shall be of the type of joint used in the piping. (3) All valves shall open by turning to the left, and unless otherwise specified, shall have non-rising stem when buried and outside screw and yoke when exposed, and be furnished with a two (2) inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. (4) Gate valves shall be furnished with O-ring stem packing. (5) All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. (6) Gate valves shall be meet the City of Lubbock Design Standards and Specifications. (7) All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be clean and sound without defects that will impair their service. No plugging or welding of such defects will be allowed. (8) Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with ASTM 307 and A563, respectively. (9) All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. C. Valve Boxes and Extension Stems: (1) Extension stems shall be furnished on buried valves where the top of the operating nut is more than ninety (60) inches below finished grade. Top of the extension stem shall not be more than thirty-six (36) inches below the top of the valve box. (2) Buried valves shall be provided with cast iron valve boxes. (3) The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe, which will be used, as an extension from the top of the valve to within six (6) inches of the ground surface. (4) The box shall have a heavy cast iron cover marked “Water”. (5) The box shall have a flange type base, with the base being approximately four (4) inches larger in diameter than the outside diameter of the barrel of the box. (6) The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension shall be considered as a part of the box. (7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal. Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-7 D. FIRE HYDRANTS (1) Hydrants shall meet the City of Lubbock Design Standards and Specifications (2) Hydrants shall meet AWWA C-502 (3) Hydrants shall have an iron body, bronze mounted throughout and be designed for working pressure of 150 psi. (4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle. (5) The hydrant shall be for a 6-inch main. 2.10 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. B. The polyethylene material shall have a minimum thickness of eight (8) mils. C. The wrap shall be secured by two (2) inch duct tape. 2.11 JOINT RESTRAINTS A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal. B. Must meet all pressure testing requirements of ASTM F-1674. C. Materials must meet requirements of ASTM A-536. D. Install per manufacturer’s recommendations. 2.12 CONCRETE A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete specifications, as set forth in the Section 03300 Cast-in-Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage, and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the Work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the Work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished and shall replace, at the Contractor’s expense, all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the Work by the Contractor. Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-8 B. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the ground. C. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud, and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. C. Confirm compliance with the Drawings and Specifications. D. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection noted on the Drawings. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. B. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. 3.7 CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and not trench water shall be permitted to enter the pipe. D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-9 E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. F. Defective joints shall be repaired as directed by the Engineer. G. Mechanical Joint Piping: (1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. (2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. (3) The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. (4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. (5) The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. (6) The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. (7) All nuts shall be tightened with a suitable torque limiting wrench. (8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. I. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. J. Pre-molded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. K. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. L. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. C. All plugs and caps shall have horizontal thrust blocks. 3.10 FITTINGS A. Fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Concrete blocking shall be provided for all buried fittings. 3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-10 B. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior to installation. E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. F. Valve Boxes: (1) Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. (2) All valve boxes under pavement shall be adjusted to finished pavement grades. G. Fire Hydrants: (1) Fire hydrants shall be located at the points shown on the Drawings. (2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the steamer nozzle at right angles to the street. (3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. (4) The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. (5) The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. (6) Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the Drawings. (7) The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. (8) Fire hydrants shall be installed and maintained so that the center of the lowest water outlet shall be eighteen (18) inches from the ground. (9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access way. 3.12 THRUST RESTRAINT A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with suitably restrained joints per the manufacturer’s recommendation. B. Restrained push-on or mechanical joints, mechanical joint anchoring fittings, and mechanical joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust blocking. Thrust blocking will be allowed only under special circumstances as approved by the Engineer. 3.13 EXCAVATION, TRENCHING AND BACKFILLING. A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122. B. Backfill around pipe with specified granular bedding material that is free of large rocks, topsoil, debris or other unacceptable material. C. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and mechanically compacted or hand tamped to a point 12 inches above the top of the pipe. Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-11 D. Backfill from 12 inches above the pipe to the finished grade will be as follows: (1) For unpaved areas: (a) Use excavated material that is free of large rocks, debris or other material determined unsuitable by the Owner's Representative. Backfill shall be placed in maximum six (6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum moisture content. (b) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. (c) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder’s expense. (d) Copies of these tests shall be provided to the Owners Representative. (2) For paved areas: (a) Place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under the bottom of the pavement in a minimum thickness of 12”. (b) The backfill from 12-inches above the top of pipe to the CSB shall be in placed in maximum 6 inch lifts and compacted to 95% Standard Proctor Density. (c) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. (d) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder’s expense. (e) Copies of these tests shall be provided to the Owners Representative. (3) The City of Lubbock will perform random spot testing at no expense to the contractor. 3.14 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor, and other incidentals required to test pipe lines as specified herein. B. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. C. Testing procedure shall be as follows: (1) Duration – The duration of the hydrostatic test shall be a minimum of four (4) hours. (2) Pressure – The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100 percent, but not greater than 120 percent of the pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85 percent of the pressure class of the pipe. D. Allowable Leakage – The maximum allowable leakage for push-on joints is the number of gallons per hour as determined by the following formula(s): E. PVC: Ductile Iron: (1) L = ND(P) ½ L = SD(P) ½ (2) 7,400 133,200 (3) where: (a) L = allowable leakage in gallons per hour (b) N = number of joints in length of pipe tested (c) S = length of pipe (d) D = nominal diameter of the pipe in inches (e) P = average of the maximum and minimum pressures within the test section in psi Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-12 F. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.15 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. B. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C 651, include the placement of hypochlorite granules in the pipe during construction. C. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Owner’s Representative may witness the disinfection activities. D. Quality Assurance: (1) Bacteriological sampling and test will be performed in accordance with the latest requirements of Standard Methods for the Examination of Water and Wastewater. (2) The City of Lubbock laboratory will be used for bacteriological testing. E. Chemicals: (1) Acceptable disinfectants are liquid and solid forms of hypochlorites. Chlorine gas is not acceptable. (2) Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate. (3) The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be proportioned at least fifty (50) parts per million in the water entering the pipe. F. Temporary Facilities: (1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch diameter steel pipe and fittings with isolation valves and sampling taps. (2) Water used for the initial flushing as well as the final chlorination shall be introduced into the pipeline through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. (3) No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. G. Final Flushing: (1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of initial chlorination. (2) Flush water in a location and manner approved by the Engineer. (3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L. H. Sampling and Analysis: (1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample from each end of the pipeline in the presence of the Engineer or Owner’s representative. (2) The Owner’s representative or the Engineer shall deliver the samples to the City of Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for analysis. (3) Collect samples after the initial disinfection and after the facilities have been filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected. I. Acceptance: Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-13 (1) Facilities will be considered properly disinfected when two (2) consecutive sets of acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have indicated the absence of coliform organisms. J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps. The pipeline may then be connected to the City of Lubbock water distribution system. 3.16 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. B. Equipment used shall be such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. C. The boring shall proceed from a pit provided for the boring equipment and workers. D. Excavation and location of the pit shall be approved by the Engineer and County as appropriate. E. Boring without the concurrent installation of the casing pipe will not be permitted. F. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. G. Jetting will not be permitted. H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the entire length of the installation. I. All casing pipe joints shall be welded. J. Care shall be taken to keep the pipe sleeve on the proper line and grade. K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. 3.17 PIPE IDENTIFIERS A. Marking Tape: (1) All pipes installed in an open trench will be identified with the appropriate color and description of three (3) inch wide pipe identification tape. (2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. (3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector from the top of finished grade. (4) Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe than twelve (12) inches. B. Locator Wire: (1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper with 30 mil HDPE thermoplastic insulation directly above piping. 3.18 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. Water Line Change Out Phase 4 Water Piping, Valves, and Fittings April 2019 02665-14 B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the Work. C. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep areas in a presentable condition. END OF SECTION Water Line Change Out Phase 4 Cast-in-Place Concrete April 2019 03300-1 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to cast-in-place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Section Includes: (1) Definitions (2) Submittals (3) Quality Assurance (4) Deliver, Storage and Handling (5) Form-Facing Materials (6) Steel Reinforcement (7) Reinforcement Accessories (8) Concrete Materials (9) Admixtures (10) Curing Materials (11) Repair Materials (12) Concrete Mixes (13) Fabricating Reinforcement (14) Concrete Mixing (15) Formwork (16) Embedded Items (17) Removing and Reusing Forms (18) Shores and Reshores (19) Steel Reinforcement (20) Joints (21) Concrete Placement (22) Miscellaneous Concrete Items (23) Concrete Protecting and Curing (24) Field Quality Control 1.2 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash or other pozzolans, ground granulated blast-furnace slag, and silica fume. 1.3 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. Water Line Change Out Phase 4 Cast-in-Place Concrete April 2019 03300-2 B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Indicate amounts of mix water withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C. Manufacturer must be certified according to the National Ready Mixed Concrete Association’s Certification of Ready Mixed Concrete Production Facilities. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer’s plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: (1) ACI 301 – Specification for Structural Concrete (2) ACI 117 – Specifications for Tolerances for Concrete Construction and Materials. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Avoid damaging coatings on steel reinforcement. PART 2 PRODUCTS 2.1 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable size to minimize number of joints. B. Plywood, metal, or other approved panel material. C. Rough-Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. D. Chamfer Strips: Wood, metal, PVC, or rubber strips, ¾ by ¾ inch, minimum.\ E. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. F. Formulate form-release agent with rust inhibitor for steel form-facing materials. G. Form-Ties: Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. Water Line Change Out Phase 4 Cast-in-Place Concrete April 2019 03300-3 I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. J. Furnish ties with integral water-barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. B. Manufacture bar supports according to CRSI’s Manual of Standard Practice from steel wire, plastic, and as follows: (1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected or CRSI Class 2 stainless-steel bar supports. (2) For slabs-on-grade, use supports with sand plates or horizontal runners where base material will not support chair legs. (3) Wood, concrete, or clay blocks are not permissible. C. Joint Dowel Bars: Plain-steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Fly Ash: ASTM C 618, Class C. C. Normal-Weight Aggregate: ASTM C 33, uniformly graded, and as follows: D. Class: Moderate weathering region, but not less than 3M. E. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air-Entraining Admixture: ASTM C 260. C. Water-Reducing Admixture: ASTM C 494, Type A. D. High-Range, Water-Reducing Admixture: ASTM C 494, Type F. E. Water-Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water-Reducing and Retarding Admixture: ASTM C 494, Type D. G. Moisture Retaining Film: Dayton Superior – Sure Film J-74. 2.6 CURING MATERIALS A. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B. B. Curing blankets approved by the Engineer. 2.7 REPAIR MATERIALS A. Repair Underlayment: Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent elevations. Water Line Change Out Phase 4 Cast-in-Place Concrete April 2019 03300-4 B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. D. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by underlayment manufacturer. E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field data bases, as follows: (1) Proportion normal-weight concrete according to ACI 211.1 and ACI 301. (2) Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: (3) Compressive Strength (28 days): 3000 psi (4) Type I cement (5) Fly Ash: Allow up to 25% of cementitious material (6) Minimum Slump: 4 inches (7) Maximum Slump: 6 inches (8) Maximum Slump for Concrete Containing High-Range Water-Reducing Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch slump. (9) Maximum Water/Cementitious Materials Ratio: 0.55 (10) Add air-entraining admixture at manufacturer’s prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. B. Cementitious Materials: (1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements. (2) Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: (a) Fly Ash: 20 percent (b) Do not air entrain concrete to trowel-finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. (c) Admixtures with chloride ions are prohibited. C. Admixtures: (1) Use admixtures according to manufacturer’s written instructions. (2) Use water-reducing admixture or high-range water-reducing admixture (superplasticizer) in concrete, as required, for placement and workability. (3) Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. (4) Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water/cementitious materials ratio below 0.50. Water Line Change Out Phase 4 Cast-in-Place Concrete April 2019 03300-5 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI’s Manual of Standard Practice. 2.10 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and as specified. B. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60) minutes. PART 3 EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: (1) Class B, 1/4 inch (2) Construct forms tight enough to prevent loss of concrete mortar. (3) Fabricate forms for easy removal without hammering or prying against concrete surfaces. (4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces. (5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. (6) Do not use rust-stained steel form-facing material. (7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. (8) Provide and secure units to support screed strips, use strike-off templates, or compacting type screeds. (9) Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. (10) Chamfer exterior corners and edges of permanently exposed concrete. (11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. (12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. (13) Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. (14) Coat contact surfaces of forms with form-release agent, according to manufacturer’s written instructions, before placing reinforcement. Water Line Change Out Phase 4 Cast-in-Place Concrete April 2019 03300-6 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. C. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not be damaged by form-removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: (1) At least 70 percent of 28-day design compressive strength. C. Determine compressive strength of in-place concrete by testing representative field or laboratory cured test specimens according to ACI 301. D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 STEEL REINFORCEMENT A. Comply with CRSI’s Manual of Standard Practice for placing reinforcement. B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before placing concrete. C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. D. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. Construction joints true to line with faces perpendicular to surface plane of concrete. B. Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. Water Line Change Out Phase 4 Cast-in-Place Concrete April 2019 03300-7 C. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. D. Form from preformed galvanized steel, plastic keyway-section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. I. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one- fourth of concrete thickness, as follows: (1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8 inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. (2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at the tangent point on each return at intersections and at the end of each day’s concrete pour. (a) A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner’s Representative. (b) Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner’s Representative. (c) All joints shall be perpendicular to the surface of the concrete and to the axis of the section. (d) The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. (e) Expansion joint material shall be an approved preformed bituminous impregnated non-extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. (3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet. Expansion joints shall be placed between existing and new setting of concrete. (4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. (a) Use dowel sleeves or lubricate or asphalt-coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. Water Line Change Out Phase 4 Cast-in-Place Concrete April 2019 03300-8 B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by the Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. D. Do not add water to concrete after adding high-range water-reducing admixtures to the mix. E. Water may not be added beyond the limit of water withheld from the plant. F. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. G. If a section cannot be placed continuously, provide construction joints as specified. H. Deposit concrete to avoid segregation. I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. (1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. (2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. (3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. (4) At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. L. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. M. Maintain reinforcement in position on chairs during concrete placement. N. Screed slab surfaces with a straightedge and strike off to correct elevations. O. Slope surfaces uniformly to drains where required. P. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. (1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit, uniformly heat water and aggregates before mixing to obtain a concrete mix temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees Fahrenheit at point of placement. (2) Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. (3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. Water Line Change Out Phase 4 Cast-in-Place Concrete April 2019 03300-9 R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as follows, when hot weather conditions exist: S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees Fahrenheit at time of placement. T. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. U. Using liquid nitrogen to cool concrete is Contractor’s option. V. Cover steel reinforcement with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. W. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. B. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.9 CONCRETE PROTECTION AND CURING A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and with recommendations in ACI 305R for hot-weather protection during curing. B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. (1) Leave forms in place for a minim of 3 days. (2) Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. (1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. (1) No work will be permitted on the slab during wet curing. E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spry or roller according to manufacturer’s written instructions. 3.10 FIELD QUALITY CONTROL A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be permitted by the Engineer. END OF SECTION 179 SPUR 327MILWAUKEE FRANKFORDSLIDE ROADOLIVEGUAVAUNIVERSITYINDIANAQUAKERUPLANDALCOVEINLERQUITSNAAVE PMACKEYEATONWAUSAUQUINCYIOLACHICAGOUTICAMEMPHISELGINAVEUAVE HIVORYZENITHKEELWOODM.L.K. BLVD.FIDDLEWOODZEELANDI-27 AVE A65005800520044003400170033004400490073007900870095001600100250060022003800540070008600114TH ST. BLUEFIELD ST. KENT ST. URSULINE ST. ERSKINE ST. 4TH ST. 19TH ST. 34TH ST. 50TH ST. 66TH ST. 98TH ST. 82ND ST. VILLANOVA NEWCOMB FURMAN ADRAIN PRINCETON KEMPER COLGATE 9TH ST. 1ST ST. 14TH ST. 24TH ST. 29TH ST. 39TH ST. 44TH ST. 55TH ST. 61ST ST. 72ND ST. 77TH ST. 88TH ST. 93RD ST. 104TH ST. 109TH ST. STONEHILL KEUKA 120TH ST. (FM 1294) DREW - - - - - -5000 3800 2100 600 25003400440052005800650073007900 16008700900 1700 3300 410010095002500340044005800650017003300 49001600100MILWAUKEEFRANKFORDSLIDE ROADOLIVEGUAVAUNIVERSITYINDIANAQUAKERUPLANDALCOVEINLERQUITSNAAVE PMACKEYEATONWAUSAUQUINCYIOLACHICAGOUTICAMEMPHISELGINAVEUAVE HAVE AIVORYZENITHKEELWOODM.L.K. BLVD.FIDDLEWOODZEELAND520073007900870095004400114TH ST. BLUEFIELD ST. KENT ST. URSULINE ST. ERSKINE ST. 4TH ST. 19TH ST. 34TH ST. 50TH ST. 66TH ST. 98TH ST. 82ND ST. VILLANOVA NEWCOMB FURMAN ADRAIN PRINCETON KEMPER COLGATE 9TH ST. 1ST ST. 14TH ST. 24TH ST. 29TH ST. 39TH ST. 44TH ST. 55TH ST. 61ST ST. 72ND ST. 77TH ST. 88TH ST. 93RD ST. 104TH ST. 109TH ST. STONEHILL KEUKA 120TH ST. (FM 1294) DREW - - - - - - 5000 3800 2100 600 835 835 1729 40 1729 62 82 114 IDALOU TOTo New Deal1294 1294 27 87 26411264 12642641 289 3020 SLATONTO 84 289 87 173017962 WOLFFORTH 82 289 VILLAGE REESE 114 2255179 289 84 2641 179SHALLOWATER 84 1294 25282641 CITY OF LUBBOCK ENGINEERING City of Lubbock Texas VICINITY MAP W. JARRETT ATKINSON CITY MANAGER STEVE MASSENGALE, RANDY CHRISTIAN, LATRELLE JOY JUAN A. CHADIS, SHELIA PATTERSON-HARRIS, JEFF GRIFFITH, CITY COUNCIL DANIEL M. POPE MAYOR WATER LINE CHANGE OUT PHASE 4 JOHN TURPIN, P.E. ASSISTANT CITY ENGINEER MICHAEL G. KEENUM, P.E., CFM CITY ENGINEER JESICA McEACHERN ASSISTANT CITY MANAGER MARCH 2019 LOCATION INDEX AND GENERAL NOTES INDEX OF DRAWING SHEETS Sheet # G-1 Sheet # P-8 PRIVATE UTILITIES IN THE AREA THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WITH AND PROTECTING ANY PUBLIC AND UTILITY PROTECTION: LIMITS SHOWN ON THE PLANS. CONTRACTOR SHALL LIMIT OPERATIONS TO WITHIN THE CONFINES OF THE WORK LIMITS OF CONSTRUCTION: PRIOR TO TAKING UTILITY OUT OF SERVICE. APPROVAL FROM THE UTILITY OWNER AND SHALL SUBMIT WRITTEN APPROVAL TO THE CITY ENGINEER EXISTING UTILITIES ARE TO REMAIN IN SERVICE AT ALL TIMES. CONTRACTOR SHALL OBTAIN WRITTEN AND ORDERLY PROGRESSION OF THE CONTRACTOR'S WORK. UTILITY COMPANIES INCLUDING THE CITY OF LUBBOCK, AS THIS MAY BE NECESSARY FOR THE TIMELY CONTRACTOR WILL BE RESPONSIBLE FOR ANY AND ALL COORDINATION WITH ALL PUBLIC AND PRIVATE FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION. CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO TEXAS811 NOTE: COPY OF THE INSPECTION REPORT� DELEGATION OF SIGNATORIES TO REPORTS TAC 305.44� CERTIFICATION PAGE TAC 305.44� SMALL CONSTRUCTION SITE NOTICE � IF APPLICABLE VEHICLE WASH AREAS AND CONCRETE WASHOUT AREAS, o TO THE SITE LOCATIONS OF SURFACES WATERS IN CLOSE PROXIMITY o LOCATIONS OF CONSTRUCTION SUPPORT ACTIVITIESo STABILIZATION PRACTICES LOCATIONS OF TEMPORARY OR PERMANENT o LOCATIONS OF ALL MAJOR STRUCTURAL CONTROLSo AREAS WHERE SOIL DISTURBANCE WILL OCCURo DIRECTION OF STORMWATER FLOWo GENERAL LOCATION OF THE SITEo SITE PLANS� SWPPP� HTTP://WWW.LUBBOCKSTORMWATER.ORG/ CITY OF LUBBOCK APPLICATION, FEE WILL BE WAIVED. � SMALL CONSTRUCTION SITE SWPPP: GENERAL NOTES: COORDINATION AND EMERGENCY NUMBERS 806-548-2475NTS COMMUNICATIONS 806-775-2816EMERGENCY CONTACT 806-775-2132C.O.L. TRAFFIC ENGINEERING 806-790-7243 1-800-286-8313AT&T 806-790-7243 806-775-2579LUBBOCK POWER AND LIGHTS 806-548-1895 1-800-692-4694ATMOS ENERGY 806-771-6211 806-771-6229SUDDENLINK COMMUNICATIONS SUPERVISOR 806-548-4152CONSTRUCTION INSPECTION 806-775-3161C.O.L. WATER UTILITIES THE FOLLOWING NUMBERS ARE INCLUDED FOR THE CONTRACTOR'S CONVENIENCE AT ALL TIMES DURING CONSTRUCTION. CONTRACTOR SHALL ENSURE THAT ADEQUATE DRAINAGE IS MAINTAINED WITHIN THE PROJECT CORRIDOR AFFECT THE OWNERS ACCESS TO PROPERTY. CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 72 HOURS BEFORE PERFORMING ANY WORK THAT WILL COMPLIANCE WITH THE MUTCD STANDARDS DURING CONSTRUCTION. WILL BE WAIVED. UPON APPROVAL, IT IS STILL THE CONTRACTOR’S RESPONSIBILITY TO MAINTAIN CONTRACTOR SHALL APPLY FOR AND RECEIVE A BARRICADE PERMIT FROM TRAFFIC ENGINEERING FEES CONTRACTOR SHALL FIELD VERIFY ALL DIMENSIONS AND CONDITIONS PRIOR TO COMMENCING WORK. NECESSARY (METAL DETECTION, EXCAVATION, SURVEY). PRE-LOCATE ALL UNDERGROUND UTILITIES PRIOR TO COMMENCING WORK BY WHATEVER MEANS LOCATIONS OF UNDERGROUND UTILITIES ARE NOT SHOWN ON THE PLANS. CONTRACTOR SHALL TO TEXAS811 NOTE. APPLICABLE TEXAS EXCAVATION SAFETY SYSTEM RULES TO AVOID UTILITY DISRUPTION. REFER CONSTRUCTION/GRADING/PAVING ACTIVITIES PRIOR TO BEGINNING THE PROJECT AND TO FOLLOW ALL IT IS THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE PROPER NOTIFICATION TO THE INSPECTOR OF THE ENGINEER/SURVEYOR HAS NOT PHYSICALLY LOCATED ANY UNDERGROUND UTILITIES SHOWN. UTILITIES SHOWN OR NOTED COMPRISE ALL SUCH UTILITIES IN THE AREA EITHER IN SERVICE, OR ABANDONED. AND EXISTING RECORD DRAWINGS. THE ENGINEER/SURVEYOR MAKES NO GUARANTEE THAT UNDERGROUND THE EXISTING UNDERGROUND UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION UTILITY NOTE: SHALL NOT BE ALLOWED. SEWER SERVICE SHALL BE A MINIMUM OF 4" IN SIZE. SIZE ON SIZE SEWER SERVICE CONNECTIONS UNLESS OTHERWISE NOTED, LINE SIZE SHALL MATCH THE WATER METER SIZE. ALL DOMESTIC WATER SERVICE CONNECTIONS AND WATER METERS SHALL BE A MINIMUM OF 1" IN SIZE PAVEMENT IS CONCRETE. 2 INCHES SHALL BE HMAC IF SURROUNDING PAVEMENT IS ASPHALT OR CONCRETE IF SURROUNDING VALVE BOXES, FILL THEM WITH CEMENT STABILIZED MATERIAL TO WITHIN 2 INCHES OF SURFACE. TOP IN PAVED AREAS, FOR ALL VALVES TO BE CLOSED AND ABANDONED, THE CONTRACTOR SHALL REMOVE IN PIPE ELEVATIONS NECESSARY TO INSTALL. TRENCHING & DIRECTIONAL DRILLING SHALL BE MEASURED AS HORIZONTAL REGARDLESS OF VARIATIONS OF PIPING AND FITTINGS. FOR PAYMENT PURPOSES ALL DISTANCES AND LENGTHS OF PIPING, TUBING, PIPE SHALL BE TO COMPENSATE FOR SUCH UNKNOWNS WITHIN THE UNIT PRICE NEW LINES WILL BE CONNECTED. THE CONTRACTOR SHALL PROVIDE ALL FITTINGS, APPURTENANCES AND THE PLANS DO NOT TAKE INTO ACCOUNT ELEVATION DIFFERENCES OF EXISTING LINES TO WHICH THE BE CAUSE FOR A CHANGE ORDER, AND WILL BE PAID IN ACCORDANCE WITH UNIT PRICES IN CONTRACT. CONTRACTOR SHALL MODIFY THE LOCATION OF THE PROPOSED UTILITY LINE. MODIFICATIONS SHALL NOT OF EXISTING UTILITIES DIFFER FROM THE PLAN LOCATION AND VIOLATE RULE 290.44 , THEN THE PROPOSED UTILITY LOCATIONS ARE IN COMPLIANCE WITH TCEQ RULE 290.44 (E) (1). IF FIELD LOCATIONS SUBSIDIARY TO THE VARIOUS BID ITEMS. WITH AS BUILT ELEVATIONS FOR EVERY ELEVATION SHOWN ON THE PLANS. THIS WORK SHALL BE BEFORE RETAINAGE WILL BE PAID CONTRACTOR SHALL PROVIDE THE CITY A SET OF AS BUILT PLANS COMPENSATION. RETURNING TO ORIGINAL LOCATION AT CONTRACTOR'S OWN EXPENSE, WITHOUT ADDITIONAL THE CONTRACTOR IS RESPONSIBLE FOR TEMPORARY RELOCATION OF TRASH DUMPSTERS AND THE CONTRACTOR SHALL INSTALL TRACER WIRE TO INDICATE THE LOCATION OF THE PIPE. AT 806-548-4152 FOR AUTHORIZATION. ALL VARIANCES SHALL BE REQUESTED AND APPROVED IN WRITTEN FORM. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL CONSTRUCTION INSPECTION SUPERVISOR AND ELEVATIONS. CONTRACTOR IS RESPONSIBLE FOR ALL CONSTRUCTION STAKING NEEDS, INCLUDING STATIONS SITE PLAN Sheet # P-1 WATER LINE 1 WATER LINE 2 WATER LINE 3 WATER LINE 4 WATER LINE 5 Sheet # P-2 Sheet # P-3 Sheet # P-4 Sheet # P-5 Sheet # P-6 Sheet # P-7 REUSED OR RELOCATED SHALL BE HAULED OFF AND LEGALLY DISPOSED OF OFF-SITE BY THE CONTRACTOR. ALL SPOIL MATERIALS THAT WAS REMOVED DURING CONSTRUCTION AND ARE NOT SALVAGED, ENGINEER. FOLLOWED UNLESS REQUESTED BY CONTRACTOR AND APPROVED IN WRITING BY CITY OF LUBBOCK OR CITY OF LUBBOCK STANDARD REQUIREMENTS AND SPECIFICATIONS, THE MOST STRINGENT SHALL BE REQUIREMENTS AND SPECIFICATIONS. IN THE CASE OF CONFLICT BETWEEN DRAWINGS, SPECIFICATIONS ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE LATEST CITY OF LUBBOCK STANDARD DESIGN SAFETY ACTIVITIES. INCLUDE TO PERFORM REQUIRED SAFETY INSPECTIONS AND TO DIRECT ALL REQUIRED CONSTRUCTION PERSON ON-SITE WHO SHALL BE RESPONSIBLE FOR SUPERVISING THE WORK AND WHOSE DUTIES WILL AT ALL TIMES WHEN WORK IS PROGRESSING, THE CONTRACTOR SHALL HAVE A DESIGNATED COMPETENT STANDARDS FOR ALL EXCAVATIONS. ACCORDANCE WITH THE CITY OF LUBBOCK STANDARDS, TEXAS STATE LAW, AND O.S.H.A. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING TRENCH SAFETY REQUIREMENTS IN FOUND. CONTRACTOR'S EXPENSE, IN THE SAME LOCATION AND IN CONDITION EQUAL TO OR BETTER THAN PERMIT INSTALLATION OF THE WORK, SHALL BE REPAIRED OR REPLACED BY THE CONTRACTOR AT THE LANDSCAPING, UTILITY PIPELINES, AND DRAINAGE STRUCTURES WHICH ARE REMOVED OR ALTERED TO EXISTING IMPROVEMENTS, INCLUDING, BUT NOT LIMITED TO: FENCES, GATES, GROUND SURFACES, THE REPLACING OF PERMANENT PAVING WHERE NECESSARY. MUST BE ADJUSTED TO THE PROPER LINE AND GRADE BY THE CONTRACTOR PRIOR TO AND AFTER BOXES, METER BOXES, FIRE HYDRANTS, GAS MAINS, ELECTRIC AND TELEPHONE CONDUIT BANKS, ETC. DURING CONSTRUCTION OF THIS PROJECT. ALL STORM SEWER INLETS, MANHOLES, CLEANOUTS, VALVE IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO LOCATE AND PROTECT ALL PUBLIC UTILITIES TO ANY EXCAVATION. CONTRACTOR SHALL EMPLOY SERVICES OF TEXAS811 AS NOTED ON DRAWINGS. UTILITY COMPANIES HAVING PROPERTY IN THE AREA OF CONSTRUCTION A MINIMUM OF 48 HOURS PRIOR COMPENSATION FROM THE CITY OF LUBBOCK. THE CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR WITH NO ADDITIONAL AT NO ADDITIONAL COST TO THE CITY OF LUBBOCK. ANY ADDITIONAL INFORMATION NEEDED TO LOCATE CONTRACTOR. THE CONTRACTOR SHALL REPAIR ANY DAMAGES TO EXISTING UTILITIES IMMEDIATELY AND UTILITIES AS MAY BE NECESSARY TO AVOID DAMAGES, SHALL BE THE RESPONSIBILITY OF THE THE DETERMINATIONS AS TO THE TYPE AND LOCATIONS OF ALL UNDERGROUND UTILITIES AND OTHER OF UNDERGROUND AND OTHER UTILITIES IS NOT GUARANTEED TO BE ACCURATE OR COMPREHENSIVE. THE INFORMATION SHOWN ON THESE DRAWINGS CONCERNING TYPE, INFORMATION, AND THE LOCATION THE CONDITIONS OF THE PREMISES. THIS WORK IS SUBSIDIARY TO THE VARIOUS BID ITEMS. PROCEDURES OF CONSTRUCTION AND ANY SAFETY PRECAUTION PROGRAMS RELATING IN ANY WAY TO THE CONTRACTOR IS SOLELY RESPONSIBLE FOR THE MEANS, METHODS, TECHNIQUES, SEQUENCES, AND PERFORMING THE WORK IN ACCORDANCE WITH ALL SUCH APPLICABLE STANDARDS AND SPECIFICATIONS. PERTAINING TO THIS WORK SHALL IN NO WAY RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY OF FAILURE ON THE PART OF THE CONTRACTOR TO EXAMINE ALL STANDARDS OR SPECIFICATIONS STANDARDS AND SPECIFICATIONS RELEVANT TO THE PROPER COMPLETION OF THE WORK SPECIFIED. DOCUMENTS AND SPECIFICATIONS, THE PLAN, INCLUDING ALL NOTES AND ANY OTHER APPLICABLE PRIOR TO THE COMMENCEMENT OF CONSTRUCTION, THE CONTRACTOR SHALL EXAMINE THE CONTRACT DETAILS Sheet # D-1 WATER LINE 6 ALTERNATE #1 WATER LINE 7 & 8 ALTERNATE #2 PRIOR TO CONSTRUCTION THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING AN APPROVED TRAFFIC CONTROL PLAN. EXISTING WATER METER LOCATIONS ARE APPROXIMATE, EXACT LOCATION SHALL BE VERIFIED IN FIELD. ON AVE P. CONTRACTOR SHALL BE RESPONSIBLE FOR THE REMOVAL & ASPHALT REPAIR OF THE RAIL ROAD CROSSING FROM CENTER LINE EACH WAY. CONTRACTOR SHALL FLOWFILL THE DITCH WHEN CROSSING ALL SEWER MAINS A MINIMUM OF 10 FEET CONTRACTOR SHALL HAVE NO MORE THAN 750 LINEAR FEET OF NON-REPAIRED TRENCH. CONTRACTOR SHALL HAVE NO MORE THAN 500 LINEAR FEET OF TRENCH OPEN AT A TIME. BY CALLING 806-775-2358. TO 8425 NORTH AVENUE P. THE CONTRACTOR SHALL COORDINATE WITH THE STREET MAINTENANCE SUPERVISOR EXISTING ASPHALT SURFACING REMOVED DURING CONSTRUCTION SHALL BE SALVAGED AND DELIVERED SITE SPECIFIC GENERAL NOTES: REVISIONS LEGEND $DATE$$TIME$$FILES$G-1 SHEET # WATER LINE CHANGE OUT PHASE 4 GENERAL NOTES CHANGE OUT PHASE 4 WATER LINE 3-D-1629 DRAWING # DATE: 2/27/19 CHECKED BY: JT DRAWN BY: CT DESIGNED BY: JK C.I.P. #92453.9241.30000 J.O. 119008 No Text No Text No Text No Text No Text No Text No Text No Text REVISIONS LEGEND D-1 SHEET # 64 77 104 149 53 37 27 15 6 3 CF 18 20 24 30 16 12 10 8 6 4 INCHES DIA. N.T.S. ANCHORAGE FOR CROSS BLOCK THRUST CONCRETE TEES CROSS & PLUGS SIZING CHART THRUST BLOCK 2 14" MIN. 2" 16" R E T A W 4' TYP. LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 5. MATERIALS AND INSTALLATION OF SERVICE LINES SHALL COMPLY WITH THE CITY OF 4. TOP OF METER SHALL BE 16" FROM BOTTOM OF METER BOX LID. GROUND SURFACE. 3. METER BOX SHALL BE INSTALLED PLUMB & LEVEL WITH TOP OF LID 2" ABOVE FINISHED 2" SERVICE SADDLES SHALL HAVE IPS THREADS. 2. 1" SERVICE SADDLES SHALL HAVE AWWA TAPERED THREADS. 1. STANDARD SERVICE TAP SIZES ARE 1" & 2". NOTES: N.T.S. TYPICAL WATER SERVICE DETAIL WATER MAIN CORPORATION STOP GROUND SURFACE METER BOX MARKER SQUARE TRAFFIC RATED METER BOX TAPPING SADDLE CORPORATION STOP (FOR 1 1/2" & 2" METERS ONLY) CURB STOP 2" TYPE K-HARD TEPPER COPPER PIPE 45° 24" MIN. 25 30 40 58 21 15 7 4 2 1 45º CF 18 20 24 30 16 12 10 8 6 4 INCHES DIA. BLOCK THRUST CONCRETE 45° BEND SIZING CHART THRUST BLOCK 1 N.T.S. ANCHORAGE FOR A 45° BEND N.T.S. ANCHORAGE FOR TEE TEE BLOCK THRUST CONCRETE 64 77 104 149 53 37 27 15 6 3 CF 18 20 24 30 16 12 10 8 6 4 INCHES DIA.TEES CROSS & PLUGS SIZING CHART THRUST BLOCK 3 VARIESFINISHED GRADE NATIVE SOIL BACKFILL WITH FLOWABLE FILL 1 1/2" SACK WATER LINE N.T.S. PROPOSED ABANDON VALVE BOX DETAIL 4 WATER2' SQ.VARIESN.T.S. VALVE BOX DETAIL 2.)CONTRACTOR TO FIELD VERIFY DEPTH OF VALVE 2' X 2' X 1/2' CONCRETE CAP AROUND LID. REINFORCE 1.)IF VALVE BOX IS IN ASPHALT OR PAVEMENT POUR NOTES: FINISHED GRADE WATER LINE 1 1/2" SACK FLOWABLE FILL #4 BAR 5 C C N.T.S. TAPPING SLEEVE AND VALVE L L 45° FOR TAP-IN LIMIT OF WORK TAPPING VALVE RETAINER GLANDS SLEEVE TYPICAL TAPPING BLOCK CONCRETE THRUST TYPICAL 2,500 PSI EXISTING MAIN THESE SPECIFICATIONS. ACCORDANCE WITH THE METHODS OF CONNECTIONS SECTION OF 4. MAIN LINE TAPS ON EXISTING MAINS SHALL BE EXECUTED IN FORCES. 3. SERVICE TAPS ON EXISTING MAINS SHALL BE EXECUTED BY CITY SIZE SMALLER THAN MAIN TO BE TAPPED. 2. TAPPING SLEEVE & VALVE SHALL BE AT LEAST ONE STANDARD 1. TAP SHALL BE HORIZONTAL TO MAIN. NOTES: 6 N.T.S. WATER LINE CROSSING OVER SEWER PIPE LC AT LEAST 150 PSI PRESSURE RATED PIPE. AT LEAST 9 FEET IN BOTH DIRECTIONS (18 FEET TOTAL) WITH OR SHOWS SIGNS OF LEAKING, IT SHALL BE REPLACED FOR 2.) IF THE EXISTING SANITARY SEWER MAIN IS DISTURBED SANITARY SEWER LINE. 1.) EFFORT SHALL BE MADE TO NOT DISTURB THE EXISTING 2' MIN TO MATCH EXISTING COMPACTED BACKFILL OVER EXISTING SEWER. WITH FULL JOINT TO BE CENTERED PROPOSED WATER LINE EXISTING EMBEDMENT EXISTING SEWER PIPELINE 87 SIDE OF SEWER PIPELINE A MINIMUM OF 10' EACH LENGTH OF MATERIAL TO BE STABILIZED MATERIAL, HAND COMAPCTED CEMENT DETAILS CHANGE OUT PHASE 4 WATER LINE OF ROADWAY AT CENTERLINE MARKER PLACED RAISED PAVEMENT TYPICAL BLUE LCC LCC RESTRAINED MECHANICALLY MIN. 3' 2' X 2' SQ. CONC. CURB EDGE OF PAVEMENT BACK OF CURB OR HOLE DRAIN BLOCK CONCRETE THRUST TYPICAL 2,500 PSI LINE FIRE HYDRANT SOLE-PURPOSE CONCRETE COLLAR AND COVER WITH TYPICAL VALVE BOX HYDRANT TYPICAL FIRE WITH M.J. X M.J. VALVE OR ANCHOR TEE (OPTIONAL) 6" OUTLET M.J. X FLG. MAIN WATER VALVE 6" GATE PVC RISER 6" C-900 GRADE FINISHED CL VALVE BLOCKING TYPICAL 2,500 PSI COVER 4' MIN. VARIES 18" MIN. 12" N.T.S. TYPICAL FIRE HYDRANT DETAIL11 PROPOSED GRADE. 6. ALL BREAKAWAY FLANGES SHALL BE A MAXIMUM OF 2" ABOVE TOP OF CURB AND IN NO CASES SHALL THE FLANGE BE BURIED BELOW LEAST 1' AND EXTEND AT LEAST 1' ABOVE THE OUTLET. DO NOT BLOCK DRAIN HOLES. 5. TYPICAL 1/2" ROCK PIPE EMBEDMENT MATERIAL SHALL BE PLACED AROUND THE BOTTOM OF THE HYDRANT FOR A RADIUS OF AT BELOW THE FIRE HYDRANT. 4. FOR BURY DEPTHS GREATER THAN 5', ONE BARREL EXTENSION NOT EXCEEDING 2' IN LENGTH SHALL BE INSTALLED DIRECTLY FITTINGS FROM WATER MAIN TO FIRE HYDRANT. LENGTH SHALL NOT EXCEED 150'. 3. FIRE LINE PIPING SHALL BE SAME MATERIAL AS MAIN OR MINIMUM C900 PVC DR18 CLASS PIPE AND HAVE RESTRAINED JOINT 2. 4" STEAMER NOZZLE SHALL FACE FIRE LANE OR STREET ACCESS SIDEWALK AREAS. MAINTAIN 3' MINIMUM CLEARANCE TO ANY OBSTRUCTION. CURB OR EDGE OF PAVEMENT SHALL BE 3' MINIMUM AND 6' MAXIMUM. FIRE HYDRANTS SHALL NOT BE PLACED WITHIN AND 18" MAXIMUM. IN PUBLIC AREAS OR COMMERCIAL AREAS, OR WHERE SIDEWALK ABUTS CURB, DIMENSION FROM BACK OF 1. IN SPACE BETWEEN CURB AND SIDEWALK, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 6" MINIMUM NOTES: VARIES 6" N.T.S. BEFORE TRENCHING SAW CUT EXIST. PAVEMENT OR BRICK PAVERS MATCH EXISTING CONCRETE SURFACE COURSE HMAC (FOR ASPHALT ONLY) PRIME COAT 6" MIN 12" MAX ASPHALT/CONCRETE BRICK PAVERS ROAD TRENCH AND REPAIR DETAIL (CITY OWNED STREET) ASPHALT 6" ASPHALT TACK COAT SLAB ON 3' SPACING. #5 DOWEL BARS 6" INTO EXISTING DRILL AND DRIVE 12" DEFORMED IN BOTH DIRECTIONS. #4 BARS 12" O.C. MAX SPACING TO BE SAWCUT ALL CONCRETE JOINTS PAVING CONCRETE EXISTING TO BE SAWCUT. ALL JOINTS CONCRETE A A A CLASS APPROVED CONCRETE 2" MIN. 36.03 FOR APPROVED HMAC REFER TO STREET ORDINANCE 4' MIN 12" (MAX) O.D. + 18" EXCAVATED MATERIAL IN 6" MAXIMUM LIFTS. CROSSINGS, SHALL BE BACKFILLED WITH LOOSE AT ALL LOCATIONS, EXCEPT UNDER HIGHWAY ABOVE 12" HIGHER THAN THE TOP OF THE PIPE THE REMAINDER OF THE BACKFILL THAT IS THE EXPOSED PIPE. MATERIAL SHALL BE DROPPED DIRECTLY ONTO TO MIDPOINT OF THE PIPE. NO BACKFILL COMPACTED WITH MECHANICAL OR HAND TAMPS THE ABOVE DETAIL AND SHALL BE LIGHTLY SHALL BE LOOSE GRADED GRAVEL AS SHOWN IN BE CAREFULLY PLACED BY HAND. THE MATERIAL POINT 12" ABOVE THE TOP OF THE PIPE SHALL THE BACKFILL AROUND THE PIPE AND TO A TRENCH BACKFILL: DEPARTMENT FOR RECORD. WATER UTILITIES ENGINEERING SUBMITTED TO THE CITY OF LUBBOCK ONCE EVERY200 FEET FOR EACH LIFT AND DENSITY TESTS SHALL BE PERFORMED A COMPACTION METHOD. OR WATER JETTING IS NOT ALLOWED AS EVER IS GREATER). SURFACE FLOODING STANDARD PROCTOR DENSITY (WHICH UNDISTURBED MATERIAL OR 95% EQUIVALENT TO THE SURROUNDING PROVIDE BACKFILL DENSITIES AT LEAST OR OTHER COMPACTION EQUIPMENT TO EXCAVATOR-MOUNTED TRENCH ROLLER THE CONTRACTOR SHALL EMPLOY AN OUTSIDE DIAMETER OF PIPE (O.D.) MIN. OF 6" THICK BEDDING LAYER TO SHAPE OF TRENCHER, MAINTAIN EXCAVATION LINE MAY BE CURVED WATER PIPELINE EMBEDMENT MATERIAL TO MIN. 95% ASTM D698 IN 6" LIFTS BACKFILL FOR CONCRETE, COMPACT CEMENT (1 1/2SACK) STABILIZED ASTM D698 PAVING, COMPACT TO MIN 95% STABILIZED BACKFILL UNDER MIN 12" FLEXBASE OR CEMENT EXISTING BASE MATERIAL OR BRICK PAVERS CONCRETE PAVEMENT EXISTING ASPHALT, 12 N.T.S. CUT & PLUG REMOVE PIPE SECTION, TRIM AND REPLACE FOLLOWING INSTALLATION OF PLUGS CONCRETE BLOCKING TYPICAL 2,500 PSI CONCRETE ABANDONED LINE TO BE IN SERVICE LINE TO REMAIN PLATE METAL PLUG W/ EARS 64 77 104 149 53 37 27 15 6 3 CF 18 20 24 30 16 12 10 8 6 4 INCHES DIA.TEES CROSS & PLUGS SIZING CHART THRUST BLOCK 10 TRENCH WIDTH18" MIN6" MINN.T.S. EXISTING UTILITY CROSSING 6" TOPSOIL EMBEDMENT WATER PIPELINE EXISTING UTILITY TRENCH BACKFILL 9 SIDE OF SEWER PIPELINE A MINIMUM OF 10' EACH LENGTH OF MATERIAL TO BE STABILIZED MATERIAL, HAND COMAPCTED CEMENT WATER LINE CHANGE OUT PHASE 4 DATE: 2/27/19 CHECKED BY: JT DRAWN BY: CT DESIGNED BY: JK C.I.P. #92453.9241.30000 J.O. 119008 3-D-1629 DRAWING # No Text No Text