Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2020-R0226 - Contract 15336, Rinks Lease Service
Resolution No. 2020-RO226 Item No. 7.2 July 28, 2020 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, Public Works Contract No. 15336 for Annexation of Water Line Project I-27 & North Frankford Ave. as per RFP 20-15336-TF, by and between the City of Lubbock and Rink's Lease Service, Inc., of Levelland, 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 July 28, 2020 DANIEL M. POPE, MAYOR ATTEST: 0'a"e-, Rebecca karza, City Secret APPROVED AS TO CONTENT: 4v�? Jesica M ache ssistant City Manager APPROVED AS TO FORM: L 'Ili Leisure, Assistant City Attorney ccdocs/RES.Contract 15336 — Annexation of Water Line Project 1-27 & North Frankford Ave. July 8, 2020 REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: 71011.?0 PROJECT NUMBER: RFP 20-15336-TF Annexation of Water Line Project 1-27 & North Frankford Ave. Proposal of Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter called The Offeror, in compliance with your Request for Proposals for the Annexation of Water Line Project I-27 & North Frankford Ave. having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION QTY I U/M General UNIT COST EXTENDED Mobilization/Demobilization - 1 Contractor mobilization including I LS S01000.00 150, 000.00 move -in and move -out cost from each site location. Provide and maintain a SWPPP - 2 Including preparation, NOI, NOT, and I LS + g O0 18,12 s. 00 all other work considered incidental to y(25. this item. Provide and maintain a Traffic Control Plan - Preparation, approval from COL Traffic Engineering to all I LS sites, and all other work considered incidental to this item. Trench Safety - Complete and in 33021 LF place. 2553 00.00 � 25,300, DO ,50 116,510.50 REVISED ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED COST I-27 Furnish and install 12" C-900 DR-18 approved water pipe in open cut 5 trench, backfilled to 95% compaction, 18157 LF 30. 00 Slt and tested as herein specified, .710.00 t including all fittings, equipment, tools, and labor to perform work. Furnish and install 6" C-900 DR-18 approved water pipe in open cut 6 trench, backfilled to 95% compaction, 50 LF 13. 00 650.00 and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 12" C-900 DR-18 7 approved water pipe by means other 345 LF 90.00 27,600.00 than open cut as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 20" steel encasement with 12" C-900 DR-18 pvc pipe by bore, provide all casing 8 spacers and backfilled to 95% 177 LF g Q� 00 3 18 60. 00 compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work, as herein s ecified. Furnish and install 12" gate valve 9 and box as herein specified, including 19 EA 2 �3 5.00 5 ! q 65.00 all equipment, tools, and labor to 7 t perform work. Furnish and install 6" gate valve and 10 box as herein specified, including all 13 EA 2 5. Qv 15 92 5. 00 equipment, tools, and labor to perform i work. Furnish and install Fire Hydrant, as 11 herein specified, including all fittings, 13 EA 3 I n U ao �F o 3 oa 00 equipment, tools, and labor to perform t work. Remove and salvage existing Fire Hydrant. Air relief valve as herein specified, 12 including all equipment, tools, and 2 EA 1 21100. ()() labor to perform work. Offeror's Initials REVISED ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED +/• COST Frankford Ave Water Line Furnish and install 12" C-900 DR-18 approved water pipe in open cut 13 trench, backfilled to 95% compaction, 14864 LF 31, pQ 460,781.00 and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 10" C-900 DR-18 approved water pipe in open cut 14 trench, backfilled to 95% compaction, 17 LF 9 a, DO +r530,00 and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 8" C-900 DR-18 approved water pipe in open cut 15 trench, backfilled to 95% compaction, 223 LF 22.00 I I06. OQ and tested as herein specified, � including all fittings, equipment, tools, and labor to perform work. Furnish and install 6" C-900 DR-18 approved water pipe in open cut 16 trench, backfilled to 95% compaction, 277 LF 13.00 31601 and tested as herein specified, .00 including all fittings, equipment, tools, and labor to perform work. Furnish and install 12" C-900 DR-18 17 approved water pipe by means other 1972 LF 90.00 1 57,76o.10 than open cut as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 20" steel encasement with 12" C-900 DR-18 pvc pipe by bore, provide all casing 18 spacers and backfilled to 95% 426 LF 19 � 00 8113q1.00 compaction, and tested as herein • specified, including all fittings, equipment, tools, and labor to perform work, as herein specified. Offeror's Initials REVISED ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED+/- COST Furnish and install 18" steel encasement with 10" C-900 DR-18 pvc pipe by bore, provide all casing 19 spacers and backfilled to 95% 202 LF I 00 ��)�� M W compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work, as herein specified. Furnish and install 16" steel encasement with 8" C-900 DR-18 pvc pipe by bore, provide all casing 20 spacers and backfilled to 95% 303 LF 166. Q� 50 2�18.00 compaction, and tested as herein ) specified, including all fittings, equipment, tools, and labor to perform work, as herein specified. Furnish and install 12" gate valve 21 and box as herein specified, including 29 EA 2.735.00 7 9 S00 all equipment, tools, and labor to / )3 . perform work. Furnish and install 10" gate valve 22 and box as herein specified, including 5 EA 300. 00 11500.00 all equipment, tools, and labor to ) perform work. Furnish and install 8" gate valve and 23 box as herein specified, including all 8 EA 15 7 5. 00 J 600.00 equipment, tools, and labor to perform I 1 work. Furnish and install 6" gate valve and 24 box as herein specified, including all 27 EA I, � � 0, W 32 9�0.0D equipment, tools, and labor to perform work. Furnish and install Fire Hydrant, as 25 herein specified, including all fittings, 27 LF 3r100. 00 83,700.00 equipment, tools, and labor to perform work. Air relief valve as herein specified, 26 including all equipment, tools, and I EA 15,760. 00 1 S7760, 00 VV labor to perform work. /11��/ Offeror's Initials REVISED ITEM DESCRIPTION QTV I UNIT COST EXTENDED COST Street Repair Removal and repair asphalt paving, including all material, equipment and 27 labor to perform sub grade compaction 200 SY q 0 00 181 o00.00 and testing. HMAC installation per Specifications and all other work considered incidental to this item. Gravel driveway repair, including all material, equipment and labor to 28 perform sub grade compaction and 280 SY 2 2 oo 6J 6/' oo testing. Flex Base installation per Specifications and all other work considered incidental to this item. 24" concrete landscaping, including 29 all material, equipment and labor to 40 LF 100.00 +000 00 perform installation. 30 Flowable backfdl as approved, complete and in place per 225 CY 173.00 3 8; i � S, oo Specifications. Total (Item I — Item 30) $1.117,070 50 PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 1$ D (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 2 n o to Final Completion) (not to exceed 330 consecutive calendar days to Substantial Completion / 360 consecutive calendar days to Final Completion). �� Offeror's Initials REVISED Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 330 Consecutive Calendar Days with final completion within 360 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $300 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (50/") of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. �f4l Offeror's Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of /� �%47. 07 - 57 Dollars {S ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSI AL OPENING. (Seal if Offeror is a Corporation) ATTEST - Secretary — Offeror acknowledges receipt of the following addenda: Addenda No. I Date (p aiD_420 Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: Date Authq zed ignature � Ie ion (Printed or Typed Name) R; 6 . L e(25e, Ser v C.e, ji/e, Company �O,.Box yS(o Address ,zevdlat)d No le City, County P,xas 753.3� State Zip Code Telephone: - s Fax: -FO& - Email: I't t In ks i nr- 0)an I 'CoM FEDERAL TAX ID or SOCIAL SECURITY No. CERTIFICATE OF INTERESTED PARTIES FORnn 1295 loft Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1. 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number 2020-644590 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Rink's Lease Service Levelland, TX United States Date Filed: 07/15/2020 2 Name of governmental entity ar state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 15336 Annexation of Water Line Project 1-27 & North Frankford Ave. 4 Name of Interested P arh/ City, State Country laze of business ty, try (p ) Nature of interest (check applicable) Controlling I Intermediary Middleton, Kip Levelland, TX United States X 5 Check only if there is NO Interested Party. a 6 UNSWORN DECLARATION % My name is 1 ` �,(� I � ,l `�' "` I �� " " ,and my date of birth is r / My address is J�� /�% r �`7 h'eve, ! I u.'14 % 793-36 (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Q t 0C� Counry, State of _ / 110 XG S on the/5 dayof`-:Yu 1 y .200Q (month) (year) Si re qkdg6orized agent of contracting business entity (Declarant) Forms orovided by Texas Ethics Commission www.ethics.state.tx.us Version Vi_1.3a6aaf71 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2020-644590 Rink's Lease Service Levelland, TX United States Date Filed: 07/15/2020 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 07/15/2020 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 15336 Annexation of Water Line Project 1-27 & North Frankford Ave. 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Middleton, Kip Levelland, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d BOND CHECK BEST RATING _________ LICENSED IN TEXAS DATE______ BY: _______ CONTRACT AWARD DATE: July 28, 2020 CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK SPECIFICATIONS FOR Annexation of Water Line Project I-27 & North Frankford Ave. RFP 20-15336-TF CONTRACT: 15336 PROJECT NUMBER: 92585.9241.30000 Plans & Specifications may be obtained from Bidsync.com Page Intentionally Left Blank ADDEND80 Page Intentionally Left Blank ADDENDUM 1 Revised Proposal Submittal Form / TxDOT Approval Forms / 2020 City of Lubbock Minimum Design Standards and Specifications / Revised Item 17.1 of the General Instructions to Offerors / Revised Plan Drawings RFP 20-15336-TF Annexation of Water Line Project I-27 & North Frankford Ave. DATE ISSUED: June 26, 2020 CLOSE DATE: July 1, 2020 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Revised Proposal Submittal Form. Revised Proposal Submittal Form The Proposal Submittal Form has been revised and must be submitted with the response. The revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Proposal Submittal Form. TxDOT Approval Forms 1. Please incorporate the information provided in the attached forms. 2020 City of Lubbock Minimum Design Standards and Specifications 1. Please see incorporate the design standards attached. Revised Item 17.1 of the General Instructions to Offerors 1. Please modify “TWO years” to “One year” for item 17.1 of the General Instructions to Offerors. Revised Plan Drawings 1. Please see the revised drawings attached. 2 All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Assistant Director 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 Emailed to TKFlores@mylubbock.us Questions are preferred to be posted on BidS ync: www.bidsync.com THANK YOU, Teofilo Flores CITY OF LUBBOCK Teofilo Flores Assistant Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror’s responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: _______________________________________ PROJECT NUMBER: RFP 20-15336-TF Annexation of Water Line Project I-27 & North Frankford Ave. Proposal of _________________________________________________________________ (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Annexation of Water Line Project I-27 & North Frankford Ave. having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST General 1 Mobilization/Demobilization - Contractor mobilization including move-in and move-out cost from each site location. 1 LS 2 Provide and maintain a SWPPP - Including preparation, NOI, NOT, and all other work considered incidental to this item. 1 LS 3 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 4 Trench Safety - Complete and in place. 33021 LF REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST I-27 5 Furnish and install 12" C-900 DR-18 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. 18157 LF 6 Furnish and install 6" C-900 DR-18 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. 50 LF 7 Furnish and install 12" C-900 DR-18 approved water pipe by means other than open cut as herein specified, including all fittings, equipment, tools, and labor to perform work. 345 LF 8 Furnish and install 20" steel encasement with 12" C-900 DR-18 pvc pipe by bore, provide all casing spacers and backfilled to 95% compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work, as herein specified. 177 LF 9 Furnish and install 12" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 19 EA 10 Furnish and install 6" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 13 EA 11 Furnish and install Fire Hydrant, as herein specified, including all fittings, equipment, tools, and labor to perform work. Remove and salvage existing Fire Hydrant. 13 EA 12 Air relief valve as herein specified, including all equipment, tools, and labor to perform work. 2 EA __________ Offeror’s Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST Frankford Ave Water Line 13 Furnish and install 12" C-900 DR-18 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. 14864 LF 14 Furnish and install 10" C-900 DR-18 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. 17 LF 15 Furnish and install 8" C-900 DR-18 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. 223 LF 16 Furnish and install 6" C-900 DR-18 approved water pipe in open cut trench, backfilled to 95% compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. 277 LF 17 Furnish and install 12" C-900 DR-18 approved water pipe by means other than open cut as herein specified, including all fittings, equipment, tools, and labor to perform work. 1972 LF 18 Furnish and install 20" steel encasement with 12" C-900 DR-18 pvc pipe by bore, provide all casing spacers and backfilled to 95% compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work, as herein specified. 426 LF _ Offeror’s Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST 19 Furnish and install 18" steel encasement with 10" C-900 DR-18 pvc pipe by bore, provide all casing spacers and backfilled to 95% compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work, as herein specified. 202 LF 20 Furnish and install 16" steel encasement with 8" C-900 DR-18 pvc pipe by bore, provide all casing spacers and backfilled to 95% compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to perform work, as herein specified. 303 LF 21 Furnish and install 12" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 29 EA 22 Furnish and install 10" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 5 EA 23 Furnish and install 8" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 8 EA 24 Furnish and install 6" gate valve and box as herein specified, including all equipment, tools, and labor to perform work. 27 EA 25 Furnish and install Fire Hydrant, as herein specified, including all fittings, equipment, tools, and labor to perform work. 27 LF 26 Air relief valve as herein specified, including all equipment, tools, and labor to perform work. 1 EA _ Offeror’s Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST Street Repair 27 Removal and repair asphalt paving, including all material, equipment and labor to perform sub grade compaction and testing. HMAC installation per Specifications and all other work considered incidental to this item. 200 SY 28 Gravel driveway repair, including all material, equipment and labor to perform sub grade compaction and testing. Flex Base installation per Specifications and all other work considered incidental to this item. 280 SY 29 24" concrete landscaping, including all material, equipment and labor to perform installation. 40 LF 30 Flowable backfill as approved, complete and in place per Specifications. 225 CY Total (Item 1 – Item 30) $ PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: (to Final Completion) (not to exceed 330 consecutive calendar days to Substantial Completion / 360 consecutive calendar days to Final Completion). _ Offeror’s Initials REVISED Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 330 Consecutive Calendar Days with final completion within 360 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $300 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. _ Offeror’s Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for ______________________________ Dollars ($___________) or a Proposal Bond in the sum of ______________________________ Dollars ($___________), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. (Seal if Offeror is a Corporation) ATTEST: _________________________________________ Secretary Offeror acknowledges receipt of the following addenda: Addenda No. _______ Date_________ Addenda No. _______ Date_________ Addenda No. _______ Date_________ Addenda No. _______ Date_________ M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) 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. Date: Authorized Signature ______________________________________ (Printed or Typed Name) ______________________________________ Company ______________________________________ Address _____________________, ________________ City, County _____________________, ________________ State Zip Code Telephone: ______ - _____________________ Fax: - Email: _____________________________ FEDERAL TAX ID or SOCIAL SECURITY No. ____________________________________________ Approval Form Page L of 1 Approval Form Online version 11/2005 To Evan Matheney City of Lubbock 1625 13th Street Lubbock, TX 79407 APPROVAL Date 11/21/2019 Application No. LBB20191111140142 District App. No. water HighwaylH 0027 Control Section 006707 Maintenance Section LBubbock County Maintenance SE Office County Lubbock TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. LBB20191111140142 (District Application No. water) dated 11/21/2019 and accompanying documentation, except as noted below. Not applicable When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads: from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: GENERAL NOTES WATER LINES You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By Mike Stroope Title Director of Operations District Lubbock http://apps. dot.state.tx.uslapps[UIRPROv2llibINoticeApproval.asp?ApproverID—DOT20100126165651,.. 11 /21 r2019 GENERAL NOTES A copy of the approved Notice of Proposed Installation and all of its attachments must be kept on site and accessible at all times during construction. This includes the complete Notice, Approval Form, any approved Amendments, and General Notes and Special Provisions. If this information is not on the job site, construction may be halted until it can be provided. Once a permit is approved, no changes shall be made without prior authorization from TxDOT. When field changes are needed, TxDOT must review and approve these changes. If the scope of work changes significantly, the utility company may be asked to stop construction and submit a revised request that reflects these amendments for approval. All utility installations authorized by the department shall be subject to inspection and testing as may be deemed necessary by TxDOT to verify that work is being done in accordance with the Utility+ Accommodation Rules and TxDOT requirements. If the department determines that the facility was not installed in the location and at the depth shown on the approved notice, the department may require the utility to take appropriate corrective action as determined by TxDOT. The utility owner shall be responsible for the safety of, and shall minimize the disruption to, the traveling public with proper traffic control. Appropriate measures shall be taken in the interest of safety, traffic convenience, and access to adjacent property. Warning and protective devices including flaggers shall be used to prevent traffic hazards and to ensure the safety of the traveling public. Traffic Control Plans shall be in accordance with the Texas Manual of Uniform Traffic Control Devices. Any lane closures require TxDOT authorization and a 48 hour notice prior to set up. All personnel within the right-of-way shall wear high -visibility safety apparel that meets the Performance Class 2 or 3 requirements of the ANSVISEA 107-2004. Any utility pits or above ground obstructions within the horizontal clearance shall be properly protected, in compliance with National Cooperative Highway Research Project Report 350, with concrete traffic barriers, metal beam guard fencing, appropriate end treatments, or other appropriate warning devices. No construction work within the right-of-way will be allowed on Saturday, Sunday, Federal Holidays, during inclement weather or before or after sunset unless the contractor has written permission from TxDOT. Lines crossing beneath any existing highway shall be installed by boring or tunneling. Jacking or Water Jetting will not be permitted. Annular voids greater than one inch between the bore hole and the casing shall be filled with a slurry grout or other flowable fill acceptable to the department. Excavated material shall be backfilled immediately after operations have been completed. Said material shall be compacted to a density approximating the adjacent undisturbed soil using mechanical equipment. All excess excavation, materials, supplies, etc. shall be removed from the right-of-way after installation is complete and the right-of-way reshaped to its original condition including fertilizing, seeding and/or sod as may be required when existing grass has been disturbed. The utility shall not cut into the pavement or concrete surfaces without written permission from the department. When nonmetallic pipe is installed, whether longitudinally or crossings, a durable metal wire or other district -approved means of detection shall be concurrently installed. Lubbock District Revised July 2014 l jp SPECIAL PROVISIONS WATER LINES LOCATION All parallel underground utilities shall be placed on uniform alignment within five feet of the right of way line. In no case shall the utility be placed in the bottom of the ditch or on the front slope. Any alignment change outside of five feet from the right of way MUST BE APPROVED BY TxDOT. LONGITUDINAL -- The minimum depth of cover shall be 30 inches. CROSSINGS — The minimum depth of cover to the top of the casing shall be 30 inches, but not less than 18 inches below the pavement structure. Underground utilities crossing the highway shall be encased in the interest of safety, protection of the utility, protection of the highway, and for access to the utility. Water lines crossing under paved highways must be placed in a steel encasement pipe. Steel casing lengths must be the full width of the right of way. MATERIAL TYPE - All material types used for water lines shall conform to the American Waterworks Association, applicable local requirements, and 30 TAC 290.44(a). INSTALLATION - Lines placed beneath any existing highway shall be installed by boring or tunneling. Jacking or Water Jetting will not be permitted. ABOVEGROUND APPURTENANCES -- Fire Hydrants and valves. When feasible, fire hydrants and blow -off valves are to be located at the right of way line. Fire hydrants shall not be placed in the sidewalk or any closer than five feet from the back of the curb. Valve locations shall be placed so as not to interfere with maintenance of the highway. MANHOLES — The width dimensions shall be no larger than is necessary to hold equipment involved and to meet safety standards for maintenance personnel. The maximum inside diameter of the manhole chimney shall not exceed 48 inches. The outside diameter of the manhole chimney at the ground level shall not exceed 36 inches. WATER METERS - Individual service meters shall be placed outside the limits of the right of way. Lubbock District Revised August 2014 ljp Approval Form Page l of 1 Approval Form Online version 11/2005 To Jon Dimas City of Lubbock 162513th Street Lubbock, TX 79407 APPROVAL Date 3/13/2020 Application No. LBB20200220132323 District App. No. water Highway US 0084 Control Section 005207 Maintenance Section LA) bock County Maintenance NE Office County Lubbock TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. LBB20200220132323 (District Application No. water) dated 3/13/2020 and accompanying documentation, except as noted below. Not applicable When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment ii highway planting and beautification, by reducing damage due to trimming. Special Provisions: GENERAL NOTES WATER LINES You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By Mike Stroo e Title Director of Operations District Lubbock http://apps.dot.state.tx.uslappslUIRPROv2llibINoticeApproval.asp?ApproverID—DOT20100126165651 &... 3 :13r2020 GENERAL NOTES A copy of the approved Notice of Proposed Installation and all of its attachments must be kept on site and accessible at all times during construction. This includes the complete Notice, Approval Form, any approved Amendments, and General Notes and Special Provisions. If this information is not on the job site, construction may be halted until it can be provided. Once a permit is approved, no changes shall be made without prior authorization from TxDOT. When field changes are needed, TxDOT must review and approve these changes. If the scope of work changes significantly, the utility company may be asked to slop construction and submit a revised request that reflects these amendments for approval. All utility installations authorized by the department shall be subject to inspection and testing as may be deemed necessary by TxDOT to verify that work is being done in accordance with the Utility Accommodation Rules and TxDOT requirements. If the department determines that the facility was not installed in the location and at the depth shown on the approved notice, the department may require the utility to take appropriate corrective action as determined by TxDOT. The utility owner shall be responsible for the safety of, and shall minimize the disruption to, the traveling public with proper traffic control. Appropriate measures shall be taken in the interest of safety, traffic convenience, and access to adjacent property. Warning and protective devices including flaggers shall be used to prevent traffic hazards and to ensure the safety of the traveling public. Traffic Control Plans shall be in accordance with the Texas Manual of Uniform Traffic Control Devices. Any lane closures require TxDOT authorization and a 48 hour notice prior to set up. All personnel within the right-of-way shall wear high -visibility safety apparel that meets the Performance Class 2 or 3 requirements of the ANSUISEA 107-2004. Any utility pits or above ground obstructions within the horizontal clearance shall be properly protected, in compliance with National Cooperative Highway Research Project Report 350, with concrete traffic barriers, metal beam guard fencing, appropriate end treatments, or other appropriate warning devices. No construction work within the right-of-way will be allowed on Saturday, Sunday, Federal Holidays, during inclement weather or before or after sunset unless the contractor has written permission from TxDOT. Lines crossing beneath any existing highway shall be installed by boring or tunneling. Jacking or Water Jetting will not be permitted. Annular voids greater than one inch between the bore hole and the casing shall be filled with a slurry grout or other flowable fill acceptable to the department. Excavated material shall be backfilled immediately after operations have been completed. Said material shall be compacted to a density approximating the adjacent undisturbed soil using mechanical equipment. All excess excavation, materials, supplies, etc. shall be removed from the right-of-way after installation is complete and the right-of-way reshaped to its original condition including fertilizing, seeding and/or sod as may be required when existing grass has been disturbed. The utility shall not cut into the pavement or concrete surfaces without written permission from the department. When nonmetallic pipe is installed, whether longitudinally or crossings, a durable metal wire or other district -approved means of detection shall be concurrently installed. Lubbock District Revised July 20141jp SPECIAL PROVISIONS WATER LINES LOCATION — All parallel underground utilities shall be placed on uniform alignment within five feet of the right of way line. In no case shall the utility be placed in the bottom of the ditch or on the front slope. Any alignment change outside of five feet from the right of way MUST BE APPROVED BY TxDOT. LONGITUDINAL -- The minimum depth of cover shall be 30 inches. CROSSINGS The minimum depth of cover to the top of the casing shall be 30 inches, but not less than 18 inches below the pavement structure. Underground utilities crossing the highway shall be encased in the interest of safety, protection of the utility, protection of the highway, and for access to the utility. Water Iines crossing under paved highways must be placed in a steel encasement pipe. Steel casing lengths must be the full width of the right of way. MATERIAL TYPE - All material types used for water lines shall conform to the American Waterworks Association, applicable local requirements, and 30 TAC 290.44(a). INSTALLATION - Lines placed beneath any existing highway shall be installed by boring or tunneling. Jacking or Water Jetting will not be permitted. ABOVEGROUND APPURTENANCES — Fire Hydrants and valves. When feasible, fire hydrants and blow -off valves are to be located at the right of way line. Fire hydrants shall not be placed in the sidewalk or any closer than five feet from the back of the curb. Valve locations shall be placed so as not to interfere with maintenance of the highway. MANHOLES — The width dimensions shall be no larger than is necessary to hold equipment involved and to meet safety standards for maintenance personnel. The maximum inside diameter of the manhole chimney shall not exceed 48 inches. The outside diameter of the manhole chimney at the ground level shall not exceed 36 inches. WATER METERS - Individual service meters shall be placed outside the limits of the right of way. Lubbock District Revised August 2014 ljp Approval Form Page I of I. Approval Form Online version 11/2005 To Jon Dimas City of Lubbock 1625 13th Street Lubbock, TX 79407 APPROVAL Date 4/22/2020 Application No. LBB20200220110355 District App. No. water Highway FM 1294 Control Section 186601 Maintenance Section Lubbock County Maintenance SE Office County Lubbock TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. LBB20200220110355 (District Application No. water) dated 4/22/2020 and accompanying documentation, except as noted below. Not applicable When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: GENERAL NOTES WATER LINES You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the U I R website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By Mike Stroope _ Title Director of Operations District Lubbock http://apps.dot.state.tx.us/apps/UIRPROv2/lib/NoticeApproval.asp?ApproverlD-DOT20100126165651 &... 4122/2020 GENERAL NOTES A copy of the approved Notice of Proposed Installation and all of its attachments must be kept on site and accessible at all times during construction. This includes the complete Notice, Approval Form, any approved Amendments, and General Notes and Special Provisions. If this information is not on the job site, construction may be halted until it can be provided. Once a permit is approved, no changes shall be made without prior authorization from TxDOT. When field changes are needed, TxDOT must review and approve these changes. If the scope of work changes significantly, the utility company may be asked to stop construction and submit a revised request that reflects these amendments for approval. All utility installations authorized by the department shall be subject to inspection and testing as may be deemed necessary by TxDOT to verify that work is being done in accordance with the Utility Accommodation Rules and TxDOT requirements. If the department determines that the facility was not installed in the location and at the depth shown on the approved notice, the department may require the utility to take appropriate corrective action as determined by TxDOT. The utility owner shall be responsible for the safety of, and shall minimize the disruption to, the traveling public with proper traffic control. Appropriate measures shall be taken in the interest of safety, traffic convenience, and access to adjacent property. Warning and protective devices including flaggers shall be used to prevent traffic hazards and to ensure the safety of the traveling public. Traffic Control Plans shall be in accordance with the Texas Manual of Uniform Traffic Control Devices. Any lane closures require TxDOT authorization and a 48 hour notice prior to set up. All personnel within the right of way shall wear high -visibility safety apparel that meets the Performance Class 2 or 3 requirements of the ANSUISEA 107-2004. Any utility pits or above ground obstructions within the horizontal clearance shall be properly protected, in compliance with National Cooperative Highway Research Project Report 350, with concrete traffic barriers, metal beam guard fencing, appropriate end treatments, or other appropriate warning devices. No construction work within the right-of-way will be allowed on Saturday, Sunday, Federal Holidays, during inclement weather or before or after sunset unless the contractor has written permission from TxDOT. Lines crossing beneath any existing highway shall be installed by boring or tunneling. Jacking or Water Jetting will not be permitted. Annular voids greater than one inch between the bore hole and the casing shall be filled with a slung grout or other flowable fill acceptable to the department. Excavated material shall be backfilled immediately after operations have been completed. Said material shall be compacted to a density approximating the adjacent undisturbed soil using mechanical equipment. All excess excavation, materials, supplies, etc. shall be removed from the right-of-way after installation is complete and the right-of-way reshaped to its original condition including fertilizing, seeding and/or sod as may be required when existing grass has been disturbed. The utility shall not cut into the pavement or concrete surfaces without written permission from the department. When nonmetallic pipe is installed, whether longitudinally or crossings, a durable metal wire or other district -approved means of detection shall be concurrently installed. Lubbock District Revised July 2014 Ijp SPECIAL PROVISIONS WATER LINES LOCATION — All parallel underground utilities shall be placed on uniform alignment within five feet of the right of way line. In no case shall the utility be placed in the bottom of the ditch or on the front slope. Any alignment change outside of five feet from the right of way MUST BE APPROVED BY TxDOT. LONGITUDINAL — The minimum depth of cover shall be 30 inches. CROSSINGS — The minimum depth of cover to the top of the casing shall be 30 inches, but not less than 18 inches below the pavement structure. Underground utilities crossing the highway shall be encased in the interest of safety, protection of the utility, protection of the highway, and for access to the utility. Water Iines crossing under paved highways must be placed in a steel encasement pipe. Steel casing lengths must be the full width of the right of way. MATERIAL TYPE - All material types used for water lines shall conform to the American Waterworks Association, applicable local requirements, and 30 TAC 290.44(a). INSTALLATION - Lines placed beneath any existing highway shall be installed by boring or tunneling. Jacking or Water Jetting will not be permitted. ABOVEGROUND APPURTENANCES — Fire Hydrants and valves. When feasible, fire hydrants and blow -off valves are to be located at the right of way line. Fire hydrants shall not be placed in the sidewalk or any closer than five feet from the back of the curb. Valve locations shall be placed so as not to interfere with maintenance of the highway. MANHOLES — The width dimensions shall be no larger than is necessary to hold equipment involved and to meet safety standards for maintenance personnel. The maximum inside diameter of the manhole chimney shall not exceed 48 inches. The outside diameter of the manhole chimney at the ground level shall not exceed 36 inches. WATER METERS - Individual service meters shall be placed outside the limits of the right of way. Lubbock District Revised August 20141jp City of Lubbock Engineering Minimum Design Standards and Specifications Department of Engineering City of Lubbock, Texas May 1, 2020 This document contains general standards and specifications for design work on public infrastructure. At all times these regulations are subject to the direct supervision and judgment of the City Engineer who may make modifications in their implementation as may be necessary on a case-by-case basis, acting in the best interest of the public. Approval of plans shall constitute general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer of Record or the Developer from the responsibility to comply with local, State, or Federal requirements, and/or any errors or omissions in plans and specifications. C:\USERS\158869\APPDATA\LOCAL\MICROSOFT\WINDOWS\INETCACHE\CONTENT.OUTLOOK\AVIQY0AF\STD SPECS ADOPTION LETTER.DOCX May 4, 2020 Subject: City of Lubbock Public Works Engineering Minimum Design Standards & Specifications To whom it may concern: This letter is to advise of the release of the 2020 annual update to the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. Over the past two years the City of Lubbock Engineering staff has been working with vendors, manufacturers, engineering firms and the development community to update and improve the 2018 edition. The Public Works Engineering Department will be reviewing plans and making comments according to these standards for any proposed infrastructure beginning May 11, 2020. Therefore, any plans received by this department dated on or after May 11, 2020 will be reviewed under these newly adopted design and construction standards. This manual is available in digital format on the City of Lubbock website. Please feel free to contact me if you have any questions Sincerely, Michael G. Keenum, P.E. Division Director of Engineering / City Engineer City of Lubbock 1625 13th Street Lubbock, Texas 79401 (806) 775-2393 0 City of ibbock TEXAS June l 1, 2020 Subject: City of Lubbock Engineering Minimum Design Standards & Specifications To whom it may concern: This letter is to advise of the release of an amendment to the 2020 City of Lubbock Engineering Minimum Design Standards and Specifications. This amendment adds American AVK fire hydrants to the Approved Materials List. This change is effective immediately. This manual is available in digital format on the City of Lubbock website. Please feel free to contact me if you have any questions Sincerely, Michael G. Keenum, P.E. Division Director of Engineering / City Engineer City of Lubbock 1314 Avenue K Lubbock, Texas 79401 (806) 775-2347 C: USEM127498 APPDATA LOCAL MCROSOF nWINDOWS JNETCACHECONfEM'.OUTLOOKOSO2SJ3DMSTD SPECS AMENDMENT L=P DOCX No Text 2020 Design Standards and Specifications Table of Contents i SECTION 1 ......................................................................................................................................... 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION .......................................................... 1 1.01 General ................................................................................................................................... 1 1.02 Design Flow ............................................................................................................................. 1 1.03 Design Pressure ....................................................................................................................... 2 1.04 Hydraulic Design ...................................................................................................................... 2 1.05 Typical Layout.......................................................................................................................... 2 1.06 Bedding and Cover ................................................................................................................... 3 1.07 Relation to Sanitary Sewer Mains and Appurtenances .................................................................. 3 1.08 Pipe Size and Spacing ............................................................................................................... 6 1.09 Pipe Materials .......................................................................................................................... 6 1.10 Methods of Connection ............................................................................................................. 6 1.11 Flanged Outlets ........................................................................................................................ 7 1.12 Valve Spacing .......................................................................................................................... 7 1.13 Fire Protection Requirements .................................................................................................... 7 1.14 Easements ............................................................................................................................... 8 1.15 Soil Analysis ............................................................................................................................. 9 1.16 Pipe Restraints and Reaction Blocking ........................................................................................ 9 1.17 Tunneling, Jacking and Boring ................................................................................................... 9 1.18 Dead-end Mains ..................................................................................................................... 10 1.19 Abandonment of Water Mains ................................................................................................. 10 SECTION 2 ....................................................................................................................................... 11 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS ................................................. 11 2.01 Plan Submittal Requirements ................................................................................................... 11 2.02 Plan Details ........................................................................................................................... 13 SECTION 3 ....................................................................................................................................... 17 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS .............................................................. 17 3.01 General ................................................................................................................................. 17 3.02 Design Flow ........................................................................................................................... 17 3.03 Hydraulic Design .................................................................................................................... 18 3.04 Design Details ........................................................................................................................ 18 3.05 Typical Layout........................................................................................................................ 19 3.06 Bedding and Cover ................................................................................................................. 20 3.07 Relation to Water Mains .......................................................................................................... 20 3.08 Abandonment of Sewer Mains and Manholes ............................................................................ 22 3.09 Easements ............................................................................................................................. 22 3.10 Soil Analysis ........................................................................................................................... 22 3.11 Tunneling, Jacking and Boring ................................................................................................. 23 3.12 Lift Station ............................................................................................................................. 23 SECTION 4 ....................................................................................................................................... 25 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS ......................................................... 25 4.01 Plan Submittal Requirements ................................................................................................... 25 4.02 Plan Details ........................................................................................................................... 27 SECTION 5 ....................................................................................................................................... 29 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION ................................................ 29 5.01 General ................................................................................................................................. 29 5.02 Plan Requirements ................................................................................................................. 29 5.03 Plan Approval ......................................................................................................................... 29 5.04 Inspection ............................................................................................................................. 29 5.05 Specifications ......................................................................................................................... 29 5.06 Materials of Construction ........................................................................................................ 29 5.07 Methods of Construction ......................................................................................................... 38 5.08 Pneumatic Testing for Tapping Sleeves .................................................................................... 45 5.09 Hydrostatic Pressure Testing ................................................................................................... 45 5.10 Sterilization and Bacteriological Testing .................................................................................... 46 2020 Design Standards and Specifications Table of Contents ii 5.11 Restoration and Clean Up ........................................................................................................ 47 5.12 Warranty and Acceptance ....................................................................................................... 48 SECTION 6 ....................................................................................................................................... 49 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION ............................... 49 6.01 General ................................................................................................................................. 49 6.02 Plan Requirements ................................................................................................................. 49 6.03 Plan Approval ......................................................................................................................... 49 6.04 Inspection ............................................................................................................................. 49 6.05 Specifications ......................................................................................................................... 49 6.06 Materials of Construction ........................................................................................................ 50 6.07 Methods of Construction ......................................................................................................... 54 6.08 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes . 63 6.09 Lift Station ............................................................................................................................. 69 6.10 Restoration and Clean Up ........................................................................................................ 70 6.11 Warranty and Acceptance ....................................................................................................... 71 SECTION 7 ....................................................................................................................................... 73 APPROVED MATERIALS AND MANUFACTURERS LIST ..................................................................... 73 7.01 Introduction ........................................................................................................................... 73 7.02 Product Submittal Procedures .................................................................................................. 73 7.03 Evaluation Process ................................................................................................................. 74 7.04 Approval Process .................................................................................................................... 74 7.05 Water System ........................................................................................................................ 76 7.06 Sanitary Sewer System ........................................................................................................... 83 7.07 Water and Sanitary Sewer Systems .......................................................................................... 88 SECTION 8 ....................................................................................................................................... 91 Standard Specifications for streets and drainage construction ...................................................... 91 8.01 General ................................................................................................................................. 91 8.02 Design Standards ................................................................................................................... 92 8.03 Testing and Inspection ........................................................................................................... 93 8.04 Notification of Property Owners ............................................................................................... 93 8.05 Protection of Utilities and Irrigation Systems ............................................................................. 93 8.06 Water for Construction............................................................................................................ 94 8.07 Concrete ............................................................................................................................... 95 8.08 Subgrade and Base .............................................................................................................. 103 8.09 Hot Mix Asphalt Concrete Surface (HMAC) .............................................................................. 109 8.10 Micro-Surfacing .................................................................................................................... 116 8.11 Storm Sewer ........................................................................................................................ 120 8.12 Fences ................................................................................................................................ 125 8.13 Salvage of Asphalt Paving ..................................................................................................... 126 8.14 Traffic Control ...................................................................................................................... 126 8.15 Prosecution of the Work and Working Days ............................................................................ 127 8.16 Measurement and Payment ................................................................................................... 128 8.17 Restoration and Clean Up ...................................................................................................... 131 8.18 Certificate of Completion and Warranty .................................................................................. 131 SECTION 9 ..................................................................................................................................... 132 CHECK LIST FOR STREETs AND DRAINAGE CONSTRUCTION PLANS ............................................ 133 9.01 Plan Submittal Requirements ................................................................................................. 133 9.02 Plan Details ......................................................................................................................... 136 SECTION 10 ................................................................................................................................... 139 TYPICAL DETAILS OF CONSTRUCTION .......................................................................................... 139 10.01 General Details ........................................................................................................................ A 10.02 Water Details ........................................................................................................................... B 10.03 Sewer Details ........................................................................................................................... C 10.04 Street and Drainage Details ...................................................................................................... D 2020 Design Standards and Specifications Water Standards Section 1 1 SECTION 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION 1.01 General 1.01.01 All water distribution system design shall be in accordance with the requirements of TCEQ Chapter 290, AWWA Standards, City of Lubbock Water System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Water Distribution. 1.02 Design Flow 1.02.01 The design of the water distribution system shall be based on the following: A. Design flow for residential use: Design Criteria Design Value Units Peak Hourly Demand 1,000 gpcd Maximum Daily Demand 650 gpcd Average Daily Demand 240 gpcd Capita per Household (Single Family) 3.2 persons Capita per Household (Multi-family) 2.5 persons i. Domestic water service shall be provided from an alley or easement. ii. Lines in alleys or easements shall be adequate to provide for a maximum size water meter of 1-½ inches per lot for each 75 feet of frontage. iii. Property owner may acquire a maximum domestic water tap and meter of 1-½ inches or the equivalent in two meters per lot for each 75 feet of frontage. iv. Minimum size water tap and meter shall be one inch. B. Design flow for fire protection: Proposed Use Minimum Fire Flow (gpm) 1- and 2-Family Residential 1,000 Other Than 1- and 2-Family Residential 1,500-8,000 i. Fire protection service shall be provided from a street right-of-way or comparable easement. ii. Flow may be from more than one fire hydrant, provided the additional hydrants are accessible to any possible fire location. iii. Fire protection must comply with Fire Marshall’s Office regulations, and in no case be less than currently adopted International Fire Code requirements. iv. Additional infrastructure may be required to provide fire protection service when existing water distribution lines are inadequate. 2020 Design Standards and Specifications Water Standards 2 Section 1 C. Design flow for development other than residential use shall be based on the following or as directed by the City Engineer or designee: Type of Development Average Daily Demand (gal/person/day) Restaurant 18 School Without cafeteria or showers 18 With cafeteria; no showers 24 With cafeteria and showers 30 Youth camp Without cafeteria, restrooms or showers 6 With restrooms; no cafeteria or showers 24 With restrooms and showers; no cafeteria 30 With restrooms, showers and cafeteria 42 Office building 18 Hospital (per bed) 720 Institution (other than hospital) 240 Factories (exclusive of industrial processes) 24 Recreational Parks 6 Swimming pools 12 Country clubs 120 Airport (per passenger) 6 Self-service laundry 60 Service station/convenience store 12 i. Peak hourly demand for other than residential flows shall be 2.5 times the average daily demand. 1.03 Design Pressure 1.03.01 Distribution system shall have a maximum operating pressure of 150 pounds per square inch (psi) and a minimum operating pressure of 40 psi. 1.03.02 Distribution system shall maintain a 20 psi residual pressure during required fire flow and a 40 psi residual pressure during peak hourly demand. 1.04 Hydraulic Design 1.04.01 Distribution mains shall be designed to have a maximum velocity of 10 feet per second. 1.04.02 Distribution mains shall be designed using a Hazen-Williams friction coefficient "C" equal to 140. 1.05 Typical Layout 1.05.01 Unless approved otherwise by the City Engineer or designee, water distribution mains shall be located: A. In north-south alleys or streets, 5 feet west of centerline. B. In east-west alleys or streets, 5 feet north of centerline. 1.05.02 Water mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the City Engineer or designee. 2020 Design Standards and Specifications Water Standards Section 1 3 B. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. 1.05.03 Where a water distribution main crosses a street, the crossing shall be made at as near to perpendicular as possible. 1.05.04 Valves shall be installed at each junction such that no more than one connecting leg is unvalved. A. At street intersections, valves shall be located at right-of-way lines unless flanged fittings are required. B. At alley intersections with streets, valves shall be located 2 feet from the right of way line towards the centerline of the street where possible. C. Where possible, valves in streets should be designed to fall outside of wheel paths. 1.05.05 Water mains shall be designed as looped systems. 1.05.06 Minimum radius of curvature and maximum deflection angle of pipe joints shall be restricted to 80% of manufacturer’s recommendation, after which the use of horizontal or vertical bends will be required. 1.05.07 In all instances water mains shall extend to the extremities of the platted property or the subdivision served, and further when required to tie into existing mains adjacent to the development. 1.06 Bedding and Cover 1.06.01 Water distribution mains shall ordinarily have a minimum of 4 feet of cover from top of pipe to finished ground surface. 1.06.02 All water lines shall be laid as horizontal as possible, avoiding excessive numbers of high or low points. 1.06.03 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Water Main Construction but in all cases shall be not less than manufacturer recommendations. 1.07 Relation to Sanitary Sewer Mains and Appurtenances 1.07.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 1.07.02 Water lines shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed sanitary sewer lines or appurtenances. A. Where the 9 foot separation distance cannot be achieved, the following criteria shall apply: i. New waterline installation—parallel lines: a. Where a new potable waterline parallels an existing, non-pressure or pressure rated sanitary sewer main and the Design Engineer is able to determine that the existing sanitary sewer main is not leaking: 2020 Design Standards and Specifications Water Standards 4 Section 1 (1) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. (2) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. b. Where a new potable waterline parallels an existing, non-pressure or pressure rated sanitary sewer main and it cannot be determined by the Design Engineer if the existing line is leaking: (1) The existing sanitary sewer main shall be replaced with at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. c. Where a new potable waterline parallels a new sanitary sewer main: (1) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. ii. New waterline installation—crossing lines: a. Where a new potable waterline crosses over an existing, non-pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. b. Where a new potable waterline crosses over an existing, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. 2020 Design Standards and Specifications Water Standards Section 1 5 c. Where a new potable waterline crosses over a new, non-pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. d. Where a new potable waterline crosses over a new, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (3) One segment of the waterline pipe shall be centered over the sanitary sewer line such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the center line of the sanitary sewer main. (4) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (5) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. e. When a new potable waterline crosses under a sanitary sewer main: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) The waterline shall be encased in an 18-foot or longer section of pipe or be constructed of ductile iron or steel pipe with mechanical or welded joints as appropriate. (3) The encasing pipe shall be centered on the sewer line and shall be at least 2 nominal pipe diameters larger than the water line. (4) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (5) Each end of the casing shall be sealed with watertight non-shrink cement grout or a manufactured watertight seal. (6) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. 2020 Design Standards and Specifications Water Standards 6 Section 1 B. Location of fire hydrants i. Fire hydrants shall not be installed within 9 feet vertically or horizontally of any sanitary sewer main, manhole or service line regardless of construction. C. Location of potable or raw water supply or suction lines i. Suction mains to pumping equipment shall not cross sanitary sewer mains or sanitary sewer service lines. ii. Raw water supply lines shall not be installed within 5 feet of any tile or concrete sanitary sewer main or sanitary sewer service line. D. Proximity of septic tank drain fields i. Waterlines shall not be installed closer than 20 feet to septic tank drain fields. 1.07.03 Water and sewer lines shall be installed in separate trenches. 1.07.04 For other instances not covered in these design standards, consult current TCEQ regulations. 1.08 Pipe Size and Spacing 1.08.01 Distribution mains shall be located and sized in accordance with the current City of Lubbock Water System Master Plan and current TCEQ rules: Water Line Size Spacing 16-inch or larger Section Line (mile) 10- or 12-inch Half-Section Line (1/2 mile) 6- or 8-inch Eighth-Section Line (660 feet) 1.08.02 The standard pipe sizes that shall be used are 4-, 6-, 8-, 10-, 12-, 16-, 20- and 24-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock water distribution system, unless approved by the City Engineer or designee. 1.09 Pipe Materials 1.09.01 All pipe used in the City of Lubbock water distribution system shall be Cement-lined Ductile Iron, C900 PVC, C905 PVC, C301 Prestressed-Concrete Steel Cylinder Pressure or Concrete Bar-wrapped Steel Cylinder Pressure Pipe. 1.09.02 See City of Lubbock Standard Specifications for Water Main Construction for details on materials and methods of construction. 1.10 Methods of Connection 1.10.01 Tapping Sleeves A. Tapping sleeves with tapping valves shall be used whenever possible for connections to existing mains in order to avoid interruption of water service. B. Maximum tap size shall be no larger than one standard size smaller than the main to be tapped. C. Size-on-size taps shall not be allowed without prior approval by the City Engineer or designee. D. Using a tapping sleeve of one standard size smaller than the main to be tapped and immediately increasing the pipe to a larger size shall not be allowed without prior approval by the City Engineer or designee. 2020 Design Standards and Specifications Water Standards Section 1 7 1.10.02 Cut-in Tees A. When it is necessary for a size-on-size connection and interruption of water service is not an issue, a cut-in tee with valve shall be used. B. Cut-in tees shall not be used without prior approval by the City Engineer or designee. 1.10.03 Service Connections A. Taps shall be provided in water main lines for service connections at each lot or building site. B. Service connections shall ordinarily be located 5.0 feet north or west of the centerline of the lot. C. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. D. Typical sizes of service connections are 1 inch, 1 ½ inch, or 2 inch diameter for residential, commercial, or industrial service. Service taps 3 inches or larger are available for commercial and industrial only. E. Maximum size service connection shall be no larger than one standard size smaller than the main to be tapped. F. Size-on-size service connections are not allowed. 1.11 Flanged Outlets 1.11.01 All side outlets for valve attachments on lines 16-inches and larger shall be flanged. 1.12 Valve Spacing 1.12.01 Valves shall be provided in the distribution system so that no single accident, break or repair will necessitate shutting down a length of pipe greater than 600 feet. A. On distribution mains 12-inch diameter and smaller, valves shall be located at each tee, cross or other junction. B. Valves shall be installed at each junction such that no more than one connecting leg is unvalved. 1.12.02 On 16-inch arterial mains, valves shall be spaced no greater than 800 feet as the arterial feeder main traverses undeveloped land or is not intersected by other distribution mains. 1.12.03 Transmission mains 20-inch diameter and larger shall be equipped with valves at one-half mile intervals unless intersected by arterial mains or other distribution mains, or it is determined that more valves are required. 1.13 Fire Protection Requirements 1.13.01 Fire protection must comply with Fire Marshall’s Office regulations, and in no case be less than currently adopted International Fire Code requirements. A. Each building in the city limits shall be within 500 feet of a fire hydrant, as measured by lay- of-hose length. 1.13.02 In all cases, the following criteria shall be adhered to: A. Fire hydrant leads shall be minimum 6-inch diameter, sole purpose and shall not exceed 150 feet in length. The entire length of the lead shall be mechanically restrained. 2020 Design Standards and Specifications Water Standards 8 Section 1 B. Private fire protection lines and hydrant leads shall connect at the main with a gate valve or tapping valve of at least equal size to the fire protection line. C. A fire hydrant is required within 200 feet of a Fire Department Connection. D. Fire lines from public mains to buildings shall be installed by a state certified fire sprinkler firm and tested to Fire Marshall’s Office requirements. E. Fire hydrants shall be located at intersections wherever possible. i. Consult Section C-104 of the International Fire Code for requirements on hydrants that may obstruct access during fire fighting operations. F. A hydrant shall be placed at the throat or beginning of each cul-de-sac at the intersecting street. i. Additional fire hydrants may be required based on length of cul-de-sac. ii. Fire hydrants placed at the bulb end of cul-de-sacs should be avoided. G. On divided highways hydrants shall be placed on each side of the highway wherever possible. H. Fire hydrants shall be installed with the 4-inch nozzle facing the required access way or street. I. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet is 18 inches above the ground. J. Fire hydrants shall be placed so that they are readily visible from the street and shall be no closer than 2 feet nor further than 5 feet from back of curb. K. A reflective, blue, raised pavement marker shall be placed at the center of the required access way or street for any new fire hydrant installation, in line with the 4-inch nozzle. L. No bushes, ground cover over 6 inches in height, or other obstructions shall be placed within a 5 foot radius in all directions of a hydrant or fire department connection. M. Where fire hydrants are vulnerable to vehicular damage, appropriate crash posts shall be provided. i. No obstructions shall exist within a 3-foot working area of each fire hydrant. ii. Crash posts shall be 4-inch, cement-filled pipe with a minimum of 3 feet above finished grade and 2 feet of pipe anchored in concrete below grade. N. Fire hydrants shall be in operation before framing is started or combustibles are stored on any construction site. O. Streets and fire access roadways shall be able to support fire apparatus in wet weather before framing is started or combustibles are stored on any construction site. P. Fire hydrant shall be installed with flange 0.2 to 0.4 foot above finished grade so that the bury line will be between finished grade and 0.2 foot above finished grade. Q. No size-on-size taps for fire suppression shall be allowed. 1.14 Easements 1.14.01 When it is determined not to be feasible to construct a public water distribution main in a street or alley, the installation may be made in a dedicated easement or right-of-way. 1.14.02 The minimum width of an easement or right-of-way for a public water distribution main is 10 feet exclusive, 20 feet if shared with a public sanitary sewer main or other utilities or if depth of water distribution main is greater than 10 feet. 1.14.03 Easements will not be allowed between residential lots unless they are in combination with a drainage easement or with prior approval from the City Engineer or designee. 2020 Design Standards and Specifications Water Standards Section 1 9 1.14.04 When a fire hydrant is to be installed on private property, an easement shall be dedicated which provides a minimum of 5 feet clearance in all directions from the center of the fire hydrant. 1.15 Soil Analysis 1.15.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed water distribution main, recommended methods of dewatering for water distribution main construction, and the recommended methods of backfilling and compacting to be used. 1.16 Pipe Restraints and Reaction Blocking 1.16.01 The size of required pipe restraints and reaction blocks shall be determined by the Design Engineer for the project based on the allowable soil pressure and the anticipated working pressure plus water hammer of the line. 1.16.02 For restrained joint lengths required, refer to Appendix A as derived from EBAA Iron, Inc. 1.17 Tunneling, Jacking and Boring 1.17.01 Tunneling, jacking and boring are methods used for water line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the City Engineer or designee. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe. D. Casing pipe thickness shall be: Casing Diameter Minimum Casing Thickness <24 inches 3/8 inch ≥24 inches 1/2 inch E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. i. Only purpose-built centralizers may be used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. H. All bores must comply with City Utility Excavation Manual. 1.17.02 Slick boring or directional drilling without encasement shall be considered on a case-by- case basis by the City Engineer or designee. All slick bores shall be restrained or encased. 1.17.03 No annular space shall remain between casing, or uncased pipe, and bored hole. 1.17.04 Unbraced, uncased bore holes shall be left open no more than 24 hours. 2020 Design Standards and Specifications Water Standards 10 Section 1 1.18 Dead-end Mains 1.18.01 A dead-end main is defined as a length of water line greater than 150 feet with no looped connection. 1.18.02 Dead-end mains shall not be allowed unless approved by the City Engineer or designee. 1.18.03 Where dead-end mains are necessary as a stage in the growth of the system, they shall be designed so that: A. The system may be periodically flushed by use of a blow-off valve or fire hydrant, or B. A temporary looped connection is installed. 1.19 Abandonment of Water Mains 1.19.01 When a water line is to be abandoned, allowances shall be made so that existing and new water mains may be in service simultaneously, thereby providing a means for transferring customer’s service from the old main to the new main with minimal interruption. 1.19.02 If the construction of a proposed main necessitates the abandoning of the existing main prior to the new main’s placement into service, provisions for a temporary water main with services must be addressed. 1.19.03 On mains to be abandoned, the designer shall note locations of cut and plug as close as possible to the main that remains in service. 1.19.04 Fire hydrants, valves and other fittings located on mains to be abandoned shall be removed and delivered to the City of Lubbock Water Utilities Department. 2020 Design Standards and Specifications Water Check List Section 2 11 SECTION 2 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS 2.01 Plan Submittal Requirements 2.01.01 All water main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Water Distribution prior to submittal to the Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. 2.01.02 Plan Review A. The Design Engineer shall submit water main construction plans to the City Engineer or designee for review and comment. The Design Engineer shall use the City of Lubbock Customer Self Service (CSS) website to submit plans. http://egovaccess.ci.lubbock.tx.us/EnerGov_Prod/SelfService/#/home B. Please call 806-775-2347 if you have any questions regarding the CCS submission process. C. Upon completion of review and receipt of payment for appropriate Plan Review fees, comments shall be returned to the Design Engineer on the CSS website. i. Plans requiring resubmittal for substantial changes as determined by City Engineer or Designee may require payment of an additional Plan Review fee. D. After comments have been addressed and changes have been made the Design Engineer will submit the revised plan using CSS website. i. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected. ii. Plans will not be approved unless testing and inspection fees have been paid. iii. If the design engineer does not submit plans for approval within 6 months of comments being issued or if fees are not paid within 6 months then the review will be terminated and the design engineer will have to start the plan review process over. E. Upon approval, the city will return an electronic copy of the plan stamped “Approved for Construction” through the CSS web site. i. The design Engineer will be required to submit two half size copies of the approved for construction stamped plans. F. Final construction plans should not be submitted for Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 2.01.03 Pro Rata Estimate and Fees A. The Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. 2020 Design Standards and Specifications Water Check List 12 Section 2 C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 2.01.04 Checklist A. A copy of the completed “City of Lubbock Municipal Water and Sewer Submittal Checklist” shall be submitted at the time of plan review submittal. The checklist can be found in the Appendix. 2.01.05 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked “Approved for Construction” with the signature of reviewer and date approved by the Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 2.01.06 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Digital PDF “Record Drawings” certified by the Design Engineer shall be submitted to the Engineering Department on the CSS website within 30 days of completion of the construction. i. Record Drawings shall include locations of all valves, valve vaults, fire hydrants, bends and tees or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then Record Drawings shall be submitted to the Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. D. Items required to be submitted with Record Drawings: i. Letter of Transmittal ii. Record Drawing iii. Updated Pro Rata Cost Estimate iv. Certificate of Completion (Provided to Contractor from City Inspector) v. Developer’s Warranty Statement (See Appendix) vi. Adjacent Mains Refund Contract (see Apendix) 2.01.07 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer or designee for a Certificate of Acceptance of Utility Construction. i. Water distribution system improvements shall not be put online or brought into service without written approval by the Engineering Department. 2020 Design Standards and Specifications Water Check List Section 2 13 ii. A newly constructed system will not be accepted until the supplying, adjacent system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Engineering Department. iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed water system will not be released by the Engineering Department until said system has been brought into service. 2.02 Plan Details 2.02.01 Plan Format A. Standard drawing size shall be 22-inch by 34-inch. 2.02.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Development Services Engineering: (806) 775-2347 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Location Map or Plat (if available) xi. Statement: “All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications.” B. Plan i. Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Water Mains (Bold) a. Stationing b. Size c. Length d. Material and Type of Joints e. Location Dimensions f. Fittings 2020 Design Standards and Specifications Water Check List 14 Section 2 g. Tees h. Crosses i. Reducers j. Bends k. Plugs l. Blow-offs m. Thrust Blocks n. Valves o. Fire Hydrants vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: 2020 Design Standards and Specifications Water Check List Section 2 15 C. Profile (required for water lines greater than 12-inch diameter) i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Proposed Water Main Control Elevation and Grades D. Plan, Profile and Complete Details for Off-Site Transmission Mains, Pump Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Thrust Block and Joint Restraint Tables iii. Fire Hydrant Detail iv. Tapping Details v. Air Valve Detail vi. Blow-off Detail vii. Crossing Detail F. Overall Layout Sheet - If Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Water Line Sizes and Material v. Valves vi. Fire Hydrants vii. Connections to Existing System 2020 Design Standards and Specifications Water Check List 16 Section 2 2020 Design Standards and Specifications Sewer Standards Section 3 17 SECTION 3 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS 3.01 General 3.01.01 All sanitary sewer system design shall be in accordance with the requirements of TCEQ Chapter 217, AWWA Standards, City of Lubbock Sewer System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Sanitary Sewers. 3.02 Design Flow 3.02.01 The design of the sanitary sewer system shall be based on the following: A. For sewers in new developments sewer main lines and lift stations shall be designed for the estimated future population to be served plus adequate allowance for future institutional and commercial flows. B. Minimum flow capacity for sizing of sewers for peak flow conditions shall not be less than the following: Design Criteria Design Value Units Average Daily Flow 100 gpcd Peak Factor, 2-hour flow <0.5 MGD 5 - Peak Factor, 2-hour flow >0.5 MGD 4 - Capita per Household (Single Family) 3.2 persons Capita per Household (Multi-family) 2.5 persons C. Minimum residential population density shall be figured on a basis of 6 houses per acre, and 70 percent of total land area developed as residential, unless detailed analysis of the area to be served indicates differently. D. Design flow for development other than residential use shall be based on the following or as directed by the City Engineer or designee: Type of Development Design Criteria Daily Flow - gpcd Trailer Park – transient 2.5 persons/trailer 50 Mobile Home Park 3 persons/trailer 75 School with cafeteria With showers 20 Without showers 15 Recreational Parks Day Use 5 Overnight Use 30 Commercial/Industrial Building 20 Motel 50 Restaurant Per meal served 5 Hospital Per bed 200 Nursing Home Per bed 100 2020 Design Standards and Specifications Sewer Standards 18 Section 3 3.03 Hydraulic Design 3.03.01 The minimum velocity at the design flow rate shall be 2.0 feet per second. 3.03.02 Maximum allowable velocity shall be 10 feet per second. 3.03.03 Manning’s coefficient for design purposes shall be n=0.013 for PVC pipe. 3.03.04 Manhole inverts shall be designed in such a manner that the energy gradient is consistently falling in the direction of flow. 3.04 Design Details 3.04.01 Sewer Pipe A. The standard pipe sizes that shall be used are 6-, 8-, 10-, 12-, 15-, 18- and 21-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock sanitary sewer system, unless approved by the City Engineer or designee. B. The following City slope standards shall apply to sanitary sewer mains: (refer to TCEQ guidelines 30 TAC Section 217.53.1.2.A Table C.1.) Pipe Diameter Minimum Slope (%) Maximum Slope (%) 6 inch 0.60 [0.50 TCEQ] 12.35 8 inch 0.40 [0.33 TCEQ] 8.40 10 inch 0.28 [0.25 TCEQ] 6.23 12 inch 0.22 [0.20 TCEQ] 4.88 15 inch 0.15 [0.15 TCEQ] 3.62 18 inch 0.12 [0.11 TCEQ] 2.83 C. Sewer main lines shall be straight between manholes both in line and grade. D. All sewer main lines shall terminate in a manhole. i. Cleanouts on sewer main lines shall not be permitted without written approval of the City Engineer or designee. 3.04.02 Manholes A. Manholes shall be a minimum of 48-inch diameter and shall be provided at every change in direction, grade, or connection with other sewer main lines. B. Manhole spacing and depth shall be as follows: Pipe Diameter Manhole Depth Manhole Diameter Max. Spacing Between Manholes 15 inches or smaller 0-16 Ft. 48 in. 500 Ft. 15 inches or smaller Over 16 Ft. 60 in. 500 Ft. Over 15 inches All depths 60 in. 800 Ft. C. Manholes greater than 16 feet deep or serving pipes larger than 15 inches shall be 60-inch diameter and include a protective coating system per the Approved Materials List. D. Connections at manholes shall be designed such that the crowns of connecting pipes are equal elevation if possible. E. Force mains shall discharge directly into a manhole through a 90o downspout connection. 2020 Design Standards and Specifications Sewer Standards Section 3 19 F. Manholes receiving force main discharge shall include a protective coating system per the Approved Materials List. G. Minimum elevation difference across manhole inverts shall be as follows: Deflection Angle Between Inlet/Outlet Min. Elevation Difference Less than 30o 0.10 Ft. Greater than 30o 0.20 Ft. H. Drop manholes shall be provided for sewer main lines entering a manhole at an elevation 24 inches or more above the manhole invert. i. Drop connections on new manholes shall be constructed with an exterior or “outside” drop system on all 48 inch manholes. All “outside” drops shall be flow filled against undisturbed soil up to the depth of the main. ii. Drop connections on existing manholes shall be constructed with an interior or “inside” drop system. “Inside” drops shall be allowed for existing 60 inch manholes only. I. Where the difference in elevation is less than 24 inches, the invert shall be filleted to prevent solids deposition. J. Manholes shall be stubbed out with suitable size pipe wherever future extension of the sewer is anticipated. i. Stub-outs shall extend beyond the edge of existing or proposed paving. K. Inflow Prevention Devices (IPDs) shall be specified on all new manhole installations. 3.04.03 Service Connections A. Tees or wyes shall be provided in sewer main lines for service connections at each lot or building site. B. Service connections shall ordinarily be located 5.0 feet south or east of the centerline of the lot. C. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. D. Minimum size service connections shall be 4 inch diameter. E. Maximum size service connection shall be no larger than one standard size smaller than the main to be tapped. F. Size-on-size service connections are not allowed. G. Gravity sewer taps shall connect to sewer main lines at or above the spring line. H. No gravity service lines shall discharge directly into a manhole. I. Service connections shall not be installed within 5 feet of the outside wall of a manhole. 3.05 Typical Layout 3.05.01 Unless approved otherwise by the City Engineer or designee, sanitary sewer mains shall be located: A. In north-south alleys or streets, 5 feet east of the centerline. B. In east-west alleys or streets, 5 feet south of the centerline. 2020 Design Standards and Specifications Sewer Standards 20 Section 3 3.05.02 Sanitary sewer mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the City Engineer or designee. B. Service connections shall not be deeper than 12 foot without prior written approval from the City Engineer or designee. 3.05.03 Where a sanitary sewer main crosses a street, the crossing shall be made at as near to perpendicular as possible. 3.05.04 Manholes shall be located as to provide access for maintenance crews and equipment. A. Where possible, manholes in streets should be designed to fall outside of wheel paths. B. Where possible, manholes in alleys should be designed to fall at the projected intersection of perpendicular lot lines. 3.05.05 In all instances sanitary sewer mains shall extend to the extremities of the platted property or the subdivision served. 3.06 Bedding and Cover 3.06.01 Sewer mains shall have a minimum of 4 feet of cover from top of pipe to proposed finished ground surface unless approved by City Engineer or designee. A. Where less than 5 feet of elevation difference between the finished lot grade at building line and the top of the sewer main is provided, the plans shall indicate that the lot is served by a "shallow sewer" and appropriate elevation information shall be given. B. Where a sewer main has less than 4 feet of cover, provisions shall be made to protect the pipe from impact loading when located in a street or alley. C. Maximum sanitary sewer depth in alleys shall be 12 feet unless approved by the Engineering Department. 3.06.02 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Sanitary Sewer Main Construction but in all cases shall be not less than manufacturer recommendations. 3.07 Relation to Water Mains 3.07.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 3.07.02 Sewers shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed water mains. A. Where the 9-foot separation distance cannot be achieved, the following guidelines shall apply: i. New sanitary sewer installation – parallel lines: a. Where a new sanitary sewer main parallels a water line: (1) The sewer shall be constructed of ductile iron or PVC meeting ASTM specifications with a pressure rating for both the pipe and joints of 150 psi. (2) The vertical separation shall be a minimum of 2 feet and the horizontal separation shall be a minimum of 4 feet between outside diameters. 2020 Design Standards and Specifications Sewer Standards Section 3 21 (3) The sewer shall be located below the water line. ii. New sanitary sewer installation – crossing lines: a. Where a sanitary sewer crosses under a water line and the sewer is constructed of ductile iron or PVC with a minimum pressure rating of 150 psi: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. b. Where a sanitary sewer crosses under a water line and the sewer is constructed of ABS truss pipe, similar semi-rigid plastic composite pipe, clay pipe or concrete pipe with gasketed joints (Non-pressure rated pipe): (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. c. Where a sanitary sewer crosses over a water line: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) All portions of the sewer within 9 feet of the water line shall be encased in a joint of 150 psi pressure class pipe at least 18 feet long and 2 nominal sizes larger than the new conveyance. (3) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (4) The encasement pipe should be centered on the crossing and each end sealed with watertight non-shrink cement grout or a manufactured watertight seal. (5) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. B. Sanitary sewer manhole and clean out separation from water i. Manholes and clean outs must be installed so as to provide a minimum of 9 feet of outside to outside clearance from an existing or proposed water line. 2020 Design Standards and Specifications Sewer Standards 22 Section 3 ii. Where the 9-foot separation distance cannot be achieved, an encasement pipe as described in subparagraph (c.) above may be used for the water line. 3.07.03 Water and sewer lines shall be installed in separate trenches. 3.07.04 For other instances not covered in these design standards, consult current TCEQ regulations. 3.08 Abandonment of Sewer Mains and Manholes 3.08.01 When a sewer system is to be abandoned the Design Engineer shall ensure that all existing mains and service connections are properly plugged or transferred to the new system prior to decommissioning of the existing system. 3.08.02 Sewer Mains A. If a line to be abandoned terminates in a manhole that will remain in service, the existing main to be decommissioned shall be plugged from within the manhole and clearly marked on the plans. i. Cutting and plugging of existing lines directly outside of manholes should be avoided. B. If a portion of a line is to be abandoned a manhole must be installed on the new terminus of the portion of line to remain in service. 3.08.03 Sewer Manholes A. Manholes may be decommissioned by either of the following methods or as approved by the City Engineer or designee: i. Complete removal of the manhole structure including ring, lid, cone, riser sections, base and all appurtenances. The excavation shall be backfilled with compacted native material or flowable fill. ii. Remove cone, ring and lid sections and backfill to top of remaining structure with flowable fill. Remaining excavation shall be backfilled with compacted native material or flowable fill. 3.09 Easements 3.09.01 When it is determined not to be feasible to construct a public sanitary sewer line in a street or alley, the installation may be made in a dedicated easement or right-of-way. 3.09.02 The minimum width of easement or right-of-way for a public sanitary sewer is 10 feet exclusive, 20 feet if shared with a public water main or other utilities or if depth of sewer main is greater than 10 feet. 3.10 Soil Analysis 3.10.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed sewer, recommended methods of dewatering for sewer main construction, and the recommended methods of backfilling and compacting to be used. 2020 Design Standards and Specifications Sewer Standards Section 3 23 3.11 Tunneling, Jacking and Boring 3.11.01 Tunneling, jacking and boring are methods used for sewer line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the City Engineer or designee. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe and must allow for the required casing spacers. D. Casing pipe thickness shall be: Casing Diameter Minimum Casing Thickness <24 inches 3/8 inch ≥24 inches 1/2 inch E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. i. Only purpose-built centralizers may be used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. 3.11.02 Slick boring or directional drilling without encasement shall be considered on a case-by- case basis by the City Engineer or designee. 3.11.03 Annular space between casing or uncased pipe and bored hole shall be injection grouted. 3.11.04 All pipe longer than 50’ installed by bore, jacking or tunneling must be video inspected by the developer after running water through the pipe to identify low areas. Video inspection shall conform to Section 6.08.07. 3.12 Lift Station 3.12.01 A thorough engineering analysis must be performed on physical and economic factors to determine if a lift station is required. A. A preliminary engineering report will be required to list all factors including TCEQ regulations as outlined in the Standard Specifications for Sanitary Sewer Construction. B. The City Engineer or designee will review the preliminary report and reserves the right to determine if there is merit to require a lift station. C. After approval of the preliminary report design shall follow the Standard Specifications for Sanitary Sewer Main Construction. D. Design of a lift station facility shall take into consideration the entire drainage basin, as well as local runoff. The top slab of the lift station shall be higher than the adjacent ground and the 100 year flood event. E. The review and approval process for lift station design could be subject to addition rules and requirements more comprehensive than those listed in these specifications. 2020 Design Standards and Specifications Sewer Standards 24 Section 3 2020 Design Standards and Specifications Sewer Check List Section 4 25 SECTION 4 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS 4.01 Plan Submittal Requirements 4.01.01 All sanitary sewer main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Sanitary Sewer prior to submittal to the Engineering Department for approval. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. 4.01.02 Plan Review A. The Design Engineer shall submit sanitary sewer main construction plans to the City Engineer or designee for review and comment. The Design Engineer shall use the City of Lubbock Customer Self Service (CSS) website to submit plans. http://egovaccess.ci.lubbock.tx.us/EnerGov_Prod/SelfService/#/home B. Please call 806-775-2347 if you have any questions regarding the CCS submission process. C. Upon completion of review and receipt of payment for appropriate Plan Review fees, comments shall be returned to the Design Engineer on the CSS website. i. Plans requiring resubmittal for substantial changes as determined by City Engineer or Designee may require payment of an additional Plan Review fee. D. After comments have been addressed and changes have been made the Design Engineer will submit the revised plan using CSS website. i. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected. ii. If testing and inspection fees have not been paid, plans will be rejected. E. Upon approval, the city will return an electronic copy of the plan stamped “Approved for Construction” through the CSS web site. i. The design Engineer will be required to submit two half size copies of the approved for construction stamped plans. F. Final construction plans should not be submitted for Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 4.01.03 Pro Rata Estimate and Fees A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 2020 Design Standards and Specifications Sewer Check List 26 Section 4 4.01.04 Checklist A. A copy of the completed “City of Lubbock Municipal Water and Sewer Submittal Checklist” shall be submitted at the time of plan review submittal. The checklist can be found in the Appendix. 4.01.05 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked “Approved for Construction” with the signature of reviewer and date approved by the Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 4.01.06 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Digital PDF “Record Drawings”, certified by the Design Engineer, shall be submitted to the Engineering Department within 30 days of completion of the construction. i. Record Drawings shall include locations of all lift stations, manholes or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then Record Drawings shall be submitted to the Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. D. Items required to be submitted with Record Drawings: i. Letter of Transmittal ii. Record Drawing iii. Updated Pro Rata Cost Estimate iv. Certificate of Completion (Provided to Contractor from City Inspector) v. Developer’s Warranty Statement (See Appendix) vi. Adjacent Mains Refund Contract (see Apendix) 4.01.07 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer or designee for a Certificate of Acceptance of Utility Construction. i. Sanitary sewer system improvements shall not be put online or brought into service without written approval by the Engineering Department. ii. A newly constructed system will not be accepted until the receiving, downstream system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Water Utilities Department. 2020 Design Standards and Specifications Sewer Check List Section 4 27 iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed system will not be released by the Engineering Department until said system has been brought into service. 4.02 Plan Details 4.02.01 Plan Format A. Standard drawing size shall be 22-inch by 34-inch. 4.02.02 The following details shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Development Engineering Services: (806) 775-2347 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Location Map or Plat (if available) xi. Statement: “All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications.” B. Plan i. Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Sanitary Sewer Mains (Bold) a. Stationing b. Size c. Materials d. Gradients e. Length between Manholes f. Proposed Manholes g. Elevation of Inverts In And Out Of Manhole h. Elevation of Manhole Rim i. Location Control Dimensions 2020 Design Standards and Specifications Sewer Check List 28 Section 4 j. Manhole Stub-Outs k. Proposed Future Extensions l. Proposed Service Connections or Stub-Ins m. Standard Bedding Cross-Section n. Proposed Concrete Encasement o. Proposed Cut-Off Walls vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: C. Profile i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Existing Manhole Invert and Rim Elevations D. Plan, Profile and Complete Details for Off-Site Force or Gravity Mains, Lift Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Standard Manhole Detail iii. Drop Manhole Details iv. Tapping Details F. Overall Layout Sheet - If Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Sewer Line Sizes and Material v. Manholes vi. Connections to Existing System 2020 Design Standards and Specifications Water Specifications Section 5 29 SECTION 5 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.01 General 5.01.01 All water main construction within the City of Lubbock water system or for future connections to the City of Lubbock water system shall be accomplished in accordance with the requirements of these specifications. 5.02 Plan Requirements 5.02.01 Water main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Engineering Department. 5.02.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Water Distribution and shall show all information called for on the City of Lubbock Check List for Water Distribution Construction Plans. 5.03 Plan Approval 5.03.01 The Engineering Department shall review, approve and issue plans stamped “Approved for Construction” to the Design Engineer. 5.04 Inspection 5.04.01 Engineer and/or Contractor shall notify the Engineering Department 48 hours prior to the planned construction is to commence and also before starting up when construction is interrupted for any reason. 5.04.02 All work shall be inspected by a representative of the Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 5.04.03 Whenever any portion of these specifications is violated, the City Engineer or designee, by written notice, may order that portion of construction in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 5.05 Specifications 5.05.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 5.06 Materials of Construction 5.06.01 Water Pipe A. All pipe used in the City of Lubbock water distribution system shall be C900 PVC, C905 PVC, C906 High Density Polyethylene (HDPE), Cement-lined Ductile Iron, C301 Prestressed- 2020 Design Standards and Specifications Water Specifications 30 Section 5 Concrete Steel Cylinder Pressure Pipe or C303 Concrete Bar-wrapped Steel Cylinder Pressure Pipe and shall conform to the Approved Materials List. B. The following are approved materials for water main construction: i. PVC Pipe a. Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with AWWA C900 or C905 specifications and shall be minimum DR-18, Pressure Class 235 PSI. b. Pipe shall be furnished with bell and spigot joint with rubber gasket joint conforming to the above specification. c. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. d. Water pipe shall be blue. ii. High Density Polyethylene (HDPE) a. HDPE pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of the latest revision of AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 PSI. b. Use of HDPE pipe must be preapproved by the City Engineer or designee in writing prior to use within the City of Lubbock service area. iii. Cement-lined Ductile Iron Pipe a. Ductile iron pipe shall conform to AWWA C150 – ANSI A21.50 and AWWA C151 – ANSI A21.51. b. All ductile iron pipe shall be cement lined in accordance with AWWA C104 - ANSI A21.4 specifications. The external surface shall be coated with an asphalt base paint. c. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. d. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. e. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C111 - ANSI A21.11 or its latest revision. f. Flanged joints shall conform to AWWA C115 – ANSI A21.15 iv. Concrete Cylinder Pipe a. Pre-stressed Concrete Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C301. b. Concrete Bar-wrapped Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C303. c. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi longitudinally and helically. d. The joints of the pre-tensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303. e. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pre-tensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to ASTM C150 and C77. (2) Sand for the mortar shall conform to ASTM C33 for fine aggregate. f. The exterior joints on pre-tensioned concrete cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be 9 inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2020 Design Standards and Specifications Water Specifications Section 5 31 5.06.02 Service Saddles A. 1-inch and 2-inch Service Connection i. Service connections shall be made through an approved service saddle. a. Service saddles shall be manufactured to conform to ASTM A240 Type 304 stainless steel. b. Service saddles shall be 4-bolt, double band type. c. Service saddle shall be fusion bonded epoxy or nylon coated. d. 1-inch service saddles shall have AWWA Tapered (CS/CC) threaded connection. e. 2-inch service saddles shall have iron pipe sized (IPS) threaded connection. 5.06.03 Tapping Procedures A. Tapping Sleeves i. General a. Clean, disinfect, and prepare the main line, valve, and tapping machine with NSF approved disinfectant prior to operation. b. Ensure shell cutter will clear valve walls. ii. Tapping Machine a. Use the appropriate pilot bit for the pipe material being tapped; follow pipe and bit manufacturer’s requirements. b. Upon request, contractor shall provide specification for pilot bit and shell cutter. c. If it is determined by the inspector that the bit or shell cutter is dull or damaged a new bit or shell cutter must be provided for all taps. d. If tapping machine is a solid body machine and the bit/shell cutter travels, the full weight of the tapping machine must be supported with cribbing. e. If the tapping machine is a two-piece body machine and moves with the bit/shell cutter, the valve must be supported with cribbing or concrete. iii. 4-inch through 12-inch Main Line Connection a. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. b. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. c. Bolts and hex nuts shall be stainless steel. iv. 16-inch through 24-inch Main Line Connection a. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. Tapping sleeves shall be capable of withstanding a working pressure of 200 psi. b. Flanges shall be fabricated from steel plate conforming to ASTM Standard Designation A36 or A285, Grade C. c. Dimensions shall conform to AWWA Standard C207, "Steel Pipe Flanges," Class D. (1) Flanges shall be machined to a flat face with finish of 250 micro-inches or machined to a flat surface with a serrated finished in accordance with AWWA Standard C-207, "Steel Pipe Flanges." (2) Machined face shall be recessed for tapping valves in accordance with the MSS Standard SP-60. 2020 Design Standards and Specifications Water Specifications 32 Section 5 d. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. e. Bolts and hex nuts shall be stainless steel. B. Testing Outlet i. A ¾-inch NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a ¾-inch square head pipe plug. C. Painting i. All surfaces of the saddle shall be clean, dry, and free from grease and dirt before painting. ii. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall be given a shop coat of a two-part thermosetting epoxy. Face of flanges shall be shop coated with a rust preventive compound. iii. Bolts and nuts shall be shipped bare (no paint or protective coating). 5.06.04 Ductile Iron Fittings A. Fittings shall be mechanical joint or rubber gasket AWWA Class D bell with transition gasket for the type of pipe used. B. All fittings shall be lined with cement or coal tar and coated with an asphaltic paint. C. Fittings shall conform to AWWA C104, AWWA C110 and AWWA C111 latest revision. 5.06.05 Double Disc Gate Valves A. Double disc gate valves 12-inch and smaller shall be parallel seat, ductile iron body and bronze mounted throughout. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non-rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C500 standards. 5.06.06 Resilient Seat Gate Valves A. Resilient seat gate valves 12-inch and smaller shall be ductile iron. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non-rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C509 or C515 standards. 5.06.07 Butterfly Valves A. Butterfly valves 16-inch and larger shall be ductile iron and may be either short body or long body lengths. i. Butterfly valves shall be installed in a concrete valve vault and shall be equipped with a hand wheel, a 2-inch square operating nut, a locking device and a position indicator. ii. Valve shall open by turning to the left (counter-clockwise). iii. Valves shall be designed for positive stop in the closed position. 2020 Design Standards and Specifications Water Specifications Section 5 33 iv. Valve shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. v. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. vi. Valves shall comply with the latest revision of AWWA C504 for Class 150B. B. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type to be approved by Engineering Department. 5.06.08 Pressure Regulating Valves A. The function of a pressure regulating valve is to reduce an existing high pressure to a pre- adjusted lower downstream pressure for varying rates of flow without causing shock or water hammer on the system. i. The pressure reducing valve shall be hydraulically operated with a free floating guided piston having a seat diameter equal to the size of the valve. ii. A pilot valve for controlling operation of the main valve shall be a single seated, diaphragm operated and spring loaded type. iii. Pilot valve shall be attached to the main valve with piping and isolation valves so arranged for easy access in making adjustments and also for its removal from the main valve while the main valve is under pressure. iv. Needle valve shall be all bronze and included with the main valve to control the speed of piston travel. v. An indicator rod shall be furnished as an integral part of the valve to show the position of the piston within the valve body. vi. The valve shall be designed to provide an access opening in the valve body for removing the piston and other internal parts without removing the main valve body from the line. B. The valve shall be fully bronze-mounted and all packing shall have either leather or rubber seals to provide tight closure and prevent metal to metal friction. i. Valves shall be ductile iron body. ii. Bronze casting or parts for internal trim shall conform to ASTM B62. C. All valves shall be furnished with flanged ends sized and drilled in accordance with ANSI B16.1, Class 125. i. Flanges and covers shall conform to ASTM A126, Class B. ii. Flanges shall be machined to a flat face with a finish of 250 micro-inches or machined to a flat surface with a serrated finish in accordance with AWWA C207. D. Pressure regulating valves shall be capable of withstanding an operating pressure of 150 psi. E. Body of the pressure reducing valve shall be given a hydrostatic test of 50% more than the operating pressure specified herein. A second test of check seating of the cylinder shall be made at the operating pressure. F. All surfaces of the valve shall be clean, dry, and free from grease and dirt before painting. i. Ductile iron surfaces, except the machined face of the flange, shall be evenly coated with a suitable primer to inhibit rust, or a black asphalt varnish in accordance with Federal Specification TT-V-51e. ii. The face of flanges shall be shop coated with a rust preventive compound. G. Pressure regulating valves shall be installed in an approved concrete valve vault. 2020 Design Standards and Specifications Water Specifications 34 Section 5 5.06.09 2-inch Combination Air and Vacuum Release Valves A. The function of a combination air and vacuum release valve is to allow air to escape during pipeline filling and to enter during draining of the pipeline. Valve shall close water tight when liquid enters the valve. The valve shall also be capable of releasing small pockets of trapped air after the pipeline is filled and under pressure. i. Combination air and vacuum release valves shall be shop assembled and shipped as a complete unit ready for field installation. ii. The combination air valve shall be the single body type. iii. The valve body and cover shall be designed to operate under a maximum working pressure of 250 psi. iv. Material shall be one of the following: a. Valve body (1) Cast Iron - ASTM A48-CIass 35 (2) Cast Steel - ASTM A27 GR U60-30 (3) Ductile Iron - ASTM A536 GR 65-45-12 (4) Bosses for tapping pipe threads shall be cast integrally with each valve body and cover. v. The diameter of the large orifice of the combination air valve shall be 2 inches and the small orifice diameter shall be 3/32 inch. vi. Inlet shall be 2 inches in diameter with tapered iron pipe thread conforming to AWWA C800. vii. For valves not found in the approved materials and vendors list, all other components shall conform to the following additional specifications: a. Float shall be stainless steel. b. All other internal parts shall be fabricated from bronze. c. Valve seat shall be fabricated from oil resistant synthetic rubber. B. Guard Valve and Connecting Pipe i. Guard valve to be used with air valve shall be bronze ball valve with female iron pipe thread ends. ii. Connections between the air valve and the guard valve shall be made using brass nipples with tapered iron pipe threads conforming to AWWA Standard C800. C. All components shall be capable of withstanding an operating pressure of 250 psi. D. Each shop assembled valve shall be given a hydrostatic test of 2 times the rated operating pressure. During the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. E. All surfaces of the valve shall be clean, dry and free from grease before painting. Exterior and interior surfaces except the stainless steel trim and the seating surface of the flange face shall be evenly coated with a suitable primer, or a black asphalt varnish in accordance with Federal Specification TT-V51 C or Military Specification C-450-C, Type II. 5.06.10 Swing Check Valves A. Swing check valves shall be manufactured in accordance with AWWA Standard C508, "Swing- Check Valves for Ordinary Waterworks Service", with the following additional requirements or exceptions. B. All valves shall be iron body, fully bronze-mounted, metal to metal seating with a swing-type disc. 2020 Design Standards and Specifications Water Specifications Section 5 35 i. Valves installed in vaults shall be in a horizontal position with exterior lever and adjustable spring or weight operation. ii. Valves which are buried shall be installed in a horizontal position and shall be gravity operated with no external levers or weights. C. Swing check valves shall be capable of withstanding an operating pressure of 150 psi. D. Bolts and hex nuts used for attaching top cap to the body shall be the manufacturer's standard, either fabricated from a low-alloy steel for corrosion resistance or electroplated with zinc or cadmium. i. The hot-dip process in accordance with ASTM A135 is not acceptable for the threaded portions of the bolts and nuts. E. Flat gasket, either ring type or full faced type, required at the body and cap connection, shall be fabricated from compressed asbestos sheet with a rubber compound binder. i. Use of a homogeneous rubber or vegetable fiber sheets is not acceptable. F. All check valves shall be furnished with flanged ends. The size and drilling shall be in accordance with ANSI B16.1 Class 125; flanges shall be machined to a flat face with a finish of 250 micro-inches or machined to a flat surface with a serrated finish in accordance with AWWA Standard C207. G. All surfaces of the valve shall be clean, dry and free from grease before painting. i. All ferrous surfaces, exterior and interior, except the seating surfaces of flange faces, shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT-V-51f. ii. Flange faces shall be shop coated with a rust preventive compound. 5.06.11 Blowoffs A. Temporary or permanent blowoffs may be fabricated from 2-inch pipe with a 2-inch gate valve. B. Valve to be iron bodied bronze mounted with 2-inch square operating nut complete with valve box. C. Valve and valve box shall be as specified in the Approved Materials List. 5.06.12 Fire Hydrants A. Fire hydrants shall be standard AWWA C502 hydrants, iron body, bronze mounted throughout including drain seat ring, and shall be designed for a working pressure of 150 psi. B. Fire hydrants shall be traffic model type and shall have a 5-1/4 inch valve opening, two 2-1/2 inch hose nozzles, one 4-inch steamer nozzle with 4 threads per inch and a crest to crest dimension of 4.995 inches, and shall open by turning counter-clockwise. C. Hydrants shall be for 6-inch mechanical joint connection and shall be 4-1/2 foot bury unless otherwise shown on plans. D. When required, a single fire hydrant extension section shall be used to bring the fire hydrant to the appropriate elevation. No more than one extension will be allowed per installation. E. Operating nuts shall be 1-1/2 inch pentagons measured to a point. F. Hydrants shall be painted orange. G. Fire hydrants that are not yet in service or have been taken out of service shall be covered completely and securely with black plastic wrap or bags. H. Hydrants shall meet the requirements as detailed in the Approved Materials List. 2020 Design Standards and Specifications Water Specifications 36 Section 5 5.06.13 Valve Boxes, Vaults, Frames and Covers A. Valve boxes for 12-inch or smaller valves shall be as specified in the Approved Materials List. i. The boxes shall be designed to fit over a section of 6-inch C900 PVC pipe which will be used as an extension from the top of the valve. Align riser pipe to ensure continuity between box and pipe, using couplers if spliced. ii. Top of valve box shall be set flush with surrounding finished grade. iii. Valve boxes set in HMAC or brick pavement shall have a 2-foot square by 6-inch thick reinforced concrete collar. iv. Valve box shall be heavy cast iron. v. Valve box shall have a heavy cast iron cover marked "Water Valve". vi. Valve box shall have a flange type base approximately 2 inches larger in diameter than the outside diameter of the barrel of the box. B. Valve vaults for butterfly valves and gate valves 16-inches and larger shall be poured concrete or pre-cast construction. i. Valve vaults shall be constructed with the dimensions as called for on the plans or as approved by the City Engineer or designee. ii. Valve vault cover opening shall be centered over operating nut. C. Manhole frames and covers shall be of good quality gray iron casting of a pattern similar to that shown on the plans and with a clear opening of not less than 30 inches. i. Frame and cover shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. ii. Cover shall be furnished with lifting ring cast into the cover in such manner as to prevent leaking through. iii. The cover shall be marked "City of Lubbock Water". iv. Frame and cover shall be as specified in the Approved Materials List. 5.06.14 Boring Encasement Pipe A. Encasement pipe shall be smooth steel pipe conforming to the following: Casing Diameter Minimum Casing Thickness <24 inches 3/8 inch ≥24 inches 1/2 inch B. Boring encasement steel pipe shall have welded joints. 5.06.15 Concrete A. Proportioning of the constituents of the concrete shall produce a dense and workable mixture and the designed mix shall be approved by the Engineer before any concrete is placed. i. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water-cement ratio, and shall be as follows for the different applications: i. Concrete for manhole bases, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. ii. Concrete for pipe cradling, thrust blocking or fittings and other non-reinforced concrete shall contain not more than 9 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. 2020 Design Standards and Specifications Water Specifications Section 5 37 C. Concrete shall be made with Portland cement which conforms to "Standard Specifications for Portland Cement", ASTM C150. D. Concrete aggregates shall consist of natural washed and screened sand, and washed and screened gravel or clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. i. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the City Engineer or designee before use. E. Water used in mixing concrete shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals and shall conform to ASTM C1602/C1602M “Standard Specification for Mixing Water Used in the production of Hydraulic Cement Concrete.” F. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. G. Reinforcing steel used in concrete shall be deformed bars conforming to ASTM A615 “Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement” or ASTM A996 “Standard Specification for Rail-Steel and Axel-Steel Deformed Bars for Concrete Reinforcement” grade 40 or grade 50. i. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. H. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. i. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. ix. Immediately upon removal of the forms any honey-combed sections shall be repaired as directed by the City Inspector. I. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.C (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 2020 Design Standards and Specifications Water Specifications 38 Section 5 5.06.16 Bedding, Embedment and Backfill A. Water Pipe 12-inch diameter and smaller i. Bedding and embedment shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 1-inch diameter. ii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. B. Water Pipe 16-inch diameter and larger i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 3/8-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: Standard Crushed Rock Aggregate Cumulative Percent Retained (by weight) Retained on 1” Sieve 0 Retained on 1/2” Sieve 0-20 Retained on 3/8” Sieve 15-40 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 95-100 a. Embedment shall extend to 12 inches above top of pipe. iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. C. Compaction i. Bedding, embedment and backfill shall be compacted to 95% Modified Proctor Density by approved mechanical means. a. Compaction shall be in maximum 6-inch compacted lifts. ii. Water jetting will not be allowed. 5.06.17 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. i. Utility ditches in Right of Way shall be backfilled in accordance with Details UEM-01 through UEM-07 in the appendix. ii. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their expense. 5.07 Methods of Construction 5.07.01 Scope A. The work covered by this section consists of constructing water distribution mains and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and joining pipe; installation of pipe, valves, valve boxes, and fittings; cradling, blocking and anchorage; bedding, embedment and backfilling; and other related work. 2020 Design Standards and Specifications Water Specifications Section 5 39 5.07.02 Quality Standards Standard Topic ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort AWWA C600 (ANSI) Installation of Ductile Iron Mains and Their Appurtenances AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4-inch through 12-inch for Water Transmission and Distribution AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14-inch through 48-inch for Water Transmission and Distribution AWWA M23 Polyvinyl Chloride (PVC) Pipe Design and Installation ACPA Concrete Pipe Installation Manual (Published by American Concrete Pipe Association) ASTM C891 Installation of Underground Pre-cast Utility Structures 5.07.03 Materials A. The Contractor shall install water distribution pipe of the type, diameter, wall-thickness and protective coating that is defined in the Approved Materials List or designated by the City Engineer or designee. B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 5.07.04 Storm Water Pollution Prevention Plan (SWPPP) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Engineering Department to develop a site-specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria developed by the North Central Texas Council of Governments. C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 5.07.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas i. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. 2020 Design Standards and Specifications Water Specifications 40 Section 5 ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. iii. Asphalt Paving a. Asphalt surfaces shall be saw cut along each side of the trench ahead of the trenching machine and the paving and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by saw cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be saw cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of not less than 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. v. All spoil piles must be 3’ from travel lanes or have a traffic barrier that will prevent the soil from encroaching on travel lanes. vi. If roll off dumpsters are placed on street paving, then the paving must be protected from damage. 5.07.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: i. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. i. If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 5.07.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. i. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. 2020 Design Standards and Specifications Water Specifications Section 5 41 ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. iii. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. iv. The contractor shall be responsible for reporting monthly water usage. v. All water used shall be in accordance with City Ordinance, all water shall be used within City Limits. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 “Pertaining to Backflow Prevention”, City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention device is installed. 5.07.08 Protection of Existing Utilities A. It shall be the Contractor’s responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall “pothole” or physically locate existing underground utilities ahead of trench excavation. D. A contractor shall not be allowed to disrupt water service without permission from the Engineering Department. i. When a service disruption is planned, the Contractor shall notify the Engineering Department a minimum of 48 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. 2020 Design Standards and Specifications Water Specifications 42 Section 5 I. Contractor shall be held responsible for the repair of any utilities when broken or otherwise damaged because of carelessness on their part. J. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor’s expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. 5.07.09 Excavation and Trenching A. Minimum width of the trench shall be the outside diameter of the pipe plus 12 inches. B. Maximum width of the trench shall be the outside diameter of the pipe plus 18 inches. i. The City Engineer or designee shall review instances where trench widths are required to be greater than the maximum allowable due to installation techniques or shoring. C. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. D. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. E. In order to obtain a true, even grade, the trench shall be fine-graded. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. ii. Where the trench is excavated in excess of 3 inches below grade, the bedding material shall be compacted to 95% Modified Proctor Density. iii. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 5.07.10 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps i. All service taps on existing mains shall be installed by City personnel or a City- designated contractor. C. Main Line Taps i. All taps on existing mains in service shall comply with current TCEQ requirements. ii. Persons installing main line taps shall hold a Class “C” or higher TCEQ Water Operator’s License. iii. A person holding a Class “D” TCEQ Water Operator’s License may install main line taps only if they are in direct communication with a person holding a Class “C” or higher TCEQ Water Operator’s License. iv. City Inspector must be present for any tap being installed on an existing main. D. Valve Operating Procedures 2020 Design Standards and Specifications Water Specifications Section 5 43 i. Contractors shall not operate valves within the existing City of Lubbock water distribution system. ii. Operation of valves shall be done by authorized City of Lubbock personnel only. iii. Contractors shall arrange opening or closing of valves by notifying the Engineering Department at least 24-hours prior to needing a valve operated. 5.07.11 Pipe Installation A. Pipe, fittings, valves and other accessories shall be inspected, handled, laid and joined in the manner herein specified. B. Pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their own expense. C. Pipe, fittings, valves, and other accessories shall be handled in accordance with manufacturer’s specifications. i. Before lowering into the trench the pipe, fittings, valves and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. b. Contractor shall remove and replace such defective material at their own expense. ii. All pipe, fittings, valves and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. iii. Under no circumstance shall pipe, valves, fittings, accessories or tools be dropped directly into the trench. D. All foreign matter shall be removed from the inside of the pipe, bells, spigots or parts of the pipe used in forming the joint before the pipe is lowered into the trench; i. Pipe shall be kept clean by approved means during and after laying. ii. The open end of the pipe in the trench shall be plugged when pipe is not being laid. E. Pipe shall be laid to the alignment as established on the approved plans. i. Where grade is being maintained as shown on the plans, the use of batter boards or laser beam will be required to fine grade the trench. ii. Whenever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are required, the allowable angle of curvature shall be 80% of the manufacturer’s maximum recommended curvature. iii. Deflection at each joint shall not exceed 80% of the manufacturer’s maximum recommended deflection. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer’s requirements. i. Pipe shall be laid with bells facing in the direction of laying. a. For lines on appreciable slopes, the Engineer may specify the pipe to be installed with the bell ends facing up grade. ii. Bell, spigot and gasket of pipe to be laid shall be wiped clean prior to jointing. iii. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iv. Jointing shall be completed for all pipe laid each day. 2020 Design Standards and Specifications Water Specifications 44 Section 5 a. At the times when pipe laying is not in progress, the open ends of pipe shall be properly plugged and sealed to prevent contamination. b. No trench water shall be permitted to enter the pipe. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. 5.07.12 Trace wire for nonmetallic pipe installation A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. i. Trace wire shall be 12 gauge minimum solid copper with 30 mil HDPE insulation recommended for direct bury. ii. Trace wire shall be secured to the pipe as required to insure that the wire remains directly on top of the pipe. iii. Trace wire shall be securely bonded together at all wire joints with wire connectors that are watertight and provide for electrical continuity. iv. Trace wire shall be made accessible at water valve boxes and fire hydrants. a. Trace wire shall not be placed inside valve box risers. b. Trace wire shall be installed such that no less than 6 inches but no more than 12 inches of wire remain accessible. 5.07.13 Marking Tape A. Marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled “Caution: Buried Water Line.” ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 5.07.14 Setting Valves, Valve Boxes and Fittings A. Valves and fittings shall be set at the locations shown on the approved plans. B. Valves and fittings shall be adequately blocked for thrust with concrete or mechanically restrained. i. Refer to thrust blocking details or Appendix A – Restrained Joint Lengths. 5.07.15 Cradling, Blocking and Anchorage A. Contractor will be required to install concrete pipe cradle at all valve vaults and properly block or mechanically restrain all fittings including tees, bends and valves. B. Where concrete cradling or blocking is used, concrete shall conform to the concrete specifications. C. Before placing the concrete, all loose earth shall be removed from the trench. D. Concrete shall be placed in the trench by the use of chutes extending to within 3 feet of the bottom of the trench and shall be deposited uniformly on each side of the pipe in such a manner as to not disturb the grade and alignment of the pipe. E. Blocking shall be placed between solid ground and the fitting to be anchored. The area of bearing on pipe and on the ground in each instance shall be that required by the Engineer. F. Blocking shall be placed so that the joints of all pipe and fittings are accessible for repair. 2020 Design Standards and Specifications Water Specifications Section 5 45 G. Soil bearing value for thrust blocking shall be as recommended by the Engineer based on soil analysis of the site. In the absence of such recommendation, the allowable soil bearing value shall not exceed 2,500 pounds per square foot. 5.07.16 Backfilling A. Backfilling of all trenches and excavations shall comply with the current City of Lubbock Street Ordinance as well as the City of Lubbock Utility Excavation Manual. B. After the trench has been backfilled, the disturbed area shall be cleared of all rocks larger than 1-1/2 inches in diameter and leveled so that the surface will have the same slope and appearance as it possessed before construction. C. All surplus material shall be loaded and legally disposed of at the Contractor's expense at an approved location. D. Contractor shall compact backfill and clean up as close behind the pipe laying and backfilling as possible. E. Following completion of backfill and cleanup, the Contractor shall maintain the street and trench surfaces in a satisfactory manner until final acceptance of the work. i. Maintenance shall include blading, filling depressions caused by settlement, sprinkling to settle dust, brooming and other work required to keep the streets and disturbed areas in satisfactory condition as determined by the City Engineer or designee. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as repairs can be completed. 5.08 Pneumatic Testing for Tapping Sleeves 5.08.01 Upon completion of tapping sleeve installation, the tapping sleeve shall be subjected to a pneumatic pressure test according to the most recent City of Lubbock requirements. 5.08.02 Pneumatic Pressure Test A. Contractor shall be responsible for performing a pneumatic pressure test witnessed by a City Inspector. i. Tapping sleeve shall be pressurized through ¾-inch NPT port at a minimum test pressure of 50 psi. ii. Duration of the pressure test shall be a minimum of 10 minutes or as directed by the City Inspector. 5.09 Hydrostatic Pressure Testing 5.09.01 Upon completion of pipe installation, the line shall be subjected to a hydrostatic pressure test and leakage test according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. 5.09.02 Hydrostatic Pressure Test A. Contractor shall be responsible for performing a hydrostatic pressure test witnessed by a City Inspector. i. Minimum test pressure shall be 100 psi or 150% of static operating pressure, whichever is greater. ii. Duration of each pressure test shall be a minimum of 2 hours or as directed by the City Engineer or designee. B. Hydrostatic Test Procedure 2020 Design Standards and Specifications Water Specifications 46 Section 5 i. Each valved section of pipe shall be slowly filled with water. ii. As the line is being filled, all air shall be expelled from the pipe. a. Taps shall be made, if necessary, at points of highest elevation. b. Taps shall be tightly plugged upon satisfactory completion of the test. iii. Pressure shall be applied and maintained by means of a pump connected to the pipe in a manner satisfactory to the City Inspector. iv. The pump, pipe connection, and all necessary apparatus except meters shall be furnished by the Contractor. v. Contractor shall furnish all necessary labor for connecting the pump, meter, and gages. vi. Water for filling and making tests may be obtained at a location designated by the Engineering Department. a. No charge will be made for the first 2 pipe volumes of water. b. Contractor will be charged for water used in subsequent tests at the current rate of bulk usage. vii. The line shall be carefully checked at regular intervals for breaks or leaks. viii. Any joints showing appreciable leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced at the Contractor’s own expense. ix. The test shall be repeated until satisfactory results are obtained. C. Leakage Test i. For pipe of 12-inch diameter or smaller, no leakage or pressure drop shall be allowed over a two hour period at the test pressure. ii. For pipe 16-inch diameter or larger, the allowable leakage (gallons per hour) shall not be greater than: 7400 PNDL L = Gallons per Hour N = Number of Joints D = Nominal Pipe Diameter (in.) P = Test Pressure (PSI) iii. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test period, when the various sections of the lines are under pressure. iv. If individual sections show leakage greater than the limits specified above, the Contractor shall locate and repair the defective portions at their own expense. 5.10 Sterilization and Bacteriological Testing 5.10.01 Upon completion of pipe installation, the line shall be sterilized and tested according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements including AWWA C651. A. Contractor shall notify City of Lubbock inspector a minimum of 24 hours in advance of intended filling, chlorinating or flushing a new water main. B. Contractor shall furnish all labor, equipment and material necessary for the chlorination and testing of the new pipe lines which shall be sterilized before being placed into service. C. Sterilization Procedure i. Contractor shall advise City Inspector of filling and chlorinating plan. 2020 Design Standards and Specifications Water Specifications Section 5 47 ii. Contractor shall verify that all valves adjacent to test section are closed. a. Valves shall be operated in accordance with the current City of Lubbock valve operating procedures, and only when a City of Lubbock inspector is on site. iii. Lines shall be sterilized by the application of an approved chlorinating agent. iv. Chlorinating agent may be liquid chlorine, or a calcium hypochlorite solution, which shall be fed into the lines through a suitable solution-feed device or other methods approved by the City Engineer or designee. v. All newly installed pipes and related products must conform to American National Standards Institute / National Sanitation Foundation (ANSI/NSF) Standard 61 and must be certified by an organization accredited by ANSI, including chlorine for disinfection. vi. Chlorinating agent shall be applied at or near the point from which the line is being filled, and through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. vii. Water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly. viii. Rate of application of the chlorinating agent shall be at least 50 parts per million. ix. Chlorinated water shall be retained in the pipe lines for a period of not less than 24 hours. D. Testing/Sampling Procedure i. Sample ports shall be protected from contamination. ii. Every sample port shall have a “NON-POTABLE WATER” tag and cap that require tools to remove. iii. The sampling riser shall be located at the farthest point possible from the chlorination point. a. The riser shall be above ground and equipped with a faucet for control of flow during sampling. iv. Samples shall be taken by City of Lubbock Inspectors from the line and will be tested for bacteriologic growth at a City of Lubbock certified laboratory. a. Samples will be taken twice in a 48 hour period not less than 24 hours apart. b. Initial samples may only be taken on Monday, Tuesday or Wednesday prior to 2:00 p.m. E. Chlorinated water used for sterilization shall be legally disposed of per current TCEQ or other applicable regulations. i. A temporary blow off may be required to achieve adequate flushing flow rates. ii. Under no circumstances shall chlorinated water used for sterilization be released directly into the storm drain system or a body of water. iii. Contractor must dechlorinate water before it reaches a curb and gutter, storm drain or body of water. iv. All flushing must conform with the City of Lubbock Storm Water Permit and SWP3 Best Practices. 5.11 Restoration and Clean Up 5.11.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the City Engineer or designee. 2020 Design Standards and Specifications Water Specifications 48 Section 5 5.11.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 5.11.03 Topsoil material shall be replaced to pre-construction conditions or better. 5.11.04 All rubbish, unused materials and other non-native materials shall be removed from the jobsite. 5.11.05 The right-of-way shall be left in a state of order and cleanliness as determined by the City Engineer or designee. 5.12 Warranty and Acceptance 5.12.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 1 year from the date of acceptance by the City of Lubbock. 2020 Design Standards and Specifications Sewer Specifications Section 6 49 SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.01 General 6.01.01 All sanitary sewer main construction within the City of Lubbock sanitary sewerage system or for future connections to the City of Lubbock sanitary sewerage system shall be accomplished in accordance with the requirements of these specifications. 6.02 Plan Requirements 6.02.01 Sanitary sewer main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Engineering Department. 6.02.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Sanitary Sewer and shall show all information called for on the City of Lubbock Check List for Sanitary Sewer Construction Plans. 6.03 Plan Approval 6.03.01 The Engineering Department shall review, approve and issue plans stamped “Approved for Construction” to the Design Engineer. 6.04 Inspection 6.04.01 Engineer and/or Contractor shall notify the Engineering Department 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. 6.04.02 All work shall be inspected by a representative of the Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 6.04.03 Whenever any portion of these specifications is violated, the City Engineer or designee, by written notice, may order that portion of construction which is in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 6.05 Specifications 6.05.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 2020 Design Standards and Specifications Sewer Specifications 50 Section 6 6.06 Materials of Construction 6.06.01 Sewer Pipe A. All pipe used in the City of Lubbock sanitary sewer collection system shall be SDR 35 PVC, SDR 26 PVC, PVC Corrugated Sewer Pipe with Smooth Interior, High Density Polyethylene (HDPE), Ductile Iron, Steel Reinforced Polymer Concrete or Polypropylene Corrugated Single Wall or Dual Wall Pipe and shall conform to the Approved Materials List. B. PVC Pipe - Gravity Flow i. Gravity flow PVC pipe and fittings shall conform to the requirements of ASTM F679 and D3034 for SDR 35 sewer pipe. ii. The pipe shall be jointed with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. Standard joint length shall be 14 or 20 feet ± one inch. iv. Gravity flow PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer’s recommended maximum deflection. v. The minimum pipe stiffness factor shall be 46 psi. vi. Gravity flow sewer pipe shall be green. C. PVC Pipe - Pressure Rated i. Pressure rated PVC sewer pipe and fittings shall conform to the requirements of ASTM D2241 for SDR 26 sewer pipe. ii. The pipe shall be joined with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. Pressure rated PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer’s recommended maximum deflection. iv. Standard joint length shall be 14 or 20 feet ± one inch. v. Pressure rated sewer pipe shall be green. D. PVC Pipe - Spiral Wound i. Spiral wound PVC pipe and fittings shall conform to the requirements of the latest revision of ASTM F794 for large diameter ribbed gravity sewer pipe. ii. Spiral wound PVC pipe shall be installed in accordance with the manufacture's recommendations and shall not exceed 80% of the manufacturer’s recommended maximum deflection. iii. The minimum pipe stiffness factor shall be 46 psi. E. High Density Polyethylene Pipe i. The pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of ASTM F894. ii. Rubber gaskets shall comply in all respects with the physical requirements specified in the non-pressure requirements of ASTM Specifications C443. iii. Polyethylene pipe shall be installed in accordance with the manufacturer's recommendations. 2020 Design Standards and Specifications Sewer Specifications Section 6 51 F. Ductile Iron Pipe i. Ductile iron pipe shall conform to ANSI/ASTM specifications A746 for Ductile Iron Sewer Pipe. a. Pipe and fittings shall have a 30-mil thickness epoxy lining on the interior. b. Pipe and fittings shall have an exterior coating of coal tar pitch conforming to requirements of Federal Specifications WW-P-421. ii. Joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when otherwise shown on the plans and where connecting to flanged fittings, and shall conform to the base specifications to which the pipe is manufactured. iii. Fittings shall be AWWA Standard Class "D" bell and spigot type or an approved gasket joint for the particular type of pipe used and designed for the pressures of the pipe except as shown on the plans. G. Steel Reinforced Polymer Concrete Pipe i. Steel Reinforced Polymer Concrete Pipe and fittings shall conform to ASTM C76, D6783 and A615 and all other applicable standards. ii. Steel Reinforced Polymer Concrete Pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer’s recommended maximum deflection. H. Polypropylene Corrugated Dual Wall and Triple Wall Pipe i. Polypropylene Corrugated Dual Wall Pipe and fittings shall conform to ASTM F2736. ii. Polypropylene Corrugated Triple Wall Pipe and fittings shall conform to ASTM F2764. iii. Polypropylene Corrugated Dual Wall and Triple Wall Pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer’s recommended maximum deflection. 6.06.02 Pre-cast Reinforced Concrete Manholes A. Manhole barrel, cone, and extension sections shall be constructed of pre-cast concrete. i. Manhole products shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. ii. No grouting shall be applied to the edges or inside surfaces of manholes during the manufacturing process. iii. A plant inspection may be required for production facility inspection and to review record-keeping for material certification. iv. Steps are prohibited in a manhole. B. Manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: Specification Material ASTM C-33 Aggregates ASTM C-150 Cement ASTM C-39 Sampling Specimens ASTM A-615 or A-996 Reinforcing ASTM C-144 Sand and Mortar C. Pre-cast Concrete Manhole Sections i. Pre-cast concrete manhole sections shall conform to ASTM C478 specifications. ii. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. 2020 Design Standards and Specifications Sewer Specifications 52 Section 6 iii. Coarse aggregate shall consist of 95% crushed limestone. iv. Manholes shall be designed to withstand H-20 AASHTO loading. v. Manholes shall have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside or inside wall of manhole. D. Joints Other Than Grade Rings i. Joints other than grade rings shall be tongue and groove or an equivalent male and female type joint. ii. Joints shall be effectively joined with water-tight sealant to prevent leakage and infiltration. Sealant shall comply with the Approved Materials List. E. Cones and Grade Rings i. Cones and grade rings shall maintain a clear 30-inch opening. ii. Grade rings shall be reinforced with the same percentage of steel as risers and tops and shall also meet ASTM C478 specifications. 6.06.03 Inflow Prevention Device (IPD) A. All new manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. D. IPDs shall be equipped with ventilation valves or holes. i. Release of water through vent valves or holes shall not exceed 5 gallons per 24 hour period. ii. Vent valves or holes shall vent sewer gas at one p.s.i. or less. E. IPDs shall comply with the Approved Materials List. 6.06.04 Manhole Frames and Cover A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM Designation A48, having a clear opening of not less than 30 inches. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Cover shall be furnished with lifting ring or pick bar cast into the cover in such a manner as to prevent water leaking through. D. Frame and cover shall have a weight of not less than 275 pounds, shall include lettering “City of Lubbock, Texas Sanitary Sewer” and shall comply with the Approved Materials List. 6.06.05 Concrete A. Proportioning of the constituents of the concrete shall be such as to produce a dense and workable mixture, and the designed mix shall be approved by the Engineer before any concrete is placed. i. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water-cement ratio, and shall be as follows for the different applications: 2020 Design Standards and Specifications Sewer Specifications Section 6 53 i. Concrete for manholes, valve vaults and other reinforced concrete structures shall have a water-cement ratio of no more than ASTM C-478 max of 0.53 (by weight) and yield a 28-day compressive strength of not less than 3,000 psi. ii. Concrete for pipe cradling, blocking of fittings, manhole inverts and other non- reinforced concrete shall contain not more than 9.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. C. Concrete to be used in manhole bases, sections, cones, grade rings and inverts shall be made with Portland cement which conforms to "Standard Specifications for Portland Cement", ASTM C150. D. Concrete coarse aggregates shall consist of natural washed and screened sand, and clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. i. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the City Engineer or designee before use. E. Sand to be used in cement mortar shall conform to ASTM C144 specifications. F. Water used in mixing concrete or mortar shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. G. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. H. Reinforcing steel used in concrete shall be deformed bars conforming to ASTM A615 “Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement” or ASTM A996 “Standard Specification for Rail-Steel and Axel-Steel Deformed Bars for Concrete Reinforcement” grades 40, 50, or 60. i. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. I. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. i. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. a. Wire ties will not be permitted. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. 2020 Design Standards and Specifications Sewer Specifications 54 Section 6 ix. Immediately upon removal of the forms any honey-combed sections shall be repaired as directed by the City Inspector. J. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.C (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 6.06.06 Bedding, Embedment and Backfill A. Sewer Pipe, All Diameters i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 1/2-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. b. Bedding shall be 6 inches below pipe. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: Standard Crushed Rock Aggregate Cumulative Percent Retained (by weight) Retained on 1” Sieve 0 Retained on 1/2” Sieve 0-20 Retained on 3/8” Sieve 15-30 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 90-100 a. Embedment shall extend to 12 inches above top of pipe. iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. 6.06.07 Flowable Fill A. Flowable fill shall consist of a mixture of Portland cement, pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. i. Utility ditches in Right of Way shall be backfilled in accordance with Details UEM-01 through UEM-07 in the appendix. ii. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their own expense. 6.07 Methods of Construction 6.07.01 Scope A. The work covered by this section consists of constructing gravity flow sanitary sewers, manholes and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and jointing pipe; installation of appurtenances; construction of pre-cast, pre-assembled or field assembled manholes; manhole bases; placement and assembly of manhole risers, cones, or tops; installation of manhole rings, covers and grade rings; bedding, embedment and backfilling; and other related work. 2020 Design Standards and Specifications Sewer Specifications Section 6 55 6.07.02 Quality Standards Standard Topic ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM A746 (ANSI) Ductile Iron Gravity Sewer Pipe AWWA C600 (ANSI) Installation of Ductile Iron Mains and Their Appurtenances AWWA M23 Polyvinyl Chloride (PVC) Pipe Design and Installation UNI B 5 Recommended Practice for Polyvinyl Chloride (PVC) Sewer Pipe ASTM C891 Installation of Underground Pre-cast Utility Structures 6.07.03 Materials A. The Contractor shall install sanitary sewer pipe of the type, diameter, wall-thickness and protective coating that is defined in the Approved Materials List or designated by the City Engineer or designee. B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 6.07.04 Storm Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Engineering Department to develop a site-specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria developed by the North Central Texas Council of Governments. C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 6.07.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas i. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance and the City of Lubbock Engineering Minimum Design Standards and Specifications. ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. 2020 Design Standards and Specifications Sewer Specifications 56 Section 6 iii. Asphalt Paving a. Asphalt surface shall be cut along each side of the trench ahead of the trenching machine and the surfacing and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. v. All spoil piles must be 3’ from travel lanes or have a traffic barrier that will prevent the soil from encroaching on travel lanes. vi. If roll off dumpsters are placed on street paving, then the paving must be protected from damage. 6.07.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: i. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. i. If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 6.07.07 Water for Construction A. Water is available from fire hydrants for construction purposes. i. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. iii. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. 2020 Design Standards and Specifications Sewer Specifications Section 6 57 iv. The contractor shall be responsible for reporting monthly water usage. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 “Pertaining to Backflow Prevention”, City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 6.07.08 Protection of Existing Utilities A. It shall be the Contractor’s responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall “pothole” or physically locate existing underground utilities ahead of trench excavation. D. Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for short periods of time, provided the Contractor obtains permission from the Engineering Department and from the owner of the premises being served by the utility. i. When a customer outage is planned, Contractor shall notify effected customer a minimum of 24 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on their part. J. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to 2020 Design Standards and Specifications Sewer Specifications 58 Section 6 existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor’s expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. 6.07.09 Excavation and Trenching A. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: Pipe Size Min. Trench Width Max. Trench Width 4” thru 12” Pipe O.D. +12” Pipe O.D. +18” 15” thru 21” Pipe O.D. +18” Pipe O.D. +24” B. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. C. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. D. In order to obtain a true, even grade, the trench shall be fine-graded. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. ii. Where the trench is excavated in excess of 3 inches below grade, the material shall be compacted to 95% Modified Proctor Density or shall be replaced with approved bedding material. iii. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. E. Excavation for manholes, structures and other appurtenances shall be sufficient to provide clearances adequate for proper backfill and compacting on all sides. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 6.07.10 Dewatering A. All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. B. The method of dewatering shall provide for a dry foundation at the final grades of the excavation. C. Water shall be disposed of in accordance with current City of Lubbock Engineering Department requirements and in a manner that does not inconvenience the public or result in a menace to public health. D. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is discontinued. E. Dewatering shall continue until such time as it is safe to allow the water to rise in the excavation. 6.07.11 Methods of Connection 2020 Design Standards and Specifications Sewer Specifications Section 6 59 A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps i. Service taps on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. ii. Service taps on existing, in-service mains shall be installed by City personnel or a City- designated contractor. C. Main Line Connections i. Connections on existing mains shall comply with current TCEQ requirements. ii. Connection to existing main shall be by a new manhole constructed on the existing main or connection to an existing manhole. iii. City Inspector must be present for any connection being installed on an existing main. 6.07.12 Pipe Installation A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Gravity sanitary sewer pipe and other accessories shall be inspected, handled, laid and joined in the manner herein specified. i. Force mains shall be installed according to water pipe installation specifications and current TCEQ requirements. C. Pipe and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their expense. D. Pipe and accessories shall be handled in accordance with manufacturer’s specifications. i. Before lowering into the trench, the pipe and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. ii. All pipe and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. iii. Under no circumstance shall pipe, accessories or tools be dropped directly into the trench. E. Pipe shall be laid to the alignment as established on the approved plans. i. Pipe shall be laid from lowest point to highest point. ii. Pipe shall be laid with spigots facing in the direction of flow. iii. Batter boards or laser beam will be required to fine grade the trench. iv. Each time the instrument used to verify grades is moved, a shot off the hub is required to verify setup. v. All foreign matter shall be removed from the inside of the pipe, bells, spigots, or parts of the pipe used in forming the joint before the pipe is lowered into the trench; a. Pipe shall be kept clean by approved means during and after laying. b. At the times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means. vi. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the bottom of the trench and to allow ample space for properly jointing the pipe. 2020 Design Standards and Specifications Sewer Specifications 60 Section 6 F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer’s requirements. i. Bell, spigot and gasket of pipe shall be wiped clean prior to joining. ii. Cutting of pipe for inserting accessories or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iii. If the pipe is disturbed from line and grade after being laid and jointed, the pipe shall be removed from trench, the joints cleaned and the pipe re-laid. iv. Jointing shall be completed for all pipe laid each day. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. vi. No trench water shall be permitted to enter the pipe. H. The Engineering Department shall be notified at least 24 hours in advance of when pipe is to be laid in any trench. i. No pipes shall be covered or authorized for cover until they have been inspected by the City's Inspector. 6.07.13 Marking Tape A. Marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for sewer mains shall be 3-inch, green in color and clearly labeled “Caution: Buried Sewer Line” for gravity mains or “Caution: Buried Sewer Force Main” for force mains. ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 6.07.14 Backfill around Pipe A. Bedding i. Bedding material shall be fine graded select sand or aggregate material conforming to the Materials of Construction section of these Specifications and shall be a minimum of 2 inches thick. B. Embedment i. Embedment, including haunching under pipe and to a point 12 inches above the top of the pipe shall be carefully placed and shall be graded embedment material conforming to the Materials of Construction section of these Specifications. C. Compaction i. Bedding and embedment shall be compacted to in accordance with pipe manufacturer’s specifications and approved mechanical means. ii. Compaction shall be in maximum 6-inch compacted lifts. D. Backfill i. The remainder of the backfill shall conform to the current City of Lubbock Street Ordinance and the City of Lubbock Utility Excavation Manual. ii. In street or alley Right of Way or paved easements backfill shall be compacted to a minimum of 95% modified Proctor Density. iii. In unpaved easements the backfill shall be compacted to a minimum of 90% modified Proctor Density. Top 12” of backfill shall be uncompacted. Top 2” of backfill shall be top soil. 2020 Design Standards and Specifications Sewer Specifications Section 6 61 iv. A minimum of 12” flow fill cap under paving will be required with a minimum of 18” under Arterial paving. v. Flowable fill may be substituted for compacted backfill. vi. Special situations such as state highway or railroad crossings may be subject to more stringent requirements and shall be addressed on a case-by-case basis. vii. Water jetting will not be allowed. viii. See plates UEM-01 to UEM-05 for backfill details. E. Following the completion of the backfilling, the Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. i. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the City Engineer or designee and other work required to keep the streets and roads in satisfactory condition for traffic. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.07.15 Manhole Construction A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Manholes and other accessories shall be inspected, handled, and installed in the manner herein specified. C. Fiberglass manholes shall be installed per detail SS-5b. D. Manhole components and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their expense. E. Manhole Base i. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. ii. Concrete shall be minimum 3,000 psi. iii. Concrete placement shall conform to ACI and good construction practices. iv. Concrete shall be consolidated and struck-off to a horizontal surface within the forms or pouring rings. v. Field poured concrete bases shall be reinforced. vi. Pre-cast reinforced concrete bases shall be of the size and shape detailed on the Plans. F. Manhole Inverts i. Invert channels shall be smooth and semi-circular in shape conforming to the inside of the adjacent sewer section. ii. Changes in direction of flow shall be made with a smooth curve of as large radius as the size of the manhole will permit. iii. Changes in size and grade of the channels shall be made gradually and evenly. iv. The invert channels may be formed directly in the concrete of the manhole base or may be half-pipe laid in concrete. v. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot or more than two inches per foot. G. Manhole Barrels 2020 Design Standards and Specifications Sewer Specifications 62 Section 6 i. Manhole barrels shall be assembled of pre-cast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. ii. Free drop inside the manhole shall not exceed 24 inches measured from the invert of the inlet pipe to the invert of the outlet pipe. a. Where the drop exceeds 24 inches, an approved drop manhole shall be required. iii. All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets shall be cast into the riser or base section. b. Approved preformed flexible plastic sealing compounds are also acceptable, provided water tightness is achieved. H. Top or Cone Sections i. Cone shaped top sections shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. ii. On shallow lines where standard cone sections will not conform to specified elevations, flat top sections may be considered with prior approval of the City Engineer or designee. I. Grade Rings i. Grade rings shall be used for adjusting the top elevation. a. Grade rings shall be set to the elevations shown on the Plans or established by the City's Inspector. b. Each manhole shall have a minimum of 6 inches of grade adjustment. c. Total height of the grade rings shall not exceed 18-inches at any manhole. d. Non-shrink grout shall be placed around and under the rings to provide a seal and properly seat the rings at the required elevation. J. Manhole Frame and Cover i. Manhole frame and cover shall be set to the elevation shown on the plans. ii. Non-shrink grout shall be placed around and under the frame to provide a seal and properly seat the frame at the required elevation. K. Inflow Prevention Device (IPD) i. All newly installed manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. ii. IPDs shall be installed such that lifting strap is to the North. iii. IPDs shall comply with the Approved Materials List. L. Water Tightness i. Finished manholes are expected to be as watertight as the pipe system they are incorporated into. Infiltration or exfiltration shall not exceed the limits established in these specifications. ii. All connections between riser sections, bases and tops shall be sealed with an approved preformed flexible plastic joint sealing compound. iii. Application of primer and sealing compound shall be accomplished in conformance with the manufacturer's recommendations. iv. Grade of materials, quantity of materials and application temperatures shall conform to the manufacturer’s recommendations. M. Protective Lining System i. When required for rehabilitation of an existing manhole, construction of a new 60-inch diameter manhole or construction of a manhole serving an 18-inch diameter or larger 2020 Design Standards and Specifications Sewer Specifications Section 6 63 pipe, an approved protective lining or coating system shall be installed per manufacturer’s instructions. Protective lining and coating systems shall conform to the Approved Materials List. N. Backfilling Around Manholes i. Backfilling around manholes shall conform to the requirements as specified for backfilling around pipe. ii. Embedment material shall be placed up to a point equal to that required for the adjacent pipe. O. Following the completion of the backfilling, the Contractor shall maintain the excavated surfaces in a satisfactory manner until final completion and acceptance of the work. i. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the City Engineer or designee and other work required to keep the streets and roads in satisfactory condition for traffic. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.07.16 Service Connections A. Service connections on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. B. Service connections on existing sewer mains shall be made by City of Lubbock Water Utility forces. C. Contractor shall place wyes and tees for service connections where required by the approved construction plans on new sewer mains. i. Wyes and tees shall be of like material as the sewer pipe. ii. Service lateral lines shall be installed to 2 feet inside adjacent property line at a typical depth of between 4 feet and 6 feet, or deeper when required. iii. Watertight plugs shall be installed in each branch pipe or stub. iv. Service locations shall be marked with a piece of two-inch by four-inch lumber extended from the end of the pipe to above ground level with the above-ground portion painted green. 6.08 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes 6.08.01 Scope A. The work covered by this section consists of the inspection, testing, approval and acceptance of gravity flow sanitary sewers and manholes and other appurtenances normally installed as part of this system. The work may include inspection, cleaning, leakage testing, deflection testing and television inspection of the interior of the finished sewer system. 2020 Design Standards and Specifications Sewer Specifications 64 Section 6 6.08.02 Quality Standards A. The latest published revision of: Standard Topic ASTM C969 Infiltration and Exfiltration Acceptance Testing of Installed Sewer Lines ASTM C828 Low Pressure Air Test of Sewer Lines UNI B 6 Recommended Practice for Low Pressure Air Testing of Installed Sewer Pipe ASTM C1214 Standard Test Method for Concrete Pipe Sewer Lines by Negative Air Pressure (Vacuum) Test Method ASTM C1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill 6.08.03 Materials A. Water used for exfiltration tests shall be potable or as otherwise approved by the City Inspector. B. Equipment for tests shall be of the type, quality and capacity to perform the operations required and shall be furnished by the Contractor. C. All labor and materials, including water, shall be furnished at the Contractor’s expense. 6.08.04 Inspection A. City Inspector shall inspect and approve all work accomplished. i. Testing shall be performed at the discretion of the City Inspector. B. It shall be the responsibility of the Contractor to coordinate inspection and testing with the Engineering Department. 6.08.05 Cleaning A. Contractor shall remove all foreign matter from the interior of the system prior to testing any section of sewer pipe. i. Chunks of concrete, mortar or other debris including dirt, small gravel, and grit shall be removed from the interior of the newly installed system. ii. Flushing debris into the downstream system shall not be allowed. B. Watertight plugs or other methods approved by the City Inspector shall be used to prevent dirt or debris from entering the system. C. After cleaning manholes, manhole cover shall be positioned to prevent dirt or debris from entering the system. Other means of preventing intrusion of dirt or debris may be employed if approved by the City Inspector. 6.08.06 Pipe Testing A. Contractor shall have the option of conducting a hydrostatic exfiltration test or a low-pressure air test. An infiltration test may also be required if the pipeline is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. 2020 Design Standards and Specifications Sewer Specifications Section 6 65 D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Exfiltration Test i. The sewer line being tested may be filled with water for a period long enough to allow water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours and not more than 72 hours. ii. Each section of the pipeline shall be tested between successive manholes or other structures. The lower end of the section shall be closed with a watertight device. The inlet end of the section to be tested shall be filled with water to a point 4 feet above the pipe invert at the centerline of the upper manhole or structure. a. If the ground water level is above the pipe invert, the water level in the upper manhole shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. iii. Allowable exfiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. iv. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. v. Leakage shall be measured by checking the drop in the water level in the upper manhole or structure over a period of 4 hours. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce exfiltration leakage to an acceptable rate. vii. Contractor shall repeat the 4 hour exfiltration test after repairs are made until an acceptable leakage rate is attained. viii. Repairs required shall be at the Contractor's own expense. G. Low-Pressure Air Test i. Low-pressure air test shall be conducted in accordance to the provisions of UNI-B-6, "Recommended Practice for Low-Pressure Air Testing of Installed Sewer Pipe," published by Uni-Bell Plastic Pipe Association. ii. Low pressure air shall be slowly introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average backpressure of the groundwater above the pipe. iii. The air supply shall be throttled to maintain that internal pressure for at least 2 minutes to permit the temperature of the entering air to equalize with the temperature of the pipe wall. iv. When temperatures have been equalized and the pressure stabilized at 4.0 psig, the air supply shall be shut off or disconnected. v. Time shall be recorded for the pressure inside the pipe to drop 4.0 psig to 3.0 psig. 2020 Design Standards and Specifications Sewer Specifications 66 Section 6 vi. Time shall not be less than that outlined in the following table: Pipe Diameter (inches) Minimum Time (seconds) Max Length for Min Time (feet) Time for Longer Length (seconds/foot 6 340 398 0.855 8 454 298 1.520 10 567 239 2.374 12 680 199 3.419 15 850 159 5.342 18 1020 133 7.693 21 1190 114 10.471 vii. City Inspector shall witness and verify results of the test. viii. The City Inspector may stop a test if no pressure drop loss has occurred during the thirst 25% of the calculated testing time. ix. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce leakage to an acceptable rate. x. Contractor shall repeat the low-pressure air test after repairs are made until an acceptable pressure drop for the test is attained. xi. Repairs required shall be at the Contractor's expense. H. Infiltration Test i. Infiltration tests are acceptable only if the pipeline is continuously subjected to an external hydrostatic head (ground water level) of at least 2 feet above the top of the pipe at the upstream manhole or structure. ii. Infiltration test shall be made by sealing the inlet and outlet ends of this pipeline and measuring the volume of water that infiltrates into the section being tested. a. Flow measurement may be measured by collecting the discharge into a volumetric measuring container, weir or other approved method. iii. The test shall be continued over a period of at least 4 hours. Time shall be allowed to soak lines and manholes in advance of performing test. iv. Allowable infiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. v. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce the infiltration to an acceptable rate. vii. Contractor shall repeat the 4 hour infiltration test after repairs are made until an acceptable infiltration rate is attained. viii. All repairs required shall be at the Contractor's own expense. ix. Whenever the rate of infiltration is found to repeatedly exceed the prescribed amount, the Contractor shall be notified in writing. The Contractor may then be required to provide, at their own expense, video inspection of the interior of the conduit. The Contractor shall make appropriate repairs by methods approved by the City Engineer or designee and shall continue to test the conduit until it is proven satisfactory. 2020 Design Standards and Specifications Sewer Specifications Section 6 67 6.08.07 Video Inspection A. Where determined to be necessary, the new sewer pipe shall be inspected by video camera prior to final acceptance. i. Initial video inspection shall be at the Contractor’s own expense. B. Video equipment expressly designed for pipeline inspection purposes and operated by experienced and qualified personnel shall be pulled through the entire pipeline. i. Video equipment operator shall maintain a log of all inspections and note location, type and extent of any deficiencies. ii. Video equipment operator shall also photograph all deficiencies and not less than one "typical" location per each 500 feet of pipeline inspected. C. Contractor shall bear all costs incurred in correcting deficiencies found during the video inspection, including cost of additional video inspection required to verify correction of noted deficiencies. D. Video inspection conducted solely for the Contractor's benefit shall be at the Contractor's own expense. 6.08.08 Deflection Test A. Deflection tests shall be conducted in the presence of the City Inspector after the pipe has been installed and backfilled. i. The deflection test shall be conducted by pulling a mandrel (go no-go device) through the pipe. ii. The mandrel shall be designed and sized for each size and type of pipe and shall be at least 1.5 pipe diameters in length. iii. The mandrel shall be constructed with an odd number of runners placed parallel to the pipe centerline and equally spaced around the perimeter of the mandrel. iv. Test mandrel shall be furnished by the Contractor and approved by the City Inspector. v. Test equipment, calibration data and procedures shall be subject to the approval of the City Inspector. vi. Deflection test cannot be performed until 30 days after final backfill per Title 30 Texas Administrative Code Chapter 217.57(b)(4). B. Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal diameter of the pipe. Pipe sections that restrict free passage of the mandrel shall be removed and replaced or excavated, re-bedded, backfilled and retested. C. All repairs, replacement, remedial work and retesting shall be performed by the Contractor at their own expense. D. Deflection test may be conducted concurrently with the video inspection of the pipe interior, subject to approval by the City Inspector. 6.08.09 Manhole Testing A. Manholes shall be tested for leakage separately and independently of the sanitary sewer lines by vacuum testing, hydrostatic exfiltration testing or other methods approved by the City Inspector. An infiltration test may also be required if the manhole is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. 2020 Design Standards and Specifications Sewer Specifications 68 Section 6 D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Vacuum Test i. All inlet and outlet pipes in the manhole shall be plugged with an airtight device. ii. All lift holes and exterior joints shall be plugged with a non-shrink grout. a. No grout shall be placed in horizontal joints prior to testing. iii. The manhole opening shall be sealed by a method approved by the City Inspector. iv. Vacuum test shall be in accordance with ASTM 1244-11. v. The Contractor shall have the option to repeat the vacuum test one time after repairs vi. If a vacuum test is failed twice, the manhole shall be repaired and an exfiltration test shall be performed. vii. All repairs required shall be at the Contractor's own expense. G. Exfiltration Test i. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. ii. The manhole being tested may be filled with water for a period long enough to allow water absorption into the manhole. The saturation period shall be a minimum of 4 hours and not more than 72 hours. iii. Test shall be conducted with the manhole filled with water to the top of the cone section. iv. Allowable leakage shall not exceed 0.025 gallon/foot diameter/foot of manhole depth/hour over a 4 hour period. v. The Contractor shall repeat the exfiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. H. Infiltration Test i. Infiltration tests are acceptable only if the connecting conduit is continuously subjected to an external hydrostatic head (ground water level) at least 2 feet above the top of the conduit. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. ii. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The volume of water that infiltrates into the manhole during a 4 hour period shall be measured in a manner determined by the City Inspector. iii. The test shall be conducted after the manhole has been subjected to the maximum ground water level for at least 4 hours to thoroughly saturate the manhole wall. iv. The allowable infiltration shall not exceed 0.025 gallon/foot of diameter/foot of manhole depth/hour during a 4 hour test. v. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. 6.08.10 Approval A. Final approval of sewer lines and manholes shall be based on an inspection covering all items in this specification and other approved plans and material. The inspection shall be done in an appropriate manner by representatives of the City Engineer or designee. 2020 Design Standards and Specifications Sewer Specifications Section 6 69 B. Contractor shall remedy any defects in workmanship or materials revealed by inspection at their own expense. C. Final approval will be based on re-inspection of the sewer after the appropriate repairs and corrections are completed. 6.08.11 Acceptance A. Flow of any kind into the existing sanitary sewer collection system shall not be allowed until the new sewer lines and manholes has been satisfactorily completed and accepted for use by the City Engineer or designee. B. Portions of the work completed may be placed in operation after all cleaning, testing and inspection requirements have been fulfilled. Such partial use or partial acceptance shall be subject to approval of the City Engineer or designee. 6.09 Lift Station 6.09.01 Lift station design must conform to the most recent TCEQ design criteria. 6.09.02 Site Layout A. Lift station site location shall be approved by the City Engineer or designee. B. Site shall be chosen to provide the least negative impact to surrounding existing and future development. C. The station site shall be located so it may serve as much of the entire sewer drainage basin as possible. This may require that the station be located off-site of the development. D. The station site shall be protected from the 100-year flood plain and shall be accessible during the 25-year storm event. E. Lift station site and associated access road shall be located in a dedicated right-of-way or permanent easement. i. Access road shall be a minimum 12-foot wide all-weather surface. ii. Additional staging and parking area shall be provided. iii. Station grounds shall be minimum 5-inch thick, aggregate road base material. F. Lift station site shall be fully enclosed by intruder-resistant fence and include a 14-foot vehicle gate and 3-foot man gate. Vehicle gate shall be situated such that pumps and equipment are accessible by service vehicles. G. Lift station shall have bypass capability. H. Lift station shall have lightning protection for all electronic components. I. Lift station site shall be illuminated by a security light system. J. Lift station shall be fitted with SCADA antennae. 6.09.03 Dry Well A. Dry well shall have separate, dedicated entrance with ladder. B. The dry well or valve vault shall have an approved, lockable, 26-inch x 36-inch pedestrian- rated aluminum hatch. C. Provisions shall be made for water removal from the dry well. D. Dry well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. 2020 Design Standards and Specifications Sewer Specifications 70 Section 6 6.09.04 Wet Well A. Wet wells must be enclosed by water-tight and gas-tight walls. B. Interior walls of wet wells shall be lined with a lining system per the Approved Materials List. C. Wet well shall have a maintenance hatch for servicing pumps and a separate, dedicated entrance. i. Dedicated entrance shall have an approved, lockable, 26-inch x 36-inch pedestrian- rated aluminum safety hatch. ii. Maintenance hatch shall be an approved, double-door, lockable, 48-inch x 72-inch pedestrian-rated aluminum hatch or as required to adequately maintain the wet well pumps and components. D. A gravity sewer pipe discharging to a wet well must be located so that the invert elevation is above the level of the system’s “on” setting. E. All piping within wet well shall be PVC with flanged fittings. F. All interior components shall be stainless steel including nuts, bolts, other fasteners and all base plates. G. Each pump shall be fitted with minimum 25 feet of stainless steel lifting chain. H. Each pump shall be fitted with dual-rail stainless steel guide bar and upper guide bar brackets. I. Wet well shall have a sloped bottom toward the pump intake to avoid solids deposition. J. Wet well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. K. Piping associated with lift stations shall be approved gravity or pressure rated sewer pipe. 6.10 Restoration and Clean Up 6.10.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the City Engineer or designee. 6.10.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 6.10.03 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system and in compliance with current applicable codes. 6.10.04 All rubbish, excess excavated materials, unused materials and other non-native materials shall be removed from the jobsite and legally disposed. 6.10.05 The right-of-way shall be left in a state of order and cleanliness as determined by the City Engineer or designee. 2020 Design Standards and Specifications Sewer Specifications Section 6 71 6.11 Warranty and Acceptance 6.11.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 1 year from the date of acceptance by the City of Lubbock. 2020 Design Standards and Specifications Sewer Specifications 72 Section 6 2020 Design Standards and Specifications Approved Materials List Section 7 73 SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7.01 Introduction 7.01.01 This section lists specific products and manufacturers that have been approved for use within the City of Lubbock water and sanitary sewer system. 7.01.02 This listing is intended to be used as a reference source for Water Utilities employees, design engineers, developers, contractors and vendors. 7.01.03 Materials produced by manufacturers not listed herein are not acceptable for use within the City's system. 7.01.04 Manufacturers interested in submitting products for evaluation and possible approval should submit a written request in accordance with the procedures listed below. 7.02 Product Submittal Procedures 7.02.01 Written requests should be sent to the attention of “City Engineer, City of Lubbock, PO Box 2000, Lubbock, Texas 79401”. 7.02.02 Written requests shall include the following: A. A complete Application for New Product(s) (See Appendix A-1) B. Four (4) copies of the following documents: i. A list of all applicable standards regarding the product and certification (AWWA, ANSI, ASTM, etc.) ii. Adequate shop drawings and design information (brochures and other product information) iii. Location of the manufacturer's plant iv. Location of the nearest local distribution point and retail outlet v. A list of any special tools, fittings or methods of construction required for installation and/or maintenance vi. Spare parts and service availability information vii. A 5-year history of the product documenting its performance viii. Warranties ix. Product sample (where appropriate) x. User references, with contact person and telephone numbers (Specifically in the State of Texas) xi. Life cycle costs (where appropriate) xii. A statement of why the approval of the product would be beneficial to City of Lubbock C. Applicant shall send a formal review meeting request to the City Engineer or designee. D. All submissions shall be made at least 30 days prior to the meeting at which review is requested. 2020 Design Standards and Specifications Approved Materials List 74 Section 7 7.03 Evaluation Process 7.03.01 Product evaluation will be conducted by the City Engineer or designee or their designee. A. Review shall include: i. Conformance with the City of Lubbock Minimum Design Standards and Specifications. ii. Comments made by contractors, engineers, developers, suppliers, etc. iii. Any other matters regarding the design, construction and implementation of the proposed product into the City of Lubbock water and sanitary sewer system. B. Applicant may be requested to make a brief presentation regarding the product. Representatives shall be knowledgeable on product use, locations, design and reference checks. The representative shall also have the authority to approve a trial run in City of Lubbock. 7.04 Approval Process 7.04.01 The decision of the City Engineer or designee is final. 7.04.02 For each product that has been submitted, one of the following recommendations will be made: A. Approval for Use i. This approves a product for use throughout the City’s service area. ii. The City Engineer or designee may withdraw the Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. iii. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. B. Conditional Approval for Use i. This approves a product for use throughout the City's service area; however, the product will be reviewed periodically to ensure that no unforeseen installation or maintenance problems have risen and that quality assurance/quality control meet City Standards. ii. After a suitable period of field observation, this approval may be upgraded to Approval for Use status. The frequency of review and the length of field observation period will be determined by the City Engineer or designee. iii. If, during the field observation period, problems with installation, operation or maintenance of the product are observed, the City Engineer or designee may downgrade the status of the product to Disapproved for Use. iv. The City Engineer or designee may withdraw the Conditional Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. v. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. C. Limited Approval for Use i. This approves a product for use only in certain sites or projects within the City's service area. The City Engineer or designee will determine where the product can be used. ii. The product will be reviewed periodically to ensure that no unforeseen installation, operation or maintenance problems have arisen. iii. After a suitable period of field observation, this approval may be upgraded to Conditional Approval for Use or Approval for Use status. The frequency of review and 2020 Design Standards and Specifications Approved Materials List Section 7 75 the length of the field observation period will be determined by the City Engineer or designee. iv. If, during the field observation period, problems with the installation, operation or maintenance of the product are observed, the City Engineer or designee may downgrade the status of the product to Disapproved for Use. v. The City Engineer or designee may withdraw the Limited Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. vi. All use of the product will be in conformance with manufacturer's specifications and good engineering practices. D. Disapproved for Use i. The product may not be used anywhere within the City's service area. ii. If a product has been given a Disapproved for Use status by the City Engineer or designee, the product may not be resubmitted for review unless significant changes have been made to the product. iii. The City Engineer or designee will not reconsider a product Disapproved for Use until at least twelve (12) months have passed from the date of disapproval. E. Insufficient Information i. Not enough information was provided to evaluate the product. ii. Upon receipt of requested additional information, the City Engineer or designee will reevaluate the product. iii. If, upon reevaluation, it is determined that not enough information was provided a Disapproved for Use status will be given. 7.04.03 Design Changes of Approved Products A. After the approval of a product, the manufacturer or their representative shall inform the City Engineer or designee, in writing, of any modifications in design or material. Such changes may require further evaluation and approval. 7.04.04 Withdrawal of Approval A. The City Engineer or designee may withdraw any approval as a result of a design change, field observation, testing, product failure, or other factors that, in the opinion City Engineer or designee, warrant such withdrawal. 2020 Design Standards and Specifications Approved Materials List 76 Section 7 7.05 Water System 7.05.01 Water Pipe A. Polyvinyl Chloride (PVC) 4-inch to 24-inch i. AWWA C900 or C905; Minimum DR-18 ii. Manufacturers: a. CertainTeed (1) Certa-Lok b. Diamond Plastics c. JM Eagle (1) Blue Brute (2) Big Blue (3) Eagle Loc 900 d. North American Pipe e. Northern Pipe Products f. Pipelife Jetstream g. VinylPlex, Inc. h. Royal Building Products B. High Density Polyethylene (HDPE) i. AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco C. Cement-lined Ductile Iron (DIP) - Push-On or Mechanical Joint i. AWWA C151 Minimum Thickness Class 50 ii. Manufacturers a. American Cast Iron Pipe b. Griffin Pipe Products c. McWane Pipe d. U.S. Pipe and Foundry D. Concrete Cylinder Pipe i. AWWA C301, Pre-stressed Concrete Steel Cylinder Pressure Pipe ii. AWWA C303, Concrete Bar-wrapped Steel Cylinder Pressure Pipe iii. Manufacturers: a. Forterra 7.05.02 Fittings: (Bends, Crosses, Tees and Offset Glands) A. Ductile Iron; Compact B. AWWA C110 and C-153 C. Manufacturers: i. American Cast Iron Pipe ii. Griffin Pipe Products 2020 Design Standards and Specifications Approved Materials List Section 7 77 iii. McWane Pipe iv. Sigma Corporation v. Star Pipe Products, Inc. vi. Tyler Pipe and Foundry Utilities vii. U.S. Pipe and Foundry 7.05.03 Couplings (Transition or Straight), Non-Restrained A. Low-alloy or stainless steel bolts and nuts; outside finish: heat fused nylon coating or fusion bonded epoxy coating; standard length body. B. Manufacturers i. Dresser ii. Ford iii. JCM Industries iv. Romac v. Smith-Blair 7.05.04 Resilient Wedge Gate Valves, 4-inch through 12-inch A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C509 and C515 C. Manufacturers i. American AVK ii. Clow iii. Darling iv. EJIW v. Mueller vi. M & H Model 4067 7.05.05 Butterfly Valves – 16-inch and Greater, with gearing if required by manufacturer A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C504 C. Manufacturers i. DeZurik ii. Mueller iii. M & H 7.05.06 Fire Hydrants A. AWWA C502 B. 5-1/4-inch valve opening; 2-1/2-inch hose nozzles; 4-inch steamer nozzle C. Factory painted orange D. Manufacturers i. American Darling Model B-84-B ii. East Jordan Iron Works 2020 Design Standards and Specifications Approved Materials List 78 Section 7 iii. Clow Medallion iv. Mueller Centurion v. M & H Style 129-09 vi. American AVK 7.05.07 Fire Hydrant Raised Pavement Marker A. Manufacturer i. Stimsonite Model 80 7.05.08 Service Saddles A. Epoxy coated ductile iron body; Double band with SS bands and bolts B. AWWA C800 C. 1-inch i. Female AWWA Taper threads (CC or CS) ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith-Blair f. PowerSeal Pipeline Products D. 2-inch i. Female iron pipe threads ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith-Blair f. PowerSeal Pipeline Products 7.05.09 Corporation Stops A. Full Port Ball Valve B. AWWA C800 C. 1-inch i. Male AWWA Taper threads (CC or CS) by flared copper or compression ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller D. 2-inch i. Male iron pipe threads by flared copper or compression ii. Manufacturers a. A. Y. McDonald 2020 Design Standards and Specifications Approved Materials List Section 7 79 b. Ford c. Mueller 7.05.10 Service Tubing A. Copper Tubing i. ASTM B88 ii. Flared copper fittings iii. 1-inch a. Type K - Soft iv. 2-inch a. Type K - Hard B. Polyethylene Tubing (PET and PEXa); i. ASTM D2737 - Copper Tube Size (CTS), 200 PSI Minimum, Black or Blue ii. Slip Fittings a. Ford - Ultratite b. Mueller - Instatite iii. Manufacturers a. Endot – Endopure PE 4710 – 1-inch only b. NuMex PE 4710 – 1-inch only c. Rehau – Municipex PEXa – 1-inch, 1.5-inch or 2-inch d. Silverline – Sil-O-Flex PE 3408 or 4710 – 1-inch only e. Ultraline – Driscoplex 5100 Series PE 4710 – 1-inch only 7.05.11 Curb Stops A. Full Port Ball Valve B. 360 degree rotation C. AWWA C800 D. Curb stops shall include meter swivel nut (meter spud) connection on outlet side such that meter nut can be replaced without removing valve from operation. E. Reductions for smaller meter sizes shall be accomplished by use of appropriately sized iron pipe threaded brass bushing on outlet side of curb stop. F. 1-inch and 2-inch i. Flared copper or compression by female iron pipe threads with meter swivel nut. ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller 7.05.12 Compression Fittings A. Compression fittings shall be quick joint type. B. Manufacturers i. Mueller Insta-Tite Connection ii. Ford Ultra-Tite Connection 2020 Design Standards and Specifications Approved Materials List 80 Section 7 7.05.13 Tapping Sleeves A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange B. Epoxy coated with stainless steel bolts and nuts C. Manufacturers i. Ford FAST ii. JCM Industries #469 iii. Smith Blair #662 iv. ROMAC #SST v. PowerSeal Pipeline Products 7.05.14 Resilient Seat Wedge Tapping Valves A. AWWA C509 B. Manufacturers: i. American ii. Clow iii. EJIW iv. Mueller v. M & H vi. U. S. Pipe 7.05.15 Water Meter Boxes and Vaults A. Manufacturers i. Boxes for 1” meters a. DFW Plastics model DFW38FWP-18-AF1QF1 SMALL LID ii. Boxes for 1.5” or 2” meters a. DFW Plastics model DFW1324C-AF1QF SMALL LID 7.05.16 Double Check, Double Detector Check and Reduced Pressure Principle Devices A. American Society of Sanitary Engineering Seal Approval B. Call City of Lubbock backflow coordinator at (806) 775-2589 for specific applications. C. Manufacturers i. Ames ii. Febco iii. Watts iv. Wilkins 7.05.17 Backflow Preventer Box A. Polyester or Aluminum Enclosure, Heated and Insulated ASSE 1060 B. Manufacturers i. EZ Box Model HEZ ii. Hot Box iii. Safe-T-Cover 2020 Design Standards and Specifications Approved Materials List Section 7 81 7.05.18 Air Release Valves A. Manufacturers i. APCO ii. ARI iii. Crespin 7.05.19 Flushing Hydrants A. Manufacturers i. Kupferle 7.05.20 Sampling Stations A. Manufacturers i. Kupferle 7.05.21 Valve boxes A. Cast-Iron slip type B. Manufacturers i. EJIW ii. Sigma iii. Star Pipe 7.05.22 Pipe Restraints A. ASTM F1674 B. Manufacturers i. EBAA Iron, Inc. ii. Ford iii. Romac iv. Sigma v. Smith-Blair vi. Star Pipe Products, Inc. vii. Tyler Union viii. AccuCast 7.05.23 Casing Spacers A. Manufacturers i. Advance Products ii. BMW iii. Cascade iv. CCI Pipeline v. Culpico vi. PSI 7.05.24 Precast Concrete Vaults, HS-20 Rated A. Manufacturers i. Hanson Pipe and Products 2020 Design Standards and Specifications Approved Materials List 82 Section 7 ii. Vaughn Concrete Products 7.05.25 Waterline Marker i. Manufacturers a. Blackburn b. Carsonite International 2020 Design Standards and Specifications Approved Materials List Section 7 83 7.06 Sanitary Sewer System 7.06.01 Gravity Sewer Pipe A. Polyvinyl Chloride (PVC) Pipe i. 6-inch thru 15-inch: ASTM D3034, Minimum Class SDR 35 ii. 18-inch thru 48-inch: ASTM F679, Minimum Class PS-46 iii. Fittings ASTM D1784 iv. Gaskets ASTM F477 v. Manufacturers a. Certainteed Corporation b. Diamond Plastics c. GPK (Fittings Only) d. Harco (Fittings Only) e. JM Eagle f. Multi Fittings (Fittings Only) g. National Pipe and Plastics Ever-Green Sewer Pipe h. North American Pipe ASTM D3034 i. Plastic Trend (Fittings Only) j. VINYL Plex (Fittings Only) k. Royal Building Products B. PVC Corrugated Sewer Pipe with Smooth Interior i. ASTM F949, ASTM F794 ii. Manufacturer a. Diamond Plastics C. High Density Polyethylene (HDPE) i. ASTM F714 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco D. Ductile Iron (DIP) i. AWWA C151 Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation c. McWane d. U.S. Pipe and Foundry Company E. Steel Reinforced Polymer Concrete i. ASTM D6783 ii. Manufacturers a. U. S. Composite Pipe F. Polypropylene Corrugated Dual Wall and Triple Wall i. 12-inch thru 30-inch: ASTM F2736 2020 Design Standards and Specifications Approved Materials List 84 Section 7 ii. 30-inch thru 60-inch: ASTM F2764 iii. Manufacturer a. ADS Sanitite HP 7.06.02 Pressure Sewer Pipe A. Polyvinyl Chloride (PVC) i. AWWA C900 Minimum Class DR25 a. Manufacturers (1) Diamond Plastics (2) JM Eagle (3) North American Pipe ii. SDR26 Class 160 a. Manufacturers (1) Diamond Plastics (2) JM Eagle (3) North American Pipe B. Ductile Iron (DIP) i. Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation c. U. S. Pipe and Foundry Company C. High Density Polyethylene (HDPE) i. AWWA: C906, Minimum Pressure Class 160 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco 7.06.03 Manholes A. Precast Concrete Manholes i. ASTM C478 ii. Manufacturers a. Hanson Building Products b. South Plains Concrete Products c. The Turner Company d. Vaughn Concrete Products B. Glass-Fiber-Reinforced Polyester Manholes, Wetwells and Manhole Liners i. ASTM D3753 ii. Manufacturer a. LF Manufacturing b. Containment Solutions C. Composite Manholes i. Amarok 2020 Design Standards and Specifications Approved Materials List Section 7 85 ii. US Composite Pipe 7.06.04 Manhole Frames and Covers A. ASTM A48, Class 35B, AASHTO M-306 B. Standard Solid Cover i. Manufacturers a. East Jordan Iron Works C. Watertight Frame and Cover i. Manufacturers a. East Jordan Iron Works b. Rexus 7.06.05 Manhole Coatings/Protective Lining System A. Manufacturers i. A-Lok - Dura Plate 100 PVC Liner ii. Raven 405 iii. Tnemec – Series 436 PermaShield 7.06.06 Gaskets and Flexible Manhole Connections A. Flexible cast-in-place seal or flexible boots installed with hydraulic pressure after manhole manufacture. Manhole openings shall be made by hole-formers inserted during manufacture. B. Manufacturers i. Press-Seal Gasket Corp. ii. A-Lok iii. International Precast Supply iv. NPC 7.06.07 Internal Chimney Seals A. ASTM C923 B. Manufacturers i. Cretex ii. NPC 7.06.08 Manhole Joint Seals A. Sealant per ASTM C990 B. O-ring gaskets meeting ASTM C443 and ASTM C1628. 7.06.09 Manhole Joint Wrap (in addition to O-ring specified above) A. Manufacturers i. Ram Nek ii. ConSeal CS 102 7.06.10 Manhole Joint Sealers A. Butyl Mastic 2020 Design Standards and Specifications Approved Materials List 86 Section 7 B. Manufacturers i. Ram Nek 7.06.11 ConSeal CS 102Inflow Prevention Device A. Non-Corrodible with self cleaning gas relief and vacuum relief valves B. Manufacturers i. L.F. Manufacturing Inc. - Rain Guard ii. No Flow-In Flow iii. The Man Pan iv. Southwestern Packing and Seals, Inc. - Rainstopper 7.06.12 Polyethylene Slope Adjusting Ring A. ASTM D1248 B. Manufacturers i. Ladtech 7.06.13 Saddles A. Manufacturer i. NDS 7.06.14 Cleanout Cover A. Manufacturer i. East Jordan Iron Works 7.06.15 Valves – Must Be Approved for Use in Wastewater Application A. Plug, Full Port i. Manufacturers a. DeZurik B. Resilient Seat Gate i. AWWA C509 ii. Manufacturers a. American Flow Control b. Clow c. M & H d. Mueller e. U.S. Pipe C. Swing Check i. Manufacturer a. Golden Anderson b. M & H c. Val-Matic 7.06.16 Backwater Valve for Manhole Vent A. Manufacturer 2020 Design Standards and Specifications Approved Materials List Section 7 87 i. Josam 7.06.17 Lateral Backwater Valve A. Diaphram Operated Stainless Steel Knife Valve ASME Al 12.14.1 B. Manufacturer i. John Stephens ii. Plastic Trends iii. Smith Floodgate 7.06.18 Sewage Combination Air/Vacuum Valve A. Manufacturers i. APCO/Willamette ii. ARI iii. Golden Anderson Industries 7.06.19 Sanitary Sewer Marker A. Manufacturers i. Blackburn ii. Carsonite International 7.06.20 Wastewater Pumps A. Manufacturer i. Flygt N-Pump 2020 Design Standards and Specifications Approved Materials List 88 Section 7 7.07 Water and Sanitary Sewer Systems 7.07.01 Modular Wall Seal A. EPDM with stainless steel nuts and bolts B. Manufacturer i. Thunderline ii. Pipe Seal iii. Link Seal 7.07.02 Vault Doors A. Type K heavy duty aluminum double leaf door, H-20 rated B. Manufacturers i. Bilco ii. Halliday iii. USF Fabrication, Inc. 7.07.03 Tracer Wire A. 12-gauge B. Manufacturers i. Copperhead ii. Southwire 7.07.04 Marking Tape A. 3-inch width, Sewer – green, Water - blue B. Manufacturers i. Presco Prodcuts ii. Terra Tape 2020 Design Standards and Specifications Approved Materials List Section 7 89 7.08 Street Construction 7.08.01 Detectable warning surface for handicap ramps A. Manufacturers i. StronGo Industries – Tek Way Dome Tiles 7.08.02 Fiber Reinforcement A. Manufacturers i. BASF macro fibers 2020 Design Standards and Specifications Approved Materials List 90 Section 7 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 91 SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.01 General 8.01.01 The construction and materials for any City of Lubbock Engineering paving or drainage improvements project shall conform to the following specifications and associated standard details. A. Any construction or materials failing to meet the requirements of these specifications or the standard details shall be removed and replaced at the Contractor’s own expense. B. No consideration will be given to requests for reduced payments for construction or materials not in conformance with these specifications and the plan sheets. 8.01.02 The term Engineer used in these specifications shall refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these specifications and associated plans. 8.01.03 The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. A. Material Safety Data Sheets (MSDS) shall be required on all materials. B. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. C. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer. 8.01.04 Streets to be constructed in a location where the traffic is expected to consist of an unusual number of trucks or other heavy vehicles shall have an approved pavement structure design specific to that loading condition. 8.01.05 All construction covered by these specifications shall be in compliance with the City of Lubbock Code of Ordinances, Chapter 30 Lakes and Water Ways, Chapter 36 Streets, Sidewalks, and Other Public Ways, Chapter 38 Subdivisions, and other chapters as applicable. 8.01.06 Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. A. When information indicated on the plan sheets is in conflict with these specifications, the more stringent requirement shall govern, unless the City Engineer or designee gives written approval for a specific variance. 8.01.07 Storm Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Engineering Department to develop a site-specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria developed by the North Central Texas Council of Governments. 2020 Design Standards and Specifications Streets and Drainage Specifications 92 Section 8 C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 8.02 Design Standards 8.02.01 The following design standards shall apply to all paving and drainage improvements associated with construction of new subdivisions. A. If unusual site conditions necessitate design criteria different from these requirements, changes will be permitted only if specifically approved by the City Engineer. 8.02.02 Street Crown Elevations A. All street paving shall incorporate a centerline crown at the following listed elevation unless otherwise indicated on plans, or as directed by the Engineer: Pavement Width (Face of Curb to Face of Curb) Finished Paving Surface Above Gutter 32 feet 0.52 feet 36 feet 0.58 feet 42 feet 0.67 feet 46 feet 0.73 feet 66 feet 1.03 feet 88 feet 1.18 feet i. The widths listed above refer to the total proposed future full width of street. ii. Where there is a difference in elevation between top of opposite street curbs, the crown elevation shall be adjusted such that the cross slopes are 2.0 percent minimum and 4.0 percent maximum. 8.02.03 Minimum Grades A. All street paving shall comply with the following minimum slopes unless otherwise approved by the City Engineer: Location Finished Grade Slope (%) Linear Curb and Gutter 0.20 Curb and Gutter in Cul-De-Sacs 0.30 Concrete Dips, Valley Gutters and Fillets 0.35 Concrete Alley Paving 0.20 Concrete Drainage Channel 0.20 Fall Around Curb Radii 0.80 B. Asphalt dips shall not be used in the place of concrete dips or valley gutters. 8.02.04 Vertical Alignment Requirements A. Vertical curves are required if the change in grade is greater than the following maximums: Street Classification Maximum change in grade (%) Residential 2 Collector 1 Thoroughfare 0.5 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 93 B. Vertical curves are to be a minimum of 100’ long and shall be designed for a speed of 5 MPH greater than the posted speed limit. C. The minimum gutter slope in a sag vertical curve shall be 0.2%, while a crest vertical curve has no minimum. 8.03 Testing and Inspection 8.03.01 All work shall be inspected and tested by a representative designated by the City Engineer, who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or associated plans. A. Whenever any portion of these specifications or associated plans is violated, the Engineer may order the portion of construction that is in violation to cease until such violation is corrected. 8.03.02 Contractor shall cooperate with the Engineer in providing for sampling and testing procedures. A. The contractor shall provide at least a 2 hour notification to the City Inspection Staff prior to requesting any inspection services. B. In the event the City tests indicate out of specification materials, additional tests may be provided by the contractor at their own expense. C. Conflicting tests provided by the contractor will not automatically be considered as compliance with City specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. 8.03.03 The testing and inspection provided by the City is intended only to verify that materials and construction comply with plans and specifications. The City's testing and inspection efforts are not intended to replace the contractor's responsibility to comply with the specifications. A. With respect to new material sources, or where the City lab has determined materials or construction do not comply with these specifications, the City will not re-test until the contractor has provided their own testing to demonstrate the materials and construction are in compliance with the plans and specifications. 8.03.04 Upon completion of construction, the Contractor will apply sufficient water to all paving improvements within the project to ensure all surfaces meet drainage requirements and are in compliance with these specifications. 8.04 Notification of Property Owners 8.04.01 The contractor shall be responsible for maintaining positive communication with adjacent property owners. 8.04.02 The contractor shall provide two days notice to all affected property owners with respect to pending construction, and restriction of access or driveway locations. 8.05 Protection of Utilities and Irrigation Systems 8.05.01 The plans show only approximate locations of utilities as obtained from various utility companies. A. It is not implied that all utilities or their accurate locations are shown on the plans. 8.05.02 It is the contractor’s responsibility to become familiar with all utilities and locations. 2020 Design Standards and Specifications Streets and Drainage Specifications 94 Section 8 A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification Centers. B. The contractor shall call DIG TESS (1-800-344-8377) and provide sufficient time for all utilities to be identified prior to construction. 8.05.03 On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will be responsible during the construction period for damages to any utilities. 8.05.04 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system, and in compliance with current applicable codes. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 8.05.05 If construction activities block the flow of water, then standing water shall be pumped off existing paving daily. 8.06 Water for Construction 8.06.01 Water is available from fire hydrants for construction purposes. A. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant and will be charged the applicable rate for the quantity of water used. B. The contractor shall contact Lubbock Power and Light Customer Service Department to establish a utility account. The contractor must pay a deposit for each fire hydrant meter and will be responsible for all charges associated with that account. C. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. 8.06.02 Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. 8.06.03 For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. B. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. 8.06.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. A. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. B. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. 8.06.05 In accordance with City of Lubbock Ordinance No. 10208 “Pertaining to Backflow Prevention”, City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 95 8.07 Concrete 8.07.01 These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters and fillets, alley paving, sidewalks, street paving, curb ramps, medians, and drainage improvements. A. The concrete shall be produced at a Ready-Mix Concrete Batch Plant conforming to ASTM C94. B. The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during transit. C. Concrete shall have a temperature of less than 90 degrees at time of placement. Concrete above this temperature will be rejected and shall be removed from the job site. D. No more than eight cubic yards of concrete shall be loaded in a Revolving Drum Agitator Truck and transported to the job site. Loads in excess of eight cubic yards will be rejected and shall be removed from the job site. E. Admixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. F. No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. G. All concrete shall have 5 percent, minus 1.5 percent to plus 1.5 percent, air content in conformance with ASTM C231. H. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. I. Load tickets must be computer generated. 8.07.02 Classification A. The following City of Lubbock classes of concrete shall be used: Class Typical Uses A Curb and gutter, sidewalks, curb ramps, drainage channels, medians, inlet boxes, headwalls, junction boxes, driveways, and retaining walls. B Valley gutters and fillets, alley returns, and alley paving. C Concrete street pavement. D Utility encasements E Fast setting concrete pavement such as “Fast Track” Concrete Pavement or, other special design. 8.07.03 Thickness of Concrete Pavement A. The following City of Lubbock minimum concrete pavement thickness shall be used: Street Classification Minimum Concrete Pavement Thickness Residential and Collector (R-1/R-1A/R-2/C-1/Industrial) 6” Minor Arterial 7” Principal Arterial 9” 2020 Design Standards and Specifications Streets and Drainage Specifications 96 Section 8 B. Concrete alley paving shall have a minimum thickness of 7-1/2 inches at edge and 5 inches at flow line. i. No tolerance on minimum thickness will be allowed. ii. No additional compensation will be made to the contractor for thickness greater than specified. C. All other proposed concrete pavement thickness and steel requirements not meeting the COL minimum design standards and specifications shall be approved in writing by the City Engineer. 8.07.04 Drainage Easements A. All drainage easements shall have, at a minimum, a 10-foot wide concrete flow line to be constructed with the street and alley paving improvements. B. Drainage easements shall not be used as alleys or garbage collection. 8.07.05 Mix Design A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit an engineer’s recommended concrete mix design. The following shall be included in the submittal: i. Test certificates from an approved commercial testing laboratory on all proposed aggregate. (1) Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate test not to exceed 25 percent. ii. Mix design based on water-cement ratio. iii. Results of compressive strength tests in conformance with ASTM C 39 and/or flexural strength tests in conformance with ASTM C78, made by an approved commercial testing laboratory. (1) Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. B. The Engineer will approve or reject the mix design and materials based on these submittals. C. Mix design approval shall be subject to additional testing during construction. D. Mix designs for various classes of concrete shall conform to the following: Class Min. Sacks Cement per cubic yard Water/Cement Ratio Max. Slump (Inches) A 5.0 0.40 – 0.60 5 B 5.5 0.40 – 0.60 5 C 6.0 0.35 – 0.45 3 D 4.5 0.40 – 0.60 5 E As required for specific cure time and strength. i. New mix designs shall be submitted annually, or when material properties or sources change. ii. New mix design submittal will be required for any deviation from the mix design during construction. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 97 8.07.06 Strength Requirements A. The various classes of concrete shall conform to the following minimum strengths in pounds per square inch (psi) as determined by the average of two test cylinders or beams: Class Min. Compressive Strength 3 Day 7 Day 28 Day A - 2100 3000 B - 2500 3600 C - 2500 3600 D - - 2500 E 3000 psi at 24 hours B. ACI Testing will be followed. C. When cores are subsequently used to prove compressive strength where test cylinders indicate failures or the quality of installation is of concern, the cores shall be tested in accordance with ACI C42. The cores shall meet the minimum 28 day compressive strength in the table above and meet 85% of the mix design strength. D. To place concrete in service the strength must meet 75% of the 28 day minimum compressive strength in the table above. 8.07.07 Cement A. Cement shall be Type I, Type II, or Type I-II cements, conforming to ASTM C150 “Standard Specification for Portland Cement”. B. The contractor shall notify the Engineer prior to any changes of the cement supplier or source during construction. The Engineer may require a new mix design if changes of supplier or source occur. C. Supplementary Cementitious Materials may replace up to 50% of the Cement with the following limits. i. Fly Ash conforming to ASTM C618, Class C or F no more than 30% by weight. ii. Slag Cement conforming to ASTM C989, Class 100 or 120 no more than 50% by weight. iii. Silica Fume conforming to ASTM C1240 no more than 10% by weight. iv. Metakaolin conforming to ASTM C618 no more than 10% by weight. 8.07.08 Aggregate A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C33. B. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, organic impurities, or other deleterious materials. C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136. i. The gradation for fine aggregate shall meet the following requirements: Fine Aggregate Cumulative Percent Passing (by weight) 3/8” Sieve 100 No. 4 Sieve 95-100 No. 8 Sieve 80-100 No. 16 Sieve 50-85 No. 30 Sieve 25-65 2020 Design Standards and Specifications Streets and Drainage Specifications 98 Section 8 No. 50 Sieve 10-35 No. 100 Sieve 0-10 No. 200 Sieve 0-3 D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to ASTM C136. i. The gradation for coarse aggregate shall meet the following requirements: Coarse Aggregate Cumulative Percent Passing (by weight) 1-3/4” Sieve 100 1-1/2” Sieve 95-100 3/4” Sieve 60-90 1/2" Sieve 25-60 No. 4 Sieve 0-5 E. Coarse aggregate for Class C or E concrete shall be crushed limestone . Crushed gravel will be allowed if on the TxDOT Quarterly Monitoring Program, or if specifically approved by the engineer. F. Aggregate shall comply with the following limits: Material Property Max. Allowable Limit Deleterious Material 2.0% Decantation 1.5% Flakiness Index 17 Magnesium Sulfate Soundness 25% G. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. i. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. ii. Stockpiles shall be built in layers of uniform thickness. iii. Equipment shall not be permitted to operate over the same lift repeatedly. 8.07.09 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks (141 lbs) per cubic yard. B. Utility ditches in Right of Way shall be backfilled in accordance with Details UEM-01 through UEM-07 in the appendix. C. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the contractor at their expense. 8.07.10 Water A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26. 8.07.11 Admixtures A. Admixtures may be included in the concrete mix when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C494 or ASTM C260. Chemical admixtures shall not be used as a substitute for Cement. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 99 B. Admixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. 8.07.12 Reinforcing Material A. All concrete shall incorporate reinforcement as follows: i. Curb and gutter - horizontal paving steel shall extend to within 2” of back of curb. When poured monolithically with adjacent concrete pavement. ii. Residential (R-1/R-1A/R-2) and Collector (C-1/Industrial) Street Pavement – Refer to Plate No. 38-7 through Plate No. 38-11 for more information. iii. Valley Gutters and Fillets – A minimum of #4 deformed bars 12 inches on center both ways. iv. Drainage Channel – A minimum of #5 deformed steel bars 12 inches on center both ways or design approved in writing by the City Engineer. v. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets and fiber reinforcement as specified in section 8.07.12 (C). vi. Alley Returns - #4 deformed steel bars 12 inch on centers both ways or 6-inch x 6-inch - 6 gauge welded wire fabric. vii. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber reinforcement, or as required by the City of Lubbock Building Official, or design approved in writing by the City Engineer. viii. Commercial driveways, including pedestrian crossing area – #3 deformed steel bars through the gutter section as indicated on the detail sheets and either #4 deformed bards 12 inches on center both ways or 6 -inch x 6-inch – 6 gauge welded wire fabric. B. Steel i. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. ii. Welded wire reinforcement shall conform to ASTM A1064, and shall be 6-inch x 6-inch - 6 gauge welded wire fabric as specified. iii. Reinforcing bars shall be grade 60 (60 KSI), open-hearth, basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A615. a. Steel reinforcing materials shall be stored off the ground in a manner as to be protected from accumulations of grease, mud, other foreign matter and rust producing materials. b. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. iv. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets. v. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. C. Fiber a. Fiber reinforcement shall be either 100 percent virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers. b. The manufacturer shall provide calculations for equivalent amounts of fiber to replace steel reinforcement, with a minimum of 1.5 pounds per cubic yard. The amount of fiber used may be less than the equivalent steel for residential streets if approved by the City Engineer or designee. When submitting less fiber than the equivalent steel, the design must be stamped by a licensed engineer. 2020 Design Standards and Specifications Streets and Drainage Specifications 100 Section 8 c. Fiber calculations must be done in accordance with ACI standards. d. The physical characteristics on the fiber shall be as follows: Physical Characteristic Value Specific Gravity 0.91 Tensile Strength 70,000 psi to 110,000 psi Minimum Length 3/4 inch 8.07.13 Joints A. Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. i. Construction joints formed by removable metal templates accurately shaped to the cross-section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or as directed by the Engineer. ii. Tooled contraction joints cut at least one quarter the concrete depth shall be placed at 10 foot intervals. iii. Expansion joint material shall be placed full depth of the concrete curb. B. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint and at a maximum spacing of 130 feet. i. Alley returns shall be poured monolithically with curb radii and fillets with joints as indicated in Standard Detail 36-7. ii. Tooled contraction joints, cut 1/2 inch wide 2 inch deep, shall be placed as shown on Standard Detail 36-11. iii. Alley paving contraction joints shall be sealed with an elastomeric sealer. iv. Expansion joints shall include bituminous pre-molded expansion joint board. C. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. i. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. ii. Joints shall be saw cut within 12 hours of placement of the concrete paving. iii. Joints shall be sealed with an elastomeric sealer. iv. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. D. Valley gutters and fillets shall be constructed with tooled construction joints. i. Joints shall be sealed with an elastomeric sealer. ii. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. E. Joint Sealing Materials i. Zip Strip or Bituminous pre-molded expansion joint board material shall conform to ASTM D1751 and shall be placed as indicated on plan sheets or in these specifications. a. Expansion joint material shall be placed full depth of the concrete slab. ii. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R.Meadows “SOF-SEAL”, W.R. Meadows #158 cold applied, or “GARDOX” as required by plan sheets. a. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D3405. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 101 b. Hot poured joint sealant for all other joints in Portland cement concrete pavement shall conform to ASTM D3406. c. Cold poured joint sealant shall conform to ASTM C920. iii. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer’s recommendations. a. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. b. The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of local conditions. iv. Backer rod used with elastomeric sealant shall be 25 percent greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. a. Compression of the backer rod material shall be approximately 25 percent shrinkage at 8 psi applied stress. b. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 8.07.14 Curing Compounds A. All fresh concrete surfaces shall be completely sprayed with a liquid membrane forming curing compound at a rate of one gallon per every 180 square feet. Its application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials”. i. Fresh concrete is defined as less than 10 minutes after finishing B. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 8.07.15 Forms A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the concrete section formed. B. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least 12 hours after placing of the concrete. C. Forms shall be treated with a light oil or release agent before each use, and forms which are to be re-used shall be cleaned immediately after each use and maintained in good condition. D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. E. Forms used for curb radii shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow line can be obtained by other methods approved by the Engineer. F. In no case will concrete placement be started without the approval of the Engineer. G. No forms shall be placed until the subgrade is within one inch of its finished grade. H. Forms for paving slabs may be used as a guide for screeding. I. Where longitudinal construction joints are required, the form shall be so constructed as to provide an approved load transfer mechanism in the face. 2020 Design Standards and Specifications Streets and Drainage Specifications 102 Section 8 8.07.16 Placing and Finishing Concrete A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. i. Concrete shall be placed as close to its proper location as practical. ii. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. iii. The concrete shall be floated and troweled to the approximate section. iv. When water is needed for finishing purposes it must be dispensed by a pressurized canister with a misting nozzle. B. Removal of face forms and finishing of curb and gutter shall be started only after a partial set occurs. i. Only construction approved forms, templates, and tools shall be used to form the cross-sections indicated on plan or detail sheets. C. Concrete shall not be placed when the ambient temperature and the surface temperature is below 40 degrees F or if sustained winds are 25 mph or higher as determined by field measurements by city inspector, or if field measurement is not available then the Texas Tech University Mesonet sites in Lubbock. If the sustained winds exceed the 25 miles per hour all placement operations will cease immediately. i. The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect concrete should the air temperature fall below 33 degrees F. This protection and forms shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. ii. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. D. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. i. Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with forms. ii. Vibrators shall not be used to move concrete within the forms. E. The surface of concrete street paving shall incorporate a tined finish perpendicular to the travel direction. F. All other concrete surfaces shall be completed with a light broom finish. G. When forms are used for concrete paving the forms must stay in place for a minimum of 12 hours. H. No equipment shall be placed on concrete until it has reached 75 percent of the specified 28 day compressive strength. I. Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge using the TxDOT Item 585 Surface Test Type A. J. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to determine locations of ponding. i. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. K. Where the surface of Major or Minor Arterial paving is noticeably uneven, the City may require measurement of the ride quality using the TxDOT Surface Test Type B. i. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods acceptable to the Engineer. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 103 ii. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. L. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor’s own expense. 8.07.17 Tolerance in Elevation and Grade A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed and replaced at the correct elevations as indicated on the plans, unless curb and gutter surfaces drain with flood testing and approved in writing by the City Engineer or designated staff. 8.07.18 Concrete Alley Paving Cuts A. Refer to Standard Detail UEM-06. B. Transverse Cuts i. Minimum width between transverse joints shall be 4 feet. ii. No more than 2 transverse joints shall be added between existing 13 foot tooled joints. iii. Transverse joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. When installed at expansion joints, slip dowels shall be used. C. Longitudinal Cuts i. Longitudinal cuts along the edge of existing alley pavement shall be a minimum width of 3 feet. ii. Maximum width of longitudinal cuts shall be 4 feet. iii. Longitudinal cuts wider than 4 feet, regardless of location, shall replace the full width of existing alley paving. iv. Longitudinal joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. D. Potholing for Locating Existing Utilities i. Pavement cuts for potholing purposes shall be circular cored holes or clean square cutouts. a. Cored holes in asphalt pavement shall be filled with cold-mix asphalt to match the depth of existing pavement. b. Cored holes in concrete pavement shall be filled with concrete to match the depth of existing pavement. c. Cutouts shall be repaired as specified in Plate No. UEM-02 8.08 Subgrade and Base 8.08.01 Subgrade A. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off-site soil, free from vegetation or other objectionable matter. B. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. 2020 Design Standards and Specifications Streets and Drainage Specifications 104 Section 8 C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: Material Property Wet (ASTM 4318 – 05.10.1 Dry (ASTM 4318 – 05.10.2 Liquid Limit Max 45 Max 45 Plasticity Index Min 5; Max 20 Min 10; Max 25 Linear Shrinkage Min 2; Max 10 Min 2; Max 10 D. Subgrade Construction i. All testing of subgrade will be completed prior to any placement of curb and gutter. Subgrade will be processed the entire width of the roadway including under the curb and gutter section. ii. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95 percent of Modified Proctor Density at optimum moisture content, plus or minus 2 percent. iii. Subgrade shall be constructed in maximum of 6 inch lifts, and each 6 inch lift tested for moisture and density. iv. Subgrade thickness shall be a minimum of 12 inches for all streets, regardless of street width or classification. v. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. a. After each section of subgrade is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. b. At any time the City Engineer may require proof rolling on streets or alleys with a 25 ton pneumatic roller, to test the uniformity of compaction. c. Rollers will be completely loaded with water or wet sand to ensure they meet the manufacturer's weight requirements. vi. All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch. vii. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall be in compliance with these specifications for materials and construction. a. Cut and fill operations shall comply with Chapter 38 of the City of Lubbock Code of Ordinances. viii. Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface, and so that the compacted subgrade thickness will not be less than specified above. a. Crown section shall begin transition at a distance equal to one-half of the lip-to-lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. E. Rejected Subgrade Material i. Rejected subgrade material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 105 a. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. b. No payment will be made for rejected material or construction. 8.08.02 Flexible Base (Caliche) A. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay particles produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. i. All base material sources are subject to approval by the Engineer. ii. If material characteristics within an approved source change, the material shall be subject to retesting and re-approval prior to continued use. iii. The Contractor shall not change material sources without approval by the Engineer. B. Crushed concrete may be blended with quarried material only to the extent necessary to produce material in compliance with these specifications, to a maximum of 20 percent crushed concrete by weight. i. Crushed concrete shall be produced from parent material consisting of structural strength concrete, such as City of Lubbock Class A, B, and C. ii. Lower strength materials, such as flowable fill, are not acceptable. iii. Crushed concrete shall be free of reinforcing steel and any objectionable material, and have a maximum of 1.5 percent deleterious material when tested in accordance with Tex-413-A. iv. When crushed concrete is used, the final product shall be entirely in compliance with the specifications for single source material. C. Recycled Asphalt Pavement (RAP) will not be approved for use in flexible base. D. Prior to construction the contractor shall build stockpiles of sufficient quantity of base material as required to complete the entire project or subdivision. i. Each stockpile shall be dedicated, and identified as to the project or subdivision it is for. ii. Stockpiles may be on site or at the plant. iii. After a stockpile is completed the contractor shall not add material to that stockpile. iv. The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce stockpiles in compliance with these specifications. E. Material Tests i. Flexible base material shall be tested yearly to confirm that the material conforms to the following requirements: a. Sieve Analysis Standard Crushed Rock Aggregate Cumulative Percent Passing(by weight) 1-3/4” Sieve 100 7/8” Sieve 65-90 3/8” Sieve 50-70 No. 4 Sieve 45-55 No. 40 Sieve 15-30 2020 Design Standards and Specifications Streets and Drainage Specifications 106 Section 8 b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as “Soil Binder” and shall meet the following requirements: Material Property Value Liquid Limit Max 35 Plasticity Index Min 3; Max 15 c. Wet Ball Mill (1) When tested in accordance with Tex-116-E (Wet Ball Mill) the base material shall have a value not to exceed 45. (2) The percent of material passing the #40 sieve shall not increase by more than 20 during the test. F. Flexible Base Construction i. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. ii. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. iii. Flexible base thickness shall be a minimum of 6 inches for R1a, R1 and R2 streets. Flexible base thickness shall be a minimum of 8” for collector streets. Flexible base thickness shall be 10” for industrial Streets. Flexible base thickness shall be 12” for arterial streets. Alternative designs may be approved by the City Engineer. iv. Processing shall be accomplished in lifts of 6 inches compacted thickness. v. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction to a minimum of 95 percent of Modified Proctor Density with a moisture content of 2 percent above to 2 percent below optimum a. Densities will be taken by City of Lubbock inspection staff b. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. c. Processing for compaction of caliche base with a sheep's foot type roller will not be permitted. vi. The base shall be allowed to cure a minimum of 3 days, or until determined by the Engineer to be adequately cured, before placing prime or surface course. a. During the cure time the base shall be maintained by blading or other methods until the wearing surface is placed. b. Windrow caliche shall not be removed until the base has passed finish inspection. c. Base which becomes wet, or otherwise altered, may be subject to retesting and reprocessing as determined by the Engineer. vii. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment a. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. b. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. viii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than 6 inches, or thickness otherwise specified by the engineer. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 107 a. Crown section shall begin transition at a distance equal to one-half of the lip-to-lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. ix. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. x. The compaction method for flexible base shall provide for each lift to be compacted to the specified density using appropriate equipment. xi. After each section of flexbase is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. a. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the contractor. G. Rejected Flexible Base Material i. Rejected material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.08.03 Asphalt Stabilized Base (ASB) A. Asphalt stabilized base shall consist of a uniform mixture of mineral aggregate and asphalt cement mixed hot in a mixing plant in accordance with these specifications. i. Caliche is not an acceptable aggregate for ASB. B. The contractor’s plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the base material consistently in compliance with these specifications. C. In place compaction control is required for all ASB. i. Locations of Cores, when required, will be determined by City of Lubbock personnel and marked ii. The ASB will be cored by the City inspection staff to determine composition, compaction, thickness, and density. iii. The contractor shall replace the pavement removed from core holes at no cost to the City. iv. ASB found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor’s expense as directed by the Engineer. D. ASB Mix Design i. The contractor shall submit an ASB mix design less than one year old, prepared by a qualified lab, in compliance with these specifications using approved materials indicating gradation and optimum asphalt content. 2020 Design Standards and Specifications Streets and Drainage Specifications 108 Section 8 ii. The aggregate mixture shall conform to the following master gradation: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing 1” Sieve 98-100 Passing 3/4” Sieve 84-98 Passing 3/8” Sieve 60-80 Passing No. 4 Sieve 40-60 Passing No. 8 Sieve 29-34 Passing No. 30 Sieve 13-28 Passing No. 50 Sieve 6-20 Passing No. 200 Sieve 2-7 a. Design produced Minimum VMA 13.0 percent b. Plant produced Minimum VMA 12.0 percent iii. Material passing the No. 40 sieve shall be known as “soil binder” and shall meet the following requirements: Material Property Value Liquid Limit Max 45 Plasticity Index Max 15 Linear Shrinkage Max 5 iv. The mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pug mill for mixing with asphalt. v. The mix design shall have optimum asphalt content determined in accordance with Tex-204-F, with a target lab molded density of 96.5 percent. vi. Asphalt content of the Job Mix Formula shall not vary during construction from the design by more than 0.3 percent. vii. Asphalt for the mixture shall be a Performance Grade (PG) 64-28, or better. viii. New mix designs must be submitted annually, or when material properties change. ix. A maximum of 20 percent approved rap material can be added to ASB. E. ASB Placement i. The ASB material shall be placed on the approved prepared surface using an approved lay down machine. ii. ASB thickness shall be a minimum of 9 inches, or as required by the Engineer. iii. Asphalt Stabilized Base shall be placed and compacted in 4 inch lifts to form the specified thickness of compacted base, unless otherwise directed by the Engineer. a. Prior to placing ASB, the subgrade shall be prepared as previously specified. iv. The cross-section shall be constructed to form the specified crown on the ASB surface at the centerline of the street, or as indicated on the plans. v. ASB shall not be placed when the air temperature, as measured by city inspector in field or if field measurement is not avalible as reported by the Texas Tech University Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees surface temperature. vi. ASB maximum temperature is 350 degrees. ASB minimum temperature in truck is 325 degrees. ASB minimum lay down temperature is 265 degrees. vii. Any ASB material that is outside the specified temperature ranges, shall be rejected by the Engineer. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 109 viii. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross- sections and grades shown on the associated plans. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness is not less than 9 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip-to-lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. F. ASB Compaction i. ASB shall be compacted thoroughly and uniformly with approved rollers to a density between 93 percent and 98 percent of the maximum theoretical gravity, with a lab molded target of 96.5 percent using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. ii. Compaction less than 93 percent or greater than 98 percent will be considered deficient. All deficient pavement shall be removed and replaced as determined by the Engineer at the contractor's expense. iii. ASB shall meet all compaction requirements at the time of inspection. Re-rolling is not an approved method for achieving compaction requirements. iv. Contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure maximum compaction. v. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. G. Rejected ASB Material i. Rejected ASB material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.09 Hot Mix Asphalt Concrete Surface (HMAC) 8.09.01 Hot mix asphalt concrete surface shall consist of a uniform mixture of mineral aggregate (coarse aggregate, fine aggregate, mineral filler) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. 8.09.02 The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface material consistently in compliance with these specifications. 8.09.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving requirements of the platting process. Strip paving may be used only in special circumstances and must be approved by the City Council. If strip paving is used, the developer is still responsible for providing for the required permanent curb and gutter and paving. A. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 - Dense-Graded-Hot-Mix Asphalt (Method). 2020 Design Standards and Specifications Streets and Drainage Specifications 110 Section 8 B. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. i. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex-203-F. ii. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25 percent when tested in accordance with Test Method Tex-224-F. iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either minimum 1 percent lime in accordance with DMS-6350, or liquid anti-stripping agent approved by the Engineer. a. Anti-stripping agents shall meet requirements of TXDOT Item 301 - Asphalt Anti- stripping Agents, and shall be added at the manufacturer’s recommended dosage and temperature range. 8.09.04 A minimum of two sets of cores per day will be taken to determine thickness and density of HMAC surfaces. A. Core locations will be marked and cored at random locations by City of Lubbock inspection staff. B. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. C. HMAC surface found to be deficient shall be corrected at the contractor’s own expense as directed by the Engineer. D. The contractor shall replace the pavement removed from core holes immediately after testing at no cost to the City. 8.09.05 Thickness of HMAC Surfaces A. HMAC thickness shall be a minimum of 2 inches for Residential and Collector, 2.5 inches for industrial, 3” for minor arterial and 5” for principal arterial, or as indicated on the plans. i. No tolerance on minimum thickness will be allowed. B. If a core shows less than the specified minimum thickness, prior to being trimmed, the HMAC surface shall be considered deficient with respect to thickness, and the deficiency shall be rectified by removal and replacement at the specified thickness. i. Additional cores will be taken at 25 foot spacing to define the limits of deficiency. C. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. 8.09.06 HMAC Mix Design A. The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Test Method Tex-204-F. i. The mix design shall have a lab molded density of 96.5 percent using the Texas Gyratory compaction method. ii. New designs shall be submitted annually, or when material properties change. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 111 iii. The aggregate mixture shall conform to the following master gradation: a. Type “C” Coarse Graded Surface Course – Curb and gutter street widths greater than 36 feet: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing 3/4” Sieve 95-100 Passing 3/8” Sieve 70-85 Passing No. 4 Sieve 43-63 Passing No. 8 Sieve 32-44 Passing No. 30 Sieve 14-28 Passing No. 50 Sieve 7-21 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 14 percent (2) Plant Produced Minimum VMA 13 percent b. Type “D” Fine Graded Surface Course – Curb and gutter street widths of 36 feet or less and strip paved streets of any width: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing 1/2” Sieve 98-100 Passing 3/8” Sieve 85-100 Passing No. 4 Sieve 50-70 Passing No. 8 Sieve 35-46 Passing No. 30 Sieve 15-29 Passing No. 50 Sieve 7-20 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 15 percent (2) Plant Produced Minimum VMA 14 percent c. HMAC Type is in reference to the ultimate full width street, not half width. iv. Material passing the No. 40 sieve shall be known as “soil binder” and shall maximum linear shrinkage value of 5. v. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. vi. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. vii. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. B. Coarse Aggregate i. Coarse aggregate must be approved for use by the Engineer and must be on the TXDOT source rating catalog or approved in writing by the City Engineer. ii. Coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality. a. Mixing or combining of crushed gravel and crushed stone will not be permitted. iii. Coarse aggregate shall be crushed to the extent that produces a minimum of 80 percent crushed faces for both Type “C” HMAC, and Type “D” HMAC, when tested in accordance with Test Method Tex-460-A Part I "Determination of Crushed Face Count". iv. Decantation shall be a maximum of 1.5 percent when tested in accordance with Tex- 217-F. 2020 Design Standards and Specifications Streets and Drainage Specifications 112 Section 8 v. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance with Tex-217-F. vi. Coarse aggregate shall have a maximum loss of 25 percent when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. vii. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. C. Fine Aggregate i. Fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. ii. A maximum of 15 percent of the total virgin aggregate may be field sand or other crushed fine aggregate. iii. Sand which exhibits no variation in particle size shall be limited to a maximum of 7 percent of the total virgin aggregate. iv. Screenings shall be of the same or similar material as specified for coarse aggregate. v. Linear shrinkage shall be a maximum of 3 percent. vi. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. a. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing No. 8 Sieve 100 Passing No. 200 Sieve 55-100 D. Asphalt i. Asphalt shall be a Performance Graded (PG) 64-28, or better, unless otherwise shown on plans. ii. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. a. The contractor shall notify the Engineer prior to any changes of the asphalt supplier or source. b. The Engineer may require a new mix design if changes of supplier or source occur. iii. Asphalt content shall not vary more than plus or minus 0.3 percent of design during production a. Asphalt content within that range is considered to be acceptable if no other defects are noted, with the requirement that adjustments shall be made during production to achieve the optimum asphalt content. b. If the asphalt content falls outside these parameters immediate action is required. c. If at any time the asphalt content varies to plus or minus 0.5 percent of optimum, production shall immediately cease and all affected material shall be removed. d. Production shall not be resumed until the contractor has provided sufficient evidence of the problem being corrected. e. A maximum of 10 percent approved RAP will be allowed within the surface course, as included in the submitted design. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 113 8.09.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for the mix design proposed to be run on that project. The JMF will be held to tolerances as outlined. B. Prime and Tack Coats i. Prior to placing HMAC on flexible base, the surface shall be primed and cured 48 hours or until determined by the Engineer to be adequately cured, using an application of 0.20 gallons of asphalt per square yard of surface. a. The contractor shall strap the asphalt distributor in the presence of the inspector to verify the application rate. ii. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned, primed, and tacked to the satisfaction of the Engineer. a. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. (1) Prime coat will not be used as a tack coat. b. The tack coat shall be evenly and thoroughly applied with an approved sprayer as directed by the Engineer. (1) Mopping or brooming of tack coat is not allowed, unless prior approval by City Inspection Staff. (2) Minimum thickness shall be no less than 2 mil. thickness. c. All contact surfaces of curb and gutter, structures, and joints shall be sprayed with a thin uniform tack coat. iii. The prime coat shall be MC 30, and shall be applied in accordance with TxDOT Item 310 Prime Coat. iv. The tack coat shall be an asphalt material such as PG, AC-10. a. Asphalt materials cut with kerosene, diesel, or other petroleum solvent may not be used. C. HMAC Installation Requirements i. Pavement shall only be constructed on previously approved base. ii. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. iii. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all equipment off the right of way 30 minutes prior to sunset. iv. Air temperature requirements for placing HMAC shall be as follows: a. HMAC shall not be placed when the air temperature is below 45 degrees F and falling. b. HMAC may be placed when the air temperature is above 45 degrees F and rising. c. The forecasted high must be 50 degrees or above for the day by the National Weather Service. v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as determined in the field. vi. Air temperature and wind speed shall be determined by City of Lubbock inspector field measurement. If field measurement by inspector is not available the Texas Tech University Mesonet sites in Lubbock shall be used. vii. HMAC shall be placed at a temperature between 265 and 325 degrees F. a. Any HMAC material that is above or below the specified temperature range, measured at any point, shall be rejected by the Engineer. 2020 Design Standards and Specifications Streets and Drainage Specifications 114 Section 8 viii. When high winds occur, contractor must provide a water truck in order to minimize blowing dust. a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease production immediately. ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. a. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross- sections and grades shown on the associated plans. b. Wings of the laydown machine may not be dumped unless they are dumped after every load. c. The loose aggregate along the edge may not be raked back onto the mat. x. A level up course 1/2 inch to 2 inch in thickness shall require the use of Type D HMAC. xi. A level up course greater than 2 inch shall require the use of ASB. xii. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. xiii. Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1/4 inch above the curb or other concrete surface. xiv. All concrete structures shall be complete before asphalt is placed. xv. All joints shall present the same texture, density, and smoothness as other sections of the course. a. The joints between old and new pavements or between successive day’s work shall be made to insure a continuous bond between the old and new sections of the course. xvi. The transverse edges of old pavement and, if required by the Engineer, the successive day’s pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. xvii. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of approved tack coat before the fresh mixture is placed. xviii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted asphalt thickness is not less than 2 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip-to-lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. xix. If the laydown machine is idling, the temperature of the asphalt shall remain between 230 and 345 degrees. If the temperature is outside this range the contractor must create a clean joint in the asphalt. xx. Any Utilities installed after placement of pavement but before certificate of completion will require pavement to be removed to the next joint. All edges shall be sawcut. D. HMAC Compaction i. HMAC surfaces shall be constructed to the following compacted thickness stated in 8.09.05(A) with a maximum of 0.5 inches more thickness for Type D and a maximum of 1.0 inches more thickness for Type C. No allowance will be made for less than minimum thicknesses. ii. Using appropriate rollers approved by the Engineer, the HMAC surface shall be compacted thoroughly and uniformly to a density between 94 percent and 98 percent 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 115 of the theoretical maximum gravity, with a lab molded target of 96.5 percent using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. iii. Compaction less than 94 percent or greater than 98 percent will be considered deficient. iv. All deficient HMAC shall be removed and replaced as determined by the Engineer at the contractor's expense. v. HMAC shall meet all compaction requirements at the time of inspection. Re-rolling is not an approved method for achieving compaction requirements. vi. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure correct compaction. vii. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. viii. Places inaccessible to the rollers may be compacted using lightly oiled tamps. ix. Trenches and other limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. x. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. xi. Finished surfaces, including asphalt and concrete, shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge. xii. Prior to acceptance, the contractor shall apply sufficient water to all paving surfaces, asphalt and concrete, to determine location of ponding. a. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. xiii. Where the surface of Major or Minor Arterial paving is noticeably uneven the City may require measurement of the ride quality using the TxDOT Surface Test Type B. a. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods approved by the Engineer. b. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. E. Emulsified Asphalt Sealer i. All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-1H, or 20/80 SS-1, liquid anionic asphalt and distilled water. ii. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. F. Release Agents i. Diesel shall not be used as a release agent. ii. Only approved agents (such as Black Magic or equivalent) will be used. iii. Diesel will not be permitted to be used on any tools or machinery that comes into contact with the HMAC. 8.09.08 Sampling of HMAC A. When sampling HMAC for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the contractor (at the contractor's request). B. A "referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. 2020 Design Standards and Specifications Streets and Drainage Specifications 116 Section 8 C. If the contractor's results differ from the City's results the referee will be utilized and it will be run at an independent laboratory at the expense of the contractor, at which time all tests are final. D. If the contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. 8.09.09 Rejected HMAC Material A. Rejected HMAC material, either from the construction area or delivered to the job site shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. B. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. C. No payment will be made for rejected material or construction. 8.09.10 Islands In Streets A. Islands in streets require City Council approval. i. As a condition of approval, persons requesting approval of islands within a street shall be required to submit to the City Engineer a street pavement structural design that exceeds the minimum standard specifications for street paving. ii. In general that shall mean an approved reinforced concrete pavement design. iii. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any proposed island. B. The submitted request shall include the proposed pavement design, surface treatment of the island, types of plant materials, and methods and details of irrigation systems. 8.10 Micro-Surfacing 8.10.01 Micro-surfacing materials and construction shall conform to TxDOT Specification Item # 350. There shall be no deviation from these specifications unless so directed by the Street Superintendent. 8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro- surfacing pavement and to ensure that the finished surface has a uniform texture and the micro-surfacing mat is fully adhered to the existing roadway surface. 8.10.03 Materials of Construction A. All materials that are to be stockpiled shall be protected from dust and other contamination. B. Mineral filler shall be stored in a manner that will keep it dry and free from contamination. C. All asphalt materials shall be kept free from contamination. D. Cationic Polymer-Modified Asphalt Emulsion i. Provide CSS-1P in accordance with TxDOT Item # 300.2.D “Emulsified Asphalt”. E. Aggregate i. Aggregate shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality and from a single source. ii. Aggregate shall meet TxDOT Class “A” surfacing classification. iii. Contractor shall include the amount of mineral filler added to the mix determining the total minus No. 200 sieve aggregate fraction. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 117 iv. Aggregate shall meet the following gradation requirements: Standard Crushed Rock Aggregate Cumulative Percent Retained (by weight) Retained on 1/2” Sieve 0 Retained on 3/8” Sieve 0-1 Retained on No. 4 Sieve 6-14 Retained on No. 8 Sieve 35-55 Retained on No. 16 Sieve 54-75 Retained on No. 30 Sieve 65-85 Retained on No. 50 Sieve 75-90 Retained on No. 100 Sieve 82-93 Retained on No. 200 Sieve 85-95 v. Maximum Magnesium Sulfate Soundness shall be 30 percent (5 cycles) based upon TxDOT Test Method Tex-411-A vi. Minimum Sand Equivalent shall be 70 percent based upon TxDOT Test Method Tex- 203-F. F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. G. Contractor shall adjust the mix design to attenuate the usage of Lime. H. Water shall be potable and free of harmful soluble salts. I. Use only approved additives as recommended by the emulsion manufacturer in the emulsion mix or in any of the component materials when necessary to adjust mix time in field. 8.10.04 Methods of Construction A. Equipment i. Equipment shall be kept in good working conditions with no leaks. ii. Any equipment that shows signs of leaks shall be fixed immediately and shall not be used until such leaks are fixed. iii. The mixing machine shall be a self-propelled micro-surfacing mixing machine with self- loading devices to promote continuous laying operations. iv. Mixing machine shall have sufficient storage capacity for mixture materials with individual volume or weight controls that will proportion each material to be added to the mixture. v. Mixing machine shall have a water pressure system and nozzle-type spray bar immediately ahead of spreader box capable of spraying the roadway for the width of the spreader box. vi. Scales used for weighing materials and emulsion must be calibrated and meet the requirements of TxDOT Item # 520. vii. Electronic Monitoring System a. The micro-surfacing machine shall be equipped with an electronic monitoring system that consists of pulse sensors measuring material delivery rates, a radar gun to monitor distance traveled, and programmable micro-controller, and operators display/input board and an on-board printer. b. System shall be capable of monitoring and displaying application rates and use of aggregate, emulsion, fines, water and additives. c. System shall be capable of calculating and displaying ratios of emulsion to aggregate, fines to aggregate, additive to aggregate, water to aggregate, and application rate in pounds per square yard. 2020 Design Standards and Specifications Streets and Drainage Specifications 118 Section 8 d. System shall be capable of printing a hard copy report on demand which displays the date, weight of aggregate, emulsion, fines, number of gallons of additive and gallons of water, and all of the above mentioned ratios since last reset. e. A computer-generated report providing statistics for the full work day shall be provided with each hand calculated daily run sheet. f. This system shall be accurate to within 1/2 of a percent of actual weights and measures for all parameters noted above. The system is not expected to calculate quantities and ratios for materials used in handwork and cul-de-sac areas. B. Air temperature requirements for placing micro-surfacing pavement shall be as follows: i. November 1 to April 1 a. Micro-surfacing shall not be placed when the air temperature is below 60 degrees F and falling. b. Micro-surfacing may be placed when the air temperature is above 50 degrees F and rising. ii. April 1 to November 1 a. Micro-surfacing shall not be placed when the air temperature is below 50 degrees F and falling. b. Micro-surfacing may be placed when the air temperature is above 50 degrees and rising. iii. Surface of roadway must be 60 degrees or higher prior to placing micro-surfacing pavement, as determined in the field. iv. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock, Texas. C. Placement of Micro-Surfacing i. The existing roadway surface shall be thoroughly clean and free of all vegetation, loose aggregate, and soil. ii. Existing raised pavement markers and thermoplastic markings shall be thoroughly removed. iii. When existing roadway surface conditions require, provide a water spray immediately ahead of the spreader box. a. Apply water at a rate that dampens the entire surface without any free-flowing water ahead of the spreader box. iv. Micro-surfacing shall be spread uniformly at a rate of not less than 25 pounds per square yard and no more than 30 pounds per square yard, or as directed. v. The spreader box shall be kept clean to minimize lumps. vi. Set and maintain the skis on the spreader box as to prevent chatter in the finished mat. vii. Adjust the rear seal to provide the desired spread viii. Adjust the secondary strike-off to provide the desired surface texture. ix. The finished mat shall be protected from traffic until it has cured and traffic will not harm it. x. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in one hour. xi. Locations with turning or stop-and-go traffic shall be protected for longer periods of time. xii. Special care shall be taken by the Contractor to ensure that all manholes, water valves, and other surface structures are sufficiently protected from the micro-surfacing process by the use of a plastic membrane covering or other approved method. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 119 xiii. The Contractor shall be responsible for uncovering each manhole, water valve, and other structure after the micro-surfacing pavement has been applied to the roadway surface. D. Rutting on Major Thoroughfares and Collector Streets i. Shallow ruts that are less than ½ inch in depth may be covered by a full width scratch box utilizing a steel primary strike-off plate. ii. Ruts that are between ½ inch and 1 inch in depth shall be filled independently with a fixed width spreader box no more than 6 feet wide. The rut filling box shall have a steel primary strike-off plate that is the same width as the spreader box. iii. Ruts that are in excess of 1 inch in depth shall be filled with a 5-foot wide rut filling spreader box specifically designed to fill wheel path ruts. This operation will require multiple placement passes to restore the pavement to its original cross section. Special care shall be used by the Contractor to ensure that the material has proper time to dry between applications to promote bonding between the original pavement and the micro-surfacing pavement. iv. Maximum micro-surfacing thickness applied as rut filling shall not exceed 1 inch for each pass required to restore pavement to the original profile. E. Asphalt Milling at Concrete Intersections i. All thoroughfares and collector streets which have concrete intersections or where concrete valley gutters intersect the street shall have the asphalt surface milled to such a depth as to allow a smooth transition between concrete and the completed micro- surfacing pavement. F. Scratch Course i. All “Scratch Course” applications shall be performed utilizing a steel primary strike-off plate. ii. This will allow the bottom, or “scratch course”, to mitigate any irregularities and have a more uniform profile for the micro-surfacing pavement to be applied to. G. Finished Surface i. Micro-surfacing pavement finished grade shall be uniform in texture and free from excessive scratch marks, tears, and other surface irregularities. a. All such irregularities shall be repaired by the Contractor at their own expense. ii. Longitudinal joints shall be place on lane lines unless otherwise directed by the Engineer. iii. Joints shall be uniform in appearance when placed adjacent to existing joints. iv. Joints and edges shall be uniform and neat in appearance. v. All ruts, utility cuts, and depressions in the surface shall be filled in a separate pass from the final pass. 8.10.05 Hours of Operation A. Operating hours will be Monday through Saturday as outlined in Section 8.15 of these Specifications, unless otherwise directed by the Engineer. B. Hours of operation shall be: i. Major Thoroughfare: 7:00pm to 7:00am (Night) ii. Residential Areas: 7:00am to 7:00pm (Day) C. On major thoroughfares the micro-surfacing pavement shall be traffic ready by 7:00am, including all traffic control devices and barricades being removed from the roadway. 2020 Design Standards and Specifications Streets and Drainage Specifications 120 Section 8 8.11 Storm Sewer 8.11.01 Storm sewer shall include installation of pipe, manholes, inlet structures, outlet structures, and all appurtenances associated with these items. 8.11.02 Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the Engineer. 8.11.03 Grade and horizontal alignment shall be maintained using a laser or batter boards. 8.11.04 Materials of Construction A. Storm Sewer Pipe i. As a standard, storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. ii. Pipe shall conform to the requirements of AASHTO M170 or ASTM C76. Pipe shall be Class III unless otherwise noted on plan sheets. iii. Other pipe materials may be considered for approval by the Engineer based on engineering and design criteria. B. Mortar i. Mortar shall be used for grouting and filling between pipe and drainage structures. ii. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. a. Portland cement shall conform to the requirements of ASTM C150, Type I. b. Sand shall conform to the requirements of ASTM C144. iii. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15 percent of the weight of cement used. a. Hydrated lime shall meet the requirements of ASTM C6. iv. Mortar which has not been used after 45 minutes of having water added shall be discarded. a. Mortar may not be retempered by having water added. C. Preformed Bituminous Gasket Joints i. Preformed bituminous gaskets for concrete non-pressure pipe shall conform to the requirements ASTM D994, and shall be Ram-Nek or approved equal. ii. Gaskets shall be installed in accordance with manufacturer’s recommendations and shall form a water-tight joint. D. Manholes, Frames, and Covers i. Manhole barrel, cone and extension sections shall be constructed of precast concrete. ii. A plant inspection may be required for production facility inspection and to review record-keeping for material certification. iii. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: ASTM Specification Material ASTM C33 Aggregates ASTM C150 Cement ASTM C39 Sampling Specimens ASTM A-615 or A-996 Reinforcing ASTM C144 Sand and Mortar 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 121 iv. Precast concrete sections for manholes shall conform to ASTM C478 specifications. a. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. v. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. a. Joints shall be effectively jointed to prevent leakage and infiltration. b. Connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. (1) Sealant will be provided by supplier and will be considered an essential part of each shipment. vi. Cones and adjusting rings shall maintain a clear 30-inch opening. a. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C478 specifications. b. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. vii. Manholes shall be designed to withstand H-20 AASHTO loading. viii. Manholes shall also have lifting holes that do not protrude through manhole wall. a. One full inch of concrete thickness must remain between lift hole and outside wall of manhole. ix. Manhole barrels shall be assembled of precast riser section. a. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. x. Invert channels shall be smooth and semi-circular in shape conforming to the inside of the adjacent pipe section. a. Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole will permit. b. Changes in size and grade of the channels shall be made gradually and evenly. c. Invert channels may be formed directly in the concrete of the manhole base or may be half-pipe laid in concrete. d. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. xi. Connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. b. Preformed flexible plastic sealing compounds equivalent to “Ram-nek” or “Kent Seal” may be used provided a watertight seal is achieved. xii. Adjusting rings may be used for adjusting the top elevation of manholes. a. Each manhole shall have a minimum of 6 inches of grade adjustment. b. Total height of the adjusting rings shall not exceed 12 inches at any manhole. c. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. xiii. Frames and Covers a. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A48, having a clear opening of not less than 22 inches. b. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. 2020 Design Standards and Specifications Streets and Drainage Specifications 122 Section 8 c. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. d. Frame and cover shall have a weight of not less than 275 pounds. e. The manhole ring and cover shall conform with Plate SS-2. 8.11.05 Methods of Construction A. All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. B. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. C. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backfill, as specified. D. Excavation and Trenching i. The Contractor shall do all excavation to the depth shown on the plans. ii. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance with the requirements of one of the classes of bedding, and the hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three-fourths the nominal diameter of the pipe. a. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. b. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in place. c. The bottom of the trench shall be excavated to a horizontal section as far as practicable. iii. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. iv. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by AASHTO T180. v. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. a. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. vi. Backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. vii. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. viii. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. ix. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. x. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 123 a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: Pipe Size Min. Trench Width Max. Trench Width Less than 18” Pipe O.D. +12” Pipe O.D. +18” 18” thru 36” Pipe O.D. +18” Pipe O.D. +24” 37” thru 60” Pipe O.D. + 24” Pipe O.D. + 30” b. The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation of the pipe. c. Excavation in paved areas shall be confined to a minimum practical width. xi. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. xii. Manholes a. The excavation for manholes shall be essentially the same as that for the piping. b. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. c. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to applicable laws and regulations. d. Bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfilling operations. e. The cost of the bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe. xiii. Surface water shall be prevented from entering the excavation. xiv. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. xv. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. E. Pipe Installation i. Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. ii. Contractor's method for lowering pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. iii. The Engineer shall inspect all pipe before it is placed in the trench. iv. Any section that is damaged by handling or is defective to a degree which, in the opinion of the Engineer, will materially affect the function and service of the pipe shall be rejected and removed from the job site. v. Installing pipe in the finished trench shall be started at the lowest point and laid upgrade. a. For tongue and groove pipe, the grooved end shall be laid upgrade. vi. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. vii. The pipe shall be protected from water during placing and until the concrete, for cast- in-place pipe, or the mortar, for joints of precast or cast in place pipe, has thoroughly set. a. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. viii. Pipe shall not be laid or installed on frozen ground. 2020 Design Standards and Specifications Streets and Drainage Specifications 124 Section 8 ix. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re-installed without additional compensation. x. Mortar shall be used for caulking and filling between the pipe and the drainage structures. xi. Mortar that is not used within 45 minutes after water has been added shall be discarded. a. Retempering of mortar shall not be permitted. xii. Pipe joints for precast concrete pipe shall be of the tongue and groove type. xiii. Joints shall be made water tight by means of a preformed bituminous gasket. a. Gaskets shall be installed as recommended by the pipe manufacturer. xiv. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. xv. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. xvi. Concrete placement shall conform to ACI and good construction practices. xvii. Concrete shall be consolidated and struck-off to a horizontal surface within the forms or pouring rings. xviii. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. xix. Manholes shall be constructed to ASTM C-891 standards. xx. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. F. Backfilling i. All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the Engineer. ii. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be material which can be readily compacted. a. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. b. The material shall be moistened or dried, if necessary, to be compacted by the method in use. c. Backfill material shall be approved by the Engineer. iii. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole. a. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole. b. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. c. Backfilling shall be done in a manner as to avoid injurious top or side pressures on the pipe and manhole. d. Backfill shall be compacted to minimum 95 percent Modified Proctor Density. iv. Unless otherwise directed by the Engineer or plans, excavation within street right of way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 2 inches below the asphalt surface. a. The pipe shall be restrained so that during the pour the pipe shall not be displaced. v. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 125 a. Any damaged construction shall be removed and replaced at the Contractor’s own expense. 8.11.06 Trench Protection A. Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and local requirements. B. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. i. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. ii. The Contractor shall be responsible for complying with all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. iii. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. iv. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items. v. The contractor shall provide detailed drawings for proposed trench safety systems. a. The drawings shall identify where each system is proposed for use and type of system to be used. vi. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. vii. If trench boxes are to be used, the contractor shall submit manufacturer’s standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. viii. If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. ix. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: a. Steel – Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. b. Aluminum – Type 6061-T6, thickness as required. c. Wood in Contact with Earth – Pressure treated woods. d. Wood not in Contact with Earth – Soft or hardwood as required. 8.12 Fences 8.12.01 Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials, height, and construction in the proper location. 8.12.02 The contractor shall remove existing fences and either store for reuse or legally dispose of the fence materials, as directed by the Engineer. 8.12.03 New fence construction shall be in accordance with specifications and details included on plan sheets. 2020 Design Standards and Specifications Streets and Drainage Specifications 126 Section 8 8.13 Salvage of Asphalt Paving 8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. 8.13.02 Any non-asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 8.14 Traffic Control 8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. A. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD). 8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. A. The contractor shall provide additional devices as determined to be necessary during the project. B. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the contractor shall immediately make necessary changes to correct the unsatisfactory conditions. 8.14.03 The contractor shall provide and maintain at least one driveway to each property open directly to the project corridor, at all times during construction. A. Driveway width to remain open shall be appropriate for the character and volume of traffic accessing the property, and shall require approval by the Engineer. B. No driveways shall be closed along the project corridor without either a comprehensive access management plan approved by the Engineer, or approval for individual closures from the Engineer. C. The contractor shall notify affected property owners a minimum of two (2) days in advance of any driveway restriction or closure. 8.14.04 All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. A. All hazards shall be clearly marked and adequately protected. 8.14.05 If pedestrian walkways are blocked, pedestrian control shall conform to “Typical Sidewalk and Curb-Lane Closure for Pedestrian Control” as indicated in Texas MUTCD. 8.14.06 If traffic control is not specifically stated in the bid proposal, no separate payment will be made for traffic control. The required plan and devices shall be considered to be subsidiary to pay items. 8.14.07 During the period the Contractor is directing traffic over the base, the surface shall be satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard will result. A. The base course shall be maintained until the wearing surface is placed thereon. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 127 B. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley’s shall remain closed not more than 4 days. C. Contractor shall give a minimum of one (1) day advance notice of the work schedule to affected property owners, and shall conduct construction efforts so as not to create a disturbance or nuisance. 8.14.08 All spoil piles must be 3’ from travel lanes or have a traffic barrier that will prevent the soil from encroaching on travel lanes. 8.14.09 If roll off dumpsters are placed on street paving, then the paving must be protected from damage. 8.15 Prosecution of the Work and Working Days 8.15.01 As a standard, no work will be performed on weekends, nights, or holidays. A. Requests by the contractor to work evenings, weekends, or holidays must be made and processed in accordance with current City of Lubbock Administrative Policies and Procedures "Construction on Weekends, Nights, or Holidays". B. If the request is approved, the contractor shall be responsible for all City personnel costs associated with the work. C. If the Engineer determines that it is necessary and appropriate to work after dark or before daylight, the contractor shall provide adequate lighting as required to allow prosecution of the work equivalent to that in daylight hours. 8.15.02 Working Days Definition A. City contracted paving projects will be based on working days allowed. i. No requests for extensions of time will be considered. B. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. i. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer. ii. For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the contract working time. iii. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. C. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is unable to begin work on that date due to factors beyond their control as determined by the Engineer. i. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. D. The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. i. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. 2020 Design Standards and Specifications Streets and Drainage Specifications 128 Section 8 ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of the protest. iii. The Engineer shall respond to the protest within 10 calendar days of receiving the protest. iv. Failure to file a protest within the allotted 10 days for any statement shall indicate the contractor’s approval of the time charges as shown on that period’s time statement, and future consideration of that time statement will not be permitted. 8.15.03 Work Between November 1 and January 2, and on Other City Holidays A. If conditions are such that, in the opinion of the Engineer, construction will negatively affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. B. The City of Lubbock observes specific holidays, and City staff is not required to work those days. i. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. ii. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. iii. The request shall state the reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. iv. If City personnel are available, the Engineer may approve the request. 8.16 Measurement and Payment 8.16.01 The unit price bid for all bid items shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. A. Cost of work or materials shown on the plans or called for in the specifications and for which no bid item is indicated shall be considered subsidiary to the various bid items. i. No separate payment shall be made for such subsidiary work or materials. B. Payment will not be made for any item that is not complete, including all associated incidental work. C. All of the items covered by these standard specifications may not be included in a particular project. D. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 8.16.02 Separate Curb and Gutter A. Measurement will be made of the linear feet of separate curb and gutter actually constructed. B. Separate curb and gutter will be paid for at the unit price bid per linear foot. C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall be used only if specifically indicated on plans or bid documents. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 129 D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and fillets, drainage channel, or wheelchair ramp will be considered to be subsidiary to those items, and no separate payment will be made for such curb. 8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Alley Paving, and Valley Gutters and Fillets A. Measurement will be made of the area, in square feet, of flat slab actually constructed. B. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. C. Curb on sidewalks, driveways, alley returns, alley paving and valley gutters and fillets shall be included in the area measured for the slab and will not be paid for as a separate item as curb and gutter. 8.16.04 Curb Ramps (Handicap Ramps) A. Measurement will be made of the area, in square feet, of curb ramp actually constructed, including surface treatments and top surface area of any curb above the slab. B. Landings, wings, and ramps will be paid for per square foot as 4 inch thick sidewalk. C. Curb ramps will be paid for at the unit price bid per square foot. No separate payment will be made for curb as part of a ramp. 8.16.05 Concrete Drainage Channel A. Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any curb above the slab. B. Drainage channel will be paid for at the unit price bid per square foot. 8.16.06 Retaining Walls A. Retaining wall will be considered as that portion of concrete construction which constitutes a separate reinforced structural member for soil retention, extending above and below a surface slab. B. Measurement will be made of the linear feet of retaining wall actually constructed. C. Retaining wall will be paid for at the unit price bid per linear foot. 8.16.07 Concrete Median A. Measurement will be made of the area, in square feet, of median actually constructed. B. Median will be paid for at the unit price bid per square foot. 8.16.08 Concrete Street Paving A. Measurement will be made of the area, in square yards, of concrete street paving actually constructed. B. Concrete street paving will be paid for at the unit price bid per square yard. 8.16.09 Sawing and Sealing of Joints in Concrete Street Paving A. Measurement will be made of the linear feet of sawed and sealed joints actually constructed. B. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. 8.16.10 Curb and Gutter Removal A. Measurement will be made of the linear feet of curb and gutter actually removed. 2020 Design Standards and Specifications Streets and Drainage Specifications 130 Section 8 B. Payment will be made at the unit price bid per linear foot of curb and gutter removed. C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. D. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. 8.16.11 Concrete Slab Removal and Disposal A. Measurement will be made of the area in square feet of concrete slab actually removed and legally disposed of. B. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. C. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal and disposal. D. Payment will be made at the unit price bid per square foot of concrete slab removed and disposed of. 8.16.12 1-1/2 Sack (141 lbs) Flowable Fill A. Quantities of 1-1/2 sack (141 lbs) flowable fill will be determined from tickets provided by the drivers of the delivery trucks. B. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack (120 lbs) flowable fill. 8.16.13 Asphalt Paving A. Measurement will be made of the area, in square yards, of asphalt paving actually constructed. B. The unit price bid shall include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work C. Payment will be made at the unit price bid per square yard of asphalt paving. 8.16.14 Asphalt Paving Repair A. Measurement will be made of the area, in square yards, of in place asphalt paving repair. B. The unit price bid shall include removal of existing surface materials, furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, tack and prime coats, compaction, and all incidentals necessary to complete the work. C. Payment will be made at the unit price bid per square yard of paving repair. 8.16.15 Micro-Surfacing A. Micro-surfacing will be measured by the ton of composite micro-surfacing mixture used, defined as the asphalt emulsion, aggregate, and mineral filler. B. The unit price bid shall include surface preparation, furnishing, hauling, preparing, and placing materials, and all required equipment, labor, tools and incidentals necessary to complete the work. C. Payment will be made at the unit price per ton of composite micro-surfacing mixture used. 2020 Design Standards and Specifications Streets and Drainage Specifications Section 8 131 8.16.16 Excavation and Grading Outside Limits of Construction A. Volume of excavation or fill, in cubic yards, will be determined by average end area method. B. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades established by the Engineer. C. No separate payment will be made for disposing of excess material. D. Payment will be made at the unit price bid per cubic yard of completed excavation or fill. 8.16.17 Ditch Grading and Unpaved Street Surface Grading A. Measurement will be made of the linear feet of ditch or street grading. B. No separate payment will be made for disposing of excess material. C. Payment will be made at the unit price bid per linear foot of completed ditch or street grading. 8.16.18 Traffic Control A. Set up and maintenance of traffic control plans indicated as a bid item in the contract will be paid for on a per day basis for each day the control plan devices are required to be in place. B. If no bid item for traffic control is included in the contract it shall be considered to be subsidiary to bid items, and no separate payment shall be made for traffic control. 8.16.19 Mobilization A. Contractor mobilization indicated as a bid item in the contract shall be paid for as a lump sum. B. If no separate bid item for mobilization is included in the contract it shall be considered subsidiary to contract bid items, and no separate payment shall be made for mobilization. 8.17 Restoration and Clean Up 8.17.01 After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. 8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and turf or landscaping disturbed outside the defined construction area. 8.18 Certificate of Completion and Warranty 8.18.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum Design Standards and Specifications). B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. 2020 Design Standards and Specifications Streets and Drainage Specifications 132 Section 8 C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the date of acceptance by the City of Lubbock. 2020 Design Standards and Specifications Streets and Drainage Check List Section 9 133 SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.01 Plan Submittal Requirements 9.01.01 All street and drainage improvements construction plans shall be checked for conformance with City of Lubbock Standard Specifications for Street and Drainage Construction prior to submittal to the Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in the plans and specifications. 9.01.02 Plan Review A. The Design Engineer shall submit Paving and drainage construction plans to the City Engineer or designee for review and comment. The Design Engineer shall use the City of Lubbock Customer Self Service (CSS) website to submit plans. http://egovaccess.ci.lubbock.tx.us/EnerGov_Prod/SelfService/#/home B. Please call 806-775-2347 if you have any questions regarding the CCS submission process. C. Upon completion of review and receipt of payment for appropriate Plan Review fees, comments shall be returned to the Design Engineer on the CSS website. i. Plans requiring resubmittal for substantial changes as determined by City Engineer or Designee may require payment of an additional Plan Review fee. D. After comments have been addressed and changes have been made the Design Engineer will submit the revised plan using CSS website. i. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected. ii. If testing and inspection fees have not been paid, plans will be rejected. E. Upon approval, the city will return an electronic copy of the plan stamped “Approved for Construction” through the CSS web site. i. The design Engineer will be required to submit two half size copies of the approved for construction stamped plans. F. Final construction plans should not be submitted for Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 9.01.03 Construction Cost Estimate and Fees A. Two (2) sets of preliminary Cost Estimates shall be submitted for review at the time of plan review submittal. i. The preliminary Estimate shall be based upon reasonable estimates for the work as established by the Design Engineer. B. Two (2) sets of final Cost Estimates shall be submitted for review and reference at the time that a contract is awarded for the work. i. The final Cost Estimate shall be based upon actual contract values. C. Plan Review Fees in the amount of 0.5 percent of the final Estimate amount (minimum $50) shall be submitted prior to construction. 2020 Design Standards and Specifications Streets and Drainage Check List 134 Section 9 D. Inspection and Testing Fees in the appropriate amount of the final Cost Estimate amount (minimum $125) shall be submitted prior to construction. E. Inspection and Testing Fees shall be based on the following requirements: Cost Estimate Range Testing and Inspection Fee Percent Multiplication Factor Up to $20,000 4.0 0.04 $20,001 - $25,000 3.75 0.0375 $25,001 - $30,000 3.5 0.035 $30,001 - $40,000 3.25 0.0325 $40,001 - $50,000 3.0 0.03 $50,001 - $75,000 2.5 0.025 $75,001 - $150,000 2.0 0.02 Greater than $150,000 1.5 0.015 9.01.04 Checklist A. A copy of the completed “City of Lubbock Pavement Submittal Checklist” shall be submitted at the time of plan review submittal. The checklist can be found in the Appendix. 9.01.05 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked “Approved for Construction” with the signature of reviewer and date approved by the Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specification, as determined by the City Inspector, a written approval must be obtained from the City Engineer. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 9.01.06 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions, grades, elevations and additional information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Digital PDF “Record Drawings”, certified by the Design Engineer and the City of Lubbock Engineering Department, shall be submitted to the City within 30 days of completion of the construction. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then Record Drawings shall be presented to the City of Lubbock Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Streets and Drainage Improvements. D. Items required to be submitted with Record Drawings: i. Letter of Transmittal ii. Record Drawing iii. Updated Construction Cost Estimate iv. Certificate of Completion (Provided to Contractor from City Inspector) v. Developer’s Warranty Statement (See Appendix) 2020 Design Standards and Specifications Streets and Drainage Check List Section 9 135 9.01.07 Acceptance A. Upon completion of construction, satisfactory tests, completion of punch list items, and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer for a Certificate of Acceptance of Streets and Drainage Improvements. 2020 Design Standards and Specifications Streets and Drainage Check List 136 Section 9 9.02 Plan Details 9.02.01 Plan Format A. All drawings shall be no larger than 22-inch by 34-inch in size. 9.02.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale a. Horizontal 1”=20’ or 1”=50’ b. Vertical 1”=1’ (preferred) or 1”=2’ (maximum) iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. Legal Description of Property Being Improved viii. Drawings Number (s) ix. City of Lubbock Engineering Department Contact Information: a. Streets Inspector: 775-3750 x. Statement: “All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications.” B. Plan i. Bench Marks and USGS Datum ii. North Arrow iii. ROW Lines, Property Lines and Lot Numbers iv. Street Names and Easements with Width Dimensions v. Existing Curbs and Paving (Gray) vi. Proposed Curbs and Paving (Bold) vii. Spot Elevations on Radii, Dips, Grade Breaks, and Ditches viii. Location and Direction of Dips ix. Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.) C. Profile i. Existing Ground Surface at Curb Lines (Gray) ii. Existing Gutters or Flow Lines (Gray) iii. Proposed Gutters or Flow Lines (Bold) iv. Stationing with Profiles Indexed to Plan View v. Intermediate Station Numbers and Elevations at Points of Grade Change and Radii vi. Ditch Grades vii. Existing and Proposed Utilities Where Crossed D. Detail Sheet i. Details are not required when engineers plans refer to City standards ii. Include all non-standard details 2020 Design Standards and Specifications Streets and Drainage Check List Section 9 137 E. Overall Layout Sheet – As Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names 2020 Design Standards and Specifications Streets and Drainage Check List 138 Section 9 Design Standards and Specifications Construction Details Section 10 A SECTION 10 TYPICAL DETAILS OF CONSTRUCTION Design Standards and Specifications Construction Details A Section 10 Design Standards and Specifications Construction Details Section 10 A 10.01 General Details 10.01.01 Construction shall be in accordance with the following standard details unless otherwise indicated on plans or directed by the Engineer. MAIN SEWER AT&T CABLE BURIED PROPERTY LINEPOLE UTILITY FINISHED GRADE T.V. CABLE BURIED GAS MAINPROPERTY LINEWATER LINEGAS LINESEWER LINETYPICAL LOT TYPICAL LOT WATER LINE GAS LINE SEWER LINE N CL METER WATER 2' 3' 9" 5' 7' 5" 10' 20' 10' 7' 6" 5' 2' 9' MINIMUM MAIN WATER SERVICE HOUSE METER WATER CABLE ELECTRICAL BURIED 4'-MIN.4'MIN.NTS CABLE BURIED 2'MIN.3'MIN.2'MIN.2'MIN.2' ELECTRIC CONDUIT OVER BURIED CONCRETE PAD CABLE ELECTRICAL BURIED4' 6"MIN.2' SERVICE HOUSE 5' 5' SEWER SERVICE LINE WATER SERVICE LINE 5' 5'20'5'5'5'5'DRAWING NUMBERDRAWING NUMBER REVISED G-1 TYPICAL LOCATIONS FOR UTILITIES IN ALLEYS POLE UTILITY 4' 6"MIN.MAR. 2019 COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT PIPE SPRINGLINE ZONE NOTES: ORIGINAL EXCAVATED TRENCH WIDTH OVEREXCAVATED FOR COMPACTION 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 3. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY OF LUBBOCK STREETS ORDINANCE. FINISHED GRADE SURFACE FINAL BACKFILL H INITIAL w BACKFILL m 0 w m w w a a HAUNCHING BEDDING FOUNDATION (MAY NOT BE REQUIRED) *1141 W REVISED TRENCH CROSS-SECTION 11E o C;tv of DEC. 2015 SHOWING TERMINOLOGY Lubb6ck DRAWING NUMBER TEXAS G-2 Design Standards and Specifications Construction Details Section 10 B 10.02 Water Details No Text FINISHED GRADE SURFACE NOTES: 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 2. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY OF LUBBOCK STREETS ORDINANCE. WATER LINE TRENCH DETAIL f#r ■ City of ll�Lubbock REVISED DEC. 2012 DRAWING NUMBER W-1 THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 ANCHORAGE FOR CROSS N.T.S. REMOVE PIPE SECTION, TRIM AND REPLACE FOLLOWING INSTALLATION METAL OF PLUGS PLATE LINE TO BE - - - - LINE TO REMAIN ABANDONED IN SERVICE CONCRETE BLOCKING TYPICAL 2,500 PSI CONCRETE CONCRETE THRUST BLOCK I ='� TEE I ANCHORAGE FOR TEE N.T.S. PLUG W/EARS THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 CAP OR PLUG ON PRESSURE SIDE CONCRETE -A.- THRUST - BLOCK - - - ANCHORAGE FOR PLUG N.T.S. THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 NOTES: THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 1. FOR BLIND TEE INSTALL ONE JOINT OF PIPE WITH PLUG AND TREAT AS A DEAD END LINE. 2. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 3. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 4. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AWWA & PIPE MANUFACTURER SPECIFICATIONS REVISED CONCRETE �', o City- of DEC. 2012 THRUST BLOCKING Lubb6ck DRAWING NUMBER TEXAS W_2 THRUST BLOCK THRUST BLOCK SIZING CHART SIZING CHART DIA. 11.250 DIA. 22.50 INCHES CF INCHES CF 4 1 4 1 6 1 6 1 CONCRETE 0 2CONCRETE 0 3 THRUST 12 3 THRUST 12 8 BLOCK —— BLOCK 16 4 16 11 — 18 4 — — —= -- 18 13 20 5 20 16 11.25 p 24 7 22.5° BEND --� __ 24 21 BEND — 30 10 30 30 ANCHORAGE FOR A 11.25° BEND ANCHORAGE FOR A 22.5° BEND N.T.S. N.T.S. -= _- _ — - CONCRETE = THRUST — — —__ BLOCK 45°BEND ANCHORAGE FOR A 45° BEND THRUST SIZING BLOCK CHART DIA. INCHES 450 CF 4 1 6 2 8 4 10 7 12 15 16 21 18 25 20 30 24 40 30 58 N.T.S. CONCRETE THRUST BLOCK _ _ — -n- -r- NO.3 BARS je EACH WAY VERTICAL BEND N.T.S. CONCRETE THRUST BLOCKING 90° BEND ANCHORAGE FOR A 90° BEND N.T.S. NOTES: CONCRETE THRUST BLOCK THRUST SIZING BLOCK CHART DIA. INCHES 900 CF 4 2 6 4 8 9 10 17 12 27 16 38 18 46 20 55 24 30 74 1 106 1. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 2. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 3. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AWWA & PIPE MANUFACTURER SPECIFICATIONS City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-3 3 1/2" X 3/8" DEEP RECESS METER OFOR AMR PAD WITH 2' HOLE FOR ENDPOINT O D U p Q p p Q 17„ QopoQoQopoQ � 00 17,E opopopopopopop Q�Q�Q�Q2131b'MQ�Q� F� 18" - 18" 2" LID N.T.S. �21z"� u" 28 16 NOTES: 1. LID MATERIAL: HDPE 2. BODY MATERIAL: LLDPE 3. WALL THICKNESS: 3/8" MINIMUM TYPICAL 1" NON -TRAFFIC RATED METER BOX METER 0�0�0�0�0� �0 0.0� �popopopopopop 2131bMQ�p� i � 20Z 1. u 27 16" Lubbity ock TEXAS REVISED JAN. 2020 DRAWING NUMBER W-4 TYPICAL 2,500 PSI CONCRETE THRUST BLOCK EXISTING MAIN RETAINER GLANDS TAPPING VALVE NOTES: 45° 45° TYPICAL TAPPING SLEEVE 1. TAP SHALL BE HORIZONTAL TO MAIN. 2. TAPPING SLEEVE & VALVE SHALL BE AT LEAST ONE STANDARD SIZE SMALLER THAN MAIN TO BE TAPPED. 3. SERVICE TAPS ON EXISTING MAINS SHALL BE EXECUTED BY CITY FORCES. 4. MAIN LINE TAPS ON EXISTING MAINS SHALL BE EXECUTED IN ACCORDANCE WITH THE METHODS OF CONNECTIONS SECTION OF THESE SPECIFICATIONS. TYPICAL TAPPING SLEEVE AND VALVE LIMIT OF WORK FOR TAP -IN War City of Lubbock T E X A 5 REVISED DEC. 2012 DRAWING NUMBER W-5 900 BEND METER BYPASS SERVICE LINE GATE VALVE \ o I TYPICAL VALVE BOX & COVER MI X MI X THREAD TEE REDUCER GATE VALVE O p WATER METER O GATE VALVE REDUCER (IF REQUIRED) 900 BEND MI X MI X THREAD TEE ❑ TAPPING SLEEVE AND VALVE EXISTING MAIN NOTE: 1. ALTERNATIVELY, METER BYPASS SERVICE LINE AND GATE VALVE CAN BE LOCATED INSIDE METER VAULT. REVISED TYPICAL LARGE C;tv of DEC. 2012 DOMESTIC METER TAP Lubb 6 C% DRAWING NUMBER TEXAS W_6 TYPICAL FIRE - HYDRANT TYPICAL VALVE BOX AND COVER WITH CONCRETE COLLAR PROPOSED FINISHED GRADE SURFACE C-900 PVC RISER 4' MIN COVER 6" GATE WATER'W VALVE MAIN W TYPICAL 2,500 PSI VALVE BLOCKING VARIES BACK OF CURB OR r (SEE NOTE #1) EDGE OF PAVEMENT 0.2' MIN 18 0.4' MAX CONC. CURB SOLE -PURPOSE FIRE HYDRANT LINE L 2' X 2' SQ. 6" OUTLET M.J. X FLG. OR ANCHOR TEE (OPTIONAL) WITH M.J. X M.J. VALVE NOTES: 1. IN SPACE BETWEEN CURB AND SIDEWALK, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 6" MINIMUM AND 18" MAXIMUM. IN PUBLIC AREAS OR COMMERCIAL AREAS, OR WHERE SIDEWALK ABUTS CURB, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 3' MINIMUM AND 6' MAXIMUM. FIRE HYDRANTS SHALL NOT BE PLACED WITHIN SIDEWALK AREAS. MAINTAIN T MINIMUM CLEARANCE TO ANY OBSTRUCTION. 2. 4" STEAMER NOZZLE SHALL FACE FIRE LANE OR STREET ACCESS 3. FIRE LINE PIPING SHALL BE SAME MATERIAL AS MAIN OR MINIMUM C900 PVC DR18 CLASS PIPE AND HAVE RESTRAINED JOINT FITTINGS FROM WATER MAIN TO FIRE HYDRANT. LENGTH SHALL NOT EXCEED 1501. 4. FOR BURY DEPTHS GREATER THAN 5', ONE BARREL EXTENSION NOT EXCEEDING 2' IN LENGTH SHALL BE INSTALLED DIRECTLY BELOW THE FIRE HYDRANT. 5. TYPICAL 1/2" ROCK PIPE EMBEDMENT MATERIAL SHALL BE PLACED AROUND THE BOTTOM OF THE HYDRANT FOR A RADIUS OF AT LEAST V AND EXTEND AT LEAST V ABOVE THE OUTLET. DO NOT BLOCK DRAIN HOLES. I=iII, II - DO NOT BLOCK DRAIN TYPICAL 2,500 PSI CONCRETE THRUST BLOCK TYPICAL BLUE RAISED PAVEMENT MARKER PLACED AT CENTERLINE 3' MIN OF ROADWAY 12" MIN oxv War TYPICAL FIRE HYDRANT � c'tv"f Lubb o ck T E X A 5 REVISED MAY 2015 DRAWING NUMBER W-7 WATER MAIN MAXIMUM 6'VARIESPLAN VIEW NOTES: 1. TREAT EACH SIDE OF VALVE AS A DEAD END OF EQUAL SIZE. INSTALL THE CORRESPONDING LENGTH (FOR A DEAD END) OF FULLY RESTRAINED PIPE THE FULL DISTANCE ON EACH SIDE OF VALVE 2. CONCRETE SUPPORT CRADLE AND SUPPORT PAD SHALL BE 3,600 P.S.I. CONCRETE. 3. POLYWRAP BURIED GATE VALVES AND FITTINGS 4. TORQUE BOLTS PRIOR TO BACKFILL PER MANUFACTURERS RECOMENDATIONS 5. TOP OF VALVE NUT SHALL BE LESS THAN 6 FEET FROM FINISHED GRADE. IF MORE THAN 6 FEET, INSTALL EXTENSION SO THAT TOP OF NUT IS LESS THAN 6 FEET FROM FINISHED GRADE. 6. SET COVER OF VALVE BOX AND COLLAR 1/4" BELOW GRADE IN PAVEMENT OR SHOULDER, AND 2" ABOVE GRADE ELSEWHERE. 2' SQUARE AND COVER VALVE BOX CONCRETE PAVEMENT) (NOT REQUIRED IN CONCRETE COLLAR EACH WAY NO. 4 BARS "WATER VALVE" BE STAMPED VALVE COVER SHALL BLOCK UNDER BODY OF BURIED VALVES 8" X 8" X 6" MIN. 2,500 PSI CONCRETE TRACER WIRE TYPICAL TYPICAL GATE VALVE RISER PIPE 6" PVC C900 CONCRETE PAVEMENT) (NOT REQUIRED IN CONCRETE COLLAR H.M.A.C. PAVEMENT AND COVER TYPICAL VALVE BOX EACH WAY NO. 4 BARS EMBEDMENT BEDDING & TYPICAL PIPE VALVE WATER REVISED DRAWING NUMBERDRAWING NUMBER APRIL 2019 W-8 BURIED VERTICAL GATE VALVE DETAIL 6"SREET OR CURB OR PERPENDICULAR TO ORIENT SQUARE PARALLEL FINISHED GRADE SURFACE MIN. 6" MATCH PAVING THICKNESS ASPHALT PAVING IS CUT IN AFTER CONCRETE COLLAR FLOW FILL WHEN 0 zo HORIZANTAL GATE VALVE IN VAULT T\/!1T!`A1 I.A AI.I LIl11 G GI'1 AI.AL A�II'l !`/1\/LR City of Lubbock T E X A 5 NO. 5 BARS 10" O.C. VERT. NO. 5 BARS 8" O.C. HORZ. REVISED DEC. 2012 DRAWING NUMBER W-9 4" D.I. PIPE "GOOSENECK" WITH WIRE BUG SCREEN LIP T-0" ABOVEGROUND VARIES IIII�IIII ' 12" BLIND FLANGE I —I 1I—CCI I 4" BEDDING=IJ o• FINISHED GRADE SURFACE 9" SLABIFE1 I I-- ' III -III- I —I ° 2„LIP '-1 I I- HANDWHEEL — 3/4" CRUSHED ROCK —" I-11 III—III- 4' MIN. =I I I- I— I 1-1 I I- II1I1III1I1III11 1III TYPICAL MANHOLE FRAME & COVER —III—III—I I —III—i #6 BARS 6" I, O.C. EA. WAY =1 I I II e COMB. AIR I I I ° RELEASE a I- 2" FLANGED & AIR INL e GATE VALVE 111 ° 0 1— #5 VERT. INNER 12" BLIND — I FACE 10" O.C. FLANGE III I #5 HORIZ. OUTER e . FACE 8" O.C. ° --- ---- �e — ----� 0 8III H_ 6'IMIN. ^&rr REVISED AIR & VACUUM A*A'aI City of DEC. 2012 RELIEF VALVES '■ Lubbock DRAWING NUMBER W-10 CONCRETE ROCK CONCRETE VALVE BOX City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-11 CONCRET�+v� ,. O.C. EACH WAY BUTTERFLY VALVE IN VAULT City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-12 A �3pROAN IROry 1 " RAISED LETTERING A T E R (RECESSED FLUSH) CUSTOM LOGO pF L I B �-1 66 V B n PI) EPIC CKB RSA MADE IN 115p A 32" DIA 21 3/4" v C N 23" SECTION A -A V-1430 A PROD.NO. SECTION B-B MO/DAY/YR ASTM A48 CL35B NOTES: 1. SANITARY SEWER MANHOLE FRAME AND COVER I.D.: 4143009OA01 BOTTOM VIEW 2. STORM SEWER MANHOLE FRAME AND COVER I.D.: 41430091AOI REVISED TYPICAL WATER � IV,, Cityof DEC 2015 VAULT COVER ll�Lubbock DRAWING NUMBER W-13 • m A A N Q 0 O • • B ��1y M9�rN v 1a2o BB �/Sq ® • 1 �� 1/2" l AA 32 3/16" 1 1/2" 4 1/2" 30" 40 3/4" ��r r REVISED TYPICAL WATER �'aI City of DEC. 2012 ll�T . VAULT FRAME ubb o Ck DRAWING NUMBER W-14 2 T ,,-CARSONITE MARKER GROUND SURFACE R II -I I I -I I I -I I „III-u =I I i= _.. 114" MI IIi li lI I 16" =-III SQUARE TRAFFIC RATED / OR NON FOR HDPE OR PEX-A USE=I = 24" MIN - TRAFFIC RATED METER BOX APPROVED THREAD II - X SLIP FITTING 4' TYP. CORPORATION STOP �_lillil�r' CURB STOP 45' FOR HDPE OR PEX-A USE APPROVED WATER MAIN + THREAD X SLIP FITTING COPPER OR APPROVED HDPE PEX-A TAPPING SADDLE NOTES: 1. STANDARD 1" SERVICE TAP 2. 1" SERVICE SADDLES SHALL HAVE AWWA TAPERED THREADS. 3. METER BOX SHALL BE INSTALLED PLUMB & LEVEL WITH TOP OF LID 2" ABOVE FINISHED GROUND SURFACE. 4. TOP OF METER SHALL BE 16" FROM BOTTOM OF METER BOX LID. 5. MATERIALS AND INSTALLATION OF SERVICE LINES SHALL COMPLY WITH THE CITY OF LUBBOCK PUBLIC WORKS ENGINEERING MIN DESIGN STANDARDS AND SPECIFICATIONS. TYPICAL 1" WATER SERVICE DETAIL oxv War City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER W-15 W 2 T ,-CARSONITE MARKER GROUND SURFACE R -IIi II- IT m m m 14 IvIliliil�iiliii 16 SQUARE TRAFFIC RATED / OR NON 24" MIN iii TRAFFIC RATED METER BOX 4' TYP. CORPORATION STOP CURB STOP 45' CORPORATION STOP WATER MAIN TAPPING SADDLE COPPER SERVICE TUBING NOTES: 1. STANDARD 2" SERVICE TAP 2. 2" SERVICE SADDLES SHALL HAVE IPS THREADS. 3. METER BOX SHALL BE INSTALLED PLUMB & LEVEL WITH TOP OF LID 2" ABOVE FINISHED GROUND SURFACE. 4. TOP OF METER SHALL BE 16" FROM BOTTOM OF METER BOX LID. 5. MATERIALS AND INSTALLATION OF SERVICE LINES SHALL COMPLY WITH THE CITY OF LUBBOCK PUBLIC WORKS ENGINEERING MIN DESIGN STANDARDS AND SPECIFICATIONS. REVISED TYPICAL 1 1/2", OR 211olf �',# C;t�. o f DEC. 2015 WATER SERVICE DETAIL Lubb6ck DRAWING NUMBER TEXAS W-16 TYPICAL TAPPING SLEEVE NOTES: 1. THIS DETAIL SHALL APPLY TO ALL WATER LINES < 16" DIAM. 2. TAPPING DISTANCES FOR LARGER LINES SHALL BE CASE BY CASE. TAPPING SLEEVE MINIMUM DISTANCE City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER W-17 Design Standards and Specifications Construction Details Section 10 C 10.03 Sewer Details W }Z F w I TYPICAL SANITARY SEWER p I MARKER (2" X 4" PAINTED GREEN) a =III III III III III III III III III III III III III III I U a B I I I I-1 I B I I -I I I -I I B I I -I I I -III I 11, I I I I -I I I -I I ' 1-I 11-11 ' 1=1 11=1 I EI I E111=1 I I 1 I I-111- _' I i- 4" 450 BEND H 4" RISER 4" PLUG � 0 4" MIN. TEE MAX. NOT TO EXCEED ONE STANDARD SIZE SMALLER THAN MAIN FLOW SEWER MAIN 4" 450 BEND 4" PLUG J 4" MIN. TEE MAX. NOT \- TO EXCEED ONE STANDARD SIZE SMALLER THAN MAIN FLOW SEWER MAIN NOTES: 1. ALL TAPS MUST BE ABOVE SPRINGLINE OF SEWER MAIN. 2. NO SIZE -ON -SIZE TAPS. 3. SERVICE LATERALS SHALL BE BROUGHT TO THE PROPERTY AND PLUGED AT A DEPTH OF NO GREATER THAN 6' FROM FINISHED GRADE SURFACE, UNLESS REQUIRED TO BE DEEPER BASED ON DEVELOPMENT REQUIREMENTS. 4. PLUG SHALL BE PRESENT AT OR NEAR PROPERTY LINE OR EDGE OF PAVEMENT. TYPICAL SEWER SERVICE TAP wi zl w I TYPICAL SANITARY SEWER a. p I MARKER (2" X 4" PAINTED GREEN) a A$ War City of Lubbock T E X A 5 w J REVISED DEC. 2015 DRAWING NUMBER SS-1 A �3pROAN IROry SUBSTITUTE "STORM" 1 " RAISED LETTERING FOR STORM SEWER (RECESSED FLUSH) APPLICATION P NIT q S R y CUSTOM LOGO p F L (/ V BEPIC n PICKB RSA S E W E R MADE IN 115p A 32" DIA 21 3/4" v C N 23" SECTION A -A V-1430 A PROD.NO. SECTION B-B MO/DAY/YR ASTM A48 CL 35B NOTES: 1. SANITARY SEWER MANHOLE FRAME AND COVER I.D.: 4143009OA01 BOTTOM VIEW 2. STORM SEWER MANHOLE FRAME AND COVER I.D.: 41430091AOI REVISED TYPICAL � � ,, City o f DEC. 2015 MANHOLE COVER iliLubbock DRAWING NUMBER SS-2 • m A A N Q 0 O • • B ��1y M9�rN v 1a2o BB �/Sq ® • 1 �� 1/2" l AA 32 3/16" 1 1/2" 4 1/2" 30" 40 3/4" ��r r REVISED TYPICAL A*Asso City of DEC. 2012 MANHOLE FRAME ll�T .ubbock DRAWING NUMBER SS-3 TYPICAL JOINT SEALANT EACH JOINT OF RISER & RING & COVER. MAXIMUM GRADE ADJUSTMENT 18" ELEVATION VIEW NOTES: 1. CONCRETE SHALL BE MINIMUM 4000 P.S.I. 2. REINFORCING SHALL BE MINIMUM GRADE 60. PRECAST CONCRETE ECCENTRIC CONE SECTIONAL VIEW City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER SS-4 3600 PSI: CONC. MIN. TYPICAL MANHOLE FRAME AND COVER IF PAVED MATCH PAVING THICKNESS NON -SHRINK GROUT OR MIN MIN. 6" it 1 1 r-i-111-'-- -� 30"' GRADE RINGS FOR GRADE ADJUSTMENT (MAX 18") ECCENTRIC CONE SECTION T SEAL ALL JOINTS PER MANUFACTURER REQUIREMENTS H 0 ASTM 478 p -0 9� RISER SECTION (TONGUE & GROOVE) BOTTOM RISER SECTION (BUTT & GROOVE) 1" TO 2" GROUT SPACE CONCRETE BASE FORMED SURFACES } 6" OR 1/4 PIPE DIA.(P) i WHICHEVER IS LARGER #4 BARS-6" O.C. EA. WAY ORIENT SQUARE PARALLEL R PERPENDICULAR TO 2" BELOW BOTTOM OF PIPE S SREET OR CURB 5'SQUARE STANDARD SANITARY SEWER MANHOLE H P D T 4'TO 16' 6" TO 15" MIN. 48" MIN. 5" 18" & OVER MIN. 60" MIN. 6" 16'&DEEPER ALL SIZES MIN. 60" MIN. 6" (a PLAN VIEW FRAME & COVER CONCRETE COLLAR (NOT REQUIRED IN CONCRETE PAVEME NO. 4 BARS EACH WAY 141I, REVISED PRECAST REINFORCED '�� ;t�,{,f DEC. 2015 CONCRETE MANHOLE Lubb6ck DRAWING NUMBER TEXAS SS_5 BACKFILL COMPACTED TO 95% MODIFIED PROCTOR (ASTM D-1557) H MINIMUM WALL THICKNESS OF .5 INCHES 112" MIP 4 CONCRETE BASE AS REQUIRED TO J COUNTERACT FLOTATION, SEE NOTE ANTI -FLOATATION BTM. 54" DIA AND 2" FLANGE SEE MANHOLE COLLAR DETAIL II FACTORY BONDED JOINT 41 NOTES: _ CONTRACTOR TO PROVIDE SUFFICIENT QUANTITY OF CONCRETE OVER ANTI -FLOTATION RING TO COUNTERACT FLOTATION AS SPECIFIED BY THE ENGINEER H FIBERGLASS MANHOLE 3600 PSI CONCRETE MATCH TOP OF ADJACENT 18" MIN PAVNIG o 12" PAVEMENT AND FLOW FILL PER UEM - 01 BACKFILL COMPACTED TO 95% MODIFIED PROCTOR DENSITY 18" MIN I STD 30" MH FRAME & LID FRP OR CONCRETE MANHOLE RISER SECTION 18" MIN ' 4 H P D 470 16' 6" TO 15" MIN. 48" 18" & OVER MIN. 60" 16'&DEEPER ALL SIZES MIN. 60" INTEGRAL FIBERGLASS BENCH W/ NON-SKID COATING. MIN 1/4 INCH THICKNESS CONCRETE - 3000 PSI @ 28 DAYS PVC STUB PROVIDE 4" - 6" OF CRUSHED STONE LEVELING COURSE 3/4" CHAMFER TYP. FINAL GROUND SURFACE 3600 PSI CONCRETE BACKFILL COMPACTED TO 95% MODIFIED PROCTOR DENSITY 1410 REVISED War � City- of APRIL 2019 FIBERGLASS MANHOLE LL1bb6Ck DRAWING NUMBER TEXAS SS-5b OMING SEWER 450 BEND PVC PIPE 900 BEND NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. OUTSIDE DROP REVISED REVISED � City of MAY 2014 MANHOLE (PVC) Lubbock DRAWING NUMBER (NEW MANHOLE INSTALL) TEXAS SS-6 NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. INSIDE DROP ON EXISTING MANHOLE **Ivor City of Lubbock TEXAS TYPICAL EPDXY REVISED DEC. 2012 DRAWING NUMBER SS-7 STRAIGHT THROUGH MANHOLE SLOPE TYPICAL MANHOLE FLOORS BEND AT MANHOLE JUNCTION AT MANHOLE CUT OUT TOP OF PIPE OR SHAPED CONCRETE INVERT SHAPED CONCRETE INVERT Mr1d41ZKi1110 741:811WA iA oxv War City of *Lubb6ck TEXAS REVISED DEC. 2015 DRAWING NUMBER SS-8 5'- MAXIMUM CARRIER PIPE BETWEEN SPACERS I' MAX PIPE JOINT CASING SPACERS SHALL BE FOUR CASING SPACERS ADDITIONAL SPACERS, SPACED A MAXIMUM OF ONE PER PIPE JOINT AS REQUIRED TYPICAL EACH END FOOT FROM EACH SIDE OF JOINT TO MEET MAXIMUM SPACING OF CASING PIPE STEEL SPACER BODY STEEL CASING PIPE 45° 45 CADMIUM PLATED 45° 45 STUDS, NUTS, AND PIPELINE WASHERS, TYP. 30° i " 30 45 4 FILL SPACE BETWEEN EXCAVATED BORE AND CASING PIPE WITH CEMENT GROUT L = D, WITH L MAX. = 16" 1. BEVEL END OF CASING PIPE TO REMOVE ALL SHARP EDGES TO PREVENT DAMAGE TO THE CARRIER PIPE. 2. THE END -SEAL SHALL BE ATTACHED TO THE PIPE AND CASING SO AS TO PROVIDE A WATER -TIGHT END SEAL. 3. FOR CASINGS OVER 12 INCHES IN DIAMETER, PROVIDE TWO CLAMPS OR BANDS ON EACH END OF EACH SEAL. 4. CASING PIPE SHALL HAVE END -SEALS INSTALLED ON BOTH ENDS PRIOR TO BACKFILLING ADJACENT PIPE TRENCHES. L L )/2 �r REVISED PIPELINE ENCASEMENT m''+I77r�7 City of DEC. 2012 DETAIL L �1 bock DRAWING NUMBER TEXAS SS-9 FINISHED GRADE SURFACE ZONE PIPE PIPE WIDTH HAUNCHING BACKFILL FINAL PIPE EMBEDMENTSPRINGLINE OF LUBBOCK STREETS ORDINANCE. 3. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY NOTES: (MAY NOT BE REQUIRED) FOUNDATION DRAWING NUMBERDRAWING NUMBER APRIL 2019TRENCH CROSS-SECTION SHOWING TERMINOLOGY REVISED SS-10 12" COVER 6" BEDDING MATERIAL EMBEDMENT Design Standards and Specifications Construction Details Section 10 D 10.04 Street and Drainage Details NOTE: 1. DRIVEWAYS MUST CONFORM TO ORDINACE SECTION 36.04.126 2. SPACING OF DRIVEWAYS "C" ALONG A ARTERIAL: • WHEN INTERSECTING A RESIDENTIAL STREET - 50' • WHEN INTERSECTING ANOTHER ARTERIAL, A COLLECTOR OR AN INDUSTRIAL STREET- 150' ENTERING AND 100' EXITING v A v m z m m R ISLAND, 50 SQ.FT. MIN. AREA IF USED. R PROPERTY LINE 1 F R i VISIBILITY TRIANGLE N 25' C LR ) ly DIMENSION REFERENCE RESIDENTIAL STREET ARTERIAL STREET COLLECTOR STREET INDUSTRIAL STREET (ROADWAY CLASSIFICATION, (R1A, 32') MINOR, 66' R2, 42' N" (I, 42 ) ROADWAY WIDTH (RI, 36') MAJOR, 88'� 46'� ONE-WAY WIDTH W 12' 15' 15' 20' -------- --- - -- TWO-WAY -MINIMUM WIDTH ------ W ------- 12' -------- 30' -------- 30' -------- 40' -------------- TWO-WAY -MAXIMUM WIDTH -------------- ------ W ------ ------- 30' ------- -------- 40' -------- -------- 40' -------- -------- S0' -------- MINIMUM RADIUS R 5' 15' 15' 20' -------- ------ MINIMUM SPACING ------ ------- R -------- R -------- R+5' -------- R+5' FROM PROPERTY LINE ------------ -- MINIMUM SPACING FROM STREET CORNER - - - - -- C - - - - - -- A+R -- - - - - -- SEE NOTE 2 -- - - - - -- A+R -- - - - - - - A+R -- - - - - - - - - - - -- MINIMUM SPACING BETWEEN - - - - -- S - - - - - -- 3' -- - - - - -- 60' -- - - - - -- 60' -- - - - - - - 30' TWO WAY DRIVEWAYS MINIMUM SPACING BETWEEN S N/A 0' 0' 0' ONE WAY DRIVEWAYS -------------- MINIMUM ANGLE ------ D ------- 45° - ------- 45° -------- 300 -------- 300 "A" IS 25' FOR MOST STREET INTERSECTIONS. IF THE STREET INTERSECTION IS BETWEEN A ARTERIAL AND A COLLECTOR THEN "A" IS 401. IF THE STREET INTERSECTION IS BETWEEN TWO ARTERIAL STREETS THEN "A" IS 40'. IF THE EXISTING STREET INTERSECTION RADIUS IS LARGER THAN ANY OF THE SCENARIOS ABOVE THEN "A" WILL BE THE EXISTING STREET INTERSECTION RADIUS. 01RkyjATI%MA STANDARDS �A bbCity of Luock IIxAS REVISED APR. 2020 PLATE NO. 36-1 SECTION A-A PROPERTY LINEPROPERTY LINEOF SIDEWALK.4" MIN. THICKNESSJOINT EXPANSION (RESIDENTIAL) SECTIONS B-B DRIVEWAY. TO CURB AND GUTTER OR ASPHALT REPAIR ADJACENT SEE PLATE NO. 36-4 FOR NOTE: REMOVED. CURB VARIABLE 4' SIDEWALK VARIABLE 4' SIDEWALK (COMMERCIAL) SECTIONS B-B AS REQUIRED. INNER CURB THICKNESS.6" MIN. CURB RAMP DETAILS. 4. SEE PLATES 36-16 AND 36-16(A) FOR RADII ON RESIDENTIAL DRIVEWAYS. 3. 30° TO 45° FLARE MAY BE USED IN LIEU OF " THICK.4 32. ALL EXPANSION JOINTS TO BE 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. NOTES: 3' MIN. @ 2% MAX. SLOPE THICKNESS.4" MIN.3' MIN. @ 2% MAX. SLOPE THICKNESS.6" MIN.LENGTH OF NEW GUTTER. BARS RUNNING ENTIRE RECONSTRUCTED WITH #3 COMPLETELY REMOVED AND CURB AND GUTTER TO BE FOR COMMERCIAL DRIVEWAY: REVISED PLATE NO. SLAB AT 4' INTERVALS. 1/2 WAY THROUGH CONTRACTION MARKINGS 6"X6" - 6 GAUGE WELDED WIRE FABRIC. BOTH WAYS, CENTERED IN SLAB OR #4 DEFORMED STEEL BARS 12" O.C. HYDRANT/POLE 6" PAST EDGE OF IN CONCRETE. EXTEND OUT WHEN ENCLOSED EXPANSION JOINT BLOCK- POLE, ETC. MUST HAVE FIRE HYDRANT, POWER(10' TYPICAL) VARIES4' SIDEWALK PROPERTY LINE AA JOINTS EXPANSIONSLOPE 2% MAX. FROM P.L.3' MIN.B B PROPERTY LINE SIDEWALK RUN. SPACED 36' MAX. ALONG EXPANSION JOINTS MAR. 2019 SECTION C-C PROPERTY LINE 3' MIN.SIDEWALK ELEVATION 4' SIDEWALK CONSTRUCTION DETAILS 36-2 (A) a x EXPANSION JOINTS <a SPACED 36' MAX. �0 o O ALONG SIDEWALK RUN. B ins N� PROPERTY LINE ------------ --- D ..;°. -- LANDSCAPE CONCFZ�E CONCRETE A A v eD, D 5' OR 6' EXPANSION : . ° SIDEWALK ° D °. JOINTS D; C ° C v'- ° ° ° v ,000 FIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF EXPANSION HYDRANT/POLE JOINT. b, ° 4" MIN. THICKNESS OF SIDEWALK. a .D CONTRACTION MARKINGS 1/2 WAY THROUGH SLAB AT 6' INTERVALS. SECTION A -A VARIES 3' MIN. @ 2% MAX. SLOPE w aW O CURB T SIDEWALK d J REMOVED. v oD. n D. SECTIONS B-B 4" MIN. NOTE: (RESIDENTIAL) THICKNESS. I} SEE PLATE NO. 36-4 w FOR ASPHALT REPAIR VARIES a w ADJACENT TO CURB 3' MIN. @ 2% MAX. SLOPE a z AND GUTTER OR DRIVEWAY. 6' SIDEWALK 6" #4 DEFORMED STEEL BARS 12" O.C. z 4 z_ BOTH WAYS, CENTERED IN SLAB OR INNER CURB FOR COMMERCIAL DRIVEWAY, 6"X6" 6 GAUGE WELDED WIRE FABRIC. io AS REQUIRED. COMPLETELY REMOVE CURB AND iO SECTION B-B GUTTER AND RECONSTRUCT WITH (COMMERCIAL) #3 BARS RUNNING ENTIRE LENGTH OF NEW GUTTER. NOTES: 1. MAINTAIN GUTTER FLOWINE THROUGH DRI` 2. ALL EXPANSION JOINTS TO BE X4" THICK. 3. 300 TO 45° FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. 5. 5' CURB BACK ON RESIDENTIAL STREETS. 6' CURB BACK ON COLLECTOR AND ARTERIAL STREETS. 5' OR 6' SIDEWALK CONSTRUCTION DETAILS PROPERTY LINE SECTION C-C *City Of Lubbock REVISED APR. 2020 PLATE NO. 36-2 (B) w Z i iw ;Z J IJ G/TC G/TC 0 I0 I G I G/TP/TW G/TP/TW (OPTIONAL) - - (OPTIONAL) I I I (OPTIONAL) - - I G/TP/TW G I (OPTIONAL) - - I G/TP/TW G/TP/TW AT THE PROPERTY LINE I G/TP/TW AT THE PROPERTY LINE G/TC SHALL BE 6" HIGHER THAN G/TC I SHALL BE 6" HIGHER THAN THE ADJACENT GUTTER I I THE ADJACENT GUTTER I I LEGEND G GUTTER TC TOP OF CURB TP TOP OF PAVEMENT TW TOP OF WALK X SPOT GRADES REQUIRED REVISED City of MARCH 2O18 DRIVEWAY GRADES Lubbock PLATE NO. TEXAS 36-3 REVISED APRIL 2019 PLATE NO. ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY 36-4(A) 18" TYPICAL 12" H.M.A.C. SURFACE. 2" MIN. TYPE "C" SAWCUT SMOOTH IN PLACE. TO REMAIN H.M.A.C. SURFACE, BASE FLOWABLE FILL SURFACE. FLOWABLE FILL AND PAVING PRIOR TO INSTALLATION OF TOE FORM - TO BE REMOVED DRIVEWAY NEW CONCRETE 6"6" TOE FORM. POUR NEW DRIVEWAY FLUSH AGAINST 2. REMOVE CURB TO LIP LINE AND FLOW LINE. ALIGNMENT OF CURB, LIP, AND GUTTER 1. MAINTAIN VERTICAL AND HORIZONTAL NOTES: TO RECEIVE TACK COAT VERTICAL SURFACES 1/4" 1/2" 6" 18" TYPICAL NEW CONCRETE DRIVEWAY NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. CONCRETE PAVING REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY SMOOTH SAWCUT -7 EXISTING CONCRETE PAVING City of Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 36-4(B) R=VARIES 15'-40' / VARIES 4' PROPERTYlim LINE SIDEWALK L� �O/�C� 3' CLEARANCE may LJ / tiP AROUND OBSTRUCTIONS r /QO ti a LU- LU / VARIES 8'-10' I'' M 4' SIDEWALK ALONG PROPERTY LINE TMIN. ALLEY RETURN (TYPICAL) City of Lubbock TEXAS YMIN. DRIVEWAY APPROACH (TYPICAL) REVISED FEB. 2017 PLATE NO. 36-5 5' OR 6' SIDEWALK ALONG CURB BACK OBSTRUCTION **Ivor City of Lubbock TEXAS DRIVEWAY APPROACH (TYPICAL) REVISED FEB. 2017 PLATE NO. 36-6 CURB AND GUTTER, FILLETS AND SLAB TO BE POURED TOGETHER. PAY LIMIT FOR CURB AND GUTTER SIDEWALK 2.5' 1'* \ PROPERTY LINE \ OR \ \ \ \ \ 6" CONCRETE SLAB WITH 6"X6" - 6 3/4" BITUMINOUS GAUGE WELDED WIRE FABRIC OR #4 PREMOLDED EXP. DEFORMED STEEL BARS 12" O.C. BOTH JOINT. WAYS, CENTERED IN SLAB. < °a° PAY LIMIT FOR CURB AND GUTTER CURB HEIGHT TRANSITIONS TO CONTRACTION 0" AT THIS POINT. JOINTS. a.-,7�%lJ/�'/lam IS POINT OF ALLEY RETURN 4. TO BE NO MORE THAN 7" HIGHER THAN GUTTER ON HIGH _2.5'_ SIDE END OF RADIUS AT STREET. 1'* Y2" BITUMINOUS EXPANSION JOINT. S PLAN VIEW s .--I N LU B C).Z. Z 0 °•D a V z 6"X6" - 6 GAUGE WELDED W FABRIC OR #4 DEFORMED S y BARS 12" O.C. BOTH WAYS, w °> ° CENTERED IN SLAB. J o CONTRACTION JOINT. * TO BE USED WHEN ALLEY R.O.W. WIDTH IS 15'. A A 20' w 5' 10, 5' � a Z Lu a SECTION A -A NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB U 6"X6" - 6 GAUGE WELDED WIREJ AND 132" FROM BOTTOM OF SLAB EACH SIDE. FABRIC OR DEFORMED STEEL LOCATE BY MEANS OF CHAIRS OR PLASTIC BARS 12" O.C. BOTH WAYS, STAKES (NOT METAL OR WOOD). CENTERED IN SLAB. CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY W.R. MEADOWS #158, WHERE THE EXISTING ALLEY RETURN, ALLEY SEALTIGHT SAFE -SEAL 3405, PAVING OR STREET GUTTER IS IN GOOD CONDITION SONNEBORN SL-1 OR AND GRADE AND ALIGNMENT ARE SATISFACTORY. APPROVED EQUIVALENT. Y2" BITUMINOUS ALLEY SLAB. - EXPANSION JOINT. oEXISTING ALLEY RETURN, ALLEPAVING fCONCRETE OR STREET GUTTER.TRANSVERSE 4 — 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 CONTRACTION JOINT 6"�J DEFORMED STEEL BARS 12" (REQUIRED AT COLD JOINTS AND ! 12"�' 1 O.C. BOTH WAYS, EVERY 13 FEET OF PAVING.) SFC'TTCIN R-R CENTERED IN SLAB. ALL CONCRETE SHOWN TO BE 3,000 P.S.I. AT 7 DAYS. (CLASS B) War REVISED TYPICAL ALLEY �# c;tv of MAY 2014 RETURN Lubb 4 C% PLATE NO. TEXAS 36-7 5' 10' 5' ' w p J �Ww ~Nz 0 a 10, 10' N °p ' PROPERTY p a LINE 15' 51 SEE 20' NOTE 2 13' w z J N a CONTRACTION a a 10' zZJOINTSa 0 wwn a v•, 20' 5Eo SE aa .° .1 NOTE 2 5' PROPERTY LINE oN 10' a. 10 p, d d Q •, N LLJ NwL Z J a v' ~vz 7 LOUa 0 a 5' 10, 5' TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) NOTE: 1/2" —j 6"X6" - 6 GAUGE WELDED 1. TRANSVERSE CONTRACTION JOINT _ WIRE FABRIC OR #4 (REQUIRED AT COLD JOINTS AND — — — — — DEFORMED STEEL BARS EVERY 13 FEET OF PAVING.) ° 12' O.C. BOTH WAYS, CENTERED IN SLAB. 2. NO OBSTRUCTIONS SUCH AS METERS, POLES, PEDESTALS, TREES, BOULDERS, ECT. TYPICAL 1711 ALLEY REVISED �,�, of' APRIL 2020 INTERSECTION WITH Lubbock PLATE NO. CONTRACTION JOINTS TEXAS 36-8 6" 4" �. 2"R 3"R00 J- --- — -- o N (TDON URB SECTION. v . D 6 1248.337 TYPE "A" 9" R a . a • ? NOTE: 9 R 1. THIS SECTION TO BE USED FOR RESIDENTIAL APPLICATIONS ONLY. APPROVAL WILL DEPEND o v ON TRAFFIC AND DRAINAGE a o v °• a: a o CONSIDERATIONS. a :a .a. •v.p.a v p a F� 12" I 12" ROLLOVER CURB TYPE "B" 9 11/16" :. a a , 00 °o — a : a •.a •. i— •v'D a 6" 3" � 9�� ,� 9�� M 3" M in TYPE "C" NOTE: 1. REINFORCED TYPE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) REVISED TYPICAL 24"CURB c;tv {,f MAY 2014 AND GUTTER SECTIONS Lubb6ck PLATE NO. TEXAS 36-9 t 12" 18" TYPE "A" 5 3/4" 4 1/4" �I boa 2"R = 3"R --- DOWN CURB SECTION. 6" a . a .a •. � D,a �9 11/16" 20 5/16" NOTE: CONTRACTOR MAY USE EITHER OF THE ABOVE SECTIONS. TYPE "B" a ' a .a o.p a o'p 3 12" 611 � o a 3" Ll 3" �9 11/16" -� 20 5/16" TYPE "C" NOTES: 1. REINFORCED TYPCE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) 2. 30" CURB AND GUTTER IS NOT STANDARD AND SHALL ONLY BE USED WITH PERMISSION OF CITY ENGINEER. REVISED TYPICAL 30" CURBS �'� C;tv of MAY 2014 AND GUTTER SECTIONS Lubb6ck PLATE NO. TEXAS 36-10 FLOWABLE FILL SHALL BE USED TO REPLACE BASE MATERIAL CONTRACTION REMOVED. SEE PLATE NO. 36-4 JOINT #4 DEFORMED STEEL BARS @ 12" O.C. BOTH WAYS. A — — \ FLOWLINE-10' — — CONTRACTION TRACTIONJOINT Tq rTRANSITIONS z 36-16EGARDINGzIONS F- r L n X=DISTANCE LIP TO LIP z DO NOTES: 1. CLASS "B" CONCRETE 3,000 P.S.I. @ 7 DAYS 2. MAINTAIN LIP UP GUTTER SECTION WITH 1" INVERT TO VALLEY GUTTER 3. TRANSITION FLOWLINE AND MAINTAIN 1" PLAN VIEW INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER DEPTH: 6"- RESIDENTIAL STREETS 8"- COLLECTORS & ARTERIALS BASE -----, 3" 5'___T____5� SECTION A -A 2" MIN. TYPE "C" H.M.A.C.SURFACE. BASE _ FLOWABLE FILL SEE PLATE NO. 36-4. REVISED CONCRETE VALLEY CityAPR. 2020 GUTTER & FILLET DETAIL kLubbo'c3'k PLATE NO. 5 36-11 CALICHE BASE HMAC SURFACE 6" 2" RESIDENTIAL 8" 2" COLLECTOR 10" 2.5" INDUSTRIAL 12" 3" MINOR ARTERIAL 12" 5" PRINCIPAL ARTERIAL H.M.A.C. SURFACE. NOTE: WIDTH AND CROWN VARY SEE SECTION 8.2.02 7 CALICHE BASE 1. STREETS WITH ANTICIPATED ABNORMAL TRAFFIC LOADS, SUCH AS TRUCKS AND BUSES, SHALL REQUIRE A SPECIFIC DESIGN TO BE APPROVED BY THE CITY ENGINEER. RESIDENTIAL/COLLECTOR/IN DUSTRIAL I V V %-Mkl ECTION CONTINUOUSLY REINFORCED CONCRETE PAVEMENT 6" THICK RESIDENTIAL, COLLECTOR, AND INDUSTRIAL 7" THICK MINOR ARTERIAL 9"THICK PRINCIPAL ARTERIAL TYPICAL STREET CROSS -SECTIONS City. of Lubbock TEXAS 6" 12 5/8" REVISED ]AN. 2020 PLATE NO. 36-12 EXISTING SIDEWALK YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL VARIES 0" C. C. OR 3& G. SECTION A -A ONLY APPLIES AT DEPRESSED ALLEY RETURNS A A STREET ALLEY STREET NOTES: 1. ALLEY RADII MAY VARY. 2. SEE OTHER PLATES FOR RAMP DETAILS TYPICAL LOCATIONS FOR CURB RAMP EXISTING SIDEWALK 1:12 SLOPE TO BE CONSTRUCTED YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL INSET 2B I YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL i 1:12 SLOPE LENGTH VARIES, DUE TO 1:12 MAX. wd SLOPE OF RAMP. , r r oxv War City of Lubbock TEXAS REVISED FEB. 2017 PLATE NO. 36-13 r� VARIES 4'VARIES T.O.C. �1 1:12 SLOPE �1;12 SLOPE FLOWLINE SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. i PROPERTY LINE F- < ? ss CURB &. GUTTER 4' MIN. 4" MIN. J THICKNESS. MINIMUM FINISHED THICKNESS TO BE 4" -VARIES- (10' TYPICAL) R=VARIES 9 YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. VARIES 24" MIN. 1:1�EOP MAX YELLOW CAST IN PLACE - REPLACEABLE TRUNCATED DOME PANEL. 4" MAX SECTION A -A SEE PLATE NO. 36-16(A) FOR GENERAL NOTES ON A.D.A. RAMPS CONSTRUCTION. 6 SLOPE 5% MAX BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP �'� '� 11� REVISED (WITH TYPICAL 4' SIDEWALK � C't` of FEB.2017 Lubbock PLATE NO. ALONG PROPERTY LINE) TEXAS 36-14 T.O.C. r--VARIES4'VARIES�1 1 i LOPE FLOWLINE FRONT VIEW VARIES - (10' TYPICAL) I I SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. ,{ TRANSVERSE -- 1:50 MAX. i 1 i i PROPERTY LINE CURB & GUTTER SEE PLATE NO. 36-16(B) FOR GENERAL NOTES ON A.D.A. RAMP CONSTRUCTION. R=VARIES RAMP = 50.8 SQ. FT. OF CONCRETE FLATWORK YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. VARIES 24" MINN 1:12 SLOPE MAX. z YELLOW CAST IN PLACE REPLACEABLE TRUNCATED v DOME PANEL. 4" MAX r 6 SLOPE 5% MAX BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP 10V REVISED �'� '� (WITHTYPICAL 5' OR 6' SIDEWALK �o City of FEB.2017 Lubbock PLATE NO. ALONG CURB BACK) TEXAS 36-15 A IN RADIUS RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. IN STRAIGHT C. & G. GROOVE JOINTS EACH SIDE OF RAMP o . TOP OF CURB BITUMINOUS -" EXPANSION JOINT (FULL DEPTH)LOCATED ALONG BACK OF CURB NEW CONSTRUCTION. _o0 0 A YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANELS AFFIXED, FOLLOWING MANUFACTURER'S INSTRUCTIONS, TO PROPERLY CONSTRUCTED, CURED AND PREPARED 4" CONCRETE SLAB. MAINTAIN GUTTER FLOWLINE. m N ZVARIES g g o 0 0 0 0 00 00goO O O O — VARIES ev v'D.a v'Daa v'D.a RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. SHEET 1 OF 2 0�� REVISED TYPICAL ADA . ,# rL' C;t�. of FEB. 2017 RAMP PLAN L {.� I b 6 ck PLATE NO. TEXAS 36-16(A) �4' M. VARIES 24" MIN. 1:I2 SLOPE (MAX.) vpv 4" MIN. THICKNESS. YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. 4" MAX SECTION A -A g SLOPE 5% MAX BITUMINOUS -" EXPANSION JOINT AS REQUIRED BEHIND CURB. CLASS "A" CONCRETE SHALL YELLOW CAST IN PLACE CONFORM TO APPLICABLE REPLACEABLE TRUNCATED DOME. SPECIFICATIONS. �4" MIN. THICKNESS SECTION B-B NOTES: 1. CAST IN PLACE REPLACEABLE TRUNCATED DOME, DETECTABLE WARNING SYSTEM PANELS, USED HEREIN, SHALL BE MANUFACTURED BY ADA SOLUTIONS (WWW.ADATILE.COM), OR APPROVED EQUAL, AND SHALL BE LAID TO WHERE THE DOMES ARE UP AND THE LONG AXIS OF THE PANEL SHALL BE PERPENDICULAR TO THE DIRECTION OF TRAVEL. 2. RAMP TEXTURES SHALL CONSIST OF TRUNCATED DOMES SURFACES. TRUNCATED DOME DIAMETER, HEIGHT AND SPACING SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS), ADMINISTERED BY THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). TEXTURES ARE REQUIRED TO BE DETECTABLE UNDERFOOT. SURFACES THAT WOULD ALLOW WATER TO ACCUMULATE ARE PROHIBITED. THE PANELS SHALL BE AFFIXED AT THE PRESCRIBED LOCATION, TO THE PROPERLY CURED AND PREPARED CONCRETE IN THE MANNER AND USING THE MATERIALS SPECIFIED BY THE MANUFACTURER. two F31(P991Cy3E9:/1No 3;wiO4)iPd111►Iq;Xy19l 29001 ya�ZleIIPI0 71 4. ALL SLOPES SHOWN ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. RAMP LENGTH OR GRADE OF SIDEWALK APPROACH MAY BE ADJUSTED AS DIRECTED BY THE ENGINEER. TAS REQUIRED DIMENSIONS AND SLOPES ARE PARAMOUNT. IF SITE CONDITIONS PREVENT A RAMP FROM BEING CONSTRUCTED, AS -DRAWN, TO WORK AS INTENDED AND COMPLY WITH THE REQUIRED SLOPES, THEN THE RAMP CONSTRUCTION MUST BE ADJUSTED TO COMPLY WITH THE REQUIRED SLOPES. ALL CONSTRUCTION QUESTIONS SHALL BE DIRECTED TO THE ENGINEER. 5. MAXIMUM ALLOWABLE CROSS -SLOPE ON SIDEWALK AND RAMP SURFACES IS 2%. ALL CONCRETE SURFACES SHALL RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE ON THE PLANS. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TAS. SHEET 2 OF 2 �� REVISED TYPICAL ADA rL' C;t�. of FEB. 2017 RAMP PLAN L' 7 Il.f b 6 ck PLATE NO. TEXAS 36-16(B) 2 2' i SLOPE ALONG GUTTER VARIES SLOPE ALONG GUTTER VARIES SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT FILLET KEYED NOTES (1 SLOPE ALONG BACK OF CURB AT RAMP OPENING SHALL NOT EXCEED 2%. 2) SLOPE FROM BACK OF CURB AT RAMP OPENING TO LIP LINE SLOPE ALONG SHALL NOT EXCEED 5%. GUTTER VARIES 2' -4" MIN. - THICKNESS. TYPICAL ADA RAMP DETAIL SLOPE ALONG GUTTER VARIES P VARIES 24" N 1:12 SLOPE (MAX.) YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. 4" MAX SECTION A SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT CURB r (' SLOPE 5% MAX '•<.°.I BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. City of Lubbock TEXAS REVISED FEB. 2017 PLATE NO. 36-17 I I I I i i i TOOLED i JOINT � � I I I I I I I I � � � � I I I I i i i F- a i Z I M 10' Z I 0 I I i I p aLu I Z� w I w u- I I I I m I o TOOLED JOINT I I o � I I � I I I � � I I I I I^ I 5' i i � I I I I I I � � EXPANSIONJOINT I I I I i I I A A 20' ROW 20' w 5' 10' 5' LUZw w � v. Oz 6"X6" - 6 GAUGE WELDED WIRE SECTION A -A NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB FABRIC OR #4 DEFORMED STEEL AND 1" FROM BOTTOM OF SLAB EACH SIDE. BARS 12" O.C. BOTH WAYS, LOCATE BY MEANS OF CHAIRS OR PLASTIC CENTERED IN SLAB. STAKES (NOT METAL OR WOOD). REVISED � City- of FEB. 2017Lubb4C% TYPICAL ALLEY PAVING PLATE NO. TEXAS 37-1 R—IA RESIDENTIAL 52' ROW 32' FF R-2 SCHOOL AND R-1 RESIDENTIAL COMMERCIAL 56' ROW 60' ROW �FF 42' FF COLLECTOR INDUSTRIAL �64'ROW� 60'ROW� lt746' FF 42' FF MINOR ARTERIAL MAJOR ARTERIAL 100' ROW 110' ROW 66' FF 88' FF NOTE: FF DIMENSIONS ARE FROM FACE OF CURB TO FACE OF CURB. REVISED CITY OF LUBBOCK *e City of APRIL 2020 STREET STANDARDS Lubbock PLATE NO. TEXAS 38-1 COLLECTOR FLARE AT INTERSECTION WITH A ARTERIAL MINOR OR MAJOR ARTERIAL - *City Of Lubbock REVISED APR. 2020 PLATE NO. 38-2 MINOR ARTERIAL RIGHT TURN LANE (FLARE) MINOR OR MAJOR ARTERIAL - *City Of Lubbock REVISED APR. 2020 PLATE NO. 38-3 MAJOR ARTERIAL RIGHT TURN LANE (FLARE) - MINOR OR MAJOR ARTERIAL *City Of Lubbock REVISED APR. 2020 PLATE NO. 38-4 R=40' (MIN.) FACE OF CURB R=50' (MIN.) FPO OF Gv�g PROVIDE A CONCRETE CURBED CHANNEL AND ACCESSIBLE RAMPS FOR DRAINAGE WHERE NECESSARY. 4' PEDESTRIAN ACCESS EASEMENT --< �I (REQUIRED ONLY WHERE CUL-DE-SAC LOTS ARE ADJACENT TO A STREET) I IF NEEDED FOR DRAINAGE, A 20' MINIMUM I I I DRAINAGE EASEMENT SHALL BE REQUIRED. I I I I I i I I R=40' ADJACENT ALLEY OR STREET REVISED 50' R.O.W. RADIUS STANDARD �';# C;tv of FEB. 2017 CUL-DE-SAC LuI b 6 ck PLATE NO. TEXAS 38-5 (52') OR (56') RIGHT OF WAY FACE TO OR 10' R=40' (MIN.) R=40' FRCE OF CURB 10' 50'(MIN.) 8' PROVIDE A CONCRETE CURBED CHANNEL AND ACCESSIBLE RAMPS FOR DRAINAGE WHERE NECESSARY. 4' PEDESTRIAN ACCESS EASEMENT �I (REQUIRED ONLY WHERE CUL-DE-SAC LOTS ARE ADJACENT TO A STREET) I I I I IF NEEDED FOR DRAINAGE, A 20' MINIMUM I I I DRAINAGE EASEMENT SHALL BE REQUIRED. I I I I I I I I I I I 43' R.O.W. RADIUS R-1 & (R-IA) CUL-DE-SAC ADJACENT ALLEY OR STREET oxv War City of Lubbock T E X A 5 REVISED FEB. 2017 PLATE NO. 38-6 2% MIN 4% MAX DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH #4 BARS @ 36" O.C. TRANSVERSE #4 @ 12" O.C. LONG OR EQUIVALENT FIBER 6" PORTLAND CEMENT CONCRETE PAVEMENT MIN. CEMENT CLASS C. COMPRESSIVE STRENGTH OF 3,600 PSI @ 28 DAYS) 0:•11(»►IIf_1I&I1:14:11 CONCRETE PAVING N.T.S. 2% MIN 4% MAX 12" COMPACTED SUBGRADE 12" -I F- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK oxv War *Lubbi6 ckXAS REVISED FEB. 2017 PLATE NO. 38-7 20%lb MIN 2% MIN 4% MAX 4% MAX i- 0 DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH #4 BARS @ 24" O.C. TRANSVERSE #5 @ 12" O.C. LONG 7"PORTLAND CEMENT CONCRETE PAVEMENT MIN. CEMENT CLASS C. COMPRESSIVE TRENGTH OF 3,600 PSI @ 28 DAYS) MAJOR COLLECTOR (C-1) (I-1) CONCRETE PAVING N.T.S. 12" COMPACTED SUBGRADE 12" -I F- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK City of Lubbock T E X A 5 REVISED FEB. 2017 PLATE NO. 38-8 TRAVEL LANE Z TRANSVERSE CONSTRUCTION JOINT TRAVEL LANE ADDITIONAL STEEL BARS Z Y LONGITUDINAL CONTRACTION JOINT Fx Y LONGITUDINAL CONSTRUCTION JOINT c X LONGITUDINAL STEEL TRANSVERSE STEEL � N � N N a c c c c c d TIE BARS a ISINGLE —c/2 TIE PIECE a BARS c/ 2 PAVEMENT OR SHOULDER EDGE GENERAL NOTES —LUNCil I UUINAL CONTRACTION JOINT LONGITUDINAL CONSTRUCTION JOINT TYPICAL PAVEMENT LAYOUT PLAN VIEW (NOT TO SCALE) PAVEMENT OR SHOULDER EDGE 1. ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED 7. TRANSVERSE STEEL SHALL BE PLACED TO WITHIN 2" OF THE STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996 BACK OF CURB. (GRADE 60) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM TO TABLE NO.1 AND TABLE NO.2. S. (b) = TRANSVERSE STEEL AND TIE BARS SPACING (c) = LONGITUDINAL STEEL AND TIE BARS SPACING 2. STEEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1 IN. HORIZONTALLY AND +/- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING (SEE TABLE 1 AND 2 PLATE 38-10) (CONCRETE PLACEMENT WIDTH / NUMBER OF LONGITUDINAL BARS) SHALL CONFORM TO TABLE NO.1 3. PAVEMENT WIDTHS OF MORE THAN 25 FT. SHALL HAVE A LONGITUDINAL JOINT (SECTION Z-Z OR SECTION Y-Y). THESE JOINTS SHALL BE LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT LOCATION IS SHOWN ELSEWHERE ON THE PLANS. 4. THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT (SECTION Z-Z) SHALL BE ONE THIRD OF THE SLAB THICKNESS (T/3). 5. OMIT TIE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE CONSTRUCTION JOINTS (SECTION X-X). USE HAND -OPERATED IMMERSION VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED JOINTS. 6. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM OF 25 IN. STAGGER THE LAP LOCATIONS SO THAT NO MORE THAN 1/3 OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12-FT. WIDTH AND 2-FT. LENGTH OF THE PAVEMENT. RESIDENTIAL AND COLLECTOR STREET City REVISED FEB. 2017 CONCRETE PAVING DETAILS of Lubbock PLATE N0. 1 OF 3 TEXAS 38-9 L=50" ADDITIONAL JOINT SEALING L/2 STEEL BARS MATERIAL dT TZ2 TRANSVERSE BARS LONGITUDINAL BARS NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT. TRANSVERSE CONSTRUCTION JOINT SECTION X - X 50" FOR #5 BAR 42" FOR #4 BAR 25" FOR #5 BAR TIE BARS MAY BE JOINT SEALING 21" FOR #4 BAR IN SAME PLANE AS MATERIAL TRANSVERSE BARS TIE BARS,SINGLE OR MULTIPLE -PIECE ---- T MIN.CLEAR-Z"� ----- ------------------ -- T/2 c ' c ' a' a, c Ic LONGITUDINAL BARS TRANSVERSE BARS LONGITUDINAL CONSTRUCTION JOINT SECTION Y - Y 50" FOR #5 BAR, 42" FOR #4 BAR LONGITUDINAL JOINT SEALING 25" FOR #5 BAR BARS MATERIAL SAW CUT T/3 T /2 I I I I I I I f T T T T T l c c c/2c/2 c c TRANSVERSE BARS SINGLE PIECE TIE BARS SHOULD BE IN SAME PLANE AS TRANSVERSE BARS. LONGITUDINAL CONTRACTION JOINT SECTION Z - Z TABLE NO.1 LONGITUDINAL STEEL FIRST ADDITIONAL STEEL SLAB THICKNESS REGULAR SPACING BARS AT TRANSVERSE AND BAR SIZE STEEL BARS AT EDGE CONSTRUCTION JOINT OR JOINT (SECTION X-X) T BAR SPACING SPACING SPACING LENGTH (IN.) SIZE (c) (a) 2 x c L (IN.) (IN.) (IN.) (IN.) 6.0 #4 12 3 24 42 7.0 #5 12 3 24 50 TABLE NO.2 TRANSVERSE STEEL AND TIE BARS TIE BARS TIE BARS SLAB TRANSVERSE AT LONGITUDINAL AT LONGITUDINAL THICKNESS STEEL (b) CONTRACTION JOINT CONSTRUCTION JOINT SECTION Z-Z SECTION Y-Y (IN.) BAR SPACING BAR SPACING BAR SPACING SIZE (IN.) SIZE (IN.) SIZE (IN.) 6.0 #4 36 #4 72 #4 36 7.0 #4 24 #4 48 #4 24 RESIDENTIAL AND COLLECTOR STREET J10lvt � City- of CONCRETE PAVING DETAILS *Lu b6ck 2 OF 3 T E X A 5 REVISED MAY 2014 PLATE NO. 38-10 4,5 OR 7 COMPOUND CLASS JOINT SEALING 4,5 OR 7 COMPOUND CLASS JOINT SEALING TCONTRACTION JOINT COMPOUND SEALING JOINT /T/T-3INITIAL SAW CUT 31--TOCOMPOUND SEALING JOINT -TOJOINT SEALING COMPOUND CONSTRUCTION JOINT TO""SAW CUT INITIAL ROD BACKER -3"1""LONGITUDINAL JOINT SAWED EXPANSION JOINT LONGITUDINAL OR TRANSVERSE TRANSVERSE FORMED TRANSVERSE SAWED "8 1 "4 1 "2 11 "4 1"8 1"4 1 " MIN.21"8 3 "8 1 "4 1 "8 1 "4 1"41"21"4 1 "41"21412143"4 1"- 16 1 "4 1"- 16 1 "85"85REVISED PLATE NO. GENERAL NOTES 38-113 OF 3 CONCRETE PAVING DETAILS RESIDENTIAL AND COLLECTOR STREET ALLEYS. 5. TRANSVERSE CONTRACTION JOINTS SHALL BE PLACED AT THE RADII OF INTERSECTING STREETS. 4. TRANSVERSE EXPANSION JOINT SHALL BE PLACED AT THE RADII OF INTERSECTING THICKNESS. 3. THE SAW CUT FOR THE LONGITUDINAL JOINT SHALL BE ONE FOURTH THE SLAB THE RECOMMENDED EQUIPMENT AND INSTALLATION PROCEDURES TO BE USED. SHALL SUBMIT A STATEMENT FROM THE SEALANT MANUFACTURER SHOWING REQUIREMENT AND PRIOR TO BEGINNING OPERATIONS, THE CONTRACTOR 2. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE MANUFACTURES CONSTRUCTION AND THE TWO SAWED JOINTS. SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE 1. THE JOINT RESERVOIR FOR SEALANT SHALL BE SAWED UNLESS OTHER WISE APRIL 2019 ZIP STRIP TYPE 'C' HMAC MINIMUM OF THE UPPER 12" (18" MINIMUM ON ARTERIAL STREETS) OF TRENCH BACKFILL- 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL, IF USING COMPACTED BACKFILL. BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR(ASTM D 698) 2% OF OPTIMUMMOISTURE CONTENT.(MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL(FLOWABLE FILL) WITH PEA GRAVEL. ASPHALT PAVEMENT CUT REPAIRS 2' MIN. [V NO SCALE 6' r/-- ASPHALT TACK COAT. ALL JOINTS TO BE SAWCUT. ASPHALT TACK COAT. COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. GREATER THAN 5' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. 'Alo lr� - -% City of Lubbock rEYAS REVISED APR. 2020 PLATE NO. UEM-01 i L u SPLICE LENGTH 4" SAW CUT EXISTING CONCRETE PAVING COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) FULL DEPTH CUTS T MIN CONCRETE PAVING PREFERED METHOD EXISTING CONCRETE PAVING MAKE FULL DEPTH CUTS THEN REPAIR UTILITY. BACKFILL OR COMPACT TRENCH. SAW CUT 18" PERIMETER AND JACK OUT CONCRETE TIE STEEL TO MATCH EXISTING. DRILL AND DRIVE DEFORMED TIE BARS 10" CLASS 'B' CONCRETE 3000 PSI INTO EXISTING PAVING. EPDXY GROUT BAR AT 7 DAYS. ARTERIAL INTO EXISTING PAVING MATCH EXISTING BAR STREETS; CLASS "C" CONCRETE SIZE AND SPACING. SPLICE ALL CONCRETE JOINTS LENGTH 10" TO BE SAW CUT. EXISTING CONCRETE EXISTING CONCRETE PAVING • • • • PAVING T8" MINIMUM w °' �O ul y LnJ W J Z u� COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL NOTE: BAR SIZE MIN. SPLICE LENGTH 3 18" 4 18" 5 21" 6 25" 7 29" 8 33" PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). FULL DEPTH OF TRENCH 1. MIN RESIDENTIAL CUT TX 4' SEE UEM-07 FOR COLLECTOR 3. FLOW FILL CAP OR STEEL PLATES REQUIRED BACKFILL; 1 1/2 SACK AND ARTERIAL IF PAVEMENT IS NOT REPAIRED IMMEDIATELY. CONTROLLED LOW STRENGTH 2. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN MATERIAL (FLOWABLE FILL) CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING WITH PEA GRAVEL. SPECIFICATIONS. CONCRETE STREET REVISED City of APR. 2020 AND ALLEY Lubbock PLATE NO. CUT REPAIRS I x a s UEM-02 6" MIN8" MIN 12"REVISED UEM-03 BRICK STREET CUT REPAIRS MAR. 2019 (MAX. 6" LIFTS.) OPTIMUM MOISTURE CONTENT. (ASTM D 698) 2% OF MODIFIED PROCTOR BACKFILL COMPACTED TO 95%± OR RAIN EVENT FROM A WATER LEAK DUE TO MOISTURE COMPROMISED SOIL MINIMUM. 1" SAND CUSHION STREET SUPERINTENDENT. BLEND, OR AS APPROVED BY THE WITH SAND/CEMENT AT A 50-50 BRICK JOINTS TO BE FILLED 3000 PSI AT 7 DAYS. CLASS 'B' CONCRETE CONCRETE CAP BOTH DIRECTIONS. MAX. SPACING IN # 4 BARS, 12" O.C. PEA GRAVEL. (FLOWABLE FILL) WITH LOW STRENGTH MATERIAL 1 1/2 SACK CONTROLLED ALTERNATIVE BACKFILL PAVING BRICK RECOMMENDATIONS). AND MANUFACTURERS THE ENGINEERS ACCORDANCE WITH PIPE BEDDING (IN PLATE NO. EXISTING BAR SIZE AND SPACING. INTO EXISTING PAVING MATCH PAVING. EPOXY GROUT BAR TIE BARS 10" INTO EXISTING DRILL AND DRIVE DEFORMED 8 7 6 5 4 3 BAR SIZE 33" 29" 25" 21" 18" 18" MIN. SPLICE LENGTH NOT REPAIRED IMMEDIATELY. 4. FLOW FILL CAP OR STEEL PLATES REQUIRED IF PAVEMENT IS SPECIFICATIONS. CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING 3. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN 2. #5 DOWELS NEEDED IF TIED INTO EXISTING CONCRETE BASE. 1. SEE CONCRETE CAP DETAIL. PLATE NO. 36.09.05 NOTE: Z O <z w0.> dQ ad w>- a� �J Q CONCRETE ALLEY PAVING. mw `n z o o 0 0 0 0 o e — — — — — — — — — — — — — BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1#2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. THE ALLEY PAVING CONTRACTOR SHALL BE REQUIRED TO OBTAIN 95%f MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. TRENCH BACKFILL REQUIREMENT ON ALLEYS TO BE PAVED WITHIN RIGHT-OF-WAY THE ALLEY PAVING CONTRACTORS SHALL BE REQUIRED TO OBTAIN 95%± MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). Alf War �# *Lubb'o of TEXAS REVISED DEC. 2012 PLATE NO. UEM-04 BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 116 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. TRENCH BACKFILL REQUIREMENTS ON UNPAVED STREETS AND ALLEYS WITHIN RIGHT-OF-WAY EXISTING GROUND SURFACE. 12" PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). Alf. War City of Lubbock TEXAS REVISED FEB. 2017 PLATE NO. UEM-05 PLACE #4 BARS BOTH WAYS ALONG PAVING 6„ CUT AT 12" MAX. SPACING. AT LEAST 2 6" #4 BARS EACH WAY ARE REQUIRED. LIE #4 BARS, 12" O.C. MAX V NO SCALE DRILL AND DRIVE 12" SPACING IN BOTH DEFORMED #5 DOWEL DIRECTIONS, CENTERED BARS 6" INTO EXISTING IN SLAB SLAB ON 3' SPACING NOTE: 1. ALL MATERIALS AND CONSTRUCTION 2. ALL JOINTS SHALL BE PRACTICES SHALL BE IN CONFORMANCE DOWELED AS SPECIFIED WITH CITY OF LUBBOCK PUBLIC WORKS 3. MAXIMUM OF TWO TRANSVERSE ENGINEERING DESIGN STANDARDS AND CUT JOINTS BETWEEN EXISTING SPECIFICATIONS 13' TOOLED JOINTS (ONE SLAB). .11410 Ivor TYPICAL ALLEY PAVING CUT � city"f *Lubb6ck REVISED FEB. 2017 PLATE NO. UEM-06 LEGEND ® UTILITY/STREET CUT .CITY STANDARD RESTORATION REQUREMENTS FOR CONCRETE PAVEMENT BAR SIZE MIN. SPLICE LENGTH 3 18" 4 18" 5 21" 6 25" 7 29" 8 33" DOWEL MAY BE USED IN LIEU OF SPLICING REBAR WITH APPROVAL. SEE UEM-02 FOR DOWEL SIZE SPACING. J = SPACING BETWEEN JOINTS CONCRETE ARTERIAL 'Alwo'. REVISED City of APR. 2020 AND COLLECTOR WLubbock PLATE NO. PAVEMENT REPAIR Ilxns UEM-07 No Text APPENDIX G..bL( No Text A-1.3 Restrained Joint Table for Reducers Minimum length to be restrained on larger pipe (Feet): PVC Pipe Small Pipe Size (in.) Large Pipe Size (in.) 4 6 8 10 12 16 20 24 4 - 22 40 54 69 95 119 142 6 - - 23 41 57 86 112 137 8 - - - 23 42 75 103 129 10 - - - - 23 61 92 120 12 - - - - - 44 78 109 16 - - - - - - 44 80 20 - - - - - - - 44 24 - - - - - - - - D.I. Pipe Branch Pipe Size (in.) Run Pipe Size (in.) 4 6 8 10 12 16 20 24 4 - 12 21 29 36 50 63 75 6 - - 13 22 30 46 59 72 8 - - - 12 22 40 54 68 10 - - - - 13 32 49 63 12 - - - - - 23 42 57 16 - - - - - - 23 42 20 - - - - - - - 24 24 1 - - - - - - - - Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test Pressure 100 psi, and minimum restrained length of small size pipe to be 1/2 that listed here. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Design Standards and Specifications for Water and Sewer No Text A-2 Approved Materials and Manufacturers List Note: Incomplete applications will be returned unprocessed. Application For New Product(s) Date of Application:_____________________ Company Name Address Contact Person Position Phone Number Email Fax Number Manufacturer (If not applicant) Supplier (If not applicant) Product Nomenclature Model No. Series Description/Use of Product Have you included a sample? Would you like this sample returned? List Testing Certifications (Required) 1. List Attached Items (Provide five copies of each) 1. 2. 2. 3. 3. 4. 4. 5. 5. 6. 6. 7. 7. ****Do not write below this line - - For City use only**** Application No. ______________ (Ex. 2014-01) Approved By: ______________ Title: ______________ Accepted Rejected Comments: No Text Rev. 05-01-2014 CERTIFICATE OF COMPLETION DATE: ___________________________ PROJECT DATA SUBDIVISION NAME: _____________________________________ PLAT DESCRIPTION: _____________________________________ TYPE OF MUNICIPAL IMPROVEMENT ☐ WATER ☐ SEWER ☐ PAVING ☐ DRAINAGE ☐ OTHER ____________________________________________ CONTRACTOR'S AFFIDAVIT TO DEVELOPER I certify that the work under the above named project, including all amendments thereto, has been satisfactorily completed in accordance with the engineering plans and specifications and in accordance with the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications; that no liens have been or will be attached against the property and improvements of the owner; that no suits are pending by reason on the project under the contract; and no public liability claims are pending. CONTRACTOR / DEVELOPER: _______________________________ ADDRESS: ____________________________________________ PHONE: ____________________________________________ SIGNED: ____________________________________________ PRINTED: ____________________________________________ TITLE: ____________________________________________ RECOGNITION BY CITY OF LUBBOCK An inspection of the work on the above referenced Project was conducted on _____________________. Those participating in the inspection (final walk-through) were __________________, _________________, _____________________, _____________________, _________________, _______________________, ________________________, ________________________, and _________________________. The inspection revealed that the infrastructure inspected has been completed substantially in accordance with the plans and specifications and is recommended for acceptance on ___________________________. City of Lubbock __________________ By ______________________ Printed Name ______________________ Title No Text Rev. 05-01-2014 DEVELOPER WARRANTY STATEMENT DATE: _____________ PROJECT DATA SUBDIVISION NAME: _________________________________________ PLAT DESCRIPTION: _________________________________________ TYPE OF MUNICIPAL IMPROVEMENT ☐ WATER ☐ SEWER ☐ PAVING ☐ DRAINAGE ☐ OTHER _________________________________________________ WARRANTY STATEMENT TO THE CITY OF LUBBOCK: As the developer of the above referenced development, I guarantee the improvements installed by my Contractor and inspected, tested, and accepted by the City of Lubbock to be free from defects for a period of one year for water and/or sewer improvements and two years for paving and or drainage improvements from the date the infrastructure is accepted by the City of Lubbock. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. The Contractor, Engineer/Surveyor, Record Drawing submittal date, and the Substantial Completion Date are listed below. CONTRACTOR: ___________________________________________ ENGINEER/SURVEYOR: _____________________________________ RECORD DRAWING SUBMITTAL DATE: ________________________ SUBSTANTIAL COMPLETION DATE: ______________________________ DEVELOPER CONTACT INFORMATION DEVELOPER: __________________________________________________ ADDRESS: __________________________________________________ PHONE: __________________________________________________ EMAIL: __________________________________________________ SIGNED: __________________________________________________ PRINTED: __________________________________________________ LIMITATIONS This warranty does not include damage to underground utilities caused by others due to excavation or boring activities after the date of the infrastructure is accepted by the City of Lubbock. This warranty does not include any cosmetic damages or the results of any cosmetic damages to either above ground utility infrastructure or paving/drainage improvements occurring after the date of substantial completion. These cosmetic damages may include but are not limited to gouges in asphalt from vehicular traffic excluding all construction equipment related to the development, the failure of asphalt due to water ponding beyond the control of the Developer, any natural disaster, or utility work within dedicated Public Right of Way. No Text 1 CRITERIA MEETS SPECIFICATIONSNOT APPLICABLENEED VARIANCENOTES General Requirements Provide 2 sets of plan for review Provide review fee calculations Provide payment for review fee Drawings shall be no larger than 24”x36”. Include a Location map Include a Title Block (lower right corner preferred) Drawing Scale shall be Horizontal 1”=50’ or 1”=20’ Vertical 1”=1’ or 1”=2’ Include original date and revision dates Include Name of Professional Engineer Include Firm Name and Contact Information Include Legal Description of Property Being Improved Include Drawings Numbers Include City of Lubbock Inspector Contact Information 806-775-3751. Include Note on Plans “All work shall be in accordance with the City of Lubbock Minimum Design Standards and Specifications.” Plan Include Benchmark and Datum Include North Arrow LEGAL DESCRIPTION: ENGINEERING FIRM:ADDRESS: E-MAIL:CONTACT: PHONE NUMBER:DATE: PAVEMENT MUNICIPAL IMPROVEMENTS SUBMITTAL CHECKLIST 2 CRITERIA MEETS SPECIFICATIONSNOT APPLICABLENEED VARIANCENOTES Include ROW lines, property lines and lot numbers Include Street Names and Easements with Width Dimensions Include Existing Curbs and Paving (Gray) Include Proposed Curbs and Paving (Bold) Include Spot Elevations on Radii, Dips, Grade Breaks, and Ditches Include Location and Direction of Dips Include Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.) Profile Include Existing Ground Surface at Curb Lines (Gray) Include Existing Gutters or Flow Lines (Gray) Include Proposed Gutters or Flow Lines (Bold) Include Stationing with Profiles Indexed to Plan View Include Intermediate Station Numbers and Elevations at Points of Grade Change and Radii Include Ditch Grades Include Existing and Proposed Utilities Where Crossed Detail Sheet Details are not required when engineers plans refer to City standards Include all non-standard details Overall Layout Sheet – As Required Drawing Scale shall be 1 "=100' Include Lot Lines Include Streets and Street Names 1 CRITERIA MEETS SPECIFICATIONSNOT APPLICABLENEED VARIANCENOTES General Requirements Provide 2 plan sets for review Provide fee calculations (Pro Rata) Provide payment of review fee Include a Location map All drawings shall be approximately 24-inch by 36-inch in size Include the legal description of property being improved Include a title block (Lower right hand corner preferred) Make the drawings to standard engineering scale (with graphic scale representation shown on plans) Include original date and revision dates Include the name of the Professional Engineer Include Professional Engineer’s seal Include the Firm name and contact information Include City of Lubbock Engineering Department Contact Information: Development Engineering Services: (806) 775-2347 Senior Inspector: (806) 548-4152 Include Drawing number(s) Includes statement: “All work shall be performed in accordance with the City of Lubbock Design Standards and Specifications.” Plans Include Bench Marks LEGAL DESCRIPTION: ENGINEERING FIRM:ADDRESS: E-MAIL:CONTACT: PHONE NUMBER:DATE: WATER AND SEWER MUNICIPAL INFRASTRUCTURE SUBMITTAL CHECKLIST 2 CRITERIA MEETS SPECIFICATIONSNOT APPLICABLENEED VARIANCENOTES Include Location control dimensions Include North Arrows Include Property Lines Include Street Names and Easements with Width Dimensions Include Existing Buried Utility Lines Location and Depth (Gray-Dashed) Water Gas Communications Storm drains Sanitary sewers Electric Include Other Pertinent Details (Structures, Curbs, Water Courses, Etc.) Include Proposed water/sewer mains (Bold – Solid) Label proposed diameters Label proposed materials Include proposed manholes Label water line elements (fittings, tees, crosses, reducers, bends, plugs, blow-offs, thrust blocks, valves and fire hydrants) Include stationing and other number designations Include elevation of inverts in and out of manhole Include elevation of manhole rim Label manhole stub-outs Include proposed future extensions Include proposed service connections or stub- ins Include proposed concrete encasement Include proposed cut-off walls Include easement description for offsite easements. Make utility easements have correct orientation and offsets (water north & west, sewer 10ft from water lines) Profiles Include ground surface – existing (dotted) and proposed (Solid) Include station numbers Include length between manholes and depth of cut Include existing and proposed utilities where crossed 3 CRITERIA MEETS SPECIFICATIONSNOT APPLICABLENEED VARIANCENOTES Include existing manhole invert and rim elevations Include Plan, Profile, and Complete Details for off-site transmission mains, lift stations, special valves and vaults, tanks, etc. Water Design Include water line summary Include overall layout (scale 1” = 100’) Include Profiles at large utility crossings including sewer mains >10”, fiber or electric duct banks, storm sewers, etc. Include profiles for 12” or larger water lines. Verify existing lines for tie-in Abandoned line procedure followed Boring and casing standards followed Include shutoff valves (12” or < dist. mains <600ft, larger mains <800ft) Include a fire hydrant within 500ft of each structure Make a looped system Water lines shall be 2 ft. above existing sewer lines (and force mains) Make joint spacing and clearances of 9ft at sewer crossing No stub outs under paving No dead end mains > 150ft No developed lines that cut off adjacent plots from future water No service taps off streets No size on size municipal taps without approval Sewer Design Include overall layout (scale 1” = 100’) Include profiles Verify existing line for tie-in Abandoned line procedure followed Gradients follow: 6 in diam 0.60-12.35% 8 in diam 0.40-8.40% 10 in diam 0.28-6.23% 12 in diam 0.22-4.88% 15 in diam 0.15-3.62% 18 in diam 0.12-2.83% All shallow manholes (<16ft) on small sewer lines (<15in diam) have 48in diam manholes spaced at <500ft All deep manholes (>16ft) on small sewer lines (<15in diam) have 60in diam manholes spaced at <500ft 4 CRITERIA MEETS SPECIFICATIONSNOT APPLICABLENEED VARIANCENOTES All manholes on large sewer lines (>15in diam) have 60in diam manholes spaced at <800ft Protective coatings specified on all large and drop manholes and manholes receiving force main discharge Max sewer service tap depth of 12ft (or Engineering Department approval) Water lines shall be 2 ft. above existing sewer lines (and force mains) Joint spacing and clearance of 9ft at sewer crossing Inlet drops in manholes follow: Inlet angle <30 degree drop 0.10ft min Inlet angle >30 degree drop 0.20ft min Inlet with <24 in drop must be filleted Drop manhole (>24in drop) follow: Existing manholes drop inside New manholes drop outside No stub outs under paving p . 1 o f 2 R e f u n d C o n t r a c t R E F U N D C O N T R A C T D E C L A R A T I O N DEVELOPMENT LEGAL DESCRIPTION OF PROPERTY: DEVELOPER/OWNER: ADDRESS: NUMBER STREET CITY STATE ZIP CERTIFIED REFUND INTENT I accept the terms of this Refund Contract (the “Contract”) and request the adjacent mains fees collected by the City of Lubbock (the “City”), for the infrastructure improvements (“Improvements”) on the developed property listed above (the “Property”), be released to me as a refund within 6 (six) months of receipt. I hereby knowingly, and willingly waive the right to a refund for adjacent mains fees for Improvements accepted by the City on behalf of the Property (including all lines not shown in “Exhibit A”) due to separate agreements made with adjacent property owners or for any other reason. The City and the undersigned developer, Property owner, and/or authorized representative of the developer or Property owner, pursuant to Section 22.05.015 of the City of Lubbock Code of Ordinances, does hereby enter into this Contract for Water and/or Sewer Infrastructure. The execution of which is upon acceptance of infrastructure by the City, which requires infrastructure development that is performed in accordance with Section 22.05.010, including, but not limited to receipt of as-builts of the water and sewer improvements as outlined in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. The parties hereto, by execution of this Contract, acknowledge and agree that the amount of the refund, if any, shall ultimately be determined, in part, on the number of adjacent property owners electing to connect to the infrastructure during the term of the Contract, and further paying the appropriate adjacent main fee. During the term of this Contract, the City shall hold, in trust, adjacent main fees collected in connection with the Property, and periodically release funds therefrom, to eligible applicants, for any associated extensions. The City makes no representation as to, nor does it warrant, the amount of refund eligible under the Contract, and the City is under no obligation to pay, from its own funds, any portion of the refund. The lines subject to this Contract are attached as “Exhibit A” (which shall include record REFUND CONTRACT NO. p . 2 o f 2 R e f u n d C o n t r a c t drawings including the water and sewer refund calculation spreadsheet for each line the developer is requesting the refund of fees collected), attached and incorporated herein. The term of this refund contract shall be fifteen (15) years from the date of execution, and in no case shall the City be liable to issue refunds after such term. No interest shall accrue or be paid on any funds held by the City. ___________________________________________ PRINTED NAME OF DEVELOPER/ PROPERTY OWNER OR AUTHORIZED REPRESENTATIVE SIGNATURE DATE BELOW TO BE COMPLETED BY THE CITY Lines Accepted On: ___________________ Authorized By the City: LUBBOCK ASSISTANT CITY MANAGER DATE REFUND CONTRACT NO. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 20-15336-TF Annexation of Water Line Project I-27 & North Frankford Ave. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. The bidder MUST 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. Include corporate seal and Secretary's signature. _,Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete CITY OF LUBBOCK REFERENCE FORM. 4. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. ontractor's signature must be original. 5. Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS 6. Clearly mark the bid number, title, due date and time and your company name and address on the outside f the envelope or container. 7. —Le!!f 1 sure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 8. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 9. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's /FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 10. ✓ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 11. ✓ hapter 2270 Prohibition on Contracts with Companies Boycotting Israel 12.�Complete and submit the LIST OF SUB -CONTRACTORS. 13. t/ Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 14. ✓ Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. 0lw/<'S 4eAse S040Vz (Type or Print Company Name) 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. CITY OF LUBBOCK REFERENCE FORM 4-3. CONTRACTOR’S STATEMENT OF QUALIFICATIONS 4-4. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-5. SAFETY RECORD QUESTIONNAIRE 4-6. SUSPENSION AND DEBARMENT CERTIFICATION 4-7. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-8. 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 20-15336-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1314 Ave K, Floor 9, Lubbock, Texas, 79401, until 2:00 PM on July 1, 2020, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: Annexation of Water Line Project I-27 & North Frankford Ave. 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 2:00 PM on July 1, 2020, and the City of Lubbock City Council will consider the proposals on July 28, 2020, at the City Hall, 1314 Ave K, Floor 9, Lubbock, Texas, 79401, 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 Offeror. 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 Offeror regarding all local conditions under which the work is to be done. It shall be understood and agree d 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 teleconference on June 17, 2020, at 10:00AM. Details and participation instructions are provided on the project information page of BidSync.com. 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 Annexation of Water Line Project I-27 & North Frankford Ave. per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM, July 1, 2020, 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 20-15336-TF, Annexation of Water Line Project I-27 & North Frankford Ave.” 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 1314 Ave K, Floor 9 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 Offerors will be considered responsive and evaluated for 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 on June 17, 2020 at 10:00AM, via teleconference. Details and participation instructions are provided on the project information page of BidSync.com. 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 Public Information Act. 6.4 Pursuant to Section 552.234(c) of the Texas Government Code, the City of Lubbock has designated the following email address for which public information requests may be made by an emailed request: orr@mylubbock.us. Please send this request to this email address for it to be processed. 6.5 For more information, please see the City of Lubbock Public Information Act website at: https://ci.lubbock.tx.us/pages/public-information-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. 4 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 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: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contract Management Office 1314 Ave K, Floor 9 Lubbock, Texas, 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 330 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. 5 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of an y 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 6 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. 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 7 shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 8 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 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 ins pection 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 pr ices 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. 9 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 20-15336-TF ANNEXATION OF WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE." Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal 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 t he 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 10 Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer’s qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub-Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non-municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas 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). 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. 11 32.3 5 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score). 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 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 $2,200,000. 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. 12 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 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 PROTEST 35.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 13 36 PREVAILING WAGE RATES 36.1 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. Page Intentionally Left Blank 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 1.7D1IIKIDIC PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: ZZO/ O PROJECT NUMBER: RFP 20-15336-TF Annexation of Water Line Project I-27 & North Frankford Ave. Proposal of Offeror) r {hereinafter called To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Annexation of Water Line Project I-27 & North Frankford Ave. having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. IITEM DESCRIPTION Q I U/M I UNIT COST I EXTENDED General Mobilization/Demobilization - Contractor mobilization including 1 move -in and move -out cost from each site location. Provide and maintain a SWPPP - 2 Including preparation, NOI, NOT, and all other work considered incidental to this item. LS LS Provide and maintain a Traffic Control Plan - Preparation, approval 3 from COL Traffic Engineering to all 1 LS sites, and all other work considered incidental to this item. q Trench Safety - Complete and in 133021 ` I LF place. 5 0, 000.00 150, 0OD. 00 I81125.00 lig,125-.00 25,3 00.00 125.300,00 5 0 1161510-50 ITEM DESCRIPTION QTY UIM UNIT COST EXTENDED COST I-27 Furnish and install 12" C-900 DR-18 approved water pipe in open cut 5 trench, backfilled to 95% compaction, 18157 LF 30, 00 MM 5 y f..? 1 D. W and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 6" C-900 DR 18 approved water pipe in open cut 0 trench, backfilled to 95% compaction, 50 LF 13. oo 650. 00 and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 12" C-900 DR-18 7 approved water pipe by means other 345 LF 90.00 '27,6 00.00 than open cut as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 20" steel encasement with 12" C-900 DR-18 pvc pipe by bore, provide all casing 8 spacers and backfilled to 95% 177 LF 1 S 0. 00 3118 GO. 00 compaction, and tested as herein . specified, including all fittings, equipment, tools, and labor to perform work, as herein specified. Furnish and install 12" gate valve 9 and box as herein specified, including 19 EA �"13 S 51 Cl 65.00 ' all equipment, tools, and labor to 7 perform work. Furnish and install 6" gate valve and 10 box as herein specified, including all 13 EA 1,225.00 equipment, tools, and labor to performIt work. Furnish and install Fire Hydrant, as 11 herein specified, including all fittings, 13 EA 31100.00 �O Ov 00 equipment, tools, and labor to perform work. Remove and salvage existing Fire Hydrant. 12 Air relief valve as herein specified, including all equipment, tools, and 2 EA +� oo. 12 ,,fw ^ �, � T� 2 00- W labor to perform work. Offeror's initials REVISED ITEM1. DESCRIPTION QTY U/M UNIT COST EXTENDED Frankford Ave Water Line Furnish and install 12" C-900 DR-18 approved water pipe in open cut trench, backfilled to 95% compaction, 14864 LF 31, 00 460,7 81.00 13 and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 10" C-900 DR-18 approved water pipe in open cut 14 trench, backfilled to 95% compaction, 17 LF 9 0, DQ I,530.00 and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 8" C-900 DR-18 approved water pipe in open cut 15 trench, backfilled to 95% compaction, 223 LF Z �. �O 106. 00 and tested as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 6" C-900 DR 18 approved water pipe in open cut 16 trench, backfilled to 95% compaction, 277 LF B. oo r 31 01 {gyp and tested as herein specified, . including all fittings, equipment, tools, and labor to perform work. Furnish and install 12" C-900 DR-18 17 approved water pipe by means other 1972 LF 8 Q, 00 1 S 71760. W than open cut as herein specified, including all fittings, equipment, tools, and labor to perform work. Furnish and install 20" steel encasement with 12" C-900 DR 18 pvc pipe by bore, provide all casing g spacers and backfilled to 95% 426 LF 19 � 00 8111 n oo compaction, and tested as herein , specified, including all fittings, equipment, tools, and labor to perform work, as herein specified. Offeror's Initials REVISED ITEM DESCRIPTION QTY UIM UNIT COST EXTENDED COST Furnish and install 18" steel encasement with 10" C-900 DR-18 pvc pipe by bore, provide all casing 19 spacers and backfilled to 95% 202 LF 1 ! I 1'7'? 00 3S [L0 + compaction, and tested as herein • !75 specified, including all fittings, equipment, tools, and labor to perform work, as herein specified. Furnish and install 16" steel encasement with 8" C-900 DR-18 pvc pipe by bore, provide all casing 20 spacers and backfilled to 95% 303 LF 166.00 00 /� 50 2 S.W compaction, and tested as herein t�q specified, including all fittings, equipment, tools, and labor to perform work, as herein specified. Furnish and install 12" gate valve 21 and box as herein specified, including 29 EA 2.735000 79 3 I S. 00 all equipment, tools, and labor to ? perform work. Furnish and install 10" gate valve 22 and box as herein specified, including 5 EA 2p0. 00 r 0.00 11500.00 all equipment, tools, and labor to perform work. Furnish and install 8" gate valve and 23 box as herein specified, including all 8 EA !S 75. 00 12,) 00•00 K3 equipment, tools, and labor to perform f ' work. Furnish and install 6" gate valve and 24 box as herein specified, including all 27 EA ! 10.00 32'9c] OD TV equipment, tools, and labor to perform ' work. Furnish and install Fire Hydrant, as 25 herein specified, including all fittings, 27 LF 31100. 00 83,700.00 equipment, tools, and labor to perform work. Air relief valve as herein specified, 26 including all equipment, tools, and l EA 15,760. 00 157760. 00 labor to perform work. ��� Offeror's Initials REVISED ITEM DESCRIPTION QTY +1- U/M UNIT COST EXTENDED COST Street Repair Removal and repair asphalt paving, including all material, equipment and labor to perform sub grade compaction 200 SY q 0. 00 19,000.00 27 and testing. HMAC installation per Specifications and all other work considered incidental to this item. Gravel driveway repair, including all material, equipment and labor to 28 perform sub grade compaction and 280 SY 22,00 W60.00 testing. Flex Base installation per Specifications and all other work considered incidental to this item. 29 24" concrete landscaping, including 40 LF 1 00. 00 L�-0()0.00 all material, equipment and labor to perform installation. 30 Plowable backfill as approved, complete and in place per 225 CY 173.00 3 SQ 1 S. oo Specifications. Total (Item I — Item 30) $1,117,07a.50 PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 1 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: (to Final Completion) (not to exceed 330 consecutive calendar days to Substantial Completion / 360 consecutive calendar days to Final Completion). Offeror's Initials REVISED Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 330 Consecutive Calendar Days with final completion within 360 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $300 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ] or a Proposal Bond in the sum of Dollars {$ }, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST:. Secretary Offeror acknowledges receipt of the following addenda Addenda No. i Date a 6i -,-2 0 Addenda No. Date Addenda No. Date Addenda No. Date MIWBE Finn: Date: AuthprKzed ignature fMiAl lon (Printed or Typed Name) Lnks L eases Szc Ll 1, C, C -T,AIe, Company Address � evel ICA hj City, County State Zip Code Telephoner - S Fax: F'& - Email: rP'i h KS 1 nc eao l .C✓ofy\ FEDERAL TAX ID or SOCIAL SECURITY No. Merchants Bonding Company P.O. BOX 26720 • AUSTIN, TX 787WO720 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: That .-RINK'S LEASE SERVICE, INC. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Horne Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to CITY OF LUBBOCK H y (hereinafter called the Obligee) in the full and just sum of ($--- -------------------- 5%"""""-- --- -----_-------- FIVE PERCENT OF THE GREATEST AMOUNT BID------------------------------------------------------ Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 1 St day of JULY , 2020 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for ANNEXATION OF WATER LINE PROJECT 1-27 & NORTH FRANKFORD AVE. RFP 20-15336-TF according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. WitnesS,0z00'z'/Z/.. Attest: CONOM U (om} MARLA HILL RINK'S LEASE SERVICE, INC. _ Principal Y By WANTS BONDI COMPANY (Mutual) By--.W HOWARD COWAN, ATTORNEY -IN -FACT MERCHAN S ' BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the 'Companies') do hereby make, constitute and appoint, individually, Howard Cowan, Marla Hill their true and lawful Attomey(s)4n-Fact, to sign its name as surety(ies) and to execute, seat and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof. on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guarantee:ng bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on Apri! 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, reoognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed.' In connection with obligations in favor of the Florida Department of Transportation only, it Is agreed that the power and aut hority hereby given to the Attomey4n-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or Its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it Is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 11th day of February 2020 '•a■anarrq•4 .,.• ��lonrq� ..,. ••••'•••• .•o�N� CQ •. •• jiPOq ��•� y.�o q.,oy. �''� •'M'O•• �O�ORPOAq�9`.� MERCHANTS BONDWGCOMPANY {MUTUAL} ?Z:Z owe :ti:Z MERCHANT NATIONAL BONDING, INC. -o- v'. 2003 ; ;� . o- : y 1933 c By / 3''• ..........;;�t�� ••� `Y ••J6�`y \1,��. President STATE OFIOWA `''••r•a••••''• •••••••'• COUNTY OF DALLAS ss. On this 11th day of February 2020 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. .1 POLLY MASON z • • , � Commission Number 750576 My Commission Expires P January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Wiliam Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this •a•''ZioAiq'••• o'4�'- :Zd2 -o- 2003 ;tea. POA 0018 (1120) `'"•"" .•••- ••Mto • 1st day of JULY , 2020 . •DaPOq .9. 1933 r; Secretary • Page Intentionally Left Blank i , City of Lubbock Bid RFP 20-15336-TF City of Lubbock, TX RFP 20-15336-TF Annexation of Water Line Project I-27 & North Frankford Ave. Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers users of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Government/ Company Name: 0 QC 1 d e /4a 1 PP r m r Q n- Address: 3 /15— 1 4'�'y I / )-eV ° 11tI /1Gl/ 1 Y W -5 -36 Contact Person and Title: C�1 of��e / COi�S-r�r C+� orrPC �Ql r�`S Phone: gob - 638 - a 3 t) S REFERENCE TWO Government/ Company Name: PG r k n � i' SnO A �- Npe r Address: '!'f�d� ( s-4A S4 Tfe-f, , � u Lb0 C �, `TX 79 �a 3 Contact Person and Title: Kyle- K(U C Pf — & n ; n rP r Phone: 'z�M - 3 9a - 83 9a fma%I'. kkragrr(27e-am Pst.covrA 1REFERENCE THREE Government/ Company Name: l iTy 4 cran t - Address: i I SY ST � ee4- 0 fO ii 1; ` /� -797 3I Contact Person and Title: b fIL( G M uen Ad (n r n' 34m jr Phone: 3 c�+ ` q�b ~ $rl�� Flax: 6/8/2020 7:49 AM p, 38 Page Intentionally Left Blank 12 Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, o r to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: x ' City of Lubbock Bid RFP 20-15336-TF Contractor's General Information Organization Doing Business As Rinks Lease Service nc. P.O. Box 456 — Business Address of Principle Office Levelland, Tx 79336 T �� ET�lephone Numbers eoe ae4 7ai5 Main Number aos aea-2es� —" — Fax Number - - - 806494.3491 ` Web Site Address rrinkslnc@aol.cam Form of Business (Check One) A Corporation A Partnership ; An Individual Date of Incorporation January -1989 State of Incorporation axes Chief Chief Executive Officer's Name YKip Middleton _President's Name tap Middleton I Vice President's Name(s) Randall Middleton Secretary's Name Leanna Perez Treasurer's Name Leanna Perez Date of Organization +or -State whether partnership is genera limited Name _ WA -- ..- Business Address - - UM Average Number of Current Full Time 20 Average Estimate of Revenue fo L Employees Current Year 1,000,000.00 Warzoza r:as AM f3 p. 40 City of Lubbock Bid RFP 20-16336-TF Contractor's Organizational Experience Organization Doing Business As ' Business Address of Regional Office Name of Regional Office Manager Telephone Numbers _ Main Number Fax Number Web Site Address RinWs Lease Service Inc. P.O. Box 456 1707 Hwy 300 Levelland, Tx 79336 Kip Middleton 806-894-7415 806-894-2951 i;&894-3491 List of names that this organization currently, has or includin the names of related companies resentl i Names of Organization pates operating under over the history of the organization, business: From Date To Date List of companies, firms or oiza rgantions that own any part of the organization. Name jof�companies, firms or organization Percent Ownership Mill Years experience in projects similar to the proposed project: 32 yeas As a General Contractor— —T-32 years Asa Joint Venture Partner a Has this or a predecessor organization ever defaulted on a project or failed to complete any wor� awarded to it? ran If yes provide frill details in a separate attachment. See attachment No.� Has this or a predecessor organization been released from a bid or proposal in the past ten years? r,r. If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five years? "o If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? MD i if yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defmcd in the contract documents? uo If yes provide full details in a separate attachment. See attachment No. 6/8/2020 7:49 AM 14 P. 4,1 City of Lubbock Bid RFP 20-15336-TF *r Contractor's Proposed Key Personnel Organization Doing Business As Provide a brief description of the managerial structure of the organization and illustrate with an organizational4ait Include the title and names of key personnel. Include this chart San attachment to this description. See attachment No. �-.p M,(1c1L0-)D1q) - res►deny/CEo Randall dNdollMn- U. Pre§ deny-/&M 6dd-,,e 75rrez, - Superin rnoltof 0� Prcca-1:0t1 -S', rnrny - prQJPQ1-/SQ-'e+y RareYO0rl -�-uv,rr Franco- iffqc ,pmrn- Foremon [Nvlc- 7�en'4eZ- Super',n+nderi�- Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. QS Sam e a s a Bove, Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Project Superintendent rrz i0a Lil ri i Z Project Safety Officer , rnnti y ki-µ f- Jre r^ /fra n CO Quality Control Manager -1tr flautAd A i f D e If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. I M i o�ol I t-hi-►`v w 11 b t de vo4ect 70o o-' n Is 41 tv qua l(+Y 0s Pro?4 MOIA09er. -10 r E po% ce+ CDO-kol o nd- d4- l5 6/8/2020 7:49 AM p. 42 A-#oahpleP-(- :"-I -fo r Py. . /s City of Lubbock Bid RFP 20-16336-TF Proposed Project Managers Organization Doing Business As Name of Individual n S eos-e- -e c Years of Experience as Project Manager _ 3oZ Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date C ra fie a �D %a Sol aOaa f+J. cituWootk 61 *� k Es+ • ;'. 0�- PPriff &i k a p2aySul fSf Reference Contact Information(listing names indicates a roval to contactingthe names individuals as a reference) Name Name r Title/ Position Title/ Position nq` Organization Or anization -- d Mop. r Telephone O Telephone - E-mail E-mail Project'Jn 77, A Project + Candidate role on Project Name of Individual ro of ma n a g r Candidates role on Project Pro ,,n na r J Years of Experience as Project Manager / O Years of Experience with this organization / O Number of similar projects as Project Manager -j Number of similar projects in other positions / L7 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date COi° 3 a '59 7ul ;. IDS S 5 OC7a Sul o u oc l Name 7Q wa a� Name -emu r - Wri Title/ Position 1,eade r Title/ Position S Organization Organization Telephone - - Tele hone -7 136` E-mail E-mail Project Project " ftc ' Candidate tleton^II Project R(U� iM�a %� Candidate role on Project // �.,L f� s Manage Ib 6/8/2020 7:49 AM p. 43 City of Lubbock Bid RFP 20-16336-TF Proposed Project Superintendent Organization Doing Business As Name of Individual , n S JeoS Se T ✓ t C ev, -�0 e Years of Experience as Project Superintendent 3S 3a s Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date o ra n Oai am ILJi Reference Contact Information(listing names indicates ap roval to contactingthe names individuals as a reference Name Dru 03 ro ye n S Name a Title/ Position ; Title/ Position Organization n Organization Telephone a — — St Ra Telephone / / — E-mail i p� re—K i OX YY1 Project r1. n e— r Project Pennei knnM Candidate role on Project Name of Individual Super IAffn q(enf Canddateroleon a v; r suPtrin-frn o(t°nf n 1 Z Years of Experience as Project Superintendent a Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions a�} Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date G+ o erancwa 4i Name f(.L r ve n Name Title/ Position i Title/ Position n 1 O anization Organization X Telephone 3 Telephone (7 — 0 E-mail i i E-mail i R (Nd 1l Project l Project If Vt j Q Candidate role on Project C� m a 1 Candidate role on Project S uPQr�i n-f -�r� d of 17 6/8/2020 7:49 AM p. 44 City of Lubbock Bid RFP 20-15336-TF Proposed Project Safety Officer Organization Doing Business As Name of Individual t n Ws ease Se rf/+ n Years of Experience as Project Safety Officer 3 3 / a / S Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 4ciV Cranes _Yut ADaD Reference Contact Information listing names indicates ap roval to contacting the names individuals as a reference Name 13V Name Title) Position Title) Position — Organization Organization Tele hone — Telephone — E-mail E-mail Project Project i Candidate role, on Pro'ect Name of Individual c r �}� t��l1+9'-AdPn7L Candidate role on Project SupP��n-Fc_nd�nf U f ra n to Years of Experience as Project Safety Officer Years of Experience with this organization A0 Number of similar projects as Safety Officer /S Number of similar projects in other positions 5-0 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date i+ M n C__ io o% r 1`7+ Name �, _ Title/ Position Name /► Title/ Position Or anization li Or anization7 Tele hone Telephone — E-mail E-mail US Project Project::::E Candidate role on Project /L�'Y _CcW f � � Candidate role on Project day few f�htQ IS 6/8/2020 7:49 AM p 46 City of Lubbock Bid RFP 20-15336-TF Proposed Project Quality Control Manager Organization Doing Business As Name of Individual 12, n k is tv S e J r✓ 1 a-*e, :7 I'1 Q, Years of Experience as Quality Control Manager i 0 / D Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date o rangy t 4 Reference Contact Information(listing names indicates ap roval to contactingthe names individuals as a reference Name Name ; Title/ Position Title/ Position Organization Organization ji Telephone Telephone E-mail E-mail ' Project Project Candidate role on Project Name of Individual LYUikI� G'oy I Manager Candidate role on Project P��P� Y1�lInG4�f r f r eZ Years of Experience as Quality Control Manager / fl Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions 6-0 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date r 0 ro A — 00 ui Boa Name (( 7 Name ST, r� r' Title/ Position IIS b i Title/ Position fr° Q Or anization ) Organization Tele hone - a Telephone Qvo- E-mail E-mail Project WX iFFVJ)-J-Project Ir « $tvio Candidate role on Project � .'`-6 ' 0 r0 f -p—M C lr1 Candidate role on Project ExeQ VQ-1P-0n -F4 re yto Yi 001 19 6/8/2020 7:49 AM p_ 40 City of Lubbock Bid RFP 20-15336-TF Contractor's Project Experience and Resources Organization Doing Business As iC?Se t'fW i e Q A C' Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the or anizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration See A-A)C, m r'n+ 0, 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necess Equipment Item Primary Use on Project Own Bill Lease -7- s S t ;A 4 a- r - r A- eAr yxa k h 0 ifS 0,, 4, � I- A 1 eav p i ti 1- C A-T ', r - Qc e r o V e c. tZoQd Rnre--k ` V r ' f41WWS I-VerM What work will the organization complete using its own resources? ,411 c46- oO C k 0L W 1 t4A Ck'l �/jq, ay,n •PRe Ids 4 o r vewar S, Ci eO Y1 What work does the or anization propose to subcontract on this ro'ect? �> So; i Dens %4y s* �) Waier- 5,0 mple- 20 6/8/2020 7:49 AM p. 47 Attachment C for gage Zo. Rink's Lease Service is accustomed to working within contract guidelines with attention to deadlines, details, safety, a budget and quality. Rink's reputation and safety record for 32 years is evidence. 1) Kip Middleton uses the contract as the blueprint for the project to insure all aspects are included and completed. 2) Sub -contractors will be used on a limited basis for this project. Material suppliers have been contacted and are fully able to meet the supply needs. 3) The time frame for projects is always a concern and is in the forefront of daily goals, to meet completion date. Rink's has the personnel, expertise and equipment to meet the project start and finish dates. Employees work 7 am to 5 pm Monday -Friday for a 50 hour week. 4) Kip has bid jobs at Rink's for 30 years. He understands the need to provide quality materials and services at a cost effective price. Change orders are avoided when possible. 5) The personnel outlined on previous pages, have years of experience installing pipelines. Quality of installation will be monitored daily since these specialists will be on site throughout the project. G) Rinks personnel have worked under Occidental Permian safety regulations for 30 years. These guidelines are the strictest of OSHA. Rink's takes pride in its exemplary safety record. All safety precautions will be studied, preempted and strictly followed. All personnel are trained in: a. Driving safety b. Manual lifting c. Trenching/Shoring d. Fall protection e. H2S/First Aid CPR f. Electrical Safety g. Fire Protection h. Heavy Equipment Operation and Spotting Training I. Hot Work j. Lack Out -Tag Out k. STOP Work Authority is granted to all employees 7) Rink's has the experience and knowledge to adjust to changes as outlined by the project engineer. 8) Randall Middleton will oversee the appropriate equipment needed for the project. Equipment will be moved in and out, so as not to congest the work area. 9) Rink's Lease Service, Inc. actively participates with HUB/MWBE in that is it owned by: Kip Middleton/President — 40% ownership Randall Middleton/Vice President — 30% ownership Leanna Perez/Secretary-Treasurer— 30% ownership City of Lubbock Bid RFP 20-15336-TF Contractor's Subcontractors and Vendors Organization Doing Business As 1Z 111( S f41C SP rr✓+ C PYn Provide a list of subcontractors that will provide more than 10 percent of the work based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm "r9A66-23 t 21 6/6/2020 7-49 AM p. 48 City of Lubbock Current Projects and Project Completed within the last 10 Years 8 A[%&R11Ji1TATF Project Owner Project Name General Description of Pr ect: _�r_n j ' p Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name k Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Oyu Designer — Construction Manager — n in IF 0 Projcct Owner I u W I Projcct Na e r General Description of Projcclr ' ' ' Project Cost Date P jet Completed j -it - j Key Project Personnel Project Manager Project Superintendent Safety Officer Qualit Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a Terence) Name Title! Position Organization Telephone E-mail Owner Designer Construction Manager Project Owncr Project Name S f ' C'S General Description of Prcj ct: kf Project Cost Date Project Completed MhC'S Key Project Personnel Project Manager Project Superintendent Safety Officer Qualiq ontrol Manager Name k r 't Reference Contact Information (listing names indicates approval to cont cling the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner 3 Designer 't — 9 Construction Manager Cf6fhQlQ (\+egoS. Q53M &020 7:49 AM See aW0cilec, [ I 4 + 00 in p. 49 Utility Specific Pro ects within the last 10 years 2016 — City of Floydada DOT Water Line Relocation 2015 — City of Abernathy Water Line 2015 — City of Sundown Water Line 2013 — City of Levelland Water Line Rink's Lease Service's pipe line installation expertise and safety training have been primarily utilized in the oil and gas industry for the last 10-15 years, because of the demand for oil production and quality contractors. The attached list of all jobs completed by Rink's Lease Service for the last 10 years, is evidence of Rink's ability to install various kinds of pipe lines with attention to quality, safety, time constraints and guidelines. E CIFIC TO THE CITY OF LUBBOCK PROlE x The jobs listed below are outside the 10-year time frame for completed jobs; however, they are specific to the City of Lubbock and its continued growth. 2005 -- Marsha Sharp Freeway Utility Project - $1,239,114 2004 -- City of Lubbock Water/Sewer - $ 452,864 2003 -- City of Lubbock Water/Sewer — $ 4,428 2002 -- City of Lubbock Water/Sewer - $198,343 2001-- City of Lubbock Water/Sewer - $ 832,680 2000 -- Lubbock/Reese Annexation $1,226,264 City of Lubbock Project Information Bid RFP 20.15336-TF Project Owner II`'t-{w 04 C r6U1 f, Project Name jjj.S. 5- General Description of Project Budget History Schedule Performance Amount % of Amount Bid Date Days Bid a Notice to Proceed Change Orders / Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed - - Unforeseen Conditions Change Order Authorized Substantial Completion Date - 3 Sa Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost y1, Actual / Estimated Final Completion Date 7 -/ Project Manager Project Sup Safety Officer Quality Control Manager Name t m Percentage of Time Devoted to the Project _Uae /0 Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. ItVA Reason for change. Name Titlel Position Organization Telephone E-mail Owner S� Designer ('ter Construction Manager Surety t - Number of Issues I Aj ,y Resolved Jr Total Amount involved n Resolved Issues N /J_ A Number of Issues 1r !� Total Amount involved irk N PendingV Resolved Issues 4,r- ,i'y�O1I +eQ(-1 b-{'-\Mnr1 \x%S,(10rrl 16 - ukrU'ege re 00 iin Pse . Wvvt 6/0/2020 7:49 AM -SW— rnarlAj 11 g)DbQ).ntf P. 50 ink's Lease Seri r Date 6/26/2020 Foreman Company Jobs in Progress Amount Invoiced Eddie T. City of Crane 4000' 2" thru 4" Water lines and Bores $ ZZ9,183.00 Totals by Crew Invoiced Eddie T. Oxy Levelland Area Pipeline Project $ 202,880." ©acrid B. Oxy Denver City Area Pipeline Project $ 122,348.50 Jimmy L Oxy Denver City Pipeline Project $ 117,933.00 Total $ 443,161.94 Hourly Work Completed Jobs Date Invoiced David B. oxy Youkum #4714 1950'-3"HPFG 30d 1/8/2020 $ 21,825.00 VwAd B. Oxy Youkum #4717 270'-r & 570'-3"HPFG 10d 1/8/Z0Z0 $ BABS.00 Jhnmy L Oxy WODC!#668 869 870 MW- 2.8i 3"fnj lines 25d 1/21/20M $ 40,799.00 Eddie T. Sliver Creek SWD line 10,1W-r Poly & 3 need crossings tear #1 1/28/2020 $ 71,420.00 David B. Oxy YWCU #4614 3440' - 4- Zaplok flowline 1/29/2020 $ 14,560.00 David B. Oxy YWCU #4615 296W - 4r L*ok ftwilne 1/29/2020 $ 12,640.00 David B. Oxy wOD[ #863 864 865 32w - 2-& rHPFG 26d 2/11%2424 $ 34,586.00 David B. Oxy YWCU #4718 483' - 4" HPFG 13d 2/11/2020 $ 8,038.95 David B. Oxy YWCU 04719 48T - V a 1 13d 2/11/2020 $ 8,038.95 David B. oxy YWCU #4720 484' - 4" HPFG 14d Z/11/ZO20 $ 8,224.60 David B. Oxy WODC #866 600'- 2- HPFG 10d 2/18/2M $ 5,9MOO Jimmy L Oxy WODC 8867 871 450'-2.1500`-3- AM A HPFG UkA 2/20/=O $ 29,560.00 Eddie T. Silver Creek SWD line 6,650'-r Poly Inv #2 2/20/2020 $ 34,580.00 Eddie T. Silver Creek Pocahantas 4,SS0' 4"Poly 110'- W Bone 3/6/2020 $ 31,535.00 immy L Oxy WODC MM-376 4900'- hd Ones 40'-6-bom 47d 3/11%2020 $ 48,S74.00 Eddie T. Oxy SSAU 1650'-8- LPFG 130'-12-Bore 12d 3/20/2020 $ 31AN.00 Eddie T. Oxy BRU 4252121'- 8- Bore 15V - 3- SS Pipe 4/1/2020 $ 11,000.00 Eddie T. Silver Creek Jessie James to Doc Holiday 49W 2- 40 Poly lines 5/1/2020 $ 22,855.44 Total $ 443,161.94 5 Company lobs in Progress Date 12/31/2019 Foreman Amount Invoiced David B. Oxy GU #4701 Wilder 5100'- 3" Zaplok 2890'- 2" HPFG $ 40,230.00 $ 43,380.00 Eddie T. Oxy Tupelo Flowline S000'- 3" & 4" Zaplok $ 47,150.00 $ 21,854.00 Eddie T. Oxy Biloxi Flowline 14000'- 3" & 4" Zaplok $ 70,370.00 $ 60,494.00 Jimmy L. Oxy WODC Injection lines $ 261,000.00 Totals by Crew Invoiced Eddie T. Oxy Levelland Area Pipeline Project $ 947,044.50 Alfredo R. oxy Levelland Area Pipeline project $ 445,039.00 David B. Oxy Levelland Area Pipeline Project $ 848,847.50 Jimmy L. Oxy Denver City Pipeline Project $ 706,264.83 Javier F. oxy Denver City Pipeline Project $ 29,306.00 Total $ 2,966,501.93 Hourly Work Welders Oxy Chase, Mark, Woodrow, Welders Oxy Cory, Victor, Dalton, Sonny $ 4,500.00 Daily Completed Jobs Date Invoiced Richard R. Oxy WODC #849,851,8S2 2820' 2"-4" Steel &HPFG 20cl 1/4/2019 $ 23,750.00 David B. Oxy WSDU CTB Disposal 1200' - 3" HPFG 1/8/2019 $ 5,200.00 Alfredo R. Oxy WRKM #96 970'- 2" Steel 5cl 2/9/2019 $ 9,314.00 Eddie T. Oxy SELU Flowlines 27,990'- 3"LPFG, 90'-16"Bore, 28cl 1/14/2019 $ 125,539.00 Alfredo R. Oxy WRKM #148&149 1740'- 2"Steel,17cl 1/24/2019 $ 18,113.0Q David B. Oxy WSDU #245 650' - 3" LPFG 2cl 1/24/2019 $ 4,575.00 Alfredo R. Oxy HT Boyd #66 4400' - 3" LPFG 64cl 1/24/2019 $ 39,800.00 Alfredo R. Oxy HT Boyd 9 R 480'- 2" HP FG 1/29/2019 $ 3,120.00 David B. Oxy WSDU Disposal well Sand pad 3" Pipe 1200' 1/29/2019 $ 1,020.00 Eddie T. Oxy SELU Flowlines 26,580'- 3"LPFG, SO'-16"Bore, 43cl 1/31/2019 $ 129,997.00 David B. Oxy WSDU #232 25801- 2" HPFG 15cl 2/4/2019 $ 19,395.00 Eddie T. oxy SELU Flowlines 13810' - 3" LPFG, SW-16"Bore,1Scl 2/13/2019 $ 75,960.00 Alfredo R. Silver Creek Curly Bill 2.1-1 hw 125 210' -12" Bore and Casing 2/15/2019 $ 18,742.50 David B. Oxy WSDU Header 1 A 4320'- 8" & 3"LPFG 18cl 2/18/2019 $ 72,270.00 Alfredo R. Oxy SEU 8-1 trunkline fm 303 100' -12" Road Bore 2/25/2019 $ 6,200.00 Eddie T. Oxy I SELU CO2 1,680'-10" LP FG 15cl 2/26/2019 $ 25,830.00 Alfredo R. Oxy WSDU #241 & #248 2100'- 2"& 4" Steel 25cl 3/4/2019 $ 22,821.00 Eddie T. Oxy INCA #1 2660'- 3" LPFG 10cl 3/4/2019 $ 19,040.00 Eddie T. Oxy SELU 2650'- 6" LPFG Gas Line 22cl 3/8/2019 $ 26,375.00 Jimmy/Richar Oxy DU 77 3500'- 8"&10"LPFG,140'-12"&16"bore, l4cl 3/20/2019 $ 104,860.00 Alfredo R. Oxy WSDU #237 #238 #240 1660' - 2" Steel 18cl 3/20/2019 $ 17,592.00 Jimmy L. Walsh gusher #2H 1550' - 4" Poly Flowline 3/20/2019 $ 11,939.85 Jimmy L. Walsh WBU SAU OH 2300' - 4" Poly Flowline 3/20/2019 $ 17,717.19 Eddie T. Oxy LLU Residue gas line 1000'-2"HPFG, 50'-6"bore,18cl 3/21/2019 $ 11,900.00 Jimmy L. Oxy DU 280' ditch for fiber cable 3/25/2019. $ 1,120.00 Eddie T. Oxy WODC #857 4000' - 3" Zaplok surface flowline 4/2/2019 $ 12,800.00 David B. Oxy WSDU sat 1A 7080' - 8" & 3" LPFG 200' - bore 28cl 4/8/2019 $ 129,380.00 Eddie T. Oxy WODC #858 1020'- 2"Steel & 2"HPFG 9cl 4/9/2019 $ 14,121.00 Eddie T. Oxy WODC #859 2650' - 3" Zaplok 4/9/2019 $ 8,550.00 Eddie T. Oxy WODC #861 1520' - 3" Zaplok 4/9/2019 $ 4,960.00 Alfredo R. Oxy WSDU VSL #81 #103 990'-2"HPFG 3340'-2"Steel 33cl 4/12/2019 $ 40,080.00 Eddie T. Silver Creek Bledsoe 107' -12" Road Bore 4/18/2019 $ 8,988.00 Eddie T. Walsh Cohagen Heirs 1320' 4" Poly Gas Line 4/24/2019 $ 9,570.00 Alfredo R. Oxy SEU Header 3-2 Trunkline 1760' - 6" Zaplok Surface 4/25/2019 $ 9,856.00 Eddie T. Walsh Higginbotham ASH 5600'- 3" FG Flowline 4/30/2019 $ 35,700.00 Alfredo R. Oxy SLA #337 3120'- 4" Zaplok Flowline 57cl 4/30/2019 $ 34,935.00 Jimmy L. Oxy DU 77 5470'- 8"& 4970'-10"LPFG, North end, 78cl 5/6/2019 $ 140,890.00 Eddie T. Walsh Hicks SWD 2220' - 4" HPFG 5/8/2019 $ 16,095.00 David B. Oxy WSDU Header 1A 8760'- 3" LPFG 24cl 5/15/2019 $ 51,080.00 Eddie T. Oxy WODC #854 2600' - 3" Zaplok Flowline 5/20/2019 $ 8,400.00 Eddie T. Oxy WODC #855 4000' - 3" Zaplok Flowline 5/20/2019 $ 12,600.00 Eddie T. Oxy Denver Unit Section 77 408'-16" Road Bores 5/17/2019 $ 27,336.00 David B. Oxy LLU SB 330C 9440'- 3"LPFG 80'-16" Bore 51cl 5/31/2019 $ 65,125.00 Alfredo R. Oxy YWCU inj 810'- 2" & 5520'- 3"HPFG 79cl 6/3/2019 $ 66,415.00 Alfredo R. Oxy YWCU inj well #4603 960'- 2"HPFG 17c1 6/12/2019 $ 10,703.00 David B. Oxy WSDU #230 HW 301 100'- 8" Road Bore 6/12/2019 $ 5,000.00 Alfredo R. Oxy YWCU #4612 4780' - 4" Zaplok Flowline 6/24/2019 $ 20,120.00 Alfredo R. Oxy YWCU #4613 2730' - 4" Zaplok Flowline 6/24/2019 $ 11,640.00 Alfredo R. Oxy Hattrick #2H 3470' - 4" Zaplok Flowline 6/27/2019 $ 16,480.00 David B. Oxy CMU Hdr 3-2 6840'-3"HPFG 100'-8"bore 4 cl 7/1/2019 $ 64,525.00 David B. Oxy WSDU well #230 840'- 3"LPFG 3cl 7/S/2019 $ S,985.00 Jimmy L. Oxy DU section 77 Flowlines 31,900'- 3" Zaplok Surface 7/9/2019 $ 106,500.00 David B. Oxy LLU valve 44 #227 to #249 1250'- 2"HPFG 27cl 7/12/2019 $ 12,8S0.00 David B. Oxy LLU valve 44 #225 to #241 1300'- 2"HPFG 21cl 7/17/2019 $ 12,125.00 Eddie T. Oxy PCCU CTB to WIS 3500'-6"HPFG 18cl 7/17/2019 $ 44,62S.00 Eddie T. Oxy PCCU CTB to WIS 2750'-6"HPFG & 6"LPFG 43cl 7/17/2019 $ 61,287.50 Alfredo R. Oxy Scorpian #2H #3H #4H, 9790'- 4" Zaplok Flowlines 7/18/2019 $ 42,800.00 David B. Oxy LLU V 44 #391,399,405,248, 3200'-2"HPFG 31ci 7/26/2019 $ 26,225.00 Eddie T. Oxy WSDU #227 & #243 2800'- 3" LPFG 21cl 7/30/2029 $ 18,675.00 Jimmy L. Oxy DU inj #7758 & #7719 3110'- 2"HPFG 6cl 8/1/2019 $ 18,700.00 David B. Oxy MMU #69 2030'- 3" LPFG 12cl 8/6/2019 $ 15,295.00 Jimmy L. Oxy 1DU inj #7717 1830'- 2" HPFG 17cl 8/6/2019 $ 15,785.00 Alfredo R. Oxy IScorplon#7 2660'- 2" HPFG 35cl 8/6/2019 $ 24,745.00 Alfredo R: Oxy GU #3003 1260'- 2"HPFG 9cl 8/15/2019 $ 10,395.00 Alfredo R. Oxy GU #300 1280'- 3" Zaplok Flowline 8/15/2019 $ 4,040.00 David B. Oxy HT Boyd #22 1350' - 3" LPFG 20cl 9/20/2019 $ 12,275.00 David B. Oxy HT Boyd #27 1350' - 2" HPFG 20cl 9/20/2019 $ 12,275.00 Eddie T. Oxy WSDU #158,141,142,160,178 6060'-3" LPFG 29cl 8/20/2019 $ 41,065.00 Jimmy L. Oxy DU Inj 6260'- 2" HPFG 25'- 6"Bore 25cl 9/6/2019 $ 45,170.00 Alfredo R. Oxy GU Battery 650'- 6"HPFG 52cl 9/6/2019 $ 17,127.50 David B. Silver Creek GC to CH SWD water line 17,600'- 6" Poly 9/18/2019 $ 97,240.00 Jimmy L. Oxy Willard Unit 1000% 6" HPFG 49cl 9/24/2019 $ 23,975.00 Jimmy L. Walsh DavisA3H 2O00'-4"poly flowline,2000'-4"poly gas line 9/30/2019 $ 21,000.00 Jimmy L. Walsh WBD SAU 4H 2400'-4"poly flowline 10/1/2019 $ 17,400.00 David B. Oxy Ratliff to SELU 3000'- 4"LPFG 3750'- 3"HPFG 23cl 10/7/2019 $ 54,650.00 David B. Oxy SELU #248 5400'- 3" LPFG 26cl 10/11/2019 $ 39,650.00 David B. Silver Creek Bledsoe HW 125 110' -12" road bore 10/11/2019 $ 9,827.50 Eddie T. Oxy BRU 4200'-16"LPFG Gas Line 39cl 10/22/2019 $ 116,235.00 Javier F. Oxy NDU 514 H 3670'- 4" Zaplok 10/22/2019 $ 19,306.00 Jimmy L. Oxy WRKM #69 #298 8430'- 3"LPFG 304'-12"Stl 70cl 10/28/2019 $ 69,159.00 David B. Oxy CLU sat 18 flowlines 4510'- 3" LPFG 24cl 11/4/2019 $ 30,955.00 Jimmy L. Walsh Thelma Nelson #5H 2210'- 4" Poly flowline 7cl 11/11/2019 $ 18,139.54 Jimmy L. Walsh Pharr #1H 3000'- 8" poly water line 11/11/2019 $ 30,281.25 David B. Oxy CLU Sat 18 4650'- 3"& 4"LPFG 90'-12"Bore 37cl 11/26/2019 $ 58,555.00 Jimmy L. Oxy Salt Creek #C320R 3450'- 3" zaplok surface flowline 11/26/2019 $ 12,810.00 Jimmy L. Oxy Salt Creek #E329 2800'- 3" zaplok surface flowline 11/26/2019 $ 10,633.00 Eddie T. Oxy Biloxi #iH gas/flowline 6760'- 3"& 7060'- 4" Zaplok 12/2/2019 $ 60,494.00 Jimmy L. Oxy SRCU #5511 1750' - 3" Zaplok 12/11/2019 $ 6,615.00 Jimmy L. Oxy SRCU #5512 2300' - 3" Zaplok 12/11/2019 $ 8,540.00 Jimmy L. Oxy SCFU #C710 320' - 4" Zaplok 12/12/2019 $ 1,280.00 Eddie T. Oxy Tupelo 4100' - 4" Zaplok Flowline 22/12/2019 $ 21,854.00 David B. Oxy GU Wilder 5100'-3"Zaplok, 2890'-2"HPFG, 38cl 12/17/2019 $ 43,380.00 Eddie T. Oxy Tupelo 160'- 4" & 960'- 3" Zaplok 12/31/2019 $ 9,048.00 Total $ 2,966,501.83 11 r Date 12/31/2018 Foreman Company Jobs in Progress Amount Invoiced David B. Oxy WSDU VS N 1800'- 2"steel $ 17,500.00 Eddie T. Oxy SELU CO2 Expansion $ 533,000.00 $ 144,752.00 Alfredo Oxy WRKM CO2 Expansion $ 340,000.00 $ 142,553.00 Richard R. Oxy WODC 17,000' - 2"thru 6" Injection Lines $ 182,000.00 $ 76,985.00 Jimmy L. Totals by Crew Invoiced Eddie T. Oxy Levelland Area Pipeline Project $ 765,285.00 Luiz/Alfredo Oxy Levelland Area Pipeline project $ 797,241.75 David B. Oxy Levelland Area Pipeline Project $ 622,591.10 Richard R. Oxy Denver City Pipeline Project $ 866,683.10 Jimmy L. Walsh Walsh Plains Flowlines $ 299,016.75 Total 1 $ 3,350,817.70 Hourly Work Welders Oxy Chase, Mark, Woodrow Welders Oxy Cory, Andy, Victor, Blake, Crey $ 5,000.00 Daily Completed Jobs Date Invoiced Eddie T. Oxy WSDU Header 3A East 10,450'- 3" LPFG 21 cl 1/10/2018 $ 51,154.50 Luiz L. Oxy WSDU Header #1 East 17,690'- 3" LPFG 48cl 1/23/2018 $ 92,788.50 Eddie T. Oxy WSDU Header 3A North 8290' - 3" LPFG 42cl 1/24/2018 $ 51,121.50 David B. Oxy WSDU Hdr 1A 3640'-10" LPFG 80'-16" Bore 33cl 1/29/2018 $ 59,268.00 Luiz L. Oxy WSDU #180 1540' - 3" LPFG 16cl 1/30/2018 $ 11,871.00 Richard R. Walsh Googins 8000' - 8" Poly 2/8/2018 $ 80,750.00 David B. Oxy CLU Inj 3700'-4"& 5540'-2"HPFG, 240'- 4"Steel, 45ci 2/16/2018 $ 73,377.00 Richard R. Walsh Sawyer Flowlines 10,400' - 4" Poly 4cl 2/22/2018 $ 47,600.00 Luiz L. Oxy WSDU Header 2 12,280'-3"LPFG 240'-12"Bore 23cl 2/22/2019 $ 76,224.00 Eddie T. Oxy WRKM Inj 4200'5"& 5300'-2"HPFG, 300' 8"bore,101cl 2/28/2018 $ 84,455.00 Richard R. Walsh WBD SWD 2200' - 6" Poly 2cl 3/2/2018 $ 23,640.63 Luiz L. Oxy WSDU Header 2 22,970'-3"LPFG 31cl 3/14/2028 $ 97,633.50 Richard R. Oxy SLA #327 4200'- 3" Zaplok 25cl 3/19/2018 $ 31,890.00 David B. Oxy WSDU SB1 2120'- 8" FG Gas line 80'-12" Bore 23cl 3/22/2018 $ 32,154.00 Richard R. Walsh Huffines & Cochise Batteries 830' -6" Poly 3/29/2018 $ 12,289.79 David B. Oxy W. Welch #4966 1500' - 3" LPFG 4/2/2018 $ 4,200.00 Lulz L. Oxy WSDU Hdr 2 17,870'-3" LPFG 50cl 4/11/2018 $ $4,757.50 Richard R. Oxy LLU Co-op #5,24,25,26 5360'-2"HPFG 60'-6"bore 21cl 4/16/2018 $ 38,814.00 Eddie T. Oxy WSDU hdr 4 9050' - 8" LPFG 63cl 4/25/2018 $ 110,810.00 Richard R. A.C.T. 1st Invoice 7500 ft - 4"& 6" poly 5/1/2018 $ 71,718.75 David B. loxy I WSDU VS A & B 3720'-2"& 4780'4" Steel 84cl 5/8/2018 $ 94,092.00 Eddie T. loxy I WSDU SB3 410'- 8"LPFG 5cl 5/17/2018 $ 5,342.00 David B. Oxy WSDU VS E & F 1770'- 2" & 4360'- 4"Steel 30cl 5/21/2018 $ 65,584.00 Richard R. A.C.T. 2nd Invoice 7900'- 4"& 21,700% 6" Poly 240'-16" Bore 5/30/2018 $ 173,336.25 Richard R. Walsh Dianne Chapin #2 2930' 4" Poly 1cl 6/7/2018 $ 13,379.54 Richard R. Walsh Dianne Chapin #3 2930' 4" Poly 1cl 6/7/2018 $ 13,379.54 Richard R. Walsh Dianne Chapin #4 2930' 4" Poly ici 6/7/2018 $ 13,379.54 David B. Silver Creek Virgel to Geronimo 100' -12" Road Bore @ Bledsoe 6/9/2018 $ 8,712.50 Richard R. Walsh WBD SAU 2875' - 4" Poly 4cl 6/14/2018 $ 28,096.49 David B. Oxy WSDU VS B 800'- 4" Steel 200% 8"Bore 4cl 6/19/2018 $ 19,100.00 Lulz L. Oxy WSDU VS-0 4300'- 4" & 4870'- 2"Steel 99cl 6/22/2018 $ 106,564.00 Richard R. Walsh Chapin #3 3100' - 4" Poly 6/26/2018 $ 16,335.94 Richard R. Walsh Chapin #4 3100' - 4" Poly 6/26/2028 $ 16,335.94 Eddie T. Oxy WSDU VST 1740'-2"& 10230'-4"Stl 230'-8"bore 100cl 6/29/2018 $ 155,645.00 David B. Walsh Chapin #3 40'- 24" cr 175 bore and casing 7/6/2018 $ 5,142.50 David B. Walsh Chapin #4 40% 24" cr 175 bore and casing 7/6/2018 $ 5,142.50 Richard R. A.C.T. Final 9,950'-4"& 16,970'-6"poly, casing, hydrovac 7/9/2018 $ 152,494.69 Richard R. Oxy WU 156A 750'- 3" Zaplok Flowline 7/17/2018 $ 2,650.00 Jimmy L. Walsh Davis #2H 5500'- 4"Poly Flowline & Gas Line 7/17/2018 $ 30,679.69 Jimmy L. Walsh Caldwell #1H 5250'- 4"Poly Flowline & Gas Line 7/17/2018 $ 23,441.41 Jimmy L. Walsh Davis OH 3800'- 4" Poly Flowline 7/17/2018 $ 13,121.89 Jimmy L. Walsh WBD SAU 2H 7300' - 4" Poly flowline and Gas line 7/24/2028 $ 44,970.32 Eddie T. Oxy WSDU 8 yards asphalt repair 7/20/2018 $ 4,000.00 David B. Element Martin Co Water Line Lamesa 12,100' - Ditch 7/27/2018 $ 19,762.50 David B. Element Martin Co Water Line Lamesa 1,325' - Ditch 8/6/2018 $ 2,111.72 Eddie T. Silver Creek HW 2182 120'-10" road Bore 8/10/2018 $ 9,562.50 Jimmy L. Walsh Higginbotham #6 7150' - 3" FG Flowline 8/10/2018 $ 45,581.25 Eddie T. Oxy WSDU VSA 2130'-2"& 120'-4"HPFG 23cl 8/16/2018 $ 18,990.00 Alfredo R. Oxy WSDU VSO 3050'-2"& 6000'-4"Steel,80'-8"Bore,62c1 8/20/2018 $ 106,785.00 Eddie T. Oxy WSDU VSB 28501- 211& 2700'- 4"HPFG 36c1 8/28/2018 $ 47,775.00 Jimmy L. Walsh Brahaney 1H 8840' - 4" Poly 8/30/2018 $ 49,310.63 David B. Oxy WSDU VS)1200'- Z"& 820'- VFG, 2740'-2" & 1090'- 4"sa, so' bore, 19d 9/13/2018 $ 54,790.00 Richard R. Oxy DU #4768 3290'- 2"Steel & 2"HPFG 46cl 9/17/2018 $ 53,617.00 David B. Walsh Plains CR 270 75' -12" Bore in rock 9/17/2018 $ 11,634.38 Eddie T. Silver Creek Ivan, hw 1169 90' -12" Road Bore 9/22/2018 $ 8,032.50 Alfredo R. Oxy WSDU VS H 3360'- 2" & 3430'- 4"Steel 56cl 10/1/2018 $ 60,795.00 Alfredo R. Oxy WSDU VS G #72 1680' - 2" HP FG 10/3/2018 $ 12,845.00 Alfred R. Oxy WSDU VS 1 #120 600' - 2" HP FG 10/3/2018 $ 4,425.00 Eddie T. Oxy WSDU VS C,D,E 4630'-2" & 1950'- 4"HPFG 32cl 10/15/2018 $ 52,270.00 Eddie T. Oxy SLA #341 H 1500'- 4" Zaplok 13cl 10/15/2019 $ 14,275.00 Eddie T. Oxy LLU Ellis and West Ave 160' - 6" Bores 10/23/2018 $ 7,200.00 David B. Oxy WSDU VSL4440'2&4"Stl,6920'-2&4"FG,150 bore,34cl 10/31/2018 $ 99,830.00 Eddie T. Oxy SELU #326 2550' - 3"LPFG 17cl 11/5/2018 $ 19,550.00 Jimmy L. Walsh Gusher 3900'- 4" poly 7cl 11/9/2018 $ 34,345.32 Jimmy L. Walsh Sawyer Road Bore 80'- 24" 11/9/2018 $ 10,285.00 Alfredo R. Oxy WRKM #72 #327 #303 7570'-3"LPFG 36cl 11/12/2018 $ 46,682.50 Aifredo R. Oxy WRKM #80 2,000'- 4" Steel 19cl 11/15/2018 15 25,923.75 Jimmy L. Walsh Cohagan Heirs 1H 2960' - 4" Poly 2cl 1 11/26/2018 $ 22,737.50 David B. Silver Creek Bledsoe hw 125 12" Bore 105' 1 11/Z3/2018 1 $ 9,371.25 David B. Silver Creek Bledsoe hw 125 12" Bore 110' 11/24/2018 $ 9,817.50 Alfredo R. Oxy WRKM #103 890'- 2" Steel 1cl 11/28/2018 $ 7,918.00 Eddie T. Oxy SELU #221, #47 8230'- 3" LPFG 19cl 12/3/2018 $ 37,220.00 Jimmy L. Walsh Sawyer 4H 4400' - 4" Poly 12/4/2018 $ 24,543.75 Eddie T. Oxy SELU CO2 4320'-2" 3940'-4"Steel, 80'- 8"bore, 58c1 12/4/2018 $ 87,982.00 Alfredo R. Oxy WRKM CO2 #132 680'-2"Steel 2ci 12/4/2018 $ 6,266.00 Richard R. Oxy WODC 5100'- 6" HPFG 75cl 12/5/2018 $ 76,995.00 David B. Walsh Cohagan Heirs 1H 85' -12" Road Bore 12/12/2019 $ 7,586.25 Alfredo R. Oxy WRKM #72 & #327 3540' 3" LPFG 22cl 12/17/2018 $ 23,620.00 David B. Oxy WSDU VS F 1470'- 2" & 1269'- 4" HPFG 16cl 12/18/2018 $ 23,065.00 Alfredo R. Oxy WRKM #78 & #80 3120'- 2"& 4"Steel 17cl 12/27/2018 $ 32,143.00 David B. Oxy WSDU #81 & #123 2100'- 2" HPFG 24cl 12/27/2018 $ 17,850.00 Total $ 3,350,817.70 ��i� �������mm�$ �iiiii������io o�nmi�e���� onmimm� ��o�o�o�������8 �nmunnn ����iaiiio�� �onl�i��inn� ��o�Nlllllllll �ill�lllllllll' ������������I�O Date 12/31/2017 Foreman Company Jobs in Progress Amount Invoiced David S. Oxy WSDU Gas lines Eddie Oxy WSDU injection lines Lutz L Oxy WSDU Flowlines Totals by Crew Invoiced Eddie T. Oxy Levelland Area Pipeline Project $ 970,612.00 Richard R. Oxy Welch Area Pipeline Project $ 419,476.00 Luiz L Oxy Levelland Area Pipeline project $ 834,274.50 David B. Oxy Levelland Area Pipeline Project $ 752,227.75 Total $ 2,976,590.ZS Hourly Work Welders Oxy Randall, Chad, Mark, Charlie, Woodrow, Welders Oxy Cory, Andy, Victor,Vince,David, $ 5,000.00 Daily Completed lobs Date Invoiced David B. Oxy Sundown Unit 7390 ft 2" Steel 62d 1/5/2017 $ 65,526.00 Eddie T. OXY SEW Foowlines 14,550'-3"LPFG 100'-12"Bore 33d 1/13/2017 $ 75,945.50 Richard R. Oxy Cedar Lake Collett #16 790 ft 3" LPFG 2d 1/16/2017 $ 5,593.00 Richard R. oxy Cedar Lake Collett #17 1980 ft 3" LPFG 1/16/2027 $ 10,770.00 Richard R. Oxy Cedar Lake Collett #18 670 ft 3" LPFG 1/16/2017 $ 4,499.00 Richard R. Oxy Cedar Lake Collett 019 1800 ft 3" LPFG id 1/16/2017 $ 12,210.00 Lutz L Oxy SEW 8106 975 ft Z" Steel 7d 2/1/2017 $ 9,240.00 Eddie T. Walsh Byrd 308 Plains 160 ft-16" Road Bore Z/6/2017 $ 1GA90.00 Richard R. OXy S. Welch #2706 540'-3" LPFG 90'-10" Bore 2/7/2017 $ 8,059.50 David B. OXY Sundown Unit COZ Inj 11,560 ft Z" Steel SSd Z/15/2017 $ 97,671.00 Eddie T. OXY SEW Foowlines 23,140'-3"LPFG 1W-rbore 61d 3/2/2017 $ 113,700.50 David S. Oxy Sundown Unit CO2 Inj 9,990'- 2" Steel 33d 3/3/2017 $ 78,180.00 Lutz L 0x11 SEW flowlines 23,310'-3" LPFG 222'-18" Bore 52d 3/7/2017 $ 119,860.50 Richard R. Oxy Boyd 3570 ft 6" Steel 20d 3/30/2017 $ 48,874.50 David B. Oxy Sundown Unit 992 510 ft 2" HP FG 3d 3/23/2017 $ 3,586.50 Lutz L OKy SEW Foowlines 8010 ft 3" LP FG 24d 3/31AO17 $ 42,994.50 David B. Oxy SEW CO2 Inj #373 #374 #375 3600'-2"Steel 30d 4/4/2017 $ 34,740.00 Richard R. Oxy GMK Gas Line 2920'-3" Zaplok surface 4/7/2017 $ 9,151.00 David B. Oxy wRKM #142 & 1#143 reroute 202W 2" HP FG 26d 4/18/2017 $ 13,047.00 Eddie T. OKy SEW CO2 Inj 11,750'-3" 5.305'-2" Steel 169d 4/24/2017 $ 175,074.50 Lutz L Oxy SELU CO2 Inj 11,320'-3" 2,590'-Z" Steel 69d 5/2/2017 $ 133,420.00 Richard R. Oxy SEW CO2 Inj 326W - 4" Steel 80' - 8" Bore 18d 5/3/2017 $ 41,256.00 David B. jOxV Sundown Unit #101 600'-2" HP FG 9d 5/3/2017 $ 5,040.00 Eddie T. loxy Sundown Unit Road Bores 72'- 8" & 72'-18" 5/4/2017 $ 8,856.00 David B. OxY Tyner Unit 6720' 3"LPFG, 44SW 4"HPFG, 17d 5/9/2017 $ 64,839.00 David B. Walsh Plains Thelma Nelson iH 75 ft Z4" Road Bore 5/16/2017 $ 9,981.25 David B. Walsh Plains Byrd Z77 IH 85 ft 24" Road Bore 5/20/2017 $ 11,198.7S Richard R. Oxy WSDU nowlines 19,010' - 3" LPFG 27d 6/9/2017 $ 96,118.50 Lutz L Oxy WSDU Flowlines 11,560' - 3" LPFG 31d 6/19/2017 $ 63,732.00 Eddie T. Oxy WSDU Flowlines 22,850' - 3" LPFG 65d 6/20/2017 $ 123,952.50 David B. OxY SELU NO 069 870 4430'-2" HPFG 27d 6/28/2017 $ 31,294.50 Richard R. OxY WSDU Flowlines 14,980' - 3" LPFG 20d 7/5/2017 $ 69,738.00 Richard R. Oxy LLU #1243 1280'-3" Zaplok surface f kvMine 7/9/2017 $ 3,584.00 Eddie/Lutz Oxy WSDU Flowlines 24,010'-3" UWG, 200'-12"bore, 52d 7/17/2017 $ 121,802.50 Eddie/Lutz Oxy WSDU FkwAlr es 22,140'-3" MG, 61d 7/19/2017 $ 122,106.00 Eddie T. Oxy Sundown Unit #104 & #105 900'-3" LPFG 13d 7/19/2017 $ 7,495.00 David B. Oxy LLU #517 1420'-2" HPFG & 3" Steel 15d 7/26/2017 $ 18,1S4.00 Luiz/Ridhard Oxy WSDU Flowlines 9760'-3"LPFG 47d 8/2/2017 $ 57,402.00 David B. Oxy LLU SB 290 1150'-6" LPFG 4d 8/7/2017 $ 10,260.00 David B. OxY Berry Wilcoxon 61W- 4" LPFG gas line 2d 8/8/2017 $ 4,722.50 David B. Walsh Sawyer/Davis Plains 160'- 24" & 75'- 6" Road Bores 8/10/2017 $ 20,867.50 David B. Oxy SEU #8-8 900'- 3" LPFG 18d 8/10/2017 $ 3,235.00 Richard R. OxY WSDU Flowlines 15,730'-3" LPFG 160'-12" Bore 41d 8/21/2017 $ 93,192.50 Eddie T. Oxy WSDU Inj #65 5350'4" HPFG 38d 9/21/2017 $ 50,640.00 Lutz L OxY WSDU Flowlines 10,560'-3" LPFG 160'-12" Bore 24d 9/1/2017 $ 64,424.00 David B. OxY S. Welch 02706 7,770'-3" HPFG 44d 9/7/2017 $ 71,869.00 Eddie T. Oxy WSDU #210 1120'-2" 2SSOW HPFG, 40'-S"bore, 51d 9/11/2017 $ 42,178.50 David B. Yucca Denver City CR 435 100 ft 8" Road Bore 9/13/2017 $ 5,312.50 Eddie T. Oxy WSDU #87 to #106 201W - 4" HPFG 14d 9/22/2017 $ 18,984.00 Eddie T. OxY SEU #2-123 3420 ft 3" LPFG 52d 10/10/2017 $ 28,933.00 Luiz L OxY WSDU 9186 & #167 68W - 3" LPFG 32d 10/11/2017 $ 40,638.00 Lutz L Oxy WSDU Header #2 flowlines 16,280'-3"LPFG 40d 10/30/2017 $ 87,012.00 David B. Oxy WSDU Header #1 gasline 5,200'-10"FG 80'-20"bore 48d 11/1/2017 $ 83,380.00 David B. Oxy WSDU Header 2 gasline 2080'-10"LPFG 7d 11/13/2017 $ 29,026.00 Richard R. OxY AlCFU #121 520'-4" Zaplok 11/9/2017 $ 2,340.00 David B. Oxy WSDU Header 4 Gas Line 400 ft 1W MG 11d 11/17/2017 $ 7,030.00 David B. Silver Creek Bledsoe 90 ft 8" Railroad Bore 11/15/2017 $ 4,781.2S Eddie T. OxY LLU 8852 13W - 3" LPFG 8d 11/17/2017 $ 9,195.00 Eddie T. OxY LLU #347 700' - 3" LPFG 3d 11/17/2017 $ 4,755.00 Eddie T. Oxy WSDU Header 3A 16,840'-3"LPFG 170'-12" Bore 32d 11/17/2017 $ 100,186.00 Eddie T. Oxy LLU 81017 650' - 3" Zaplok 3d 11/22/2017 $ 5,162.50 David B. Walsh Plains 80' - 24" Road Bore 11/30/2017 $ 10,295.00 Lutz L Oxy WSDU Header 2 North 21,220'-3" LPFG 44d 12/8/2017 $ 107,697.00 David B. Energen Whiteface Unit 2,880'- 3" HPFG 12/19/2017 $ 22,950.00 David B. 10MY JWSDU Header 3 2,360'-12" LPFG 22d 12/18/2017 $ 40,352.00 Eddie T. JOxy SELU Sat 1 48W'- 3"& 6"LPFG I00'-6"& 12"Bore 36d 12/19/2017 $ 67,220.00 Total $ 2,976,590.25 Aink's Lease Service 'Contr Report Date W31/2016 Foreman Company Jobs in Progress Amount Invoiced Richard R. Oxy Cedar Lake ilowlines 51SO ft 3"LPFG $ 31,000.00 David B. Oxy Sundown Unit CO2 Injection 60,000ft 2"& 4" steel $ 535,000.00 $ 227,933.00 Luis & Eddie Oxy SELU 135,00 ft 3" LP FG Fkndines $ M,000.00 $ 383,695.50 Luis L Oxy SELU 9,300 ft 2" Steel CO2 In] Lines $ 84,120.00 $ 44,868.00 Totals by Crew Invoiced Eddie T. Utility Levelland Area Pipeline Project $ 1,398,393.60 Richard R. Oxy Welch Area Pipeline Project $ 689,981.25 Lulz L Oxy Levelland Area Pipeline project $ 623,599.90 David B. Oxy Levelland Area Pipeline Project $ 926,533.95 Albert T. Bares Varies Road Bores $ 19,952.SO Total $ 3,658,461.20 Hourly Work Welders 0" Randall, Chad, Mark, Charlie, Woodrow, Welders OxV Cory. Andy, Victor,V'ince,Usvid, $ 5,000.00 Daily Completed Jobs Date ivoiced Lulz L OXy ODC,/WU#816 2AU'-3" Zaplok 1/12/2016 $ 7,545.80 Lulz L Oxy DU K-Une 4,957 ft - 2" & 3" HP FG 59d 1/14/2016 $ 49,588.30 David B. Oxy LLU Phe 4 CO2 8257'-2" 4150'-4"steel,120'-6"bore 63d 1/15/2016 $ 127,253.80 Eddie T. oxy CMU #261 875 ft 2" HP FG 10d 1/19/2016 $ 6,731.25 Richard R. Oxy DU Loop Line 4310 ft 6" HPFG 27d 1/25/2016 $ 55,187.50 Lutz L Oxy DU #5420 3SSO ft - 3" Zaplok 1/26/2016 $ 10,727.50 Albert T. Shanendoa Post HW 669 200 ft 16" Bare 2/4/2016 $ 16,000.00 Albert T. Silver creek Deloche England CR 60 ft 8" Bare 2/8/2016 $ 3,9S2.50 Lutz L oxy Cedar Lake 0705 2040' 3" LPFG 13d 2/22/2016 $ 15,423.00 Eddie T. Floydade Water Line Final Pay Est 3000 ft 8" & 10" 2/23/2016 $ 97,054.00 Richard R. Oxy YWCU #4712 & 4714 11,071 ft 3" Zaplok 2/2S/2016 $ 32,363.80 Eddie T. Oxy LLU Pha 4 CO2 22,775'-3"LPFG, 209'-24"bore, 37d 2/29/2016 $ 116,499.75 Lutz L Oxy SLA #334 3990 ft 3" LP FG 44d 3/3/2016 $ 30,478.50 Richard R. OxV DU Battery 3 4,263' 12"LP FG 41cl 3/9/2016 $ 87,SS5.55 David B. i0xv LLU Pha 4 CO2 13,916'-2"steel 100',8"bore 66d 3/9/2016 $ 130,804.40 Lutz L loxy CMU #396 2530'-3" LP FG 5d 3/11/2016 $ 13,153.50 Lutz L Oxy Lonesome Dove #2 780 ft 3" LPFG 19d 3/15/2016 $ 7,362.00 Richard R. Oxy ODC Disposal 2,131'- 8" Zaplok 110 ft 12" Bore 4/6/2016 $ 25,742.50 Eddie T. Oxy LLU Pha 4 flowiines 17,340 ft 3" U*G 58d 4/8/2016 $ 89,199.00 Richard R. Oxy DU Inj 109V - 2" 14W - 3" HPFG 32d 4/15/2016 $ 26,161.00 Lutz L Oxy Cedar lake #713 2920 ft 3" LP FG 19 cl 4/15/2016 $ 24,919.00 Eddie T. Oxy LLU Phe 4 002 13,960 ft 3" LP FG 58d 4/15/2016 $ 93,817.00 Lutz L Oxy Cedar lake #714 630'- 3" U*G, 220'- 3"steel, 6cl 4/20/2016 $ 8,144.00 Eddie T. Oxy LLU Phs 4 ftowlines 13,210 ft 3" LP FG 41d 4/ZS/2016 $ 72,073.50 Richard R. Oxy AICFU 1S72 It 6" HPFG 20d 4/26/2016 $ 19,363.20 Eddie T. Oxy SLA #335 5400 ft 3" LP FG 62d 4/26/2016 $ 41,SW.00 David B. Oxy LLU Pha 4 8as One, 7430'-10"Zaplok,100'-16"bore, 51d 4/29/2016 $ 129,121.50 Lutz L Oxy Cedar Lake 071S 1020 ft 3" U*G Flowline 5cl 4/29/2016 $ 10,839.00 Luis L Oxy Cedar Lake 039R 1326 ft-2" Steel 5/16/2016 $ 15,978.30 Lutz L Oxy Cedar Lake 0716 38M ft 3" U*G 18cl 5/16/2016 $ 39,440.00 Richard R. Oxy PCCU Hdr 2 3128 ft - 4" HPFG 35d 5/16/2016 $ 41,479.00 David B. Oxy LLU Pha 4 7,115 ft-B" LPFG 100 ft -16" Bore 56d 5/31/2016 $ 98,701.25 Eddie T. Oxy S.U. Flowlines 32,140 ft-3" LPFG,14W 16" Bore, 48d 6/7/2016 $ 174,383.00 Lutz L Oxy Cedar take #312 1390 ft 2" Steel 2d 6/8/2016 $ 13,670.50 Richard R. 0" PM Hdr 1 7,305 ft-6" HPFG, 75'-12" Bore, 36cl 6/21/2016 $ 84,573.75 David B. Oxy Sundown Unit 12,020 ft 3" LP FG 48d 6/29/2016 $ 72,387.00 Eddie T. Oxy Sundown Unit 24,080 ft 3" LP FG 57d 7/l/2016 $ 123,180.00 Richard R. Oxy WODC #489, #ill, 5742 ft 3" Zaplok 7/11/2016 $ 17,052.60 David B. Oxy Sundown Unit flowlines 11,140 ft 3" LP FG 36d 7/19/2016 $ 64,863.00 Lutz L Oxy S. Welch320'-2"1660'-3"5020'-6"HPFG 90'-12"bore 60d 7/26/2016 $ 90,003.00 Richard R. Oxy WODC #176, #71, #317 4723'- 2" HP FG 95d 8/2/2016 $ 44,794.10 Richard R. Oxy WODC #543 2770 ft 3" Zaplok 8/8/2016 $ 8,341.00 Eddie T. Oxy Twilley Al 1975'- 4"poly ftowline 2cl 8/15/2016 $ 14,618.75 Eddie T. Oxy Sundown unit 37570'-30LPFG,7W-8"140'-16"bore 143d 8/15/2016 $ 225,917.50 David B. Oxy Sundown unit 4300'-12" LPFG 53d 8/17/2016 $ 75,460.00 Richard R. Oxy WODC Sat L 3125 ft 8" Zaplok 8/17/2016 $ 24,742.SO Luiz L Oxy LLU *459 1200 ft 3" LPFG 7d 8/18/2016 $ 8,430.00 Richard R. Oxy NE Mallet Batt 09 20S0' - 4" Zaplok 8/25/2016 $ 8,587.50 Lutz L Oxy SEU #8-3 17SO ft 3" LPFG 7d 9/8/2016 $ 11,812.50 Eddie T. Oxy Sundown unit Flowilnes 6570'-3" LP FG 34d 9/22/2016 $ 39,616.SO Luis L Walsh Thelma Nelson 80 ft -16" Bore 9/30/2016 $ 8,160.00 Eddie T. Oxy WSDU #72 1560 ft 2" HPFG 14d 9/30/2016 $ 11,694.00 Eddie T. 0xy SELU Trunkline 4200'-10" U*G, 70'-16"bore, 25d 10/5/2016 $ 64,930.00 Richard R. Oxy S.Welch Flowllnes 9810'-3"L.PFG 40d 10/6/2016 $ 55,301.00 Richard R. Oxy HT Boyd RCF 1215 ft ditch for fiber optic cable 10/6/2016 $ 4,070.25 Eddie T. Ritter LLU 140 ft -12" Road Bore 10/14/2016 $ 3,500.00 Lulz & Eddie Oxy SELU Flowllnes 24,910'-3"LPFG 75'-S"Bore 72d 10/21/2016 $ 136,117.50 David B. Oxy Sundown Unit 10,180'- 4"Steel, 80'-12"Bore, 85d 10/21/2016 $ 125,618.00 L.uts & Eddie Oxy SELU FkwWlnes 11,940'-3"LPFG 150'-24"Bore 45d 11/7/2016 $ 87,204.00 Richard R. Oxy S. Welch 16,510 ft 3" LP FG 60'-12" Bore 22d 11/14/2016 $ 88,152.00 David B. Oxy Sundown Unit 6,440 ft 2" Steel CO2 Lines 20d 11/21/2016 $ 53,040.00 Lutz L Oxy ISELU 4770 ft 2" Steel 32d 11/29/2016 $ 44,868.00 Eddie T. Oxy ISEWTrunkline 2953 ft 10" LPFG 50cl 11/29/2016 $ 47,217.95 Lida L Oxy LW #545 2220 ft 3" LPFG 14d 12/2/2016 $ 15,753.00 Richard R. Oxy S.Weich Flowilnes 12,77W-3"LPFG 50d W20/2016 $ 66,514.00 Eddie T. Oxy SEW #348,14,25 i5,470' 3"LPFG 1w-6m i12"bore 72d 12/21/2016 $ 102,561.30 David B. Oxy Sundown Unit 6110ft 2" Steel 23d 12/21/2016 $ 49,275.00 Lui: L Oxy SEW #73.193,310,182,225, 13,850'-3"LPFG 19d 12/29/2016 $ 57,802.50 Total $ 3,658,451.20 Rink's Lease Service Date W29/2015 A ntrac Job Reoort Foreman Company Jobs in Progress Amount Invoiced Luis Lopez Oxy DU K-Une 4250 ft 3" HP FG $ 40,425.00 Oxy ODC #316 2600 ft 3" Zaplok Flowiine $ 9,000.00 Eddie T. Foydada 3000 ft 8" & 10" Water Line $ 248,500.00 $ 154,350.00 Richard R. Oxy DU Loop Une 9000' - 6" HP FG $ 113,8b0.00 $ 59,763.75 David B. Oxy LLU Pha 4 4200'- 4" & 21,000'- 2" steel and Bores $ 250,800.00 Totals by crew Invoiced Joel L Oxy Denver City Area Pipeline Project $ 160,082.15 Eddie T. Utility Abernathy/Sudown water Projects $ 1,113,092.40 Richard R. Oxy Denver City Area Pipeline Project $ 813,961.40 Luis L Oxy Levelland Area pipeline project $ 782,267.64 David B. Oxy Levelland Area Pipeline Project $ S30,256.55 4ider F. Oxy Denver City Area Pipeline Project $ 276,939.00 Total $ 3,676,599.14 Hourly Work Joe V. Oxy AICFU Hourly Gang $ 890.00 Daily Welders Oxy Randall, Chad, Jody, Mark, Charlie, Welders Oxy Woodrow, Andy $ 4,000.00 Daily Com leted Jobs Date Invoiced Richard R. OKy DU SWD #4 7,1W- 8" LPFG, 4A50'- 4" poly, 90d 1/7/2015 $ 137A82.50 Eddie T. oxy NWCU 52R S225 ft 2" HP FG 26d 1/14/201S $ 38,8SS.00 Joel L Oxy DU batt S Phase 2 10,346' 2"& 3" inj lines 151d 1/14/201S $ 112,334.65 Rode L Oxy AE Coe inj 3300'-4" "SW-Z" HPFG W-8"bore 45d 1/21/201S $ 90,017.50 David S. Oxy Cedar Lake 0614 & #618 7690'-3" LP FG 39d 2/2/2015 $ 61,937.00 Eddie T. Oxy COU #1607 #1807 #1908 3710 ft 2" HP FG 17d 2/9/2015 $ 27,179.00 Richard/Joel Oxy DU Batt S Prase 2 7,393 ft 2"- 4" Steel and HP FG 67d 2/16/2015 $ 67,508.00 Richard R. Oxy DU Bat S Gas Line 1300 ft 6" Poly 20d 2/20/2015 $ 14A92.50 Rosie L Oxy Sundown Unit 11,000 ft 6" LP FG 75e1 3/9/2015 $ 102,525.00 Rosle L Oxy WRKM Sat 4 1395 ft 4" LP FG 14d 3/12/201S $ 11,931.2S David B. Neal Farms HW 1585 & CR 9S farm 138S ft ditch and blade work 3/11/2015 $ 2,975.00 Eddie T. Oxy INWMU DU #8417,8425,8429 8,032'-2"& 3"inj lines 36d 3/13/2025 $ 72,149.90 David B. Oxy Sat 23 & 5 11,7W-V LPFG MAW bore 46d 3/19/201S $ 11S,802.00 Javier F. Oxy MFDU #16 5,231' 3" HPFG in rock 94d 3/23/2015 $ 67,401.50 Eddie T. Oxy DU Batt i Phase 4 8 - flowlines 28,930 ft 3" Zaplok 3/2S/2015 $ 87,049.00 Javier F. Oxy Fasken #6 2624 ft 3" Zaplok 3/27/201S $ 7,932.20 Rosle L Oxy NEMU to CMU 8420'- 4" HP FG 60' 10" Bore 48c 4/1/2015 $ 30,568.00 Rosle L K. Swanson Farm Anton 65 ft -12" Road Bore Onion Shed Rd 4/1/2015 $ 3,640.00 Richard R. Oxy DU well #2625,5528,5529 10,174 ft 3" Zaplok 4/1/2015 $ 35,039.05 Rosie L Oxy SELU Inj Lines 85' - 6" Road Bore HW 303 4/2/2015 $ 3,925.00 David B. Oxy ODC #122 & 0312 3496'-2" HPFG 42d 4/6/2015 $ 27,533.20 Javier F. Oxy CRCU #1151R & #1230R 4220 ft 4" Poly Flowiine 4/7/2015 $ 17,123.00 David B. Oxy West Welch HW 137 Road Bore 108 It of 16" casing 4/8/2015 $ 10,465.20 Eddie T. Oxy WSSAU #301 1205 ft 3" Zaplok 4/14/2015 $ 4,232.00 Javier F. Oxy WSSAU #602R 0604R #605R 5,674 ft 3" Zaplok 4/22/201S $ 17,974.70 David B. Oxy AICFU #435 3,01S ft 3" LP FG 34d 4/22/201S $ 23,132.25 Rosle L Oxy Stephenson #1 3,350 ft 3" LP FG 64 ft 10"casing 42cl 4/23/2015 $ 27,098.10 Eddie T. Oxy WSSAU #1201 2,275 ft 3" Zaplok 4/24/2015 $ 6,955.00 Eddie T. Oxy WSSAU RTI & CTI 3,690 ft - 4" 4,660 ft - 3" Zaplok 4/24/2015 $ 29,996.50 Richard R. Oxy DU Batt 5 9,231 ft 2"& 3" Inj Unes,12W 8" Bore, 47d 4/29/201S $ 92,203.70 Richard R. Oxy Willard 133 & 135B 1732'-Z" Steei,1594'-2" HPFG 7d 4/29/2015 $ 21,359.60 Javier F. Oxy WSSAU #613 3,218 ft 3" Zaplok 4/30/2015 $ 9,790.40 David B. Oxy AICFU #377 3,1M ft 3" LP FG 15d 4/30/2015 $ 26,552.50 Richard R. Oxy DU well #7433 622 ft 2" steel 5d 5/7/2015 $ 6,331.90 Javier F. Oxy WSSAU 3470'-3"poiyRow,6435'-4"soluform,1185 =zap 5/15/2015 $ 41,972.00 David B. Oxy AICFU Snitker #1 4240 ft 4" LP FG 57d 5/18/2015 $ 39,010.10 David B. Oxy MMU 09 1390 ft 2" HPFG 6d 5/29/2015 $ 9,358.50 Richard R. Oxy WU/DU Prod 18,191'-3" Zaplok,120'-16" Bore, 2d 6/11/2015 $ 72,919.10 Rosie L Oxy AE Coe Inj 131& 4",14330'-2"HPFG, 213'-12"Bor+e,41d 6/15/2015 $ 100,201.00 Javier F. Oxy Leonardian 6 10,376'-4" Poly, 244'-8" Bore, 9d 6/16/201S $ 61,428.90 David B. Oxy LLU #247,392,267,406,266, 3590'-2"1360'-3"HPFG 41d 6/24/2015 $ 37,473.S0 Javier F. Oxy MFU 9267 3988 ft 3" Zaplok 6/24/2015 $ 11,556.40 Richard R. Oxy WU/DU #1729,1730,1731,1732 25,397'-3" Zaplok 6/29/2015 $ 75,116.60 Rosie L Oxy ERKM Water transfer line 3500 ft 6" LP FG 21d 6/30/2015 $ 32,235.00 Richard R. Oxy BRU #5411 RTP 2650 ft 3" Zaplok 6/30/2015 $ 8,005.00 Eddie T. Abernathy Pay Estimate #1 14" Water line 7/1/2015 $ 136,719.00 Javier F. Oxy COU #607 2437-2" HP FG 11d 7/8/2015 $ 18,487.90 Richard R. Oxy Willard unit 97 A 3250 ft 3" Zaplok 7/10/2015 $ 9,880.00 David B. Oxy LLU 9706 3920 ft 3" LP FG 7/17/2015 $ 26,598.00 David B. Oxy LLU NS291520 ft 2" HPFG 12d 7/23/2015 $ 10,968.00 Rosle L Oxy ERKM Water transfer 4510 ft 6" LPFG 110'-10"sd 50d 7/27/2015 $ 46,053.00 Javier F. Oxy DU Inj 2166 ft 4" HP FG 13 d 7/27/2015 $ 23,277.00 David B. Oxy LLU #540 858 ft 2" HP FG 5d 7130/201S $ 5,951.70 Eddie T. Abernathy Pay Estimate #2 14" Water line 8/1/2015 $ 200,613.60 Eddie T. Sundown Pat Estimate #1 6" Water line 8/1/2015 $ 33,930.00 David B. Oxy AICFU #183 2680 ft 2" HPFG 16d 8/13/2015 $ 18,642.00 Rosie L Oxy AE Coe 15,870' 3"4"6" LPFG 127'-16"road crossing 32cl 8/21/2015 $ 87,252.00 Richard R. Oxy Beck #3 Z894 ft 3" Zaplok 8/24/2015 $ 9,078.20 Richard R. Oxy DU "P" Une 8035'- 4"& 6" Steel 125'-S" Bore 115d I 9/2/2015 $ 125,504.70 Rode L Walsh Gibson 4,628'- 4" Poly Water Une I 9/3/201S $ 13,439.69 Eddie T. Sundown Pay Estimate 92 6" Water line 9/1/2015 $ 80,109.00 David B. Oxy LLU Batt #198 2030'-10" sch 80 steel 35d 9/14/201S $ 41,163.50 Eddie T. Abernathy Pat Estimate #3 Final 14" Water line 9/21/2015 $ 66,381.40 Rosle L Oxy Umnardlan Oil Line 3185'- 4"zoplok 1pd 9/29/2015 $ 28,554.00 Rosle L Oxy YWCU #3704 734'-2"HPFG 12d 10/8/2015 $ 6,875.30 Richard R. Oxy WODC #517 3221 ft - 3" Zaplok 10/12/201S $ 9,993.80 Eddie T. Sundown Pay Estimate #3 6" Water Line 10/15/201S $ 108,367.20 Richard R. Oxy BRU Sat F-2 3381'-10" MG 156'-10" Bare 40d 10/19/2015 $ 62,915.10 David B. Oxy CLU #13 1550 ft 3" LP FG 9d 10/21/201S $ 10,747.50 David B. Oxy AE Coe #19 1075 ft 3" LP FG 8d 10/26/201S $ 7,691.25 David B. Oxy AE Coe #1 1200 ft 3" LP FG 6d 10/28/201S $ 8,190.00 David B. Oxy SEU #3-72 4160 ft-3"LPFG 50 ft-VBore 35d 11/9/2015 $ 32,559.00 Richard R. Oxy GWCU #5604 1350 ft - 2" Stainless 60 ft 6"Bore 7d 11/9/2015 $ 48,262.50 Eddie T. Floydads 1570 ft of 10" PVC waterline Pay Est #1 11/16/2015 $ 110,295.00 Richard R. Oxy DU #4344 1673 ft 3" Zaplok 11/16/201S $ 5,854.40 Luis L Oxy WU/ODC 12,996 ft 2"& 3" Inj lines 12d 11/18/201S $ 92,304.90 David B. Oxy Slaughter Unit 2 well #32 2170'-2"HPFG 18d 11/18/201S $ 15,775.00 David B. Walsh Gibson A-M 1800 ft ditch and backfill 12/4/2015 $ 5,355.00 David B. Walsh Watson 2-H 1050 ft ditch and backfill 12/4/2015 $ 3,123.75 Eddie T. Floydada 2450 ft of 8" & 10" Water Line Pay Est #2 12/8/2015 $ 44,055.00 Eddie T. Sundown Pay Estimate #4 6" and 4" water Lines 12/9/2015 $ 66,215.80 Richard R. Oxy DU Loop Lines 4845 ft 6" HP FG 16d 12/18/2015 $ 59,763.75 Luis L Oxy ODC,/WU well #812,813,814,815,817 13,300'-3"zoplok 12/29/2015 $ 40,692.50 Total $ 3,677,281.64 Rink's Lease Service Date 12/31/2014 Contract Job Report Totals by crew Invoiced Joel L Oxy Denver City Area Pipeline Project $ 237,390.24 Eddie T. Oxy Deaver City Area Pipeline Project $ 796,945.35 Richard R. Oxy Denver City Area Pipeline Project $ 398,070.58 Rosle L Oxy Levelland Area pipeline project $ 664,982.95 David B. Oxy Welch Area Pipeline Project $ 595,550.45 Javier F. Oxy Denver City Area Pipeline Project $ 620,085.75 Kip M. Walsh Subcontract to Danny Watson $ 2S6,891.20 Total $ 3,569,916.52 Completed lobs Date Invoiced Mike M. Oxy ERKM #3 2465 ft 3" LP FG 16cl 1/9/2014 $ 15,477.50 David B. Oxy MMU #2 1900 ft 2" HP FG 6ci 1/9/2014 $ 11,170.00 Richard R. Oxy DU #4111 17" ft 2" steel CO2 inj Sd 1/10/2014 $ 15,152.00 Rosie L Oxy Lauhoff #3, 7, 5-A 3630 ft 2" HP FG 12cl 1/14/2014 $ 20,110.00 Mike M. OXy NW Mallet #179 1600 ft 3" LP FG 7d 1/16/2014 $ 9,640.00 Richard R. Oxy MFU 0175 3520 ft 4" Zaplock surface 1/21/2014 $ 12,456.S0 Eddie T. Oxy BRU trunkline replace 208 ft 10" Road Bore 1/17/2014 $ 10,400.00 Rosie L Oxy LLU #833 1530 ft 3" Zaplock 10d 1/22/2014 $ 11,145.00 David B. Oxy S. Welch lnj 3650ft 2" HP FG 83d 1/23/2014 $ 32,695.00 David B. Oxy W. Welch #4972 510 ft 3" LP FG id 1/23/2014 $ 3,180.00 Javier F. Oxy WODC S.E. new drills 23,343' 3" Zaplock 11V 24" Bore 1/28/2014 $ 76,247.50 Eddie T. Oxy NWCU #176-179 21,270 ft 3" Zaplock 12d 2/4/2014 $ 83,937.50 Rosie L Oxy MR Barry to Barry Unit 2630 ft 4" LP FG 28cl Z/4/2014 $ 20,455.00 David B. OXy West Welch #601 1460 ft 3" LP FG 65 ft 12 Bore 22d 2/4/2014 $ 14,975.00 David B. OXy West Welch #4971 1830 ft Z" HP FG 7cl Z/6/2014 $ 11,820.00 David B. Oxy West Welch #1303 850 ft 2" HP FG 2d 2/25/2014 $ 5,340.00 David B. 0" West Welch #1405 5140 ft 2" HP FG 65 ft 8" bore 21d 2/25/2014 $ 36,285.00 Rosie L Oxy Tyner #404 3740 ft 3" LP FG 12d 2/27/2014 $ 22,010.00 Kip M. Walsh Clawater #131,730 ft 6" Poly 347 ft 12" road bores 2/26/2014 $ 256,891.20 Richard R. Oxy Willard Unit #6A 3905 ft 3" Zoplack 3/3/2014 $ 10,623.50 Javier F. Oxy ODC SE Flank RTP & UP 15,620 ft 3" Zaplock 7d 3/3/2014 $ 49,400.00 Javier F. OXy ODC SE Flank Deepenings 25,410 ft 3" Zaplock Sd 3/3/2014 $ 75,940.00 Richard R. OXy WU #75 2069 ft 3" Zaplock 3/4/2014 $ 5,494.50 Eddie T. Oxy NWCU SAT B Trunkline 7,225 ft 6" Poly 70cl 3/7/2014 $ 66,720.00 David B. Oxy W. Welch #6809 & 06310 5935 ft 3" Zaplock surface 3/11/2014 $ 14,837.50 Mike M. Oxy WU #159X 1664 ft 2" Steel 2cl 3/13/2014 $ 13,552.00 Rosie L Oxy LLU #427 5,050 ft 3" LP FG 30c1 3/13/2014 $ 31,375.00 Richard R. Oxy IWU #966 812 ft 2" HP FG 720 ft 2" Steel 4cl 3/26/2014 $ 8,832.00 Eddie T. Oxy NWCU #1 & #56 2820 ft 2" HP FG 17cl 4/7/2014 $ 21,504.00 Richard R. Oxy ODC #394 1529 ft 3" Zaplok Scl 4/7/2014 $ 5,619.20 David B. Oxy GMK Tom May #5 2240 ft 3" LP FG 12d 4/9/2014 $ 16,62&00 Richard R. Oxy WU Pha 4 7282 ft 2"- 3" Inj lines 26cl 4/10/2014 $ 57,694.95 Rosie L. Oxy SEU #27,28,29,30,3001,4001 3,930' 2" HP FG 34cl 4/10/2014 $ 28,759.50 Eddie T. Oxy GU 2014 new drills 23655 ft 3" Zaplok 10cl 4/22/2014 $ 91,063.60 Richard R. Oxy Midland farms 9728 7317 ft 3" Zaplok surface 4/18/2014 $ 21,033.60 Richard R. Oxy WU #202A 2737 ft 3" Zaplok 4/30/2014 $ 5,663.10 Richard R. Oxy WU 14C 15SO ft 3" Zaplok 4/30/2014 $ 5,120.00 Rosie L Oxy LLU #5S2 2550 ft 3" LP FG 80 ft 6" bore 5d 5/5/2014 $ 19,957.50 Rosie L Oxy Slaughter #4,9,17,8,3-31, 5785 ft 3" Zaplok 49cl 5/12/2014 $ 48,556.25 Mike M. Oxy BRU North CO2 expansion 3700 ft 6" steel 11cl 5/14/2014 $ 51,357.50 Mike M. Oxy BRU #4208 2218 ft 3" Zaplok 5/14/2014 $ 7,653.40 Mike M. Oxy BRU #4209 1150 ft 3" Zaplok 5/14/2014 $ 3,945.40 Eddie T. Oxy GU Sat G to F 5838 ft 6" Paly 69 d 5/14/2014 $ 62,240.10 Rosie L DSI Steve Newsome farm ditch 3940 ft 5/19/2014 $ 10,244.W Mike M. Oxy BRU #3208 3154 ft 3" Zaplok flcwline 5/22/2014 $ 9,892.70 Javier F. Oxy WODC CTIs 2430'-4"stl 5845'-2"sd 700'-2"HPFG 70cl 5/Z3/2014 $ 94,448.75 Eddie T. ONy BRU #3373 3650 ft 3" Zaplok 6/3/2014 $ 10,610.W Mike M. Oxy GU Inj well 91901 120 ft 6" Bore 6/9/2014 $ 5,400.W David B. Oxy S. Welch 240'- 3"HPFG 8640'- 6" HPFG 52d 6/Z3/2014 $ 115,884.00 Eddie T. Oxy OU #8440, #8434, #7450 11,452 ft 3" Zaplok 7/11/2014 $ 34,570.60 Javier F. Oxy YWCU 8,490 ft 2" & 3" HP FG 84d 7/16/2014 $ 98,346.50 Eddie T. Oxy BRU #3419 4475 ft 3" Zaplok surface 7/28/2014 $ 13,992.50 David B. ONy Cedar Lake #410 1525 ft 3" LP FG 22cl 7/30/2014 $ 14,483.75 Eddie T. Oxy WSSAU 1532 ft 6" Zaplok surface 8/4/2014 $ 9,024.20 Javier F. Oxy DU Bat 5 #7449 2696 ft 3" Zaplok 8/7/2014 $ 8,523.80 Mike M. ONy WU #1750 & 176D 1325 ft 2" HP FG 1cl 8/8/2014 $ 9,012.50 David B. Oxy Cedar Lake #S20 2060 ft 3" LP FG 17d 8/8/2014 $ 17,848.00 Richard R. Oxy BRU 12,768'-4"sd, 4,521'-2"sd, 525' 8" bore,111cl 8/11/2014 $ 236,474.55 Rosle L Oxy CLU to Chaulk Hill 17,4SO ft 8" LPFG 380' 16" Bore 64cl 8/18/2014 $ 228,470.00 Mike M. Oxy BRU Sat C-2 2329 ft 8" LP FG 29cl 8/18/2014 $ 34,558.95 Mike M. Oxy DU SWO 660 ft 4" HP FG Id 8/20/2014 $ 8,451.00 Javier F. Oxy DU Bat 5 #8438 #8439 #8548 #7448 14,633' 3" zaplok 8/21/2014 $ 43,897.40 Javier F. ONy DU Bat 5 #8435, 8436, 8441, 8442, 7447 20,763'-3"zap 9/2/2014 $ 64,571.40 David B. Oxy S Welch Trct 6 to 15 2,67S'-6" LPFG 50'-12" bore 23d 9/S/2014 $ 30,146.25 David S. Oxy S. Welch Trct 12 to 17-8 800 ft 6" LP FG 19cl 9/9/2014 $ 10,405.00 Eddie T. Oxy NWCU #96 2445 ft 3" Zaplok 9/10/2014 $ 7,921.00 Eddie T. Oxy GU # 1901 #107 #2704 2,121 ft 2" HP FG 8d 9/10/2014 $ 15,290.70 Mike M. ONy DUCRP Flare line 1195 ft 6" Steel 16ci 9/18/2014 $ 21,339.75 Rosie L Oxy Slaghter B Inj 432W 2" & 204V 4" HP FG 33cl 9/25/2014 $ 48,159.00 David B. Oxy W. Welch 94513 4950 ft 3" LP FG 26d 9/25/2014 $ 36,675.00 Javier F. Oxy DU Bats 7452,7457,8437,8550,3443,854913955'-3"zap 9/30/2014 $ 44,144.00 Rosie L ONy LLU #992 2170 ft 3" Zaplok 10/8/2014 $ 6,856.00 David B. Oxy W. Welch #2412 & #2903 4620 ft 3" LP FG 48d 10/9/2014 $ 35,022.00 Richard R. Oxy DU Batt 5 Inj 10,568 ft 2-3" steel & HP FG 81cl 10/10/2014 $ 97,252.15 Rosle L Oxy RL Slaughter Gas Line 6060'- 4" LP FG 75'- 8" Bore 29cl 10/1S/2014 $ 51,600.00 Richard R. Oxy DU Batt 5 #645S #6456 155'-2" HP FG 138'-2"stl 6d 10/22/2014 $ 2,720.90 David B. SIC Rogers Whitharral 65 ft - 8" bore 90 ft -12" bore 10/25/2014 $ 9,381.98 David B. Oxy W. Welch #5305 #5308 8830 ft 3" LP FG 18cl 10/29/2014 $ 46,150.90 Eddie T. Oxy YWCU3815,3816,3947,3944,3945,4835,14279'3"zaplok 10/29/2014 $ 43,101.20 Richard R. Oxy DU Bat 5 #7454 258 ft 2" Steel 4d 10/29/2014 $ 2,849.10 Rosie L Oxy Mallet A #38 & #93 2250 ft 2" HP FG 4cl 10/30/2014 $ 14,377.50 Rosle L Oxy Town lot #12668 ft 2" HP FG 9d 19 yds asphalt repair 11/4/2014 $ 27,698.20 Javier F. Oxy YWCU#4837,4838,4839 1107' 3" 2725' 2" HP FG 35cl 11/18/2014 $ 36,781.30 Eddie T. Oxy South Wasson Flare 3250 ft 3" Zaplok 11/18/2014 $ 10,075.00 Richard R. 0xy DU #8450 & #8556 3905 ft 3" Zaplok 11/18/2014 $ 11,S19.00 Eddie T. 0xy NWCU #1041530 ft 3" Zaplok 11/20/2014 $ 5,025.00 Eddie T. Oxy NWCU #3813,3814,4711 11,410 ft 3" Zaplok 11/20/2014 $ 34,639.00 Richard R. Oxy DU SWD #4 to 26C 4000 ft 3" Zaplok 11/21/2014 $ 12,370.00 Javier F. Oxy YWCU #2717 & #2720 1153 ft 2" HP FG 22d 11/26/2014 $ 12,925.10 David B. Oxy W. Welch 6204 & 6205 48W 3" LPFG 60' 16" bore 28ci 12/4/2014 $ 33,539.50 Rosie L Oxy AE Coe 2430'-4" HP FG 9000'-2" HP FG 30d 12/4/2014 $ 75,210.00 Eddie T. Oxy YWCU #180HZ ZZ70 ft 3" Zaplok 12/9/2014 $ 7,448.00 Eddie T. 0xy YWCU 3718,3719,3720,3721,2716,2719 25,715'-3"zap 12/9/2014 $ 77,072.00 Eddie T. 0xy YWCU 3946,4709,4710,3812,4839 14,800'-3" zaplok 12/9/2014 $ 44,170.00 Eddie T. Oxy YWCU 2604,2715,3723 12,743'-3" zaplok 12/9/2014 $ 39,580.40 Javier F. Oxy YWCU #372415W ft 2" HP FG 21cl 12/11/2014 $ 14,860.00 David B. Oxy W. Welch tract 52 In) 8850 ft 21/2" HP FG 47d 12/16/2014 $ 79,807.50 Mike M. Walsh PI#ins Road Bores 125'-16" Bore,165'-10" Cut & Case 12/19/2014 $ 20,859.54 David 8. 0xy AICFU #100 2675 ft 2" HP FG 21d 12/30/2014 $ 19,296.25 Eddie T. Oxy YWCU #4911 & 04912 5420 ft 3" Zaplok 6cl 12/30/2014 $ 22,106.00 Total $ 3,569,916.52 s'7� 6/6 r?T� c jSW 6c 3l z 52- V �- rt c, Rink's Lease Servic Date 12/31/2013 eport Foreman Company Jobs In Progress Amount invoiced Mike M. Oxy ERKM #3 2465 ft 3" LP FG $ 15,500.00 Oxy NW Mallet #179 1750 ft 3" LP FG $ 10,825.00 Rosle L. Oxy Lauhoff 3500 ft 2" HP FG $ 21,650.00 Eddie T. Oxy DU Battery 3 to WB 40100ft 12" Bore $ S,500.00 Eddie T. Oxy NWCFU #176 #177 #178 #179 22,000 ft 3" Zaplock $ 104,000.00 Richard R. oxy Denver Unit #4111 1825 ft 2" Steel welded $ 15,800.00 David B. Oxy MMU #2 1900 ft 2" HP FG $ 11,000.00 Javier F. Oxy ODC #213 #472 #353 #168 1S,000 ft 3" Zaplock $ 41,000.00 Javier F. Oxy ODC #789 thru #794 25,000 ft 3" Zaplock $ 84,000.00 Javier F. oxy ODC Pha 1 deepenings 26,000 3" Zaplock $ 68,500.00 Totals by crew Invoiced Mike M. Oxy Levelland Area pipeline project $ 686,757.10 Eddie T. Oxy Denver City Area Pipeline Project $ 642,938.S0 David F. oxy Denver City Area Pipeline Project $ 1,177,689.25 Rosle L. Oxy Levelland Area pipeline project $ 689,042.79 David B. oxy Anton area pipeline project $ 4S5,464.83 Alvin B. SWL1D Lubbock Water lines $ 36,796.00 Gilbert L. Oxy Hourly Work GWCU Hourly Backhoe $ 610.00 Daily oe V. oxy AICFU Hourly Gang $ 890.00 Daily Welders Oxy Randall, Ryan, Chad, Victor, Mark, Darwin, Charlie, $ 3,500.00 Daily Mike M. Eddie T. tosie L like M. Oxy oxy oxy oxy Completed Jobs N. Hobbs 4" Zaplock flowlines 29705 ft DU Bat 5 11,246 ft 3" Zaplock flowlines Kennedy #7 8,168 ft 4" HP FG 59cl IN Hobbs 033-1412604 ft 4" Zaplock Date 1/11/2013 1/ZS/2013 1/25/2013 2/5/2013 Invoiced $ 122.703.02 $ 30,21S.00 78,128.00 f;7 23,006.39 David F. Oxy YWCU #4507R 1567 ft 2" HP FG Z/11/2013 $ 12,707.00 Rosie L Oxy LLU #275 3320 ft 3" Zaplock 19cl Z/14/2013 $ 23,860.00 Rosle L C. Thompson Bynum # 7 & 9A 3750 ft 3" poly 60 ft 10' bore 2/15/2013 $ 17,013.29 Eddie T. Oxy GWCU #5513 3114 ft 3" Zaplock 16cl Z/14/2013 $ 13,993.00 Eddie T. Oxy GWCU #5514 2182 ft 3" Zaplock 2/14/2013 $ 5,980.00 Eddie T. Oxy GWCU #6525 395 ft 3" Zaplock 2/14/2013 $ 1,162.50 Eddie T. Oxy GWCU #6526 1915 ft 3" Zaplock Z/14/2013 $ 5,137.50 Eddie T. Oxy GWCU #5905 3787 ft 3" Zaplock 2/27/2013 $ 10,255.00 Eddie T. Oxy GWCU #5906 3075 ft 3" Zaplock 2/27/2013 $ 8,387.50 Eddie T. Oxy GWCU #6727 2536 ft 3" Zaplock 2/27/2013 $ 6,690.00 Eddie T. Oxy GWCU #6728 1820 ft 3" Zaplock 2/Z7/2013 $ 4,900.00 David B. City of Lev. Rallpark 2 ea water taps 2/27/2013 $ 1,600.00 David F. Oxy GWCU 11,868 ft 8" LP FG 130 ft 12" bore 166cl 2/27/2013 $ 176,608.00 David F. Oxy YWCU #3940, 4824, 4825, 4826 21,591 ft 3" zaplock 3/1/2013 $ 54,905.00 Rosle L Oxy LLU #275 993 ft 2" HP FG 3/5/2013 $ 5,581.50 David B. Titan Railpark 1605 ft Water and Sewer lines 3/4/2013 $ 38,605.00 David F. Oxy YWCU #4827, 4828, 4829, 41W 12,685 ft 3" zaplock 3/7/2013 $ 32,412.50 Rosle L Oxy LLU #890 3650 ft 3" Zaplock 26d 3/14/2013 $ 26,845.00 Mike M. Oxy N. Hobbs #19-94S 4681 ft 3" Stainless Steel 44cl 3/14/2013 $ 184,599.40 Eddie T. Oxy DU Batt 1 1,215 ft 10" & 6" poly Scl 3/18/2013 $ 20,040.00 Rosie L Oxy LLU #828 1525 ft 3" Zaplock 16cl 3/27/2013 $ 11,832.50 David F. Oxy WU flowlines 24,140 ft 3" Zaplock surface pipe 4/2/2013 $ 61,99S.00 Rosle L Whiteface 100 ft of 8" Railroad bore for Apache Gas Line 4/1/2013 $ 5,500.00 Rosie L Oxy LLU #667 440 ft ditch for electric cable 4/3/2013 $ 1,540.00 Eddie T. Oxy GU 10 acre infill 14,100 ft 3" Zaplock surface flowlines 4/9/2013 $ 38,074.50 David F. Oxy WU flowlines 21,465 ft 3" Zaplock surface pipe 4/11/2013 $ 54,607.50 Rosie L Oxy LLU #501 3250 ft 3" Zaplock 30cl 4/15/2013 $ 24,725.00 Rosle L Oxy LLU #799 3060 ft 3" Zaplock 32d 4/22/2013 $ 23,730.00 David F. Oxy WU flowlines 17,647 ft 3" Zaplock surface pipe 4/23/2013 $ 44,992.S0 David B. Oxy w.wekh #3917, #3921, #3931- Mgr 3- LP w 65'10"bore 41d 4/25/2013 $ 61,982.50 David F. Oxy YWCU Central E. Inj 5384 ft 3" 533 ft 2" HP FG 5/3/2013 $ 53,729.75 Rosie L Oxy LLU #612 5420 ft 3" LP FG 17 d 5/8/2013 $ 31,850.00 Rosle L Oxy LLU #796 2420 ft 3" Zaplock 19d 5/9/2013 $ 18,010.00 David F. Oxy YWCU Well #4901R SW ft 2" Stainless Steel 3ci 5/13/2013 $ 2S,198.00 Rosle L Oxy LLU #S45 286W 3"LPFG 24V 3"zaplock 90' 6"bore 3cl 5/20/2013 $ 12,500.00 David F. Oxy GWCU #5505 680 ft 2" Stainless Steel 6cl 5/Z3/2013 $ 20,950.00 Rosie L Oxy LLU #983 1150 ft 3" Zaplock 5d 5/23/2013 $ 8,07S.00 Eddie T. Oxy YWCU Central N. 3900' 10" poly & 3" zaplock 27cl S/28/2013 $ 63,602.50 David B. Levelland Austin & ave H. 400 ft 4" PVC 13 service meters S/29/2013 $ 19,317.83 Rosle L Oxy LLU #959 2720 ft 3" zaplock 11cl 6/5/2013 $ 19,000.00 Mike M. Oxy N. Hobbs 4855 ft 10" LP FG 81d 6/10/2013 $ 120,504.79 Eddie T. Oxy PCCU #150S 1663 ft 3" Zaplock 17cl 6/11/2013 $ 12,849.50 David F. Oxy WU Inj 2577' 2" Steel 2270' 2" HP FG 34cl 6/11/2013 $ 32,266.S0 David F. Oxy YWCU Central N. 20,01S ft 3" Zaplock surface pipe 6/11/2013 $ 52,480.50 David B. Oxy JCLUValve41nj S560 ft 3" 1215 ft 2" HPFG 31cl 6/20/2013 $ 46,542.50 Rosie L Oxy ISLA SW ft 4" Poly 150 ft 10" Bore 23cl 6/27/2013 1 $ 66,160.00 David F. Oxy JYWCU Central N. 2246 ft 3" 1637 ft 2" HPFG 39c1 7/2/2013 $ 34,299.00 David F. Oxy ODC #388 2027 ft 3" Zaplock 7/2/2013 $ 7,367.50 Eddie T. Oxy WU Sulfur irrigation 5950 ft 10" Poly Water line 17cl 7/9/2013 $ 67,490.00 Eddie T. Markwest Callche location near LLU South Water Station 7/10/2013 $ 3,187.50 Rosie L Oxy AE Coe Trunline 2,720 ft 4" LPFG 80 ft 10" Bore 13cl 7/16/2013 $ 23,240.00 David B. Oxy AICFU #576 335 Ft 4" Steel 7/25/2013 $ 3,422.50 David B. 0" AICFU #277 S80 It 4" Steel 4cl 7/25/2013 $ 5,990.00 David B. Oxy AICFU #276 1625 ft 4" Steel 14c1 7/25/2013 $ 17,117.50 David B. Oxy AICFU Jet Pump 1700 ft 4" HPFG 28cl 7/26/2013 $ 16,110.00 Rosie L Oxy SEU #2-3 4475 ft 3" LP FG 31c1 7/26/2013 $ Z8,332.50 David B. Oxy Cedar Lake #155 1390 ft 2" Steel Scl 8/6/2013 $ 14,470.00 David F. Oxy ODC #555 2339 ft 3" Zaplock 4cl 8/7/Z013 $ 6,887.50 David F. Oxy WU #181X 18Z4 ft 3" Zaplock 130 ft 8" Bore 4cl 8/7/2013 $ 12,374.00 David F. Oxy DU 0673Z & #2633 4638 ft 3" Zaplock 8/7/2013 $ 12,225.00 David F. Oxy NWCU #17S 3482 ft 3" Zaplock 2cl 8/7/2013 $ 10,205.00 David F. Oxy NWCU #167 thru #174 28,990 ft 3" Zaplock lcl 8/7/2013 $ 80,311.00 David B. Oxy CLU Valve 4 Inj 100 ft 6" road bore 8/7/2013 $ 4,000.00 Mike M. Oxy SEW Transite replace 9497'- 6" Steel 80'-3Z" Bore 54cl 8/26/2013 $ 125,347.00 David B. Oxy W. Welch #1002 & #1105 8370 ft 3" LP FG 46c1 8/26/2013 $ 46,115.00 David F. Oxy ODC #482 1572 ft 3" Zaplock 5cl 9/6/Z013 $ 11,350.50 David F. Oxy DU #7509 830 ft 2" Steel 11cl 9/6/Z013 $ 8,030.00 Rosie L Oxy Town Lot #2,#6,#ll 19,680' 3-Zaplock 70' 16"bare 29cl 9/9/2013 $ 101,620.00 Eddie T. Oxy DU Batt 1 13,012 ft 6" LP F6138cl 9/10/2013 $ 122,375.00 Mike M. Oxy CLU #162A #260 1196 ft 2" HP FG 4cl 9/12/2013 $ 7,058.00 Rosie L. Oxy WRKM #317 1060 ft 3" Zaplock surface 9/13/2013 $ 2,625.00 David B. Oxy W. Welch #1W2 & #1105 110 ft 12 " Road Bore 9/23/2013 $ 7,982.00 David B. Oxy Anton RTP #374 2570 ft 3" LP FG 36cl 10/1/2013 $ 18,455.00 David B. Oxy AICFU #19 & 20 4961 ft 2" HP FG 70 ft 12"bore 35cl 10/3/2013 $ 29,410.00 David F. Oxy BRU #3366 & #3367 9170 ft 3" Zaplock 10/7/2013 $ 23,632.W Eddie T. Oxy DU South K. Line 5682 ft 4" HP FG 10/7/2013 $ 61,264.50 David F. Oxy WU Infill 31658 ft 3" Zaplock surface pipe 10/7/2013 $ 103,675.50 Mike M. Oxy LLU Inj 580 ft 10" Steel 120 ft 16" railroad bore 8cl 10/10/2013 $ 19,030.00 David F. Oxy WU #81B 1481 ft 2" Steel 9el 10/28/2013 $ 13,134.50 David F. Oxy WU Infill Phase 4 26,049 ft 3" Zaplock 10/28/2013 $ 65,8S0.50 David B. Oxy AICFU well #411 4180 ft 3" LP FG 60 ft 10" bore 27cl 10/30/2013 $ 29,230.00 David F. Oxy BRU North 13,165 ft 3" Zaplock Surface 11/4/2013 $ 35,082.S0 Eddie T. Oxy DU South J Line 4,117 ft 4" HP FG 58cl 11/4/2013 $ 42,374.S0 Mike M. Oxy SELU #244 3,590 ft 3" LP FG 62 ft 6" bore 24d 11/4/2013 $ 25,105.00 Eddie T. Oxy ODC sat L 5980 ft 6" Zaplock 11/7/2013 $ 34,656.00 David B. Apache West Levelland Unit 100 ft 8" Bore HW 1780 11/11/2013 $ 4,500.00 Alvin B. SWL.LD Mel Abbe Addition Z300 ft 8" & 12" water lines 11/18/2013 $ 36,796.00 Richard R. Oxy YWCU Central North 4412 ft 3" 641 ft 2" HP FG 60c1 11/21/Z013 $ 53,545.00 Richard R. Oxy BRU #2525 2811 ft 3" Zaplock surface 11/21/2013 $ 7,587.50 Mike M. Oxy SLA #4311150 ft 3" Zaplock surface 11/Z2/2013 $ 2,875.00 Mike M. Oxy SLA #432 4785 ft 3" Zaplock 39cl 11/Z2/2013 $ 35,782.50 David B. Oxy SLA #433 4450 ft 3" Zaplock 40cl 11/Z2/2013 $ 33,725.00 David B. Oxy ISLA #434 300 ft 3" Zaplock surface 11/ZZ/2013 $ 750.00 Mike M. Oxy JCMU #394 1602 ft 3" LP FG 9cl 12/2/2013 $ 9,891.00 tichdrd R. Oxy BRU #5407 3286 ft 3" Zaplock surface 12/2/2013 $ 8,638.50 tichard R. 0xy WU Headwaters H2 #0014901 ft 3" Zaplock 12/10/2013 $ 17,538.50 tosle L. Oxy Slaughter Unit/RA Hefner 20,465 ft 3" Zaplock 62 cl 12/12/2013 $ 137,390.00 )avid B. Oxy LLU #1231 4350 ft 3" LP FG 22ci 12/17/2013 $ 26,545.00 tichard R. Oxy DU 94137,38,39 #4258,59,60 16,866 ft 3" zaplock 12/27/2013 $ 43,103.00 )avid B. Bobby Neal HW 114 120 ft of 16"road bore and casing 12/30/2013 $ 11,450.00 Mike M. 0xy WRKM #324 4250 ft 3" Zaplock 27cl 12/30/2013 $ 30,865.00 Eddie T. Oxy DU Bat 3 to WO 40 8,356' 8"poly 300' 6"poly 50cl 12/30/2013 $ 90,304.00 David B. 0xy LLU #1229 2390 ft 3" LP FG 65 ft 6" Bore 20cl 12/30/2013 $ 18,145.00 Rosie L. 0xy ERKM #323 1630 ft 3" Zaplock Scl 12/31/2013 $ 11,555.00 Rosle L. 0xy SEU #6-9 1380 ft 3" Zaplock 8d 12/31/2013 $ 9,930.00 Total $ 3,688,688.47 Rink's Service Date W31/2012 Contract Job Report :oreman Company Jobs in Pro re; Amount Invoiced Pipe Line Projects Juke M. 0" South Plains Area Pipeline Project $ 750,000.00 $ 605,598.00 iddie T. t7xy Cedar Lake/Welch Area Pi line Project $ 1,000,000.00 $ 816,777.02 )avid F. Denver City Area Pipeline Project $ 750,000.00 $ 736,713.25 tosie L Oxy South Plains Area Pipeline Project $ 1,000,000.00 $ 950,573.50 Hourly Work Albert L Oxy GWCU Hourly Baddwe $ 610.00 Daily iantanna M. Oxy LLU MIT Testing $ 660.00 Daily oe V. Oxy AICFU Hourly Gang $ 890.00 Daily avier F. Oxy Welch/Cedar Lake Hourly Gang $ 850.00 Daily )avid B. Oxy Cedar Lake MIT Testing $ 850.00 Daily Nelders Oxy Randall Victor Scott Bernie Melvin Raul Rudy $ 4,000.00 Daily Jobs Bidding Completed Jobs Wit. Invoiced David F. Oxy GWCU #5601 & #5604 4911 ft 3" Zaplock 1/5/2012 $ 37,981.50 David F. Oxy GWCU #5605 16W ft 3" Zaplock 1/17/2012 $ 17,190.00 Rosle L Oxy WRKM #66 9269 065 NO 9814 ft 3"LP FG 29cl 1/19/2012 $ 46,551.00 David F. Oxy GWCU #56066 1560 ft 3" sch 80 Zaplock 1/24/2012 $ 17,172.50 Mike M. G" LLU #1008 784 ft 2" HP FG 1/26/2012 $ 4,672.00 David F. Oxy Wasson 48 2391 ft 4" Poly 1/30/2012 $ 24,461.00 Mike M. Oxy LLU #271 #514 #S55 5191 ft 3" Steel 55cl 1/31/2012 $ 48,128.00 Eddie T. Oxy S. Welch #2011 #20D7 #2102 #2109-6630 ft 4"LPFG 50d 1/31/2012 $ 46,190.00 Rosie L Oxy WRKM 064 #74 #290 4842 ft 3" LP FG 28d 1/31/2012 $ 23,915.50 Rosie L Oxy Sundown Unit #33 #39 5490 ft 2" HP FG 14cl 2/1/2012 $ 31,875.00 Mike M. Oxy LLU #10401770 ft 2" HP FG 16d 2/6/2012 $ 11,655.00 Mike M. Oxy LLU #794 1S00 ft 2" HP FG 14d Z/7/2012 $ 9,930.00 Eddie T. David F. Oxy Oxy South Welch #2101 & #2112 4991 It 4" LP FG 23cl LLU #988 1440 ft 3" Zaplock surface line 2/10/2012 2/16/2012 $ $ 29,741.50 3,600.00 Rosie L Oxy WRKM #95 #87 #294 #81 #88 8,320 ft 3" LP FG 41d Z/16/2012 $ 39,395.00 Rosie L Ovy WRKM #264 2590 ft 3" LP FG 22cl 2/16/2012 $ 16,885.00 Eddie T. Oxy S. Welch *1402 #1407 3624 ft 4" LP FG 10d 2/21/201Z $ 21,598.00 Eddie T. Mike M. Oxy Oxy S. Welch #1812 #17016109 ft 4" LP FG 11cl LLU #514 1773 ft 3" Steel 29cl 2/21/2012 3/1/2012 $ $ 37,657.00 17,664.00 like-M. Oxy SEW Horseshoe Road Bore 50 ft 24" 3/2/2012 $ 3,7SO.00 like M. Oxy LLU #402 #442 #447 11,770 ft 3" LP FG 38cl 3/5/2012 $ 54,580.00 oste L Oxy WRKM #227,265,68,266,226,267,282 91OW3"LPFG 26cl 3/5/2012 $ 36,495.00 osie L Oxy WRKM #172 #52 3,305 ft 3" LP FG 25d 3/6/2012 $ 18,346.00 .osie L Oxy SEW #343 1560 ft 3" LP FG 13d 3/13/2012 $ 10,140.00 ,osie L Oxy SELU #234 2300 ft 3" LP FG 25d 3/16/2012 $ 15,650.00 iavid F. Oxv YWCU #4603 #4604 #4710 #4703 9,336 It 3" Zap 30d 3/19/2012 $ 59,977.50 Aike M. Oxy LLU 0473 2675 ft 3" LP FG 14cl 3/20/2012 $ 16,392.50 .osie L Oxy WRKM #281 2360 ft 3" LP FG 20cl 3/21/2012 $ 15,380.00 ddie T. on S. Wekh #111181102 #1113 9401 #1105 #110610,ssa ft 3" LP FG 50d 3/26/2012 $ 67,084.25 Alke M. Oxy LLU #82 3734 ft 3" LP FG 13d 3/28/2012 $ 22,097.00 ;osie L On Sundown Mercury #1 4.400 ft 3"& 4" LP FG 27cl 4/3/2012 $ 41,690.00 >avid F. Oxy YWCU #4701 #4703 2829 ft 3" Zaplock 33d 4/9/2012 $ 29,S43.00 tosie L Oxv Frazier #131 2310 ft 3" LP FG 26ci 4/13/2012 $ 15,825.00 Aike M. Oxy LLU #780 #975 #976 28W 3" & 2614' 4" LP FG 31cl 4/13/2012 $ 36,133.00 :ddie T. Oxy W. Wekh Tra 52/56 9AW 6"& 9,603' 4" LP F6 200' 10"bore 68d 4/18/2012 $ 150,468.00 tosie L Oxy Frazier #79 3650 ft 3" LP FG 14d 4/24/2012 $ 21,755.00 Aike M. Oxy Slaughter Gas Plant Water Line 90 ft of 18" Bore 4/24/2012 $ 5,850.00 tosie L Oxy Frolzier #136 1780 ft 2" HP FG 24c1 4/30/2012 $ 12,670.00 )avid F. Oxy YWCU #3605 #4602 #4609 7556 Ft 3" Zaplock Sad 4/30/2012 $ 52,385.50 iAlke M. Oxy NE LLU #13A & #22 2775 ft 3" LP FG 50' 10" Bore 12cl 5/1/2012 $ 17,872.50 tosie L Oxy Frazier #7 2730 ft 2" HP FG 8d 5/1/2012 $ 1S,975.00 :ddie T. Oxv S. Welch #1411 990 ft 3" LP FG 14d 5/3/2012 $ 7,620.00 :ddie T. Oxy S. Welch #1412 540 ft 3" LP FG 4cl 5/3/2012 $ 3,720.00 Vilke M. Oxy NEW #12 #20 4335 ft 3" LP FG 60' 10" gore 14d 5/10/2022 $ 23,423.00 :ddie T. Oxy S, Welch #2807 3538 ft 3" LP FG 12cl S/10/2012 $ 22,668.00 )avid F. Oxy YWCU #4610 2308 ft 3" Zaplock 29d 5/14/2012 $ 24,141.50 Mike M. Oxv NEW #9 2355 ft 3" LP FG 13d 5/21/2012 $ 14,512.50 Zosie L Oxy WRKM #199 3660 ft 2" HP FG 49d 5/23/2012 $ 26,010.00 Eddie T. Oxy S. Welch #2601680 ft 4" LP FG Ocl 5/24/2012 $ 4,760.00 Rosle L Oxy LLU #641 & #552 10,095 ft 3" LP FG 41d 6/7/2012 $ 48,627.50 Rosle L Oxy WRKM #2331490 ft 3" LP FG 13c1 6/12/2012 $ 9,755.00 Eddie T. Rosle L Rosle L Oxv On On S.Welch #2803 & #2804 8,810 ft 3" LP FG 54cl Alex Slaughter #211600 ft 3" LP FG 17d CMU #218 2320 ft 3" LP FG 17d 6/15/2012 6/19/2012 6/28/2012 $ $ $ 45,795.00 10,840.00 9,300.00 Mike M. Oxy LLU Batt 280 5491 ft 8"sd & 3"LP FG 60 ft 6" &12" tore 36d 6/29/2012 $ 106,112.50 Rosle L Oxv CMU #37 #199 3455 ft 3" LP FG 10d 7/3/2012 $ 16,877.50 Eddie T. Oxv S. Welch #2712 92713 6920 ft 3" LP FG 31d 7/3/2012 $ 43,350.00 David F. Oxy DU Batt 142,957 ft 3" Zaplock fioWlines 7/5/2012 $ 111,109.50 Rosle L Mike M. Oxy Oxy CMU #291280 ft 3" LP FG 5d LLU #431 3416 ft 30LP FG 28cl 7/6/2012 7/13/2012 $ $ 7,090.00 22,148.00 Rosie L Rosle L Eddie T. Oxv Oxv Oxv CMU #8 1320 ft 2" HP FG 11d CMU #9 1740 ft 3" LP FG 12d W.Wekh #M2 A4W4 84605 4054 ft 2" HP FG 65ft 6" Bore 11d 7/13/2012 7/16/2012 7/17/2012 $ $ $ 8,580.00 11,010.00 28,244.00 David F. On DU Batt 1 27,274 ft 3" zaplock flowlines 7/18/2012 $ 69,627.00 Rosle L. Oxy CMU #2S8 3766 ft 2" HP FG 19cl 7/26/2012 $ 22,993.00 Mike M. Oxy LLU #683 3240 ft 3" LP FG 17cl 7/26/2012 $ 19,860.00 osier L Oxy Smith Igoe #41460 ft 3" LP FG 3ci 7/26/ZOiZ $ 3,390.UU avid F. Oxy ODC #490 2467 ft 3" zaplock 7d 8/1/201Z $ 7,703.50 avid F. Oxy ODC #666 3126 ft 3" zapiock 8/1/2012 $ 8,607.00 osie L Oxy Mallet A #71 2610 ft 3" LP FG 10cl 8/8/2012 $ 15,555.00 ddie T. Oxy S. Welch Tract 15 1720 ft 6" LP FG 21cl 8/10/2012 $ 16,280.00 .osie L. Oxy CMU #213 840 ft 3" LP FG Z1cl 8/13/2012 $ 7,140.00 ddie T. Oxy Cedar Lake #628 3230 ft 3"LP FG 25cl 8/14/2012 $ 22,380.00 Aike M. Oxy LLU #675 & #677 7370 ft 3" LP FG 75ft 12"bore 52cl 8/15/201Z $ 41,767.50 ; lavid F. Oxy YWCU 10 AC 12,623 ft 3" Zaplock 6cl 8/21/2012 $ 38,105.50 oosie L Oxy CMU #288 & #307 7190 ft 2" HP FG 42ci 8/28/2012 $ 44,585.00 Aike M. Oxy LLU #662 1150 ft 3" LP FG 21d 8/29/2012 $ 8,845.00 :ddie T. Oxy W.Welch #4928 #4934 #4940 4,415 ft 3" LP FG 20d 8/30/2012 $ 28,890.00 tosie L Oxy Sundown Unit #4 1625 ft 3" LP FG Sci 9/4/2012 $ 9,537.50 oosie L Oxy Igoe Smith #33 2949 ft 3" LP FG 10d 9/4/2012 $ 17,370.00 Aike M. Oxy SEW #345 3493 ft 3" LP FG 25cl 9/13/2012 $ 22,211.50 tosie L Oxy SEU #4-59 1495 ft 3" LP FG 10c1 9/13/2012 $ 9,422.50 tosie L Oxy SEU #1-9 1820 ft 2" HP FG 18cl 9/18/2012 $ 12,170.00 .ddie T. Oxy South Weich #2713 11V 10" road bore and casing 9/25/2012 $ 7,470.27 )avid F. Oxy DU #3249 #3250 #3251 #4257 8013 ft 3" Zaplock 9/27/2012 $ 20,944.50 tosie L Oxy SEU #4-83 3000 ft 2" HP FG 33cl 9/27/2012 $ 20,460.00 Eddie T. Oxv S. Welch 6" Trunkline 12489 ft 6" LP FG 36cl 10/3/2012 $ 97,302.00 )avid F. Oxv DU Batt #4 to #6 9882 ft 6" LP FG 55c1 10/8/2012 $ 92,226.25 --ddie T. Apache Whitface CNG hw 1780 road bore 100 ft 10"w/casing 10/12/2012 $ 6,000.00 Eddie T. Oxy Cedar Lake #630 2672 ft 3" LP FG 10d 10/17/201Z $ 17,232.00 Rosle L Oxy LLU #111 #112 #129 #130 2905' 2"1188' 3" HP FG 14cl 10/29/2012 $ 25,379.50 Mike M. Oxy SEW Trunkline 7164 ft 6" steel 172 ft 12" bore 31d 11/2/2012 $ 91,984.00 Rosle L Oxy LLU Valve 19 1319' 3" 504W 2" HP FG 4Sd 11/7/2012 $ 41,693.50 Eddie T. Oxy W. Welch 13,718 ft 3" LP FG 200 ft 10" Bore 42ci 11/19/2012 $ 79,694.00 David F. Oxy DU C-prox 34,681 ft 3" zaplodc 71d 11/19/2012 $ 121,937.50 Rosle L Oxy Slaughter Office 14,020 ft 4" poly 160 ft 10" bore Sid 12/S/2012 $ 105,250.00 Eddie T. Oxv ODC 3504 ft 6" steel 466 ft 30& 394 ft 2" HP FG 12-2012 $ 32,633.00 Total I $ 3,003,651.77 Rink's Lease Servic Date 12/31/2011 Contract Job Report Foreman -ampany Amount Invoiced Pipe Une Projects Rosie L. Oxy LLU Pha 3 CO2 project $ 2,500,000.00 $ 2,481,857.30 Mike M. Oxy North Area Pipeline Project $ 400,000.00 $ 427►185.85 Eddie T. Oxy Cedar Lake Area Pipeline Project $ 500,000.00 $ 408,465.65 David F. Oxy Denver City Area Pipeline Project $ 600,000.00 $ 599,602.50 Rosie L. Oxy North Area Pipeline Project $ 50,OW.00 $ 48,281.50 Hourly Work Gilbert L. Oxy SELU Hourly Backhoe $ 610.00 Daily Joe V. Oxy AICFU Hourly Gang $ 890.00 Daily Javier F. Oxy Slaughter Hourly Gang $ 850.00 Daily David B. Oxy Cedar Lake MIT Testing $ 850.00 Daily David F. oxy Denver City MIT Testing $ 850.00 Daily Welders Oxy Rm"11, vkoor, Raga. Owmn, MOM. SmM Bernie $ 4,000.00 Daily Jobs Bidding Completed Jobs Date Invoiced Kip M. Oxy LLU #24110,000 ft 3" Liner Material 1/4/2011 $ 28,405.00 Rosie L. Oxy LLU Pha 3 CO21200 ft 12" liner Material 1/5/2011 $ 7,512.00 Rosie L. Oxy LLU Pha 3 CO2 36,E ft 3" Liner Material 1/5/2011 $ 28,440.00 Rosle L. Oxy LLU Pha 3 CO2 68M ft 8" Liner Material 1/5/2011 $ 15,572.00 Rosle L. Oxy LLU Pha 3 CO2 3200 ft 10" Liner Material 1/7/2011 $ 15,200.00 Mike M. Oxy WRKM #315 960 ft 2" Steel 1/7/2011 $ 5,520.00 Mark M. Oxy W.Welch Tract 27 5366 ft 6" HP FG 1/7/2011 $ 43,929.10 Rosie L Oxy LLU Pha 3 CO2 3200 ft 8" Steel 1/25/2011 $ 55,901.90 Mike M. Oxy LLU Valve 714167 It 6" Steel 62 ft 10" Bore 2/2/2011 $ 37,066.10 Kip M. Oxy LLU Pha 3 CO2 22,856 ft 3" Liner Install Z/10/2011 $ 39,769.44 Kip M. Oxy LLU Pha 3 CO2 2017 ft 6" Liner Install 2/10/2011 $ 6,111.51 Eddie T. Oxy Cedar Lake #317 & #318 4500 ft 4" HP FG 2/23/2011 $ 34,425.00 Kip M. Oxy LLU Pha 3 CO21206 ft 8" Liner Material 2/24/2011 $ 2,761.74 Mike M. Oxy LLU Val 713270 ft 3" 3603 FT 2" HP FG 60 ft 8" Road 3/i/2011 $ 30,664.35 Mike M. 0x11 SELL! #1031430 ft 3" LP FG 3/2/2011 $ 5,934.50 Rosle L. Oxy LLU Pha 3 CO2 24194 ft 3" Steel 3/3/2011 $ 231,200.50 David F. oxy DU ROZ Inj 7897 ft 2"& 3" Steel & HP FG 3/8/2011 $ 101,696.00 David F. loxy BRU #3230 #3237 #4370 7308 ft 3" Zaplock 3/8/2011 $ 41,019.75 Mark M. low Slaughter Gas Plant 40 ft 8" Road Bore 3/8/2011 $ 1,520.00 Mike M. Oxy LLU Valve 712567 ft 3" 3295 ft 2" HP FG 120 ft 8" Bore 3/23/2011 $ 29,768.50 Kip M. Oxy LLU Pha 3 CO217,064 ft 3" Liner install 3/25/2011 $ 29,691.36 Kip M. Oxy LLU Pha 3 CO21490 ft 6" Liner Install 3/25/2011 $ 4,514.70 Eddie T. Oxy Cedar lake #123124 39 154 136 143 6269 ft 2" Steel 3/28/2011 $ 41,061.95 Rosie L Oxy LLU Pha 3 CO214,580 ft 3" Steel 3/30/2011 $ 157,235.00 Kip M. Oxy LLU Pha 3 CO2 8540 ft 3" Liner Install 3/31/2011 $ 14,859.60 Mike M. Oxy LLU #1209 3150 ft 3" LP FG 4/4/2011 $ 12,442.50 Mike M. Oxy LLU #1210 3300 ft 3" LP FG 4/4/2011 $ 5,7SS.00 Mike M. Oxy LLU #12113120 ft 3" LP FG 4/4/2011 $ 5,604.00 Eddie T. Oxy WRKM #246 2904 ft 3" LP FG 4/5/2011 $ 11,470.80 Rosie L Oxy LLU Pha 3 CO2 #3041200 ft 3" Steel 4/5/2011 $ 12,350.00 David F. OXY GWCU 16,304 ft 3" Zaplock 4/7/2011 $ 29,766.00 David F. Oxy BRU East & West Side Flowllnes 9690 ft 3" Zaplock 4/7/2011 $ 41,714.50 David F. Oxy DU ROZ 3116 ft 2" Steel & HP FG Inj Unes 4/7/2011 $ 42,246.50 Mike M. Oxy LLU #12231145 ft 3" LP FG 40 ft 3" Steel 4/14/2011 $ 5,017.75 Kip M. Oxy LLU Pha 3 CO214,370 ft 3" Liner Install 4/18/2011 $ 25,003.80 Mike M. Oxy LLU Valve 71 18N ft 3" 2660 ft 2" HP FG 5/3/2011 $ 19,342.00 Mike M. OXy LLU #3431320 ft 2" HP FG 5/9/2011 $ 5,478.00 Mike M. On LLU #84 2560 ft 3" LP FG 140 ft 3" Steel 5/9/2011 $ 11,043.00 David F. OXy BRU Sat E 2744 ft 3" Zaplock 5/10/2011 $ 4,690.00 David F. OXy COU #206 2669 ft 3" Zaplock 5/10/2011 $ 7,873.50 David F. On COU #2008 3967 ft 3" Zaplock 5/10/2011 $ 6,811.50 David F. OXy COU #2007 3328 ft 3" Zaplock 5/10/2011 $ 5,919.00 David F. JPN Service Oxy Willard #39X 39B 40A 55B 6196 ft 3" Zaplock 5/10/2011 $ 27,171.00 Eddie T. Oxy H&J #14 7 8 13,670 ft 4" LP FG 240 ft 12 & 16" Bore S/11/2011 $ 63,478.00 Rosie L Oxy LLU Pha 3 CO211,925 ft 3" Steel 108 ft 16" Bore 5/12/2011 $ 118,706.25 Eddie T. Walsh Petro HW 2053 @ Welch 120 ft 8" Road Bore 5/16/2011 $ 6,192.25 David F. Oxy GWCU In) 4562 ft 4" 1226 ft 2" HP FG 5/17/2011 $ 39,518.75 Eddie T. Walsh Petro HW 137 @ Welch 113 ft 16 " Road Sore 5/27/2011 $ 5,642.93 Mike M. Oxy LLU 1#565 1000 ft 3" LP FG 5/31/2011 $ 4,150.00 Eddie T. Oxy Cedar Lake #41 2700 ft 2" HP FG 6/3/2011 $ 12,825.00 Rosie L Oxy LLU Pha 3 CO2 25,890 ft 3" Steel 115 ft 16" Bore 6/6/2011 $ 237,072.50 Kip M. Oxy LLU Pha 3 CO211,595 ft 3" Liner Install 6/14/2011 $ 20,175.30 Eddie T. Walsh Petro HW 82 @ Plains 116 ft 16" Road Bore 6/15/2011 $ 8,257.75 Eddie T. Oxy DU #451-2 64 ft 4" poly water line and tap 6/23/2011 $ 3,424.00 Eddie T. Oxy DU #497-3 1152 ft 4" poly water line and tap 6/23/2011 $ 14,332.00 Eddie T. Oxy DU #460-3 177 ft 4" poly water line and tap 6/23/2011 $ 4,525.75 Eddie T. Oxy DU #457-3 1650 ft 6" poly water line and tap 6/23/2011 $ 24,787.00 Eddie T. Oxy DU #458-4 2485 ft 4" poly water line and tap 6/23/2011 $ 27,128.75 Eddie T. Oxy DU #493-3 1875 ft 4" poly water line and tap 6/23/2011 $ 21,381.25 Mike M. Oxy LLU Valve #24 9,331 ft 3" steel 290 ft 10" Bare 6/24/2011 $ 70,851.85 Kip M. Oxy LLU Pha 3 CO2 10975 ft 3" Liner Install 6/24/2011 $ 19,096.50 Eddie T. Oxy Starnes #2 4,080 ft 4" LP FG 7/1/2011 $ 21,012.00 David F. OXy BRU #4366 #4369 #4369 10,048 ft 3" zaplock 7/4/2011 $ 50,604.75 David F. Oxy JYWCU s45M 04531 #4532 04M #45M 18,356 ft 3" ZaPkKk 7/4/2011 $ 50,581.75 Rosie L Oxy LLU Pha 3 CO2 13,320 ft 3" steel 7/11/2011 $ 116,215.00 Kip M. Oxy LLU Pha 3 CO2 12435 ft 3" liner Install 7/7/2011 $ 21,636.90 Mikd M. Oxy LLU well #1008 2897 ft 3" LP FG 7/144/2011 $ 11,443.1S Mike M. Oxy LLU #S77 #210 #420 #397 3,240 3" steel 7/25/2011 $ 20,S74.00 Kip M. Oxy LLU Pha 3 CO2 16,130 ft 3" liner install 7/27/2011 $ 28,066.20 Mike M. Oxy LLU #190 #191 #208 #189 #209 4,992 ft 3" steel 8/1/2011 $ 31,699.20 Eddie T. Oxy W. Welch #1704,1705,1802,1604,1605 24,866 ft 4" LP FG 8/9/2011 $ 97,574.90 Mike M. Oxy LLU #1214 2867 ft 3" LP FG 8/9/2011 $ 11,324.6S David F. Oxy WU #S6E S58 ft 3" Zaplock 8/17/2011 $ 1,005.7S David F. Oxy WU #SSE SS8 ft 3" Zaplock 8/17/2011 $ 1,005.75 David F. Oxy WU #54E S58 ft 3" Zaplock 8/17/2011 $ 1,005.75 David F. Oxy WU #53E 1873 ft 3" Zaplock 8/17/2011 $ 3,157.00 David F. Oxy WU #37E 2336 ft 3" Zaplock 8/17/2011 $ 3,741.S0 David F. Oxy WU #52E 2753 ft 3" Zaplock 8/17/2011 $ 4,367.00 David F. Oxy WU #S1E 4118 ft 3" Zaplock 8/17/2011 $ 6,734.50 David F. Oxy WU #5111 2963 ft 3" Zaplock 8/17/2011 $ 4,892.00 David F. Oxy YWCU #4533 & #4534 1640 ft 2" Stainless Steel 8/17/2011 $ 43,402.50 David F. Oxy BRU Sat EZ 2325 ft 12" LP FG 8/17/2011 $ 33,79S.00 David F. Oxy BRU #3223 6083 ft 3" Zaplock 8/17/2011 $ 28,732.25 Mike M. Oxy SELU #371 2300 ft 2" HP FG 8/18/2011 $ 9108S.00 Rosie L Oxy LLU Pha 3 CO2 28,103 ft 3" LP FG 2S0 ft 16" Bore 8/22/2011 $ 178,7S4.00 Eddie T. Walsh Petro Nelson & Webb 16,200 ft 3" poly 210 ft 16" Bore 8/24/2011 $ 79,336.87 David F. 0XV Beck Water Lines 4700 ft 4" Poly 8/31/2011 $ 22,588.7S Mike M. Oxy LLU #S45 2260 ft 3" LP FG 8S ft 6" Road Bore 9/13/2011 $ 11,987.00 Rosie L Oxy LLU Pha 3 CO2 18,710 ft 3" LP FG 9/16/2011 $ 122,303.00 Eddie T. Oxy Tom May 44 #6 #13 S625 ft 4" LP FG 9/29/2011 $ 28,968.75 Eddie T. Oxy Lindsey #12774 ft 4" LP FG 2160 ft 2" Poly 9/29/2011 $ 22,710.10 Eddie T. Oxy Northrup #1700 ft 3" LP FG 333S ft 4" LP FG 9/29/2011 $ 20,S00.2S Eddie T. Oxy Braddock #1 & 06 2490 ft 3" LP FG 9/29/2011 $ 11,827.50 Mike M. Oxy SELU #239 #307 0316 4532 ft 2" & 3" Inj Lines 9/30/2011 $ 20,555.80 Rosie L Oxy LLU Pha 3 CO2 19,050 ft 3" LP FG 10/3/2011 $ 120,189.00 Eddie T. Gungall Exp. Higg Ranch 110 ft 10" Road Bore 10/12/2011 $ 7,012.50 David F. Oxy NWCU Sat. B Trunkline 7203 It 3" Zaplock 10/18/2011 $ 46,024.2S Eddie T. Oxy West Welch 7125 ft 2" HP FG 10/19/2011 $ 33,843.75 Mike M. Oxy SELU #234 980 ft 3" LP FG 10/19/2011 $ 4,067.00 Mike M. Oxy SELU #138 2443 It 3" LP FG 10/21/2011 $ 9,649.8S Mike M. Oxy SELU #265 1924 ft 3" LP FG 10/21/2011 $ 7,984.60 Rosie L Oxy LLU Pha 3 CO2 13,282 ft 3" LP FG 10/28/Z011 $ 87,814.00 Eddie T. Walsh Petro Plains Road Bore and cut and case 10/28/2011 $ 11,453.75 Mike M. Oxy SELU #233 1866 ft 3" LP FG 11/2/2011 $ 7,743.90 Mike M. Oxy SELU #163 1150 ft 3" LP FG 11/2/2011 $ 4,772.50 David F. Oxy WU #54E 852' 3" Zaplock 11/7/2011 $ 1,340.50 David F. Oxy WU #SSE 1059 ' 3" Zaplock 11/7/2011 $ 1,651.00 David F. Oxy WU #56E 2062' 3" Zaplock 11/7/2011 $ 3,305.50 Rosie L Oxy LLU Pha 3 CO2 27098 It 3" LP FG 11/14/2011 $ 156,042.00 David F. Oxy GWCU C-Prox flowlines 38,247 ft 3" Zaplock 11/1S/2011 $ 96,8S2.00 Mike M. loxy I LLU # 910 1489 ft 3" LP FG 11/17/2011 $ 6,179.35 Mike M. loxy I LLU #349 3871 ft 3" LP FG 11/17/2011 $ 15,290.45 Eddie T. loxy I Cedar Lake #710 1268 ft 4" LP FG 11/23/2011 $ 6,530.20 Eddie T. O" Cedar Lake #711 2416 ft 4" LP FG 11/23/2012 $ 12,442.40 Mike M. Oxy LLU #908 3116 ft 3" LP FG 11/23/2011 $ 9,243.90 Mike M. O" LLU #909 1541 ft 3" LP FG 11/23/2011 $ 6,395.15 Eddie T. Oxy Cedar Lake #707 2143 ft 4" LP FG 11/Z9/2011 $ 11,036.45 Eddie T. Oxy Cedar Lake #706 1846 ft 4" LP FG 11/29/2011 $ 9,505.90 Rosle L. Oxy Slaughter Consalidated 9214 1050 ft 3" LP FG 11/29/2011 $ 4,357.50 David F. Oxy GWCU 05502 & #5507 3374 ft 4" Zaplock 11/30/2011 $ 18,127.50 Rosie L. Oxy WRKM #SS 3040 ft 3" LP FG 12/1/2011 $ 12,008.00 David F. Oxy GWCU #5402 & #5404 1253 ft 3" Zaplock 12/5/2011 $ 1,879.50 Mike M. Oxy CLU #305 1922 ft 3" LP FG 12/8/2011 $ 7,976.30 Eddie T. Oxy South Welch #204 2,OSS ft 4" LP FG 60 ft 6" cut & case 12/20/2011 $ 11,483.25 Eddie T. Oxy South Welch #703 1,883 ft 4" LP FG 60 ft 6" cut & case 12/20/2011 $ 10,597.45 Rosle L Oxy NW Mallet #150 4260 ft 3" LP FG 12/21/2011 $ 16,827.00 Rosle L. OXY HT Boyd #65 3820 ft 3" LP FG 12/22/2011 $ 15,089.00 Mike M. Oxy LLU Valve 5561600 ft 4" Steel 12/21/2011 $ 11,920.00 Eddie T. Walsh Petro Crump 100 ft 16" Road Bore 12/27/2011 $ 2,337.50 Eddie T. Walsh Petro Dupree 100 ft 16" Road Bore 12/27/2011 $ 2,337.50 Eddie T. Walsh Petro Lewis 100 ft 16" Road Bore 12/27/2011 $ 2,337.50 Eddie T. Oxy West Welch #4970 5125 ft 2" HP FG 12/27/Z011 $ 24,343.75 Eddie T. Oxy Cedar Lake #709 1900 ft 4" LP FG 12/27/2013 $ 9,735.00 Pipline Liner Oxy LLU Valve 55619W ft 4" Poly Liner 12/28/2011 $ 26,450.00 Mike M. Oxy May Montgomery Unit 070 3854 ft 3" LP FG 1 30/2011 $ 14,469.80 Rosle L. Oxy Slaughter Estate 3-67 4050 ft 3" LP FG 12/30/2011 $ 15,997.50 Total $ 3,996,897.15 'I inI 's Lease Servi Contract Job Report%a Date 12-31-10 Foreman Com an Description Date Invoiced Mark M. U #177 4715' 3" LP FG 60' 6" cash 144-10 $20 231.50 Mike M. U #249 1474' 3" steel flowline 144-10 $10 096.90 Eddie T. lch #5502 5705 5711,571214,350' 4"LP FG 145-10 $62 422.50 Dale L. ch ss708 5706 5707,ssos 6609 58061008E 4 LP FG r1ahter 1-15-10 $43 869.75 ddie T. Gas Plant 500' ditch for line 142-10 $7 500.00 ddie T. htsr Gas Plant 200' 1W' I & 2 tins h rants 14240 $9,200.00 osie & Eddie ch 05606 5808 7112 7104-10 701'4"12W 10"bore 1-22-10 $61469.36 ddie T. HI Ene HW 114 8 RailRoad 200' 16" Bore 1-26-10 $22 819.85 Mike M. Oxv LLU #974 510' 2" HP FG 1-2740 $2193.00 Mike M. Oxy SELU #322 46B' 3" LP FG 1-2740 $2 003.80 osie L. Noble Energy R Wood 1-Y 429' 3" steel 241-10 $3 714.88 Rosle L. Noble Energy M A Moore 4-Y 989' 3" steel 2-9-10 $8 564.13 Rosle L. Noble Energy Moore 1274' 3" steel 2-940 $11 032.05 Eddie T. Ing Cable Levelland Rail Paris Bore pft 16" 20' deep 2-9-10 $7 500.00 Mark M. Igoe Smith 039 945' 3" LP FG 241-10 $4 063.50 David F. DU Sat 76C 4822' 10" LP FG 107"16" bore 242-10 $57 274.35 David F. XY DU section 55 2068' 3" za lock 1266' 3" steel 24240 $26 276.75 Rosle L. oble EnergyMoore 1 Y 400' 3" steel 2-1740 $3 463.75 Rosle L. oble Eno A Moore 2 Y 385' 3" steel 2-1740 $3 333.86 Dale L. oble Energy A Moors 3 Y 264' 3" steel 2-1740 $2 286.08 Dale L. oble Ens A Moore 5-Y 1220' 3" steel 2-1740 $10 564A4 e W. Ike Patterson itharrel farm ditch 67W 2-1740 $5 028.00 dam V. XY 2582'4"LP FG 24740 $11 9.90 ark M. n Oil 5 5520'2" HP FG 222-10 $2Z 580.25 osie L. VICFU2 h #5816 154i 4" LP FG 223-10 $6 729.45 ddie T. Levellandie Ins S Meter 249-10 $12171.83 ddie T. Levellandre hydrant & Meter to civic center 220-10 $3 038.00 Adam V. #595 3407'4" LP FG 96' 8" Road Bore 2-24-10 $18 905.15 damV. U 9591 1686'4" LP FG 3440 $7 924.20 ark M. VCFU #2-62 2130'2" HP FG 3-340 $8 733.00 ark M. Smith 9116 780'2" HP FG 3-340 $3 354.00 osie L. Welch #5817 1600' 4" LP FG 3-4-10 $6 960.00 Rosle L. XY eat Welch #6109 2665' 4" LP FG 3-4-10 $11 592.75 Rosle L. eat Welch 06103 2135' 4" LP FG 3-4-10 $9 287.25 Adam V. ICFU #593 188' 4" LP FG 3-4-10 $8 873.60 Eddie T. Levelland ve E.between 8th and 9th 10' deepmanhole 340-10 $5 950.00 Mark M. RKM #27 1098, 3" LP FG 346-10 $4 721.40 Adam V. CFU 0594 2915' 4" LP FG 346-10 $12 971.75 David F. CU 94526 11" 3" steel 3-23-10 $13 853.60 David F. U Sta #7 8735' 10" Po 3.2340 $102 901.70 Rosle L. XY W.Welch 06103 & 6109 60' 10" cased road 3-1940 $1 864.80 le L. .Welch #2506 2239' 4" LP FG 3-2640 $9 739.65 le L. .Welch #4614 2348' 4" LP FG 3-2640 $10 213.80 e M. EC*ddie CFU #596 383W 4" LP FG 3-30-10 $17,043.50 T. xv edar Lake Sta 2 4766' 6" poly 4-7-10 $32163.75 Mike M. ICFU #50 222W 2" HP FG 4-8-10 $9102.00 osie L. elch #6902 5773' 4" LP FG 4-9-10 $25112.55 Rosle L. elch #6806 381V 4" LP FG 4-9-10 $16 595.25 Rosle L. elch 06801 5164' 4" LP FG LIM 4-21-10 $22 3A0 Rosle L. elch 96804 5467' 4" LP FG 4-2140 $23 781.45 Mike M. 024 3466' 2" HP FG 4-21-10 $14 210.60 David B. Welch 15ea well control valves 4-2240 $16050.00 avid . Welch 16 ea well control valves 4-28-10 $17120.00 Rosie' L. Welch #5206 341 VC LP FG 4-2840 $14 837.85 Rosle L. Welch #5208 1969' 4" LP FG 4-28-10 a8 665.15 Eddie T. ]ICCFU Welch #2806 399T 4" LP FG 54-10 $17 369.55 Rosie L. Welch #6105 4785' 4" LP FG 5-4-10 $20 814.75 Rosie L. Welch #5304 271T 4" LP FG 5-4-10 all 797.20 David F. Boyd to Igoe Smith 2635' 6" LP FG 5-&10 $16 732.25 Mike M. #43 1906' 2" HP FG 6-740 $8195.80 David F. !au hter Estate #3-1 2016' 2" HP FG 5-7-10 a8 265.60 Eddie T. . Welch Tract 027 264W 6" HP FG 5-12-10 $19 536.00 Rosle L. .Welch #4924 2758' 3" LP FG 5-24-10 $17 997.30 Rosie L. .Welch #4920 1602' 3" LP FG 5-24-10 $6 968.70 Rosie L. .Welch #4919 2752' 3" LP FG 5-24-10 all 971.20 Rosie L. .Welch 94922 2617' 4" LP FG 5-2.4-10 $11 383.95 Rosie L. .Welch #4921 3374' 4" LP FG 5-24-10 $14 $76.90 Mike M. olfcam Bat #1 to 0210 770' 4" LP FG 6 2-10 a47 926.50 Rosie L. .Welch #4927 2006' 3" LP FG 6-4-10 a6 726.10 Rosle L. .Welch #4929 731' 4" LP FG 6-4-10 $3179.86 Rosle L. .Welch #4930 1387' 3" LP FG 6- -10 a6 033A5 Mark M. U #90140 84 10 950' 3" LP FG 2-16" Bores B 7-10 a39 8$0.00 Mike M. D Walton entudan Anton Bore coup road 6 740 a2 000.00 Rosie L. .Welch #4938 2791' 3" LP FG 6-16-10 $12140.85 Mark M. XY JNWMU #634MM, #73.5502' 3" LP FG 6-28-10 $34132.00 Rosie L. . Welch #M9 2425' 3" LP FG 6-2940 $10 548.75 Eddie T. PC as Lines 1235'- 4" 2538- 3" 1582'- 2" 7440 $85 003.15 Mike M. olfcam Bat#1to212730' 4" LPFG 240' 6" bore 7-6-10 $65 528.50 Rosie L. .Welch #1914 21W 3" LP FG 7 7-10 a9 552.60 Rosle L. .Welch #1906 3348' 3" LP FG 7-740 $14 563.80 David B. .Welch Tract 14 Building slab 12'X14' 7-8-10 a3 320.00 Rosie L. JW.Welch #5502 1372' 4" LP FG 74240 a5 968.20 Mike M. ISnitker 92 485 ft 4" LP FG 7-19-10 a2 206.75 Mark M. EU #4�9 2280' 4" LP FG 7-2340 a9 804.00 Eddie T. PC as Lines 422'-3" 4818'-2" & East Header 8-140 $149 081.60 Rosie L. allet 3 CO2 32OW 16" Po 770' 4" Po 8-9-10 $105 749.50 David F. CU 2267' 2" Po Gas Line 846-10 $10 888.75 Mike M. LU #402 763' 3" LP FG 848-10 $3166.45 Mike M. LU #1143 800' 3" LP FG 8-23-10 a3 320.00 Rosie L. USA Enviro VE Well head repairs 8-27-10 $13 642.50 Rosie L. MK Drain Lines 960' 4" Po & 3" LP FG 8-26-10 $6 096.00 Mike M. LU #432 S #1134 11760' 3" LP FG 60' 12" Bore 94-10 $32 736.00 Mark M. U 03-37 102W 3" LP FG 9440 a4 233.00 Eddie T. PC s Lines 7W-3" 2922'-2" 695'-1"S West Heade 9440 $126123.90 David F. In 274W- MW 2" CIS 67T-rS.S.1636'-r HP FG 9-2-10 $58 921.50 Dale L. SA Enviro E Well Head Repairs JRU 9-7-10 a18 593.75 Mike M. U #24-2550' #424740' 3" LP FG 80'-10" Bore 9-1740 $17,457.50 Mike M. U #1194620' #262-1350' 3" LP FG 9-21-10 all 731.50 Eddie T. PC as Lines Retains a from Invoice #1,2,3 9 28-10 a18 958.35 Mike M. LLU #443 5100' 3" LP FG 9-30-10 $20,145.00 Rosie L. MK John Braddock Test Site 3520' 3" LP FG 10-1-10 $16 720.00 David F. RU in 7 958' 2"- 4" steel & HP FG 10-140 $67 058.50 Mike M. XY LLU #88712940 3" LP FG 14840 a5 370.10 Mark M. XY goo Smith #314 391'#1104050' 2" steel CO2 14940 a13 25.00 Rosie L. LU CO210 67V 3" Steel 11-2-10 $77 392.60 Eddie T. XY LU CO2 4 703' 6" Steel 11240 $45 359.90 LU CO2 40OW 12" Po Liner Material 112-10 $25 040.00 LU CO2 10 000' 12" Po Liner Material 11240 $62 600.00 id F. VK RU In 12 917' 2" thru 4" steel S F.G. 11-840 a105107.76 e M. LU Water Well #801 650' 6" PVC 11-15-10 a3 575.00 k M. XY LU 9778 54OW 3"lp fg 392' 3"stl 164' 12"cut cas 11 9-10 $26,396.80 Mike M. LU Office water line 8020' 6" PVC 29W 12"bore 11 2340 $56 580.00 i LU CO2 205W 8" Poly Liner Material 114140 $4 694.50 Rosie'L. XY LU CO212180' 3" Steel 124-10 $8$ 868.00 Joe V. PC ' 1" Gas Line 12-14-10 $1 386.00 Mike M. LU #849 1500' 3" LP FG 12-14-10 $6 225.00 TerryWells GP Brine Pit S Liner 1244-10 $429 500.00 David F. DU ROZ CO211 197' 2"2" steel & FG 12-16-10 $126 931.00 David F. BRU #4201 3328' 3" za lock 12-16-10 $18 803.20 David F. RU #4255 50 4256 4257 5 8' 3" za lock 1246-10 $26486.75 David F. RU #4235 5 575' 3" za lock 12-16-10 f31 498.75 Rolle L. LU ha 3 CO2 2017' B" steel 12-16-10 $19166.10 Eddie T. XY LU Pha 3 CO2 6000' 6" 7920' 8"stl 80' 10"bore 1244-10 $173 218.00 Mike M. XY KM #58 357W 3" LP FG 12-2240 $14101.50 Eddie T. LU Pha 3 CO2 1490' 6" Steel 12-29-10 $15117.00 Rolle L. LU Pha 3 CO2 35 ea 3" Flanges 122940 $7150.00 Kip LU Pha 3 CO2 1165W 6" Liner Material 12-2940 $24 698.00 Kip LU Pha 3 CO2 84,0006 3" Liner Material 12-30-10 $66 360.00 Total $3 555 688.47 ink's Lease Service Contract ,lob Deport Late 12-31-10 Com an Descri tion Date Invoiced k M. U #177 4715' 3" LP FG 60' 6" casi� 144-10 144-10 $20 231.50 $10 096.90 e M. CFU #249 147N 3" steel flowline ie T. . Welch a5502£5705,57115►1214350' CLP FG 145-10 $62 422.50 [Foreman .welch 4sroa 57oa5M ss0saeon 10oes 4~ LP FG 145-10 $43 869.75 ie T. lau hter Gas Plant 500' ditch for line 142-10 ;7 500.00 ie T. la hter Gas Plaint 2W 10" & 2 !ire h scants 1-1240 1-2240 ;9 200.00 $51 469.35 is & Eddie . Welsh 05M 5M711 7104-107at-4~ 120' 1o~bw* ie T. HI Ene HW 114 & Railikoad 200' 16" Bore 1-26-10 $22 819.85 e M. LU 0974 510' 2" HP FG 1-2740 $2193.00 e M.+ ELU #322 466' 3" LP FG R Wood 1 Y 42W S" steel - 1-27-10 ;2 003.80 sle L, [ddle obls E 2-9-10 ;3 714.88 sle L. oble En A Moore 4-Y 98W 3" steel 2-9-10 ;8 564.13 sle L. oble En_ oore 127V 3" steel 2-9-10 $11 032.05 T. Ing Cable evelland Rail Park Bore pHs 16" 20' dee 2-9-10 ;7 500.00 ark M. _ oe Smith 939 945' 3" LP FG 2-11-10 $4063.50 avid F. U Sat 76C 4822' 10" LP FG 107' 16" bore 2-12-10 $57 274.35 avid F. _ oble Eno U s_ecdon 65 2068' 3" za lock 1256' 3" steel 2-1240 $2600' 276.75 osie L. Moore 1 Y 43" steel 2-1740 $3 .75 osie L. oble Ene Moore 2 Y 385' 3" steel 2-1740 $3 333.86 osie L. oble Eno Moore 3 Y 264' 3" steel 2-1740 ;2 .08 osle L. oble Energy Moore 5-Y 1220' 3" steel 2-17-10 ;10 564.44 e W. Ike Pattemon itharrel faun ditch 67W 24740 ;5 028.00 darn V. CFU #592 2682' 4" LP FG 2-17-10 $11 9.90 ark M. -S n Oil Y oberts#3 5 5520' 2" HP FG 2-22-10 $22 580.25 Dale L. ~rr eat Wek;h #5816 1547' 4" LP FG 2-23-10 ;6 729.45 ddie T. Levelland O Plant Tie Ins & Meter 2-19-10 $12171.83 T. Ky Levelland Park fire h dmnt S Meter to civic center 2-20-10 $3 038.00 m V. CFU #595 3407' 4" LP FG 96, 8" Road Bore 2-24-10 $18 906.16 dm V. ICFU 0591 1686' 4" LP FG 3-140 ;7 924.20 rIs k M. EU #2-62 213W 2" HP FG 3-3-10 ;8 733.00 k M. os Smith #116 780' 2" HP FG - 3-3-10 ;3 354.00 le L. eat Welch 05817 1600' 4" LP FG _ 3--10 $6960.00 e L. set Welch #6109 2665' 4" LP FG 3-4-10 ;11 592.75 e L. set Welch 06103 2135' 4" LP FG 3.4-10 ;9 287.25 m V. CFU #593 188' 4" LP FG T 3-4-10 $8873.60 [ddleT. Lovelland ve E between 8th and 9th 10'des manhole 3-10-10 ;5 950.00 M. RKM 027 1098' 3" LP FG 3-16-10 $4721m V. FU #694 2915' 4" LP FG --- -- 3-16-10 $12 971.75 F. CV #4526 1144' 3" steel 3-23-10 :13 853.60 F. U Sta #7 8735' 10" Po .... ,. 3-23-10 ;102 901.70 L. -- Welch 06103 >� 6109 60' 10" cased road 3-19-10 ;1 .80 L. Welch #2506 2238' 4" LP FG _ _ .Welch #4614 2348' 4" LP FG 3-26-10 ;9 739.65 L. 3-26-10 $10 213.80 M. l CFU #696 3830' 4" LP FG 3-30-10 $77 043.50 T. [dd air Lake Sta 2 4765' 6" 4-7-10 $32163.75 M. CFU 050 2220' 2" HP FG 4-8-10 $9102.00 L. .Welch OM2 5773'4" LP FG 4-9-10 $25112.65 L. Welch 05806 381F 4" LP FG .Welch#6801 5164'4"LPFG 4-9-10 ;16595.25 L. 4-21-10 $22463.40 "L. .Welch omw more LIP FG 4-2140 ;23 781.45 Mike M. _ ICFU 024 3466' 2" HP FG 4.2140 i74 210.60 avid B. , avid B* --- . Welch 1Sea well contra# valves 422-10 ;16 050.00 . Welch 15 ea well control valves _ _ 4-28-10 4-2840 $17,120.00 Dole L'. osie L. Eddie T. IXY x . Welch #6206 3411' 4" LP FG .' Welch MM 1969' 4" LP FG - $14 837.85 4-28-10 ;8 565.15 KY Welch #2806 3993' 4" LP FG 64-10 $17 369.55 Rosle L. Rosie L. KY Welch 05105 47W 4" LP FG _ _ Welch #5304 2712, 4" LP FG 54-10 $20 814.75 XY 5.4-10 ;11 797.20 $16�732.25 $8195.80 David F. rlgoe Smith 26W 6" LP FG 5-6-10 5-7-10 Mike M. CFU 043 1906' 2" HP FG David F. xv laughter Estate #34 2016' 2" HP FG 5-740 $8 65.60 Eddie T. XY . Welch Tract #27 2640' 6" HP FG _ Welch #4924 27W 3" LP FG 5-1240 $19 536.00 osie L. XY 5-24-10 $17 997.30 Rosle L. oils L. XY .Welch #4920 1607 3" LP FG 5-24-10 _ 5-24-10 $6968.70 ;11 971.20 Iry .Welch #4919 2752' 3" LP FG Rosle L. Xy .Welch #4922 2617' 4" LP FG 5-24-10 $11.383.96 Rosis L. _ Mike M. .Welch #4921 337W 4" LP FG 5-24-10 ;14 676.90 oftamp Bat 91 to 0210 770' 4" LP FG 6-2-10 6- 4-10 - 6-4-10 - $47 920.50 Rorie L. psis L. .Welch #4927 2006' 3" LP FG ;6 726.10 S3179.85 .Welch #4929 731, 4" LP FG Rosle L. .Welch #4930 1387' 3" LP FG 6- 4-10 ;6 033A6 ark M. _ D Walton U #90140 84 10,9500 3" LP FG 2-16" Bores 6-740 ;39 860.00 ike M. enturian Anton Bore countyroad 6-7-10 $2 000.00 Dole L. rk M. .Welch Am 2791, 3" LP FG _ U 063-588' on-mr 3" LP FG - 6-16-10 $12140.86 6-28-10 ;34132.00 Dais L. ddie T. -- .Welch #2439 2425' 3" LP FG 6 29-10 ;10 548.75 $85 003.15 PC Lines 1235'- 4" 2536- 3" 1582'- 2" 7-1-10--- Mike M. xy _ N Y_ olfcam BaMto21273W 4" LPFG 240' 6" bore741-10 $65 528.50 Rosle L. .Welch 01914 2196' 3" LP FG 7 7-10 "9 552.60 Rorie L. act .Welch #1906 3348' 3" LP FG 7 7-10 7-8-i0 J $14,563.60 David B. .Welch Tract 14 Buildingslab 12'X14' ;3 320.00 Dole L. - - - .Welch #5602 1377 4" LP FG 74240 749-110� _ $5 968.20 ;2 206.75 Mike M.t -nkker 02 485 ft 4" LP FG _ Mork M. ----- LL EU #4a49 22W 4" LP FG 7-23-10 8-140 - ;9 804.00 - x $1T49 081.60 Eddie T. Lines 422'4" 4818'-2" B Eaot Header osie L. _ _ Ilet 3 CO2 3200' 16" P 77W 4" P 8-9-10 ;105 749.50 avid F. CU 2267' 2" P Gas Line 8-16-10 $10 888.75 _ ike M. LU 0402 76V 3" LP FG 8-1840 S3166A5 Mike M. U #i143SW 3" LP FG 8-23-10 $3 320.00 osie L. nviro VE Well head repairs 8-2740 $13 642.60 Rosie L. MK Orain Lines 960* 4" Poly & 3" LP FG 8-26-10 =6 086.00 _ Mks M. LU 0432 & 01134 11760' 3" LP FG 60' 12" Bore 9-1-10 ;32 736.00 ark M. - _ EU 03-37 102W 3" LP FG 9.1-10 94-10 233.00 $126123.90 ddie T. PC Lines 750'-" 2922'-2" 695'-1"& West Heade avid F. _ osie L.-,-, rw 274s��~ zoas-z~crs sTr-2~s.s. �s z~ HP FG 9-2-10 ;58#921.50 $18 593.75 SA Enviro KfIF Well Head Re Irs 9-7-10 Ike M. xy _ . LU #24-2560 042-1740, 3" LP FG 80'40" Bore 9-1740 $17 457.50 Mike M. __ ddie T. LU_ 9119-1620' #262-1350' 3" LP FG 9-2140 $11 731.50 PC _ Lines Reftinaus from Invoke #1 2 3 9-28-10 $18 958.35 ;20145.00 Mike M. IrvLU #443 5100' 3" LIP FG 9�0-10 Rorie L. NY MI( John Braddock Test Site 3520' 3" LP FG 10-140 ;16 720.00 David F. Ike M. RU in 7 958' 2"- 4" steel & HP FG 10-1-10 $57 058.50 LU NW 12W 3" LP FG 148-10 $5,370.10 ;13 25.00 Mark M. Rosle L. goo Smith 9314391' #110-1050' 2" steel CO2 149-10 NY LU CO2 10676' 3" Steel 11_-2-10 11-2-10 E77 392.60 ;45 359.90 Eddie T. LU CO2 4 703' 6" Steel Kip NY LU CO2 4000' 12" Poly Liner Material _ LU_CO2 00' 10 012" Poly Liner Material PRU In 12 917' 2" thru 4" steel & F.G. _ 11-240 11-2-10 $25.040.00 $62 600.00 KidNY David F. Mike M. - IT 1145-10 $105107.75 l $3 575.00 ;25 396.80 x v LU Water Well 0801 SW 6" PVC Mark M. LU 9778 5400' 3"p fg 392' 3"stl 164' 12"cut caO 11-9-10 ike M. LU Office water line 802W 6" PVC 290' 12"bore 11-23-10 S56 580.00 LU CO2 205W r Po Liner Material 114140 $4 694.50 Is L. LU CO2 12IW 3" Steel 12-140 ;88 868.00 oe V. PC ' 1" Gas Line 12-%10 $1 386.00 ike M. LU #849 1500' 3" LP FG 1244-10 $6 225.00 e Wells xv GP Brine Pit & Liner 12-%10 $429 500.00 avId F. XY U ROZ CO211 197' 2"-" steel & FG 1246-10 $126 931.00 avId F. RU #4201 33W 3" za lock 124640 $18 803.20 avid F. RU #4255 4256 4257 6,850, 3" za lock 124640 .26 486.75 vid F. xv RU #4235 5 575' 3" za lock 12-16-10 $31 .75 Deis L.xv LU pha 3 CO2 2017' 6" steel 12-16-10 $19166.10 ddie T.M LU Pha 3 CO2 6000' 6" 792W 8"stl 80' 10"bons 1244-10 $173 218.00 ike M. xv M 058 357W 3" LP FG 12-22-10 $14101.50 ddie T. LU Pha 3 CO2 1490' 6" Steel 12-29-10 $15117.00 Dale L. xv LU Pha 3 CO2 35 ea 3" Flan 12-29-10 $7150.00 iXY LU Pha 3 CO2 1165W 6" Liner Material 12-29-10 $24 698.00 1 LU Pha 3 CO2 84 000' 3" Liner Material 12-30-10 W 360.00 Total $3 688A7 Page Intentionally Left Blank City of Lubbock Bid RFP 20-15336-TF City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Co actor (Onginal Signature) CONTRACTOR'S BUSINESS NAME: CONTRACTOR'S FIRM ADDRESS: 1- ; p M "'CAOUI-�l l Contractor (Print) '1� i n K s , -ease (Print or Type) .'Pf✓r,ee, 7n0- 4everlancl, -7Y 7133� NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 20-15336-TF - Annexation of Water Line Project I-27 & North Frankford Ave. 6/812020 7:49 AM P 51 2 Page Intentionally Left Blank 0 City of Lubbock Bid RFP 20-15336-TF Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received ci ions for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. ItA�x Offeror's Initials 6/8/2020 7:49 AM p. 53 City of Lubbock Bid RFP 20-15336-TF QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been con ' ted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. REISIE L. TRUELOCK Notary Public, State of Texas INK �"S Comm. Expires 07-19-2020 Notary ID 5382132 Signature Title 6/8/2020 7:49 AM p. 54 MCANALLY April 14, 2020 Rink's Lease Service, Inc. P.O. Box 456 Levelland, TX 79336 W I L K I N S INSURANCE RE: Workers' Compensation Experience Modifier To Whom It May Concern: As per your request, following are the modifiers that were used on your Workers' Compensation policies: Rating Effective Date: 4/21/2020: .76 Rating Effective Date: 4/21/2019: .74 Rating Effective Date: 4/2112018: .95 Please let me know if you need anything further or if I can be of additional service. Best Regards, • �s Lynsie Ray Account Manager 110 W. Louisiana Ave., Suite 150, Midland, TX 79701 (432) 685-9300 Phone (432) 685-9399 Pax Page Intentionally Left Blank City of Lubbock Bid RFP 20-15336-TF City of Lubbock, TX RFP 20-15336-TF Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: ' 11 k S h -eG Se SP f V '1 C e, jY1 e . FEDERAL TAX ID or SOCIAL Signature of Company Official: Printed name of company official Date Signed: (o1301A0a0 75-- AAG 0�(05' above: 1.<' Pryl i O(d l e 6/8/2020 7.49 AM P. 55 Page Intentionally Left Blank City of Lubbock Bid RFP 20-15336-TF City of Lubbock, TX House Bill 89 Verification RFP 20-15336-TF I, 14' i il . d d I.4D A-) (Person name), the undersigned representative of (Company or Business Name) R1. n k'3 ear, e__ r A/(, C, L . :7-4 Cr (hereafter referred to as company) being an adult over the age of eighteen (18) years of age, do hereby depose and verify under oath that the company named -above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270: I. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above -named Company, business or individual with the City of Lubbock acting by and through City of Lubbock. Pursuant to Section 2270.001, Texas Government Code: 1. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and 2. "Company" means a for profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. DATE SIG T COMPANY REPRESENTATIVE 6IM020 7.49 AM P. 56 Page Intentionally Left Blank POST-CLOSING DOCUMENT REQUIREMENTS The below-listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB-CONTRACTORS Page Intentionally Left Blank City of Lubbock Bid RFP 20-15336-TF LIST OF SUB -CONTRACTORS Company Name Location Services Provided 1. k Dios .,u bock Sol- berio4 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Minority Owned Yes No N 00+ kn 6W ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Cl ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: (PRINT NAME OF COMPANY) RFP 20-15336-TF - Annexation of Water Line Project I-27 & North Frankford Ave. 6/8/2020 7:49 AM p. 59 Page Intentionally Left Blank City of Lubbock Bid RFP 20-15336-TF LIST OF SUB -CONTRACTORS Company Name Location Services Provided 1. ),ubbock ),.o s 4(A 6D tk 2. 3. 4. 5. 6. 7. 8. 9. 10. 12. 13. 14. 15. 16. Minority Owned Yes No rokn OW ❑ n ❑ n ❑ ❑ 0 ❑ ❑ ❑ ❑ ❑ a ❑ ❑ ❑ ❑ ❑ a ❑ ❑ n a ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL- IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO JV y1�1111L'il ul. iilW S keaSe Servi ce-, -T n . (PRINT NAME OF COMPANY) RFP 20-15336-TF - Annexation of Water Line Project I-27 & North Frankford Ave.. aror�n�n 7-AA nne Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank 1 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Rink’s Lease Service, Inc. (hereinafter called the Principal(s), as Principal(s), and _______________________________________________________________ _________________________________________________________________________________________ (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Nine Hundred Forty-Seven Thousand Seventy Dollars and Fifty Cents ($1,947,070.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28th day of July, 2020, to RFP 20-15336-TF Annexation of Water Line Project I-27 & North Frankford Ave._______ __________________________________________________________________________________________ __________________________________________________________________________________________ and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this ________ day of __________________ 2020. _____________________________ _____________________________ Surety (Company Name) *By:__________________________ By:__________________________ (Title) (Printed Name) _____________________________ (Signature) _____________________________ (Title) Page Intentionally Left Blank 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. Page Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank 1 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Rink’s Lease Service, Inc. (hereinafter called the Principal(s), as Principal(s), and _______________________________________________________________ _________________________________________________________________________________________ (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Nine Hundred Forty-Seven Thousand Seventy Dollars and Fifty Cents ($1,947,070.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28th day of July, 2020, to RFP 20-15336-TF Annexation of Water Line Project I-27 & North Frankford Ave._____ _________________________________________________________________________________________ and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this ___ day of ____________________, 2020. ____________________________ ______________________________ Surety (Company Name) * By: _______________________ By:___________________________ (Title) (Printed Name) ______________________________ (Signature) ______________________________ (Title) Page Intentionally Left Blank 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. Page Intentionally Left Blank 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 acco rdance 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. 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 co verage 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 Contract 15336 SPATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 281° day of July, 2020 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Rink's Lease Service Inc., of the City of Levelland, County of Hocklev and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 20-15336-TF Annexation of Water Line Project I-27 & North Frankford Ave. and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Rink's Lease Service. Inc.'s proposal dated July 1.2020 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Rink's Lease Service, Inc. COMPLETE ADDRESS: Rink's Lease Service, Inc. PO Box 456 Levelland, TX 79336 :ATTES . Corporate Secretary CITY OF LUBBOC , T XAS (OWNER): By: Daniel M. Pope, Mayor ATTEST: Rebecca{ Garza, City Secretary APPROVED AS TO CO NT: J tin k, P. ., Assistant City Engineer/ Capita rojects Design Mike Keenum, P.E., Division Director of Engineering/ City Engineer D TO FORM: pellfiiLeisure, Assistant City Attorney Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 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 1314 Ave K, Floor 10 Lubbock, TX 79401 Questionnaire is available at https://ci.lubbock.tx.us/departments/purchasing/vendor-information CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 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 PLEASE DO NOT COMPLETE FORM 1295 UNTIL YOU HAVE BEEN NOTIFIED OF CONTRACT AWARD AND REQUESTED TO ELECTRONICALLY FILE FORM 1295 WITH THE TEXAS ETHICS COMMISSION. GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank 1 GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co - partnership or corporation, to wit Rink’s Lease Service, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Josh Kristinek, P.E., Assistant City Engineer/Capital Projects & Design, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the “contract” or “contract documents”. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 2 8. CONTRACTOR’S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner’s Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner’s Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner’s Representative’s rights of entry hereunder, the Owner’s Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner’s Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 3 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner’s Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner’s Representative shall be conclusive in the absence of written objection to same delivered to Owner’s Representative within fifteen (15) calendar days of any decision or direction by Owner’s Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or o missions of the Contractor, or any subcontractors, or any of Contractor’s agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner’s Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications 4 and/or amendments to the contract documents, shall be in writing, and executed by Owner’s Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner’s Representative’s sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner’s Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 5 If any such work which is required to be inspected, tested, or approved is covered up without w ritten approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alter ations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or 6 Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher-tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers’ Compen sation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be pa id to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner’s Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents t hat all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner’s Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a 7 requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers’ Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers’ Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in C onstruction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys’ fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor’s or any subcontractor’s, agent’s or employee’s, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise s afety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer’s or payor’s, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. 8 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN TH E FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR’S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury w/Heavy Equipment B. Owner's and Contractor's Protective Liability Insurance – NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non-owned cars including: Employers Non-ownership Liability Hired and Non-owned Vehicles. D. Builder’s Risk Insurance/Installation Floater Insurance – NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage’s. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. 9 Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, h auling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 10 (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. 11 (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker’s Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 12 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: “By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers’ compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission’s Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.”; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 13 (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and al l of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner’s Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances a nd regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the 14 Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner’s Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its e mployees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $300 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $300 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requ irements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 15 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until 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. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner’s Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner’s Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to suc h work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their 16 proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities32 note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner’s agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner’s Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. 17 Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner’s Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligen ce to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner’s Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner’s Representative determines final completion has occurred, Owner’s Representative shall so certify to the Owner. Upon certification by Owner’s Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner’s Representative. 46. PAYMENT WITHHELD The Owner or Owner’s Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: 18 (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desire s to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner’s Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner’s Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner’s Representative, said objections shall be deemed denied. Any decision by the Owner’s Representative, or deemed denial by the Owner’s Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner’s agents and employees and Owner’s Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be 19 deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the con tract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, t he Contractor or his Surety shall be credited therewith. In the event the Owner’s Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or hi s Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR’S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be 20 liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection wit h the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury’s “Approved” list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of th e work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor’s performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner’s Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property 21 of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos , Contractor shall notify the Owner’s Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner’s Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner’s Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner’s Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non-appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then-current fiscal year or when the appropriation made for the then-current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON-ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdi ction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. 22 The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 61. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https://ci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.15 The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, “foreign terrorist organization” shall have the meaning given such term in Section 2252.151, Texas Government Code. 63. CHAPTER 2270 PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Section 2270.002, Government Code, (a) This section applies only to a contract that: (1) Is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 23 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. HB 89 The Contractor warrants that it complies with Chapter 2270.001 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. Pursuant to Section 2270.001, Texas Government Code: 1. “Boycott Israel” means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and 2. “Company” means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. Page Intentionally Left Blank 24 CITY OF LUBBOCK WAGE DETERMINATIONS Page Intentionally Left Blank 25 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 La yers-Specialty 18.00 Floor La yers-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 26 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 City of bock TEXAS ANNEXATION WATER LINE PROJECT — 127 & NORTH FRANKFORD AVENUE 5/-G`7/ O�Z6 TECHNICAL SPECIFICATIONS MAY 2020 Annexation Water Line Project I 27 & North Frankford Ave. Table of Contents May 2020 TABLE OF CONTENTS CITY OF LUBBOCK ANNEXATION WATER LINE PROJECT – I 27 & NORTH FRANKFORD AVENUE 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 02626 Steel Pipe ---------------------------------------------------------------------- 13 02665 Water Piping, Valves, and Fittings --------------------------------------- 14 DIVISION 3 – CONCRETE 03300 Cast-in-Place Concrete ----------------------------------------------------- 9 Annexation Water Line Project I-27 & North Frankford Ave. Summary of Work May 2020 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: Josh Kristinek, P.E. Assistant City Engineer City of Lubbock O: (806) 775-3397 (2) Engineer of Record is: Josh Kristinek, P.E. Assistant City Engineer City of Lubbock O: (806) 775-3397 (3) The Project Manager is: Evan Matheney, E.I.T. Civil Engineer Associate City of Lubbock O: (806) 775-3061 (4) The Project Manager is: Jon Dimas, E.I.T. Civil Engineer Associate City of Lubbock O: (806) 775-3254 (5) The Project Inspector is: Josh Flud Senior Inspector City of Lubbock O: (806) 548-4152 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 Annexation Water Line Project I-27 & North Frankford Ave. Summary of Work May 2020 01010-2 (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. E. The purpose of this project is to install a 12” waterline in Texas Department of Transportation (TXDOT) right of way along the west frontage road of Interstate 27 (I- 27), west side of North Frankford Avenue (TXDOT right of way), and along Kent Street. This project will provide services for current and future development along the west side of the I-27 corridor and North Frankford Avenue, as well as provide a looped system. The project is a part of the Annexation Water Line Project and includes the installation of approximately 33,000 linear feet of 12” potable water line and 37 fire hydrants. F. Major work items are: (1) Install approximately 33,000 linear feet of 12” potable water line along west frontage road of Interstate 27. (2) Install approximately 2,515 linear feet of slick bore and 390 linear feet of 20” steel casing. (3) Install approximately 202 linear feet of 18” steel casing. (4) Install approximately 303 linear feet of 16” steel casing. (5) Install 37 fire hydrants. G. 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. H. All work shall be performed in accordance with the most recent City of Lubbock Design Standards for Water and Sanitary Sewer construction. I. A maximum of 500 feet of trench open at a time. J. Contractor shall set up and maintain traffic control as required to complete the work as shown on the drawings and specified herein. 1.3 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. Annexation Water Line Project I-27 & North Frankford Ave. Summary of Work May 2020 01010-3 1.4 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. D. Contractor shall coordinate with Project Manager a minimum of 48 hours before start of construction for the release of all applicable TXDOT permits E. Contractor shall be responsible for following all applicable TXDOT requirements. F. Contractor shall coordinate with Diane Condron at the City of Lubbock for all applicable Right-of-way permits. 1.5 ACCESS TO SITES A. Contractor shall limit access to the site to authorized personnel only. B. Contractor shall adequately barricaded open excavations and construction material and equipment as to prevent unauthorized personnel from accessing. 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. 1.6 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. 1.7 PROJECT SCHEDULE A. The Work summarized above shall be substantially completed within 330 calendar days from the date of the Notice to Proceed. B. There will be a $300.00 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 $300 per day liquidated damages assessed for each day that exceeds the 30 day limit. PART 2 PRODUCTS Not used. Annexation Water Line Project I-27 & North Frankford Ave. Summary of Work May 2020 01010-4 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. 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 Annexation Water Line Project I-27 & North Frankford Ave. Contract Considerations May 2020 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 Annexation Water Line Project I-27 & North Frankford Ave.Change Order Procedures May 2020 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: Annexation Water Line Project I-27 & North Frankford Ave.Change Order Procedures May 2020 01028-2 (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. 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. Annexation Water Line Project I-27 & North Frankford Ave.Change Order Procedures May 2020 01028-3 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. 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 Annexation Water Line Project I-27 & North Frankford Ave.Coordination and Meetings May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave.Coordination and Meetings May 2020 01039-2 (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. 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 Annexation Water Line Project I-27 & North Frankford Ave.Work Restrictions May 2020 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 location. 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. Annexation Water Line Project I-27 & North Frankford Ave.Work Restrictions May 2020 01140-2 (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 (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 Annexation Water Line Project I-27 & North Frankford Ave.Work Restrictions May 2020 01140-3 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). 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. Annexation Water Line Project I-27 & North Frankford Ave.Work Restrictions May 2020 01140-4 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 Annexation Water Line Project I-27 & North Frankford Ave.Submittal Procedures May 2020 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: Engineering CIP and Design Services 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. Annexation Water Line Project I-27 & North Frankford Ave.Submittal Procedures May 2020 01300-2 (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. 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 (ie. 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. Annexation Water Line Project I-27 & North Frankford Ave.Submittal Procedures May 2020 01300-3 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 (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. Annexation Water Line Project I-27 & North Frankford Ave.Submittal Procedures May 2020 01300-4 (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. (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 Annexation Water Line Project I-27 & North Frankford Ave.Submittal Procedures May 2020 01300-5 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 Annexation Water Line Project I-27 & North Frankford Ave.Progress Schedules May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave.Progress Schedules May 2020 01310-2 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. 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 Annexation Water Line Project I-27 & North Frankford Ave. Storm Water Pollution Prevention Measures May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave. Storm Water Pollution Prevention Measures May 2020 01356-2 (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 (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 Annexation Water Line Project I-27 & North Frankford Ave. Storm Water Pollution Prevention Measures May 2020 01356-3 (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. (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 rebar 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. Annexation Water Line Project I-27 & North Frankford Ave. Storm Water Pollution Prevention Measures May 2020 01356-4 (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. 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 Annexation Water Line Project I-27 & North Frankford Ave. Photographic Documentation May 2020 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: Annexation Water Line Project I-27 & North Frankford Ave. Photographic Documentation May 2020 01380-2 (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. 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: [ContractNumber]-[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 Annexation Water Line Project I-27 & North Frankford Ave. Photographic Documentation May 2020 01380-3 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 Annexation Water Line Project I-27 & North Frankford Ave.Quality Requirements May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave.Quality Requirements May 2020 01400-2 (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. (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: Annexation Water Line Project I-27 & North Frankford Ave.Quality Requirements May 2020 01400-3 (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. (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. Annexation Water Line Project I-27 & North Frankford Ave.Quality Requirements May 2020 01400-4 (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. (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 Annexation Water Line Project I-27 & North Frankford Ave.Quality Requirements May 2020 01400-5 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 Annexation Water Line Project I-27 & North Frankford Ave. Testing Laboratory Services May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave. Testing Laboratory Services May 2020 01410-2 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. 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. Annexation Water Line Project I-27 & North Frankford Ave. Testing Laboratory Services May 2020 01410-3 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. 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 Annexation Water Line Project I-27 & North Frankford Ave. Barricades, Signs and Traffic Handling May 2020 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 Annexation Water Line Project I-27 & North Frankford Ave.Waste Material Disposal May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave.Waste Material Disposal May 2020 01576-2 (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. (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 Annexation Water Line Project I-27 & North Frankford Ave.Contract Closeout May 2020 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 Annexation Water Line Project I-27 & North Frankford Ave.Contract Closeout May 2020 01700-2 (3) Addenda (4) Change Orders and other Modifications to the Contract (5) Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. 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 Annexation Water Line Project I-27 & North Frankford Ave.Pre-cast Concrete Vaults May 2020 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 Annexation Water Line Project I-27 & North Frankford Ave.Pre-cast Concrete Vaults May 2020 02082-2 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 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 water tightness 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. Annexation Water Line Project I-27 & North Frankford Ave.Pre-cast Concrete Vaults May 2020 02082-3 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 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 Annexation Water Line Project I-27 & North Frankford Ave. Frames, Grates, Rings, and Covers May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave. Frames, Grates, Rings, and Covers May 2020 02084-2 E. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. 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 Annexation Water Line Project I-27 & North Frankford Ave. Removing Esisting Pavements May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave. Removing Esisting Pavements May 2020 02221-2 B. Do not use a drop hammer near existing underground utilities. C. Minimize amount of earth loaded during removal operations. 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 Annexation Water Line Project I-27 & North Frankford Ave.Dewatering May 2020 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 Annexation Water Line Project I-27 & North Frankford Ave.Dewatering May 2020 02240-2 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. 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. Annexation Water Line Project I-27 & North Frankford Ave.Dewatering May 2020 02240-3 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. 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 Annexation Water Line Project I-27 & North Frankford Ave.Dewatering May 2020 02240-4 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 Annexation Water Line Project I-27 & North Frankford Ave. Controlled Low Strength Material – Flowable Fill May 2020 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 Annexation Water Line Project I-27 & North Frankford Ave. Controlled Low Strength Material – Flowable Fill May 2020 02257-2 additional testing, strengthening, or replacement of concrete that has failed to meet the minimum requirements of this section. Annexation Water Line Project I-27 & North Frankford Ave. Controlled Low Strength Material – Flowable Fill May 2020 02257-3 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 Annexation Water Line Project I-27 & North Frankford Ave. Controlled Low Strength Material – Flowable Fill May 2020 02257-4 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. Annexation Water Line Project I-27 & North Frankford Ave. Controlled Low Strength Material – Flowable Fill May 2020 02257-5 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. Annexation Water Line Project I-27 & North Frankford Ave. Controlled Low Strength Material – Flowable Fill May 2020 02257-6 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 Annexation Water Line Project I-27 & North Frankford Ave. Excavation Support and Protection May 2020 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: Annexation Water Line Project I-27 & North Frankford Ave. Excavation Support and Protection May 2020 02260-2 (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) 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 Annexation Water Line Project I-27 & North Frankford Ave. Excavation Support and Protection May 2020 02260-3 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. 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 Annexation Water Line Project I-27 & North Frankford Ave. Excavation and Backfill for Utilities May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave. Excavation and Backfill for Utilities May 2020 02317-2 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. 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. Annexation Water Line Project I-27 & North Frankford Ave. Excavation and Backfill for Utilities May 2020 02317-3 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 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. Annexation Water Line Project I-27 & North Frankford Ave. Excavation and Backfill for Utilities May 2020 02317-4 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 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. Annexation Water Line Project I-27 & North Frankford Ave. Excavation and Backfill for Utilities May 2020 02317-5 (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 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. Annexation Water Line Project I-27 & North Frankford Ave. Excavation and Backfill for Utilities May 2020 02317-6 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. 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. Annexation Water Line Project I-27 & North Frankford Ave. Excavation and Backfill for Utilities May 2020 02317-7 (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 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. Annexation Water Line Project I-27 & North Frankford Ave. Excavation and Backfill for Utilities May 2020 02317-8 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. 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. Annexation Water Line Project I-27 & North Frankford Ave. Excavation and Backfill for Utilities May 2020 02317-9 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 (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. Annexation Water Line Project I-27 & North Frankford Ave. Excavation and Backfill for Utilities May 2020 02317-10 (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. 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. Annexation Water Line Project I-27 & North Frankford Ave. Excavation and Backfill for Utilities May 2020 02317-11 END OF SECTION Annexation Water Line Project I-27 & North Frankford Ave.Utility Backfill Materials May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave.Utility Backfill Materials May 2020 02320-2 L. ASTM D 4643 – Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex-101-E – Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex-104-E – Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex-106-E – Test Method – Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex-110-E – Determination of Particle Size Analysis of Soils. 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 Annexation Water Line Project I-27 & North Frankford Ave.Utility Backfill Materials May 2020 02320-3 (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: 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. Annexation Water Line Project I-27 & North Frankford Ave.Utility Backfill Materials May 2020 02320-4 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. 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. Annexation Water Line Project I-27 & North Frankford Ave.Utility Backfill Materials May 2020 02320-5 END OF SECTION Annexation Water Line Project I-27 & North Frankford Ave.Boring and Encasing May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave.Boring and Encasing May 2020 02445-2 B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of proposed locations within pipe casing. 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 Annexation Water Line Project I-27 & North Frankford Ave.Boring and Encasing May 2020 02445-3 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. 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. Annexation Water Line Project I-27 & North Frankford Ave.Boring and Encasing May 2020 02445-4 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. (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 Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-1 SECTION 02626 STEEL PIPE PART 1 GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install steel pipe, fittings, and specials as specified, including connections and appurtenances, as required for the proper installation and function of the pipe as indicated herein. B. The pipeline coating and lining shall be as specified herein and in Section 09960 “High- Performance Coatings.” (1) Coating: The standard pipe coating shall be epoxy coating. Where indicated on the Drawings, polyurethane coating, mortar coating, or bare steel pipe with concrete encasement shall be used. (2) Lining: The standard pipe lining shall be epoxy lining. Where indicated on the Drawings, mortar lined steel pipe shall be used. C. The pipeline shall be suitable to carry potable water treated with chloramines or gaseous chlorine to maintain a disinfectant residual. 1.2 QUALITY ASSURANCE A. Experience Requirements: (1) Pipe shall be the product of one manufacturer who has had not less than 5 years successful experience manufacturing pipe of the particular type and size indicated. Pipe manufacturing operations (pipe, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. Fittings may be manufactured at an alternate location, provided they are supplied under the responsible authority of the Pipe Manufacturer. All pipe shall be new and not supplied from inventory. All pipe and fittings shall be manufactured in the Continental U.S.A., and shipping over salt waterways will not be allowed. (2) The Manufacturer shall be certified either under S.P.F.A. or ISO 900I quality certification program for steel pipe and accessory manufacturing. (3) Approved manufacturers include Hanson Pipe, Northwest Pipe, American Spiral Weld, Ameron, Mid –America, and Jifco. No other Suppliers will be allowed. B. Owner Testing and Inspection: (1) Pipe will be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the Work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the Owner in writing, a minimum of 2 weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-2 (2) The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slowdowns" or other abnormal delays. In the event that an abnormal production time is required, and the Owner is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. C. Factory Testing: (1) The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. (2) Cement Mortar Lining: Shop-applied cement mortar linings shall be tested in accordance with AWWA C205 and as specified in Section 09960 “High-Performance Coatings.” (3) Coating: The pipe coating shall be tested as specified in Section 09960 “High- Performance Coatings.” (4) Hydrostatic Pressure Testing and Welding Testing: (a) Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. (b) Fittings shall be fabricated from hydrostatically tested pipe. All welds on fittings shall be tested by hydrostatic test, ultrasonic test, air test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, 5 percent of welds on fittings shall be checked with x-ray or ultrasonic testing by an independent certified welding inspector paid for by the Pipe Manufacturer. (5) Charpy V-Notch Test: Each heat of steel for plates or coil used for pipe barrels 0.25 inches and thicker shall be tested to verify minimum impact values of 25 ft-lb at 30 F in accordance with ASTM A370. (6) Elongation: For the tensile test specified in ASTM A370, 2-inch test pecimens shall show elongations not less than 22 percent for each heat of steel. (7) Mill Certification: The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, steel coil, and cement. The Manufacturer shall perform the tests described in AWWA C200, for all pipe, fittings, and specials. D. Manufacturer's Technician for Pipe Installation: (1) During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on-site full Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-3 time; however, the technician shall be on-site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. (2) The Pipe Manufacturer shall provide services of the Coating Manufacturer's representative and the Heat Shrink Joint Manufacturer’s representative for a period of not less than 2 weeks at the beginning of actual pipe laying operations to advise Pipe Manufacturer, Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat shrink joint installation procedures and general construction methods and how they may affect the pipe coating. The Manufacturer's representative shall be required to return if, in the opinion of the Engineer, the coating or the Contractor's construction methods do not comply with the Specifications. Cost for the Manufacturer’s representatives to return to the Site shall be at no additional cost to the Owner. 1.3 1.03 SUBMITTALS A. A. Submittals shall be in accordance with Section 01300 “Submittal Procedures” and shall include: (1) 1. Shop Drawings: (a) Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer. Shop Drawings shall include a schematic location profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan and profile sheets. Shop Drawings shall be based on the drawings and Specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Shop Drawings shall also include full details of reinforcement, and dimensions for pipe and fittings. Details for the design and fabrication of all fittings, specials, and provisions for thrust restraint shall be included. (b) Where welded joints are required, Shop Drawings shall include: (i) Welding requirements. (c) 2). Location and dimension of all additional outlets required by the Contractor to install welds. (2) 2. Certificate of Adequacy of Design: Prior to shipment of the pipe, the Contractor/Pipe Manufacturer shall submit an affidavit certifying that the pipe, fittings, specials, and other products and materials furnished, comply with this Specification, Drawings, and the applicable requirements of AWWA C200, AWWA C205, AWWA C215, AWWA C222. (3) 3. Certified Test Reports: a. Submit the following Certified Test Reports prior to shipment of the pipe: (a) 1). Copies of results of factory hydrostatic tests and test of fittings. (b) 2). Mill certificates, including chemical and physical test results for each heat of steel, charpy v-notch tests, and elongation tests. (c) 3). A Certified Test Report from the Coating Manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this Specification on all pipe, fittings and joints made in the factory. (d) 4). Certified Test Reports for welder certification for factory and field welders. (e) 5). Certified Test Reports for factory welds of fittings from an independent Certified Welding Inspector paid for by the Pipe Manufacturer. Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-4 (f) 6). Certified Test Reports for cement mortar tests. (4) 4. Record Data: (a) a. Before pipe installation begins: (i) 1). Provide copies of “Release for Manufacture” layout sheets. (ii) 2). Provide copies of all design calculations. (iii)3). Where welded joints are required, provide the Contractor’s Proposed Field Welding Procedure in accordance with this Specification, AWWA C206 and AWS D1.1. The Field Welding Procedure shall include provisions for thermal stress control and provisions for control of coating damage. (b) b. During pipe installation: (i) 1). Provide copies of agreed written method for taking pipe deflection measurements and format of deflection report. (ii) 2). Submit deflection report on a monthly basis. (iii)3). Where welded joints are required: Daily welding reports for field welding showing welder and joint welded shall be submitted by the tenth day of each month. (c) c. After pipe installation: (i) 1). The Pipe Manufacturer shall provide AutoCad drawings of the pipe plan and profile layout sheets showing each joint of pipe and all appurtenances to the same coordinate system as used on the Drawings. (ii) 2). After construction, the Contractor shall provide Record Data showing top-of pipe survey every 100 feet along the pipeline. Survey shall include location of all valves, fittings, and appurtenances. 1.4 1.04 STANDARDS A. Except as modified or supplemented herein, the steel pipe, coatings, linings, fittings, and specials shall conform to the applicable requirements of the following standards and specifications, latest edition: ANSI/NSF Standard 61 AWS D1.1 Structural Welding Code AWWA C200 Steel Water Pipe – 6 In. (150 MM) and Larger AWWA C205 Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 In. (100 mm) and Larger – Shop Applied AWWA C206 Field Welding of Steel Water Pipe AWWA C207 Steel Pipe Flanges for Waterworks Service Sizes 4 In. Through 144 In. (100 mm Through 3600 mm) AWWA C208 Dimensions for Steel Water Pipe Fittings AWWA C210 Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines AWWA C215 Extruded Polyolefin Coatings for Exterior of Steel Water Pipelines AWWA C216 Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-5 of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings to Steel Water Pipelines AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings AWWA C602 Cement-Mortar Lining of Water Pipelines In Place - 4 In. (100 mm) and Larger AWWA M11 Manual: Steel Pipe - A Guide for Design and Installation AWWA C604 Installation of Steel Water Pipe – 4 In. and Larger ASME Shop Welding Certification ASTM A370 Standard Test Method and Definitions for Mechanical Testing of Steel Products ASTM C33 Standard Specification for Concrete Aggregates ASTM C35 Standard Specification for Inorganic Aggregates for Use in Gypsum Plaster ASTM C150 Standard Specification for Portland Cement ASTM D16 Standard Terminology for Paint, Related Coatings, Materials and Applications ASTM D522 Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings ASTM E165 Standard Practice for Liquid Penetrant Examination for General Industry ASTM E709 Standard Guide for Magnetic Particle Testing ASTM E1444 Standard Practice for Magnetic Particle Testing SSPC-SP-1 SSPC-SP-10 Near-White Blast Cleaning SSPC-PA2 SSPC-PA/Guide 3 A Guide to Safety in Paint Application SSPC-PS/Guide 17 A Guide for Selecting Urethane Painting Systems 1.5 1.05 DELIVERY AND STORAGE A. A. Packing: (1) 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazards of transportation and allow pipe to reach the Site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the Site unless such damaged pipe is properly repaired. (2) 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-6 times until ready to be placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. (3) 3. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie-down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. As a minimum, each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. More internal stulls shall be included to protect the pipe, lining, and coating from damage as determined by the Pipe Manufacturer. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Pipe and liner shall be protected from damage from stulls using shaped wood pads or similar devices. Stulls shall not be welded directly to the pipe except at the end of the pipe where the lining is held back. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. Stulls shall not be removed until the pipe is laid, set to grade, and backfilled. (4) 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations and in accordance with Paragraph 3.01.C. B. B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on the inside of both ends, the class for which it is designed, the date of manufacture, and the identification number as shown on the Shop Drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all specials. C. C. Point of Delivery: (1) 1. Pipe shall be hauled direct from pipe plant to the Site and strung along pipeline route, thus avoiding re-handling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points along the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible to ensure that pipe is undamaged at the time of laying. (2) 2. If the pipe cannot be hauled directly from the pipe plant to the laying site, a maximum of two handlings is allowed in which case the maximum number of coating repairs is reduced to five. (3) 3. Shipment by rail will be unacceptable, unless it can be demonstrated that it will not damage the pipe. PART 2 PRODUCTS 2.1 MATERIALS A. Steel: Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. (1) Steel shall be homogeneous and shall be suitable for field welding, fully kilned and fine (2) Austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi. B. B. Coatings and Linings: (1) Coatings: Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-7 (a) Polyurethane Coating: Polyurethane coating shall be in accordance with Section 09960 “High-Performance Coatings.” (b) Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall have an epoxy coating per Section 09960 “High-Performance Coatings.” (c) Mortar Coating: Mortar coating shall be in accordance with Section 09960 “High- Performance Coatings.” (2) Linings: (a) Cement Mortar Lining: 1). Linings shall be shop-applied spun cement mortar lining for pipe sizes 108 inches and smaller. Shop applied cement mortar linings shall be in accordance with Section 09960 “High-Performance Coatings” and shall conform to the requirements of AWWA C205 with the following modifications: Sand used for cement mortar shall be silica base and shall not leach in water. Curing of the linings shall conform to the requirements of AWWA C205. Cement mortar linings shall be dense and smooth without bumps, blisters, ridges, or spalling, to the satisfaction of the Engineer. All rough spots shall be smoothed out with a rubbing stone, or other method, to the satisfaction of the Engineer. (b) Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all above grade piping provide epoxy lining in accordance with Section 09960 “High- Performance Coatings.” C. Flange Nuts and Bolts: Nuts and Bolts shall be 304 stainless steel. Bolts shall conform to ASTM A193. Nuts shall conform to ASTM A194. Furnish all bolts, nuts, flange gaskets, and insulation kits. Use anti-seize compound during installation of all nuts and bolts. Thrust rods shall be carbon steel conforming to ASTM A193. D. Threaded Outlets: Where outlets or taps are threaded, furnish and install 304 stainless steel bushings for the outlet size indicated. E. Outlets for Weld Leads: The Contractor may use outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be as shown in the Shop Drawings. The minimum spacing for outlets for weld leads shall be 500 feet. Outlets through manways, air valves, and blow offs shall be used for access for weld leads, and shall be included in the calculation for 500-foot minimum spacing. F. Flexible Joint Couplings: See Section 15136 “Miscellaneous Valves.” G. Test Bulkheads: Contractor shall furnish test bulkheads in accordance with Section 01666 “Hydrostatic Testing,” the Drawings, and as needed to perform field hydrostatic tests. (1) Each test plug or bulkhead shall be designed to withstand the test pressure on either side with only atmospheric pressure on the opposite side. (2) Each test plug or bulkhead specified shall have a 30-inch access manhole in one side of the plug and a 12-inch flanged outlet on the other side of the plug as shown in the Drawings. 2.2 MIXES A. Mortar for Interior and Exterior Joints: Mortar shall be 1 part cement to 2 parts sand. Cement shall be ASTM C150, Type I/II. Sand shall be silica base of sharp sand that will not leach in water. Sand shall be plaster sand meeting ASTM C33. Exterior joint mortar (where applicable) shall be mixed to the consistency of thick cream. Interior joint mortar shall be Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-8 mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. B. Mortar for Pipe Patching for Shop-Applied Cement Mortar Lining: Mortar for patching shall be as per interior joints. C. Bonding Agent: Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B; Sikadur 32 Hi-Mod, or approved equal. 2.3 MANUFACTURED PRODUCTS A. A. Pipe: (1) Pipe Design: (a) Steel pipe shall be manufactured, and tested in conformance with AWWA C200, AWWA M11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown in the Drawings. For the purpose of pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11; using the following parameters: Note to Specifier: Remove deflection parameter for mortar coated pipe is not used in project. Unit Weight of Fill (W) 130 pcf Live Load AASHTO HS 20 at all locations, except at railroads Coopers E 80 at Railroads Trench Depth As indicated Deflection Lag Factor (Dl) 1.1 Coefficient (K) 0.10 Maximum Calculated Deflection (DX = DY) 2% (Polyurethane, epoxy, or concrete encased Steel Pipe) Maximum Calculated Deflection (DX = DY) 1% (Mortar coated pipe, where allowed) Soil Reaction Modulus (E') 1500 psi (Typical Granular Embedment Trench Section) Soil Reaction Modulus (E’) 3000 psi (Flowable Fill or Concrete Encased Trench Section) (b) The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Valves values (PDV), greater than 6000 unless otherwise specified. Where indicated on the Drawings, collars or wrappers shall be used in lieu of crotch plates to allow working space and supports. Wrappers and collars shall meet ASME Standards. As an alternate to crotch plates, collars or wrappers may be used when designed in accordance with ASME Section VIII, Division 1. Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-9 (c) Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and Pipe Manufacturer will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. (d) Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe and embedment design depth. In no case shall the pipe and embedment system be installed deeper than its design allows. (e) Pipe shall be designed for full vacuum conditions without buckling, damage to lining, or damage to pipe joints. (2) Provisions for Thrust: (a) Thrust at valves, bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. (b) Restrained joints shall be used a sufficient distance from each side of the valves, bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained joints shall consist of welded joints unless other joint types are shown on the Drawings. (c) Thrust restraint design shall be the complete responsibility of the Pipe Manufacturer. The Pipe Manufacturer shall submit thrust calculations with the lay drawing submittal verifying that the thrust restraint system is adequate to meet the Pipe Manufacturer’s minimum standards, AWWA M11 standards, and these Specifications, whichever is more stringent. The length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe Manufacturer in accordance with AWWA M11 and the following: (i) The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. (ii) Assume saturated soil conditions. 1. The soil density shall be reduced to its buoyant weight for all backfill below the water table. Soil Density 60 pcf (maximum value to be used) Coefficient of Friction 0.15 (maximum value to be used for polyurethane or Epoxy coated steel pipe) Coefficient of Friction 0.25 for mortar coated steel pipe (iii)For horizontal bends, the length of pipe to be restrained shall be calculated as follows: 1. For Δ less than 60 degrees: L = 2 × P × A × sin(Δ2) f × ( We + Wp + Ww) 2. For Δ greater than 60 degrees: L = P × A × (1 − cos Δ) f × (We + Wp + Ww) L = Length of pipe to be restrained Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-10 P = 1.5 times working pressure A = Cross-sectional area of pipe steel cylinder I.D. Δ = Deflection angle We = Weight of earth prism above the pipe Wp = Weight of pipe Ww = Weight of water f = Coefficient of friction (iv)For vertical bends, the length of pipe to be restrained shall be calculated per AWWA M11. (3) Inside Diameter: The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. It is the responsibility of the Contractor to field verify that the nominal pipe diameter meets specifications before installing the pipe. Contractor shall coordinate pipe replacement with the Pipe Manufacturer for any pipe not meeting the specified internal diameter. (4) Wall Thickness: (a) The minimum pipe wall steel thickness shall be 0.250 inches or Pipe ID/230, whichever is greater for pipe and fittings, and a maximum minus tolerance of 0.005 inches per AWWA C200. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50 percent of the minimum yield strength of the steel at working pressure, nor the following, at the specified working pressure. Pipe Type Maximum Stress at Working Pressure: Polyurethane or Epoxy Coated Steel 21,000 psi Mortar or Shotcrete Coated Steel Pipe 18,000 psi (b) Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.25 inches or Pipe ID/144, whichever is greater. (c) Fittings over 15 degrees, pipes with outlets 24-inches in diameter and larger, main line tees and wyes, and pipe which are above grade or exposed (not in a trench or casing) shall have the following minimum thickness: 36” Diameter and Smaller 0.25” 37” < Diameter ≤ 60” 0.375” 61” < Diameter ≤ 84” 0.50” 85” < Diameter ≤ 96” 0.625” 97” < Diameter ≤ 120” 0.75” (d) Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi nor 50 percent of the steel yield strength at the thrust design pressure (1.5 times working pressure). (5) Seams: Except for mill-type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-11 (6) Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of steel pipe installed in casing shall not exceed 25 feet. B. Joint Bonds, Insulated Connections, and Flange Gaskets: See Section 13110 “Passive (1) Cathodic Protection for Underground and Submerged Piping” and Section 15136 “Miscellaneous Valves.” All rubber gasket joints shall be bonded for electrical continuity. C. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the diameter to permit passage of pipeline pigs. D. Pipe Ends: Pipe ends shall be lap welded slip joint, butt strap joint, flanged joint, or flexible coupled joint. Pipe that has a diameter of 48 inches or smaller together with pressure class of 250 psi or lower may have welded joints or rubber gasket joints. Pipe ends shall be suitable for full vacuum and the maximum surge pressures indicated. (1) Rubber Gasket Joints: Rubber gasket joints shall be a rolled spigot or carnegie joint with rubber gasket for pressure classes up to 250 psi. Joints shall conform to AWWA M11 and AWWA C200. Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 4 percent. The joint shall be suitable for the specified pressure and a deflected joint with a pull of 3/4 inches. At the Pipe Manufacturer’s option, all steel pipe joints may be lap-welded slip joints in lieu of rubber gasket joints. (a) Rolled Spigot Joints: The joint shall consist of a flared bell end formed and sized by forcing the pipe over a plug die or by expanding on segmental dies. The difference in diameter between the I.D. of bell and the O.D. of spigot shoulder at point of full engagement with an allowable deflection shall be no more than .00 inches to .04 inches as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. (b) Carnegie Joints: The spigot end shall be a Carnegie shaped steel joint ring. Spigot ring shall be welded to the outside of the pipe can, with an inside weld also required where deemed necessary by the Manufacturer due to pipe loading conditions. The welded area of bell and spigot pipe ends shall be checked after forming by the magnetic particle method. (2) Lap Welded Slip Joint: (a) Lap welded slip joint shall be provided in all locations where any of the following criteria is met, unless otherwise specified in the Drawings: (i) 1Pipe ID is 54 inches and larger. (ii) Pressure class is 275 psi and greater. (iii)Joints are welded for thrust restraint. (b) Ends of pipe, fittings, and specials for field welded joints shall be prepared with one end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 1/8 of an inch at any point around the periphery. (c) The depth of bell shall be such as to provide for a minimum clear distance of 2 inches between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-12 (d) The depth of bell shall be such as to provide for a minimum lap of 2 inches. Provide a deeper bell every 400 feet to accommodate thermal movement for which the minimum lap shall be 4 inches. (e) Lap welded slip joints shall be welded from the inside for pipe diameters 48 inches and larger. Lap welded slip joints shall be welded from the outside for diameters smaller than 48 inches. (3) For Fittings with Flanges: Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flange drilling shall match the drilling of adjacent fittings or appurtenances which the flanges are to be attached to. Flanges shall be spot faced or back faced parallel to the front face. (4) Flexible Couplings: Flexible couplings shall be provided where shown in the Drawings and as specified in Section 15136 “Miscellaneous Valves.” Ends to be joined by flexible couplings shall be of the plain end type, prepared as stipulated in AWWA C200. Pipe ends shall be truly circular to within 0.25 inch or the Coupling Manufacturer’s tolerances, whichever is smaller. In addition, the welds on ends to be joined by couplings shall be ground flush to permit sliding the coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall comply with AWWA M11 and the Drawings. (5) Butt Strap Closure Joints: (a) Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this specification. (b) Butt strap shall have an inside and outside weld and shall be air tested. Air test shall be low pressure from a threaded fitting between the welds. 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. Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-13 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. 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. Annexation Water Line Project I-27 & North Frankford Ave.Steel Pipe May 2020 02626-14 B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 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 Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-2 (31) Disinfection of Pipelines (32) Installation of Steel Pipe Casing and Pipe in Casing (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 Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-3 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 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. Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-4 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. 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. Pre-stressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the latest revision of AWWA C-301. B. Pre-tensioned 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 psi longitudinally and helically. D. The joints of the pre-tensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303-78. E. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pre-tensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to “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. Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-5 (3) The exterior joints on pre-tensioned 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. 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. Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-6 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. 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. Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-7 (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. 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. Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-8 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. 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. Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-9 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. 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. Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-10 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. 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. Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-11 (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. 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”. Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-12 (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 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. Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-13 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: (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. Annexation Water Line Project I-27 & North Frankford Ave. Water Piping, Valves, and Fittings May 2020 02665-14 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. 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 Annexation Water Line Project I-27 & North Frankford Ave.Cast-in-Place Concrete May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave.Cast-in-Place Concrete May 2020 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. Annexation Water Line Project I-27 & North Frankford Ave.Cast-in-Place Concrete May 2020 03300-3 H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. 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. Annexation Water Line Project I-27 & North Frankford Ave.Cast-in-Place Concrete May 2020 03300-4 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. 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. Annexation Water Line Project I-27 & North Frankford Ave.Cast-in-Place Concrete May 2020 03300-5 (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. Annexation Water Line Project I-27 & North Frankford Ave.Cast-in-Place Concrete May 2020 03300-6 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. Annexation Water Line Project I-27 & North Frankford Ave.Cast-in-Place Concrete May 2020 03300-7 (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. 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. Annexation Water Line Project I-27 & North Frankford Ave.Cast-in-Place Concrete May 2020 03300-8 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. 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. Annexation Water Line Project I-27 & North Frankford Ave.Cast-in-Place Concrete May 2020 03300-9 (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. 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. Annexation Water Line Project I-27 & North Frankford Ave.Cast-in-Place Concrete May 2020 03300-10 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. 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. Annexation Water Line Project I-27 & North Frankford Ave.Cast-in-Place Concrete May 2020 03300-11 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 Page is too large to OCR. CONSTRUCTION, THE CONTRACTOR SHALL EXAMINE THE CONTRACT THE PLAN INCLUDING ALL NOTES AND ANY OTHER APPLICABLE '.ELEVANT f0 THE PROPER COMPLETION OF THE WORK SPECIFIED. FAILURE ON THE PART OF THE CONTRACTOR TO EXAMINE ALL STANDARDS OR SPECIFICATIONS PERTAINING TO THIS WORK SHALL IN NO WAY RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY OF PERFORMING THE WORK IN ACCORDANCE WITH ALL SUCH APPLICABLE STANDARpDS AND SPECIFICATIONS. THE AND PROCEDURES OFFR IS CONSTTRULCTION ANDSIBLE NY SFAFR THE MEANS FETY P ECAUT`fON ROGSIfAMS RELATING IUES N ANY WALENCES Y TO THE CONDITIONS OF THE PREMISES. THIS WORK IS SUBSIDIARY TO THE VARIOUS BID ITEMS. THE INFORMATION SHOWN ON THESE DRAWINGS CONCERNING TYPE INFORMATION, AND THE LOCATION OF UNDERGROUND AND OTHER UTILITIES IS NOT GUARANTEED TO BL ACCURATE OR COMPREHENSIVE. THE DETERMINATIONS AS TO THE TYPE AND LOCATIONS OF ALL UNDERGROUND UTILITIES AND OTHER UTILITIES AS MAY BE NECESSARY TO AVOID DAMAGES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. THE CONTRACTOR SHALL REPAIR ANY 6AMAGES TO EXISTING UTILITIES IMMEDIATELY AND AND TELEPHONE CONDUIT B CONTRACTOR PRIOR TO AND EXISTING IMPROVEMENTS INCLUDING BUT NOT LIMITED TO: FENCES GATES GROUND SURFACES, LANDSCAPING, UTILITY PIPELINES AN6 DRAINAGE STRUCTURES WHICH ARE REMOVED OR ALTERED TO PERMIT INSTALLATION OF THE W6RK SHALL BE REPAIRED OR REPLACED BY THE CONTRACTOR AT THE CONTRACTOR'S EXPENSE, IN THE SALE LOCATION AND IN CONDITION EQUAL TO OR BETTER THAN THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING TRENCH SAFETY REQUIREMENTS IN ACCORDANCE WITH THE CITY OF LUBBOCK STANDARDS, TEXAS STATE LAW, AND O.S.H.A. STANDARDS FOR ALL EXCAVATIONS. A DESIGNATED COMPETENT ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE LATEST CITY OF LUBBOCK STANDARD DESIGN RE UIREMENTS AND SPECIFICATIONS. IN THE CASE OF CONFLICT BETWEEN DRAWINGS SPECIFICATIONS OR�ITY OF LUBBOCK STANDARD REQUIREMENTS AND SPECIFICATIONS THE MOST ST NGENT SHALL BE FOLLOWED UNLESS REQUESTED BY CONTRACTOR AND APPROVED IN WkITING BY CITY OF LUBBOCK ENGINEER. ALL SPOIL MATERIALS THAT WAS REMOVED DURING CONSTRUCTION AND ARE NOT SALVAGED REUSED OR RELOCATED SHALL BE HAULED OFF AND LEGALLY DISPOSED OF OFF -SITE BY THE CONTRACTOR. THE CONTRACTOR WILL BE REQUIRED TO NOTIFY THE CITY OF LUBBOCK A MINIMUM OF 72 HOURS PRIOR TO BEGINNING WORK IN TXDOT'S R.O.W LIMITS OF CONTRACTOR SHALL LIMIT OPERATIONS TO WITHIN THE CONFINES OF THE WORK LIMITS SHOWN ON THE PLANS. UTILITY NOTE: THE ENGINEER/SURVEYOR HAS NOT PHYSICALLY LOCATED ANY UNDERGROUND UTILITIES SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE PROPER NOTIFICATION TO THE INSPECTOR OF CONSTRUCTION GRADING/PAVING ACTIVITIES PRIOR TO BEGINNING THE PROJECT AND TO FOLLOW ALL APPLICABLE T EXCAVATION SAFETY SYSTEM RULES TO AVOID UTILITY DISRUPTION. REFER LOCATIONS OF UNDERGROUND UTILITIES ARE NOT SHOWN ON THE PLANS. CONTRACTOR SHALL PRE -LOCATE ALL UNDERGROUND UTILITIES PRIOR TO COMMENCING WORK BY WHATEVER MEANS NECESSARY (METAL DETECTION, EXCAVATION, SURVEY). CONTRACTOR SHALL FIELD VERIFY ALL DIMENSIONS AND CONDITIONS PRIOR TO COMMENCING WORK CONTRACTOR SHALL APPLY FOR AND RECEIVE A BARRICADE PERMIT FROM TRAFFIC ENGINEERING FEES WILL BE WANED. UPON APPROVAL, IT IS STILL THE CONTRACTOR'S RESPONSIBILITY TO MAINTAIN COMPLIANCE WITH THE MUTCD STANDARDS DURING CONSTRUCTION. CONTRACTOR SHALL NOTIFY PROPERTY OWNERS A MINIMUM OF 72 HOURS BEFORE PERFORMING ANY WORK THAT WILL AFFECT THE OWNERS ACCESS TO PROPERTY. CONTRACTOR SHALL ENSURE THAT ADEQUATE DRAINAGE IS MAINTAINED WITHIN THE PROJECT CORRIDOR AT ALL TIMES DURING CONSTRUCTION. UTILITY PROTECTION: THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WITH AND PROTECTING ANY PUBLIC AND PRIVATE UTILITIES IN THE AREA TEXAS811 NOTE: CONTRACTOR SHALL CONTACT FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION.11 BY DIALING 811 FOR LITY �TLATER THAN TWO CONTRACTOR WILL BE RESPONSIBLE FOR ANY AND ALL COORDINATION WITH ALL PUBLIC AND PRIVATE UTILITY COMPANIES INCLUDING THE CITY OF LUBBOCK AS THIS MAY BE NECESSARY FOR THE TIMELY AND ORDERLY PROGRESSION OF THE CONTRACTOR'S WORK. EXISTING UTILITIES ARE TO REMAIN IN SERVICE AT ALL TIMES. CONTRACTOR SHALL OBTAIN WRITTEN APPROVAL FROM THE UTILITY OWNER AND SHALL SUBMIT WRITTEN APPROVAL TO THE CITY ENGINEER PRIOR TO TAKING UTILITY OUT OF SERVICE. ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE. CONTRACTOR IS RESPONSIBLE FOR ALL CONSTRUCTION STAKING NEEDS, INCLUDING STATIONS AND ELEVATIONS. PRIOR TO ANY CONSTRUCTION DIFFEENT FROM THIS PLAN CALL CONSTRUCTION INSPECTION SUPERVISOR AT 806-548-4152 FOR AUTHORIZATION. ALL VARIANCES SHALL BE REQUESTED AND APPROVED IN WRITTEN FORM. THE CONTRACTOR SHALL INSTALL TRACER WIRE TO INDICATE THE LOCATION OF THE PIPE. THE CONTRACTOR IS RESPONSIBLE FOR TEMPORARY RELOCATION OF TRASH DUMPSTERS AND RETURNING TO ORIGINAL LOCATION AT CONTRACTOR'S OWN EXPENSE, WITHOUT ADDITIONAL COMPENSATION. BEFORE RETAINAGE WILL BE PAID CONTRACTOR SHALL PROVIDE THE CITY A SET OF AS BUILT PLANS WITH AS BUILT ELEVATIONS FOR EVERY ELEVATION SHOWN ON THE PLANS. THIS WORK SHALL BE SUBSIDIARY TO THE VARIOUS BID ITEMS.PROPOSED MPLIANCE WITH TCEp )) (( )) OF EXISTING�UTILI UTILITIES DIFLITY FER FROM THNS ARE IN E PLAN LOCATION AND VIOLATE RULE (2J0144 ITHEN THE F FIELD LOCATIONS CONTRACTOR SHALL MODIFY THE LOCATION OF THE PROPOSED UTILITY LINE. MODIFICATIONS SHALL NOT BE CAUSE FOR A CHANGE ORDER, AND WILL BE PAID IN ACCORDANCE WITH UNIT PRICES IN CONTRACT. THE PLANS DO NOT TAKE INTO ACCOUNT ELEVATION DIFFERENCES OF EXISTING LINES TO WHICH THE NEW LINES WILL BE CONNECTED, THE CONTRACTOR SHALL PROVIDE ALL FITTINGS, APPURTENANCES AND PIPE SHALL BE TO COMPENSATE FOR SUCH UNKNOWNS WITHIN THE UNIT PRICE OF PIPING AND FITTINGS. FOR PAYMENT PURPOSES ALL DISTANCES AND LENGTHS OF PIPING TUBING, TRENCHING & DIECTIONAL DRILLING SHALL BE MEASURED AS HORIZONTAL REGARDLESS OF VARIATIONS IN PIPE ELEVATIONS NECESSARY TO INSTALL. IN PAVED HALL REMVE VALVE BOXES FILLFTHEM LWITH CEMENT STABILIZED MATERIAL TO WITHIN VALVES TO BE CLOSED AND ABANDONED THE F2 INCHES ONTRACTRF SURFACE. 2 INCHES SHALL BE HMAC IF SURROUNDING PAVEMENT IS ASPHALT OR CONCRETE IF SURROUNDING PAVEMENT IS CONCRETE. ALL DOMESTIC WATER SERVICE CONNECTIONS AND WATER METERS SHALL BE A MINIMUM OF 1" IN SIZE UNLESS OTHERWISE NOTED, LINE SIZE SHALL MATCH THE WATER METER SIZE. SITE SPECIFIC GENERAL NOTES: EXISTING ASPHALT SURFACING REMOVED DURING CONSTRUCTION SHALL BE SALVAGED AND DELIVERED TO 8425 NORTH AVENUE P AT THE CONTRACTORS EXPENSE, AND SHALL COORDINATE WITH THE STREET MAINTENANCE SUPERVISOR BY CALLING 806-775-2358. SWPPP: LARGE CONSTRUCTION SITE OR COMMON PLAN OF DEVELOPMENT • CITY OF LUBBOCK APPLICATION, FEE WILL BE WANED. HTTP://W W W.WBBOCKS-FORM WATER.ORG/ • SWPPP HTTP://W W W.TCEQ.TEXAS.GOV/ASSISTANCE/SBLGA/WATER/SW-CONSTRUCTION.HTML • SITE PLANS o GENERAL LOCATION OF THE SITE o DIRECTION OF STORMWATER FLOW o AREAS WHERE SOIL DISTURBANCE WILL OCCUR o LOCATIONS OF ALL MAJOR STRUCTURAL CONTROLS o LOCATIONS OF TEMPORARY OR PERMANENT STABILIZATION PRACTICES o LOCATIONS OF CONSTRUCTION SUPPORT ACTIVITIES o LOCATIONS OF SURFACES WATERS IN CLOSE PROXIMITY TO THE SITE o VEHICLE WASH AREAS AND CONCRETE WASHOUT AREAS, IF APPLICABLE • NOI (FILED WITH TCEQ) COPY TO MS4 • LARGE CONSTRUCTION SITE NOTICE • CERTIFICATION PAGE TAC 305.44 • DELEGATION OF SIGNATORIES TO REPORTS TAC 305.128 • COPY OF THE INSPECTION REPORT COORDINATION AND EMERGENCY NUMBERS THE FOLLOWING NUMBERS ARE INCLUDED FOR THE CONTRACTOR'S CONVENIENCE C.O.L. WATER UTILITIES 806-775-3161 TERRY BAKER OFFICE - 806-748-4401 CONSTRUCTION INSPECTION 806-548-4152 TXDOT CELL-806-773-9645 SUPERVISOR SUDDENLINK COMMUNICATIONS 806-771-6229 806-771-6211 ATMOS ENERGY 1-800-692-4694 806-548-1895 LUBBOCK POWER AND LIGHTS 806-775-2579 806-790-7243 AT&T 1-800-286-8313 806-790-7243 C.O.L. TRAFFIC ENGINEERING 806-775-2132 EMERGENCY CONTACT 806-775-2816 NTS COMMUNICATIONS 806-548-2475 INDEX OF DRAWING SHEETS INDEX AND GENERAL NOTES Sheet # G-1 W-1 STA 0+00 TO 21+00 Sheet # W-1 W-1 STA 21+00 TO 44+00 Sheet # W-2 W-1 STA 44+00 TO 68+00 Sheet # W-3 W-1 STA 68+00 TO 92+00 Sheet # W-4 W-1 STA 92+00 TO 116+00 Sheet # W-5 W-1 STA 116+00 TO 140+00 Sheet # W-6 W-1 STA 140+00 TO 163+00 Sheet # W-7 W-1 STA 163+00 TO 186+00 Sheet # W-8 W-3 STA 0+00 TO 23+00 Sheet # W-9 W-3 STA 23+00 TO 46+DO Sheet # W-10 W-3 STA 45+00 TO 66+DO Sheet # W-11 W-3 STA 66+00 TO 85+91 Sheet # W-12 W-10 STA 0+00 TO 22+00 Sheet # W-13 W-10 STA 22+DO TO 37+88 Sheet # W-14 W-11 STA 0+00 TO 22+00 Sheet # W-15 W-11 STA 22+00 TO 40+00 Sheet # W-16 W-11 STA 40+00 TO 47+71 Sheet # W-17 DETAILS Sheet # D-1 11 a.7_[�tFil CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION REVISIONS LEGEND yV EXIST. WATERLINE —8 EXIST. SEWER LINE —W—PROP. WATER LINE PROP. CUT/BORE ®PROP. STEEL CASING 0 PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER O PROP. HYDRANT EXIST. HYDRANT PROP. PLUG EXIST. PLUG D PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE ............................... KRIST JOSH KRISTINEK / tIP 123228 •',�i 11!CENSE�'���i 1�\\,O NAB EN J H KRI I TINEK, P.E. 2no DATE City of Lubbock J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: EM, JD, JK DRAWN BY: OT, AP CHECKED BY: JK SCALE: 1"=100' DATE: 4/23/2020 GENERAL NOTES DRAWING # 3-D-1723 G-1 ANNEXATION WATER LINE PROJECT I-27 8v NORTH FRANKFORD AVE. N INTERSTATE 27 US 87 wl N INTERSTATE 27 US 87 17+33 WATER LINE 1 14+13 13+73 13+20 0+94 - 220 17+37 12+56 i gg EXIST. MAIL BOX 51 12+54 9+83 I EXISTING GAS METER - T EXIST. GAS METER J 12+40 11+80 IN FENCE AREA EXIST. MAIL BOX - '" EXIST. TELECLI t,.. 11+94 EXIST. GAS METERS EXIST. GAS ME I - EXIST. FENCE LINE f a i i 3235 3230 3225 3220 3215 3210 STA 20+ 450 BENT ,- - _. ,, POLE EXIST. ELECTRIC BOk N INTERSTATE 27 US 87 PROPOSED 12" PVC WATER EXIST. TELECOM PEDESTAL EXIST. SIGNS t 9+37 \ � — 9+28 2+10 -- 5+08 UTILITY POLE _ 5+06 EXIST, ELECTRIC METER ----EXIST. --GAS E,i�i ING GAA tILTER— sw w, _ 7+86 •.iST. 2X TELECOM. PEDESTAL — 1+15 1+69 1+10 EXIS'FiNG GAS RISER- 1+20 EXISTING GAS METER - 0+20 do FIBRE OPTIC LANE SIGN 0+10 0+00 EXIST. 12" PVC WATER LINE � N w ®- .Ic�.•sal-�������� ���—• •Ins•�.7�1>irr•..ir�,v�rlo:a��� �rrr.••I•rr•-•••ra--.rrn•11•I—��Il�aaa� �� � � Gaaa�a-�a��aaa�a---���.r•asaa� a I al®aaaaL��® --� —aCI1 . . 1 7-r•CIIOf mPllq�•1.—aaaaal oriaw.ANr• raer lawl.ya3215 �--��� � .1 _— MrIffiffill C � -ijlill111111111R,. .1---aaaall ---��- - ----�.[♦--aaaaa---I -.1�--aaaall a-aaa• ------ a----- .. -11---aaaall ■—_---- ---- .. IB ME mm°mmIlhiNo 3210 will l C--III 11 1 11 11 11 11 . 11 11 11 11 STA I ;I : VALVE STA 1 12" GATE VALVE 11 1 11 11 1 11 li 11 11 . 11 11 11 11 :1 . I. 1 . STA 11+94 STA 9+37 STA 1: 1 12 X 6 TEE 450 BEND NE STA 9+83 1� STA 11 . 450 BEND NE WEST: 12" GATE VALVFo 11 1 11 1 1 %-TA 1 1 BEGIN BOREAW STEEL CASING • 1 .:•• . 1 W-1 12" PVC WATER 0+00 - TIE TO EXIST. 12" WATER LAT : 33.643044 LONG: 101.836739 0+10 - 12" GATE VALVE 0+20 - BEGIN BORE AND 20" STEEL CASING LAT : 33.6431 LONG : 101.836728 1+10 - END BORE AND 20" STEEL CASING LAT : 33.643344 LONG : 101.836728 1+15 - 12" GATE VALVE 1+20 - 12"x 12" TEE WEST: - 12" GATE VALVE - 10' LF OF 12" PVC - 12" PLUG 1+69 - 450 BEND NE 2+10 - 450 BEND N 5+06 - 12" GATE VALVE 5+08 - 12"x 6" TEE WEST: - 6" GATE VALVE - 5' LF OF 6" PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD 7+86 - 12" GATE VALVE 9+28 - 12" GATE VALVE 9+37 - BEGIN BY MEANS OTHER THAN OPEN CUT 9+83 - END BY MEANS OTHER THAN OPEN CUT 11+80 - 12"x 6" TEE WEST: - 6" GATE VALVE - 5' LF OF 6" PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD 11+94 - BEGIN BY MEANS OTHER THAN OPEN CUT 12+40 - END BY MEANS OTHER THAN OPEN CUT 12+54 - 450 BEND NE 12+56 - 450 BEND N 13+20 - 12" GATE VALVE 13+73 - BEGIN BY MEANS OTHER THAN OPEN CUT 14+13 - END BY MEANS OTHER THAN OPEN CUT 17+33 - 12" GATE VALVE 17+37 - 12"x 6" TEE WEST: - 6" GATE VALVE -5'LFOF6"PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD STA 1+1 12" GATE VALVE 20+88 - 450 BEND NW 20+94 - 450 BEND N 20" TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION REVISIONS LEGEND 100 50 0 100 SCALE 1:100 w EXIST. WATER LINE EXIST. SEWER LINE —tru—PROP. WATER LINE PROP. CUT/BORE p PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER 4 PROP. HYDRANT EXIST. HYDRANT PROP. PLUG EXIST. PLUG p PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE Z:� S BOSH KRISTINEK, 123228 JOgw KRISTINEK, P.E. �) lyz./2eso GENERAL NOTES: ATLt, 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. City of 3. CONSTRUCTION TAPE SHALL BE Lubb ock INSTALLED X ABOVE WATER/SEWER PIPES. 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5. MANDATORY: CALL FOR LINE LOCATES 1.0. 120036 48 HOURS PRIOR TO BEGINNING C.I.P. #92585.9241.30000 ANY CONSTRUCTION ACTIVITY. DESIGNED BY: EM, JK SA. PLEASE CALL BRYAN DAVIS AT (806) 773-9668 DRAWN BY: OT OR (806) 748-4367 A MINIMUM OF 48HR5 PRIOR TO BEGINNING WORK FOR LOCATES CHECKED BY: JK 6. FOLLOW BEST MANAGEMENT PRACTICES SCALE: 1"=100' TO COMPLY WITH EPA'S STORM WATER DATE: 4/23/2020 POLLUTION PREVENTION PLAN REQUIREMENTS. 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF 12" WATER LINE TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. I-27 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE DRAWING # FOR ANY MINOR CHANGES NEEDED TO ADJUST 3-D-1723 THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN W-1 ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. 3240 3235 3230 3225 3220 3215 ANNEXATION WATER LINE PROJECT I-27 8s NORTH FRANKFORD AVE. I w' FI ¢I 22+38 j N INTERSTATE 27 US 87 22+80 21+28 I al 25+04 �I j 27+28 I u, I x IxlexsrnrE n us p WATER LINE 1 EXIST. TELECOM. PEDES .�' ! I EXISTING SIGN / \�\\\ '-EXISTING 3x MAIL BOX EXIST. TELECOMMUNICATION -i\\ -EXISTING GAS METER PEDESTAL -EXIST. FIBRE OPTIC LINE SIGN 5' PROPOSED 12" PVC WATER FIBRE OPTIC LINE SIGN TELECOMMUNICATION PEDESTAL - TELECOMMUNICATION PEDESTAL FIBRE OPTIC SIGN- EXISTING LIGHT POLES -- G � ----r�71i rW .�IM�,n'a 17 •a������ ������-- nca•1 11 II II II1 11 II 11 11 II II II II II II 1 II 11 11 11 II 11 II 11 :1 11 1C OAIC VALVC W-1 12" PVC WATER LINE SUMMARY: 3240 3235 3230 3225 3220 3215 21+28 - BEGIN BY MEANS OTHER THAN OPEN CUT 22+38 - END BY MEANS OTHER THAN OPEN CUT 22+80 - 12"x 6" TEE WEST: - 6" GATE VALVE - 5' LF OF 6" PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD 25+04 - 12" GATE VALVE 27+28 - 12"x 6" TEE WEST: - 6" GATE VALVE - 5' LF OF 6" PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD TEXAS811 NOTE CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION REVISIONS LEGEND 100 50 2 1 0 —W— EXIST. WATERLINE SCALE 1:100 —S— EXIST. SEWER LINE —W—PROP. WATER LINE OPROP. CUT/BORE 0 PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER 0 PROP. HYDRANT EXIST. HYDRANT p PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE I PROP. PLUG EXIST. PLUG s .. KRISTINEK 123228 jol KRI TINEK, P.E. DATIE GENERAL. NOTFS- 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. City of 3. CONSTRUCTION TAPE SHALL BE Lubbock INSTALLED Y ABOVE WATER/SEWER PIPES. If 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5. MANDATORY: CALL FOR LINE LOCATES J.O. 120036 48 HOURS PRIOR TO BEGINNING C.I.P. #92585.9241.30000 ANY CONSTRUCTION ACTIVITY. DESIGNED BY: EM, JK 5A. PLEASE CALL BRYAN DAVIS AT (806) 773-9668 DRAWN BY: OT OR (806) 748-4367 A MINIMUM OF 48HRS PRIOR TO BEGINNING WORK FOR LOCATES CHECKED BY: JK SCALE: 1"=100' 6. FOLLOW BEST MANAGEMENT PRACTICES DATE: 4/23/2020 TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED 12" WATER LINE TO BE ON SITE DURING CONSTRUCTION. I-27 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY DRAWING # OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST 3-D-1723 THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN W-2 ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. No Text wl z, �I ul 5' — EXIST. WELL 3265 3260 3255 3250 3245 3240 3235 3230 N INTERS7A7 E 27 ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE. US 87 PROPOSED 12" PVC WATER • WATER LINE 1 79+03 � 78+43 EXIST. GAS MET :.- - -—, N INTERSTATE 27 US 87 77+48 — 77+30 EXIST. GAS RISER '? TELECOMMUNICATION PEDESTAL -OMMUNICATION PEDESTAL FIBRE OPTIC LINE SIGN - TELECOMMUNICATION PEDESTAL -- J �� ITMEMO aTo� �� ® mas•u•:,7I•irW�.u\.�,uT��i�-rrri-rirri�� �� a.•� . ��� _ ����rrrrrw��rrrr��wrw�w�esww�w�w�� ��� —��ii ® �:�a-v:utnuruiatic�ii a:.•irmGm��7-- --� �l—� �� 7��'�9c7•lirlreq �_ 7 4U �—��������� E3011 It "Au STA 78+43 PR FILE OF WATER LINE 1 : 68+58 TO 92+22 SCALE : V: 1 =10 H: I =100 W-1 12" PVC WATERLINE SUMMARY: 77+30 - 12" GATE VALVE 77+48 - 12"x 6" TEE WEST: - 6" GATE VALVE - 5' LF OF 6" PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD 78+43 - BEGIN BY MEANS OTHER THAN OPEN CUT 79+03 - END BY MEANS OTHER THAN OPEN CUT TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION 100 50 100 SCALE 1:100 fNddlll\�dl�tii3.2 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. 3. CONSTRUCTION TAPE SHALL BE INSTALLED Y ABOVE WATER/SEWER PIPES. 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 5A. PLEASE CALL BRYAN DAVIS AT (806) 773-9668 OR (806) 748-4367 A MINIMUM OF 48HRS PRIOR TO BEGINNING WORK FOR LOCATES 6. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. B. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. REVISIONS LEGEND w EXIST. WATER LINE -S--- EXIST. SEWER LINE —W—PROP. WATER LINE OPROP. CUT/BORE ®PROP. STEEL CASING 0 PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER 4 PROP. HYDRANT EXIST. HYDRANT I PROP. PLUG EXIST. PLUG p PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE 123228 JOSH KRI INEK, P.E. 417." DAT City of *Lubbock J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: EM, JK DRAWN BY: OT CHECKED BY: JK SCALE: 1"=100' DATE: 4/23/2020 12" WATER LINE I-27 DRAWING # 3-D-1723 W-4 EXIST. U I ILI TY vOL - -_ 5. EXIST. BILLBOARD PROPOSED 12" PVC WATER EXIST. UTILITY POLE EXIST. DOUBLE UTILITY POLE - ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE. N INTERSTATE 27 US 87 EXIST. SIGN FX1sr ImLT1Y POLE A7— ; , 106+13 - 106+08 105+62 105+67 WATER LINE 1 N INTERSTATE 27 US 87 100+00 97+34 CONTROL POINT-- -- EXIST. GAS DIETER eXiS E�HCIUneiBLEAT - EXIST. UTILITY POLE 6' .AWAM1THMPIOMPOSED 12" WATER LINE ", 31 . UTILi T Y POLE tii . � 7Pr«:7a��«��V�tl:a rr_���� • atn:a•anaaamsl ��rir��r_i —�—��—����---iblLlRl ---��w(*ww�w�(•I�1�—��� -- �� � uua>,7�u rWmr:��reu�== ����� .,..." .,.'�' ' "L��r•O��ai�i�i---i�i ��� 12 STA 0. 12 ATE VA STA 106+08 MU cUct ANU 2U" BEGIN BORE AND 20" STEEL CASING STEEL CASING PROFILE OF WATER LINE 1 : 92+22 TO 116+00 SCALE: V: 1"=10' H: i"=100' W-1 12" PVC WATERLINE SUMMARY: 97+34 - 12"x 6" TEE i I I 3265 3260 3255 3250 3245 3240 3235 WEST : - 6" GATE VALVE - 5' LF OF 6" PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD 100+00 - AIR RELIEF VALVE 105+62 - 12" GATE VALVE 105+67 - BEGIN BORE AND 20" STEEL CASING LAT : 33.671817 LONG: 101.836656 106+08 - END BORE AND 20" STEEL CASING LAT : 33.671939 LONG : 101.836656 106+13 - 12" GATE VALVE TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS81I BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION 100 50 100 SCALE 1:100 GENERAL NOTES: 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. 3. CONSTRUCTION TAPE SHALL BE INSTALLED 2' ABOVE WATER/SEWER PIPES. 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 5A. PLEASE CALL BRYAN DAVIS AT (806) 773-9668 OR (806) 748-4367 A MINIMUM OF 48HRS PRIOR TO BEGINNING WORK FOR LOCATES 6. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. REVISIONS LEGEND w EXIST. WATER LINE S EXIST. SEWER LINE —W—PROP. WATER LINE OPROP. CUT/BORE ®PROP. STEEL CASING 0 PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER O PROP. HYDRANT ` EXIST. HYDRANT I PROP. PLUG EXIST. PLUG 0 PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE Elt 123228 OEM City of #rLubbock J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: EM, JK DRAWN BY: OT CHECKED BY: JK SCALE: 1"=100' DATE: 4/23/2020 12" WATER LINE I-27 DRAWING # 3-D-1723 W-5 z' =I _- U' EXIST. UTILITY POLE EXIST. SIGN - --f� - --- 139+97EXIST. UTILITY POLE-- - j 135+46 � EXIST ROAD SIGN ' --EXIST. GAS METER EXIST. SIGN - - EXIST. UTILITY POLE 1' WEST OF PROPOSED MAIN EXIST. OHE PbLE w i i Y i ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE. 133+65 — 133+43 -- EXIST. UTILITY POLE 133+00 EXIST. GAS METER --TELECOMMUNICATION PEDES N INTERSTATE 27 US 87 PROPOSED 12" PVC WATER Sti POLE EXIST. U T ILI T ! POLE 5' WATER LINE 1 EXIST. UTILITY PG_ ,!ST. UTILITY POG ��mgg gjv 0—�7:LL11.11.1•I�.H•A�.--�—� --�� :1 ��1� tXIiiAl11innlTl6ll y u u�-�*���i�-�� � •_ •ITT)_ ..ink®� �' OY�L1�Ilu0u.•lli—���II�� �..�-�I-�� i.�l� 6�-------`mm..—P. —=== —�— ------- - I� ---��--� --\---- �_ � —�I-ice �..I.11��— I� 1 11 II 11 11 11 11 11 11 11 1 11 01 11 11 11 11 11 11 11 11 1 li 11 11 11 11 1Z'x b" I tt 3285 3280 3275 3270 3265 3260 3255 3250 100 50 100 SCALE 1:100 GENERAI NOTFS- 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. CONSTRUCTION TAPE SHALL BE PROFILE OF WATER LINE 1 : 116+00 TO 140+05 3. INSTALLED 2' ABOVE WATER/SEWER SCALE: V: 1'=10 H: 1 =100' PIPES. W-1 12" PVC WATER LINE 133+00 - BEGIN BY MEANS OTHER THAN OPEN CUT 133+43 - END BY MEANS OTHER THAN OPEN CUT 133+65 - 12"x 6" TEE WEST : - 6" GATE VALVE -5'LFOF6"PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD 135+46 - 12" GATE VALVE 139+97 - 12"x 6" TEE W EST : - 6" GATE VALVE - 5' LF OF 6" PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. SA. PLEASE CALL BRYAN DAVIS AT (806) 773-9668 OR (806) 748-4367 A MINIMUM OF 48HRS PRIOR TO BEGINNING WORK FOR LOCATES 6. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. REVISIONS LEGEND WEXIST. WATER LINE s--EXIST. SEWER LINE -W-PROP. WATER LINE E�PROP. CUT/BORE ®PROP. STEEL CASING 0 PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER O PROP. HYDRANT EXIST. HYDRANT I PROP. PLUG EXIST. PLUG p PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE 123228 City of Lubbock J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: EM, JK DRAWN BY: OT CHECKED BY: JK SCALE: 1"=100' DATE:4/23/2020 12" WATER LINE I-27 DRAWING # 3-D-1723 M. w' zi ---- Ji �I fl 5' FYIST. UTILITY POLE ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE. PROPOSED 12" PVC WATER — - - WATER LINE 1 EXISTING UTILITY POLE TELECOMMUNICATION PEDESTAL - EXIST. UTILITY POLE EXIST. GAS MET ER EXIST. TELECOMMUNICATION PEDESTAL N INTERSTATE 27 US 87 144+95 —\ � 144+84 - EXIST, MAIL BOX c. INS III I 1L""X O"" I CC 1C OA I L VALVC PROFILE OF WATER LINE 1 : 140+05 TO 163+78 SCALE : V: 1 =10' H: 1 =100 W-1 12" PVC WATER LINE SUMMARY: 144+84 - 12" GATE VALVE 144+95 - 12"x 6" TEE WEST: - 6" GATE VALVE - 5' LF OF 6" PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD TEXAS811 NOTE: 3285 3280 3275 3270 3265 CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION 100 50 1 0 SCALE 1:100 GENERAL NOTES: 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUID @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. 3. CONSTRUCTION TAPE SHALL BE INSTALLED 2' ABOVE WATER/SEWER PIPES. 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 5A. PLEASE CALL BRYAN DAVIS AT (806) 773-9668 OR (806) 748-4367 A MINIMUM OF 48HRS PRIOR TO BEGINNING WORK FOR LOCATES 6. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. REVISIONS LEGEND - -W EXIST. WATER LINE - s EXIST. SEWER LINE —W—PROP. WATER LINE OPROP. CUT/BORE ®PROP. STEEL CASING 0 PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER O PROP. HYDRANT - EXIST. HYDRANT I PROP. PLUG EXIST. PLUG D PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE 123228 . EN5'i` City of #rLubbock J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: EM, JK DRAWN BY: OT CHECKED BY: JK SCALE: 1"=100' DATE: 4/23/2020 12" WATER LINE I-27 DRAWING # 3-D-1723 1I ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE. N INTERSTATE 27 US 87 G US 87 NINTERSTATE27 PROPOSED 12" PVC WATER 0+84 TIE TO EXIST. 12' STUB OUT 0+63 0+59 0+13 0+06- 185+95 — 185+90 - - EXISTING 12" PVC WATE' WATER LINE 2 0+00 W-2 185+75 W-1 185+80 LEI WATER LINE 1 EXIST. DOUBLE 168+53 168+96� - EXTST- UTIL?TY PSI " wI --- - - zml J 166+49 166+627\ j EXIS F. UOWPI GUY EXIST, GAS GAS METEi: 3285 3280 3275 �GPR6; -RADF FI M %TION— =1 PR 7T= IR�RE11FzMAI 51_ 3270 3265 — 186+0 185+00 184+00 183+00 1 2+00 181+00 180+00 179+00 178+00 177+Bo 176+00 175+00 174+00 173+00 172+00 171+00 170+00 169+00 STA 1 5+95 A 185+75 12" PLUG 12 x 12' TEE STA 168+96 TIE TO W-2 AIR RELIEF VALVE STA 185+90 12 x 6 12" GATE VALVE STA 168+53 168+00 167+00 STA 168+08 12"x 6" TEE 166+00 165+00 164+00 A 166+49 A 166+T62NW PROFILE OF WATER LINE 1 : 163+78 TO 186+00 SCALE: V: 1'=10 H: 1 =100 3290 3285 3280 3275 3270 3265 1+00 STA 0+84 IIIaCU;0 i-27 SOUTH ON RAMP 46' BORE W/ 20" STEEL ENCASEMENT TIE TO W-1 PROFILE OF WATER LINE 2 : 0+00 TO 1+00 SCALE : H I" = 100', V 1" = 10' W-1 12" PVC WATER LINE SUMMARY: 166+49 - 45" BEND NW 166+62 - 450 BEND N 168+08 - 12"x 6" TEE WEST: 6" GATE VALVE - 5' LF OF 6" PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD 168+53 - 12" GATE VALVE 168+96 - AIR RELIEF VALVE 185+75 - 12"x 12" TEE EAST - TIE TO W-2 STA 0+00 185+80 - 12" GATE VALVE 185+90 - 12"x 6" TEE WEST: 6" GATE VALVE - T LF OF 6" PVC - FIRE HYDRANT LOCATION TO BE VERIFIED IN FIELD 185+95 - 12" PLUG v oovv n W-2 12" PVC WATER LINE SUMMARY: 0+00 - 12"x 12" TEE 3290 3285 3280 3275 3270 3265 3260 - TIE TO W-1 STA 185+75 0+06 - 12" GATE VALVE 0+13 - BEGIN BORE AND 20" STEEL CASING - LAT : 33.693533 LONG : 101.8379 0+59 - END BORE AND 20" STEEL CASING - LAT : 33.693533 LONG : 101.83775 0+63 - 12" GATE VALVE 0+84 - TIE TO EXISTING 12" STUB OUT TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION 100 50 100 SCALE 1:100 REVISIONS LEGEND w EXIST. WATER LINE s EXIST. SEWER LINE —W—PROP. WATER LINE ©PROP. CUT/BORE ®PROP. STEEL CASING O PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER O PROP. HYDRANT EXIST. HYDRANT I PROP. PLUG EXIST. PLUG D PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE 123228 ceraeowi w�n,z�. DAT 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. City of 3. CONSTRUCTION TAPE SHALL BE Lubbock INSTALLED T ABOVE WATER/SEWER PIPES. 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5. MANDATORY: CALL FOR LINE LOCATES J.O. 120036 48 HOURS PRIOR TO BEGINNING C.I.P. #92585.9241.30000 ANY CONSTRUCTION ACTIVITY. DESIGNED BY: EM, IK 5A. PLEASE CALL BRYAN DAVIS AT (806) 773-9668 DRAWN BY: OT OR (806) 748-4367 A MINIMUM OF 48HRS PRIOR TO BEGINNING WORK FOR LOCATES CHECKED BY: JK 6. FOLLOW BEST MANAGEMENT PRACTICES SCALE: 1"=100' TO COMPLY WITH EPA'S STORM WATER DATE: 4/23/2020 POLLUTION PREVENTION PLAN REQUIREMENTS. 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF 12" WATER LINE TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. I-27 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY DRAWING # OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST 3-D-1723 THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN W_$ ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. REVISIONS 22+90 20+08 TXDOTR.O.W. 19+54 19+44 N 18 FRANKFORD16 AVE N FM 2528 21+86 20+96 16' +48 16+82 T } 17+98 16+21 � TXb07R6.W.---------- ANNEXATION WATER LINE PROJECT I-27 8s NORTH FRANKFORD AVE. 1+07 1+04 WATER LINE 4 PROPOSED 10" W/_18"STEEL_____ ___ ENCASEMENT PVC WATER PROPOSED 12" PVC WATER WATER LINE 3 PROPOSED 8" 2+82 5' PVC WATER 0+03 11+16 11+04 10+30 W-3:7+58 FEXISTING CONCRETERAINAGEOCHANNEL it EXISTING CONCRETE DRAINAGE CHANNEIL ++ 24 it i it I I II I I p i -- I I I I z I a I i 'il I 13 I I I I 7+48 — 6+ 6+73 6+46 - 2+97 TXDOT R.-O.W.- PVC EXISTING 12" PVC WATER 5+68 4+77 N FRANKFORD AVE N9 FM 2528 0+00 4+63 7' i 0+10 T_ DOT R.O.W. t EXISTING 10" PVC WATER EXISTING 10" PVC SEWER 1 LMJVl1 IYV 1 L. 3265 CONTRACTOR SHALL CONTACT PROFILE W-3 STA 0+00 TO 23+00 TTEER UTILITY 1 BY DIALING 811 NO SCALE: V: 1"=10' H: 1"=100' 3260 LATER THAN TWO FULL WORKING DAYS PRIOR TO 3255 -----00 -- ED 8 AVING/CONSTRUCTION. GENERAL NOTES: 3250 1. PRIOR TO ANY CONSTRUCTION 7. ANY NECESSARY PERMITS FOR THE CITY OF DIFFERENT FROM THIS PLAN, CALL LUBBOCK AND/OR TEXAS DEPARTMENT OF 3245 JOSH FLUD @ 548-4152. TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. 2. TRACER WIRE SHALL BE INSTALLED 3240 TO INDICATE LOCATION OF WATER PIPES. B. CONTACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF 3235 3. CONSTRUCTION TAPE SHALL BE TIE-INS AND LINE LOCATIONS PRIOR TO 0+00 +00 2+00 3+00 INSTALLED 2' ABOVE WATER/SEWER PIPES. BEGINNING CONSTRUCTION. THE CITY STA 0+00 A 1+ 7 STA 2+97VALVESSHALL OF LUBBOCK WILL NOT BE HELD RESPONSIBLE 12 X 10" TEE 10" x 8" TEE B" PLUG 4 ON WATERBLOW-OPIPES IPES WHEN REQUIRED FOR INSTALLED THE PROPOSED FOR ANY R LINESCHAN. NEEDED TO ADJUST 10 GATE VALVE 8 GATE VALVE TESTING AND DISINFECTANT. STA 0+03 STA 1+04 A 2+82 9. ALL WORK SHALL BE PERFORMED IN BEGIN BORE END BORE 8" X 6" TEE 5. MANDATORY: CALL FOR LINE LOCATES ACCORDANCE WITH CITY OF LUBBOCK STA 0+18 10" GATE VALVE 8" GATE VALVE 48 HOURS PRIOR TO BEGINNING SPECIFICATIONS. EDGE OF PAVEMENT STA 0+77 ANY CONSTRUCTION ACTIVITY. EDGE OF PAVEMENT PROFILE W� STA 0+00 TO 2+97 6. FOLLOW BEST MANAGEMENT PRACTICES SCALE: V: 1"=10' H: TO 2 TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. w 100 50 0 100 SCALE 1:100 W-3 12" PVC WATER LINE SUMMARY: 0+00 16+21 - TIE TO EXISTING 12" PVC - BEGIN BY MEANS - 450 BEND OTHER THAN OPEN CUT I� LAT:33.612184 16+82 LEGEND —W—EXIST. WATER LINE —S—EXIST. SEWER LINE LONG:-101.940000 - END BY MEANS _W—PROP. WATER LINE I OTHER THAN OPEN CUT 0+10 - 450 BEND 17+98 ®PROP. CUT/BORE - BEGIN BY MEANS OTHER THAN OPEN CUT PROP. STEEL CASING 18+48 END BY MEANS 0 PROP. GATE VALVE OTHER THAN OPEN CUT 4+63 -12"X6"TEE SOUTH: - 12" GATE VALVE WEST: - 6" GATE VALVE - 7 LF OF 6" PVC 19+44 - FIRE HYDRANT - 12" X 6" TEE SOUTH: 4+77 - 12" GATE VALVE - BEGIN BY MEANS WEST: OTHER THAN OPEN CUT - 6" GATE VALVE - 7 LF OF 6" PVC 5+68 - FIRE HYDRANT - END BY MEANS OTHER THAN OPEN CUT 19+54 BEGIN BY MEANS 6+46 OTHER THAN OPEN CUT - BEGIN BY MEANS OTHER THAN OPEN CUT 20+08 END BY MEANS 6+73 OTHER THAN OPEN CUT - END BY MEANS OTHER THAN OPEN CUT 20+96 BEGIN BY MEANS 6+97 OTHER THAN OPEN CUT - BEGIN BY MEANS OTHER THAN OPEN CUT 21+86 END BY MEANS 7+48 OTHER THAN OPEN CUT - END BY MEANS OTHER THAN OPEN CUT 22+90 - AIR RELIEF VALVE 7+58 - SEE STA W-4 0+00 I+30 - BEGIN BY MEANS OTHER THAN OPEN CUT .+04 - END BY MEANS OTHER THAN OPEN CUT .+16 -12"X6"TEE SOUTH: - 12" GATE VALVE WEST: - 6" GATE VALVE - 7 LF OF 6" PVC - FIRE HYDRANT V-410" PVC WATER LINE SUMMARY 1+00 1+04 - 12" X 10" TEE - END BORE 10" PVC LAT: 33.614258 WITH 18" STEEL LONG:-101.940023 ENCASEMENT EAST: - 10" GATE VALVE - 10" GATE VALVE 0+03 . BEGIN BORE 10" PVC WITH 18" STEEL ENCASEMENT 0+18 - EDGE OF PAVEMENT LAT: 33.614258 LONG:-101.939965 0+77 - EDGE OF PAVEMENT LAT: 33.614256 LONG:-101.939772 1+07 -10"X8"TEE EAST: - 10" GATE VALVE - 5 LF OF 10" PVC - 10" PLUG SOUTH: - 8" GATE VALVE 2+82 -8"X6"TEE EAST: - 6" GATE VALVE - 5 LF OF 6" PVC - FIRE HYDRANT SOUTH: - 8" GATE VALVE 2+97 - 8" PLUG C EXIST. GATE VALVE C EXIST. MANHOLE EXIST. REDUCER O PROP. HYDRANT c EXIST. HYDRANT I PROP. PLUG EXIST. PLUG p PROP. TAP SLEEVE L EXIST. TAP SLEEVE ® AIR RELIEF VALVE JOSH KRIST .................. 123228 EK, P.E. *Lubbciotyocfk J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: JD,JK DRAWN BY: AP CHECKED BY:JK SCALE: 1"=100' DATE: 4/23/2020 12" WATER LINE NORTH FRANKFORD AVE DRAWING # 3-D-1723 W-9 w z! �I �I WATER LINE 6 45+02 4447+8 0+03 4 I 42+51- 43+10 I i i i I I j f 1+12 1+07 1+ PROPO4OSED 38+56 W / 16" STEELL ENCASEMENT 38+97 TXDOT R.O.W. PVC WATER W 3: 41+97 24' W-6: 0+00 39+53 39�} 39+84 1 f T TXDOTR.O.W. ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE. WATER LINE 5 PROPOSED 6" VERIFY LOCATION OF GAS LINE PVC WATER —38+08 37+45 37+35_- 37+15 36+68 35+05 0+03 ��36+53 35+00 35+99 4 32+82 — 7' 32+87 1 1+12 1+07 1+04 PROPOSED 12" W/ 20" STEEL ENCASE PVC WATER 32+25 31+70 �31+60 — 30+98 I � - 30+44 .. 35+47 J `— 35+32 32+56 _/ f 32+41 W-3:32+30 EXISTING METAL UTILITY POLE IN CONCRETE I W-5: 0+00 s� EXLSTI{VG 30" CRMWA WATER 100 50 0 100 SCALE 1:100 W-3 12" PVC WATER LINE SUMMARY: 30+44 37+15 - BEGIN BY MEANS - END BY MEANS OTHER THAN OPEN CUT OTHER THAN OPEN CUT of 30+98 37+35 of - END BY MEANS - 12" X 6" TEE NI OTHER THAN OPEN CUT SOUTH: - 12" GATE VALVE al �I 31+60 WEST: - 12" X 6" TEE - 6" GATE VALVE SOUTH: - 7 LF OF 6" PVC j - 12" GATE VALVE - FIRE HYDRANT WEST: Z. - 6" GATE VALVE 37+45 - I - 7 LF OF 6" PVC - BEGIN BY MEANS rjl - FIRE HYDRANT OTHER THAN OPEN CUT ! - PROPOSED 12" f 31+70 38+08 PVC WATER ! - BEGIN BY MEANS - END BY MEANS TXDOT R.O.W. ! OTHER THAN OPEN CUT OTHER THAN OPEN CUT WATER LINE 3 32+25 38+56 N FRANKFORD AVE N FM 2528 Is' I - END BY MEANS - BEGIN BY MEANS 7' j OTHER THAN OPEN CUT OTHER THAN OPEN CUT TXDDT R.O.W. { 32+30 38+97 I - SEE W-5 STA 0+00 - END BY MEANS j OTHER THAN OPEN CUT 32+41 - 450 BEND 39+53 - BEGIN BY MEANS I 32+56 OTHER THAN OPEN CUT j - 450 BEND HORIZONTAL - 450 BEND VERTICAL 39+84 - END BY MEANS aa�� r�[e-1.■vio�,naa m �z�■ errn�ryr.�i�v hvj ae I.. .r�.r■ �n�a� an vielaa i■1wu mur i� ME rn■�r�r� s�MIir.ti-■rlr—rrrrrii n,eca�. ■r ■ ��■>ir���� a.�a■i.■ Ta■� VA --•-- - Imo•-------�e�rI - ®:��:====e=====am Mal 46+00 45+00 44+00 43+00L42 41+00 STA 45+0 A 44+68 12' GATE VALVESTA 44+78 12" X 6" TEESTA 43+10 PROFILE W-3 STA 23+00 TO 46+00 SCALE: V: 1"=10' H: 1"=100' 40+00 39+00 38+00 STA 39+84 STA 39+53 STA 38+9 STA 38+56 STA 38+08 STA 37+45 37+00 36+00 I I35+00 A 35+99 STA L37+15 36+53 END 5+68 STA 34+77 A 37+35 450 BEND 12" GATE VALVE A = 12" X 6" TEE 450 B 3265 32+82 OTHER THAN OPEN CUT - 450 BEND VERTICAL 3260 41+97 32+87 - SEE W-6 STA 0+00 - BEGIN BORE WITH 12" PVC 3255 20"STEEL ENCASEMENT 42+51 - BEGIN BY MEANS 35+00 OTHER THAN OPEN CUT 3250 - END BORE WITH 12" PVC 20" STEEL ENCASEMENT 43+10 3245 - END BY MEANS 35+05 OTHER THAN OPEN CUT - 450 BEND VERTICAL 3240 44+68 35+32 - 12" X 6" TEE -450 BEND HORIZONTAL SOUTH: 3235 - 450 BEND VERTICAL - 12" GATE VALVE 34+00 33+00 32+00 31+00 30+00 29+00 28+00 27+00 26+00 25+00 24+00 23+00 WEST: 00 STA 32+87 A 30+44 35+47 " - 6" GATE VALVE tE BEGIN BORE 45 BEND - 7 LF OF 6" PVC A 30+98 - FIRE HYDRANT STA 32+82 35+99 450 BEND VERT. STA 31+60 - BEGIN BY MEANS 44+78 12" GATE VALVE OTHER THAN OPEN CUT - BEGIN BY MEANS STA 32+56 12" X 6" TEE OTHER THAN OPEN CUT 450 BEND HORIZONTAL A 31+70 36+53 0 45 BEND VERTICAL A 32+25 5 STA 32+41 VERT. 450 BEND A 32+30 12" X 12" TEE .�.. SEE W-5 450 BEND VERTICAL TEXAS811 NOTE: CONTRAR SHALL CO 3265 3265 TEXAS811 BY DIALING 811 ACT -- FOR UTILITY LOCATES NO EXISTING GROUND EXISTING GROUND LATER THAN TWO FULL 3260 3260 WORKING DAYS PRIOR _ r___ COMMENCING GRADING/0 PAVING/CONSTRUCTION. PROPOSED 12" .-- - - 3255 PROPOSED 8" 3255 f PVC WATER GENERAL NOTES: PVC WATER i 1. PRIOR TO ANY CONSTRUCTION 7. ANY NECESSARY PERMITS FOR THE CITY OF 3250 3250 DIFFERENT FROM THIS PLAN, CALL LUBBOCK AND/OR TEXAS DEPARTMENT OF 101'BORE JOSH FLUD @ 548-4152. TRANSPORTATION PERMIT WILL BE REQUIRED 3245 8" PVC 3245 101' BORE TO BE ON SITE DURING CONSTRUCTION. T16" 12" PVC 2. TRACER WIRE SHALL BE INSTALLED EEL W/ 20" TO INDICATE LOCATION OF WATER PIPES. B. CONTRACTOR IS RESPONSIBLE FOR FIELD 3240 ENCASEMENT 3240 ENCASEMENT VERIFYING ALL LOCATIONS AND DEPTHS OF 3. CONSTRUCTION TAPE SHALL BE TIE-INS AND LINE LOCATIONS PRIOR TO _ - INSTALLED 2' ABOVE WATER/SEWER PIPES. BEGINNING CONSTRUCTION. THE CITY 3235 3235 OF LUBBOCK WILL NOT BE HELD RESPONSIBLE 0+00 +00 0+00 1+00 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED FOR ANY MINOR CHANGES NEEDED TO ADJUST STA 0+00 A 1+12 STA 0+00 A 1+12 ON WATER PIPES WHEN REQUIRED FOR THE PROPOSED LINES. 12" X 8" TEE 811 PLUG 12 X 12" TEE 12" PLUG TESTING AND DISINFECTANT. 8" GATE VALVE A 1+07 12 GATE VALVE STA 1+07 9. ALL WORK SHALL BE PERFORMED IN STA 0+03 8" X 6" TEE STA 0+03 12" x 6" TEE 5. MANDATORY: CALL FOR LINE LOCATES ACCORDANCE WITH CITY OF LUBBOCK BEGIN BORE 8" GATE VALVE BEGIN BORE 12" GATE VALVE 48 HOURS PRIOR TO BEGINNING SPECIFICATIONS. STA +24 STA 1+04 STA 0+22 STA 1+04 ANY CONSTRUCTION ACTMTY. EDGE OF PAVING END BORE EDGE OF PAVEMENT END BORE 6. FOLLOW BEST MANAGEMENT PRACTICES A 0+82 A 0+80 TO COMPLY WITH EPA'S STORM WATER PROFILE W-6 STA 0+00 TO 1+12 EDGE OF PAVING PROFILE W-5 STA 0+00 TO 1+12 EDGE OF PAVEMENT POLLUTION PREVENTION PLAN SCALE: V: 1"=10' H: 1"=100' SCALE: V: 1"=10' H: 1"=100' REQUIREMENTS. - END BY MEANS 45+02 OTHER THAN OPEN CUT - END BY MEANS OTHER THAN OPEN CUT 36+68 - BEGIN BY MEANS OTHER THAN OPEN CUT W-5 12" PVC WATER LINE SUMMARY: 0+00 -12"X12"TEE LAT: 33.621050 LONG:-101.940022 EAST: - 12" GATE VALVE 0+03 - BEGIN BORE 12" PVC WITH 20" STEEL ENCASEMENT W-6 8" PVC WATER LINE SUMMARY: 0+00 -12"X8"TEE LAT: 33.623683 LONG:-101.940022 EAST: - 8" GATE VALVE 0+03 - BEGIN BORE 8" PVC WITH 16" STEEL ENCASEMENT 0+22- EDGE OF PAVEMENT 1+07 LAT: 33.621050 - 12" X 6" TEE LONG:-101.939949 NORTH: - 6" GATE VALVE 0+80 - 81 LF OF 6" PVC - EDGE OF PAVEMENT - 900 BEND LAT: 33.621050 - 5 LF OF 6" PVC LONG:-101.939760 -FIRE HYDRANT EAST: 1+04 - 12" GATE VALVE - END BORE 12" PVC WITH 20" STEEL 1+12 ENCASEMENT - 12" PLUG 0+24 - EDGE OF PAVING LAT:33.623683 LONG:-101.939943 0+82 EDGE OF PAVING LAT:33.623683 LONG:-101.939752 1+04 - END BORE 8" PVC WITH 16" STEEL ENCASEMENT 1+07 8" X 6" TEE NORTH: - 6" GATE VALVE - 10 LF OF 6" PVC - 900 BEND - 5 LF OF 6" PVC - FIRE HYDRANT EAST: - 8" GATE VALVE 1+12 - 8" PLUG REVISIONS LEGEND WEXIST. WATER LINE s EXIST. SEWER LINE —w—PROP. WATER LINE PROP. CUT/BORE ® PROP. STEEL CASING 0 PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER 0 PROP. HYDRANT EXIST. HYDRANT I PROP. PLUG EXIST. PLUG p PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE s qt H� INEK 123228 : ,Q JOSH KRI TINEK, P.E. DAT Lubblock i'A.s J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: JD,JK DRAWN BY: AP CHECKED BY: JK SCALE: 1"=100' DATE: 4/23/2020 12" WATER LINE NORTH FRANKFORD AVE DRAWING # 3-D-1723 W-10 REVISIONS of I �I ¢I �I I I _z j WAT�10� PROPO ul aEN STEEL l ENCASEMENT �I PVC WATER j 65+95 64+99 65+85F 63+26 II 64+13 [�7 ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE. 1+12 62+33 I62+02 —1+07 61+31 �— EXISTING STORM SEWER —1+04 61+03 --_EXISTING CONCRETE_ TXDO60 O.W. /- DRAINAGE CHANNEL / PROPOSED 12" i 57+82 PVC WATER I 58+52 57+20 7, 1 59+13 -----7 - ------- ------------- +03 T TXDOT P.O.W. - W-3: 63+16 W-9: 0+00 of +I vl ¢i �I I I w' k I WATER LINE 8 nI WATER LINE 3 -1+12 1+12 a1 1+07 WATER LINE 7 1+07 f. 1+04- _ 1+04 ----_____-- N FRANKFORD AVE 52+95 52+18 TXDOT P'0'W' 48+23 PROPOSED 8". PROPOSED B' PVC WATER I PVC WATER N FM 2528 52+85 51+97 48+51 - 0+03 54+80 51+31 24' 50+16 0+03 54+12 4g+47 _ W-3: 47+561 — W-3: 56+27 7' } W-8: 0+00 W 7: 0+00 I ------- - --- - T DT R.O.W TXD. I I I l- I i � I --��TIMM, --�I�w1-111 llrmr■lw�111111� a7er �rrres_ a:u-■uaremllll�a �1-vntre����� �I�I�Ir�aa'aaual�aawawvlelw. r/b■ae%r� I�/i�HiilNii��llii�ti■�1�--�/{.7umnl�.Ivl i. ■! I! \/ihrL`\III■I[I\ylirp/_\•�I��■lYpIi49G\'■I/�■77W�iU'R\" ialll111R■NIPUIai■i—� D:AL1lIPf!■!7! NSpLV/1�����\L"/\Ia'1'Gl—lam a7C1■hRe� Ali —1�—'/�111111111�/!_!!1llrSJ�!l7lIR9�--11111111111�1��111111111� aYl9 ■IOre����lA/�Il�illlllir■YMwiYi �l!'Ja7O■hRe��� T�L•■■rR■l■m�I—�—�y].-rlela�lyw■Gr■ vw --\�—�■��\!r;■1■igN1■��� a■IC■■ICIHI/��I�■ 9pIirPC\� �I�1��■M■MwiN■1!■I��/�iMMMwIM■11mm—I------���-1���1��� ■)dVI aY•/1\'�����!l7lIR�//��1�— ������■19VA9'L•\il��/�■19\rl auvLru�—/1—i�—�a7C■■ VJ•NIIIIIII11�.�— !*.17—rl�I��!•�—/I—��—�I�■MY1i1wM'�3.r� b71� I Cla7 q Yo6••17L�—�AL�—���f��—l71���'I��/11��■■l� ■}w���RS�>f��.i����><7�f7�►—�•��r!'�■lY\rI�N/_\w���—IIIIIIIIIIIALIIIIIIIII��)• �����■��'>•■�7SiYiir I� ■—Illliti�i�ii�'37�^�^."'+_.^�'alC�.-r. •rl.�����1!�®'��i�ir■■■1.4i-•--•-_"irn■r■■��11111111�■II�—�/� ■ �����! ii�irrrrrrrr�����■ ��cw:mre>e�� /�----I--�-----■--Ilir� WCC■Otl■1.1■1--I tl.71111 ■�����! •,recux■t�■tyy.rr/i•�����■����rlr�■Mo+nrrtwr•■r��na\aamr■•�� ■ —�---! ��wMM�■r■rlrr■�•rr•-----■--I�J'lq'U/:\I �•--r— I��Illllli�lliulllllllllllllll�llll�l��li--i-- �. _ � -- —r������������ 1�-Illllllllllllllllllll��lllllllllllllllll���i�llil�l■--� �������-���-I�i�li�-�������� 11 11 11 11 11 11 .1 11 11 c •c 1 I 11 11 11 11 11 r 11 11 11 1 11 11 11 11 r 12" X 6" TEE SEE W-9 PROFILE W-3 STA 46+00 TO 66+00 SCALE: V: 1"=10' H: 1"=100' 3265 3265 3260'�- }- EXISTING GROUND 3260 3255 3250 3245 3240 1 3255 [---PROPOSED 10" PVC WATER 3250 101' BORE SWT/lEPB,3245 ENCASEMENT 3240 3235 3235 STA 0+00 A 1+12 STA 0+00 12" X 10" TEE 10" PLUG 12' X 8" TEE 10" GATE VALVE A +07 8" GATE VALVE STA 0+03 aGTE EE STA 0+03 BEGIN BORE VALVE BEGIN BORE STA+24 STA 004 EDGE OF PAVEMENT END BORE EDGE OF PAVEMENT PROFILE W-9 STA 0+00 TO 1+12 TA 0+83 PROFILE W-8 STA 0+00 TO 1+12 SCALE: V: 1"=10' H: 1"=100' EDGE OF PAVEMENT SCALE: V: 1"=10' H: 1"=100' 12' X 6" TEE 3265 GROUND 3260 3255 —PROPOSED 8" PVC WATER 3250 101' BORE V. PVC 3245 W 16" - STEEL ENCASEMENT 3240 01*1-i STA 1+07 8" GATE VALVE 8" X 6" TEE STA 0+03 8" GATE VALVE BEGIN BORE iTA 1+04 STA 0+24 END BORE EDGE OF PAVEMENT ,0+82 iE OF PAVEMENT PROFILE W-7 STA 0+00 TO 1+12 SCALE: V: 1"=10' H: 1"=100' EXISTING GROUND PROPOSED B" PVC WATER 101' BORE 5W7/ 16" EEL ENCASEMENT 8" X 6" TEE 8" GATE VALVE TA 1+04 END BORE 3265 3260 3255 100 50 0 100 iiiiiii SCALE 1:100 W-3 12' PVC WATER LINE SUMMARY: 47+56 52+95 61+03 LEGEND - SEE W-7 STA 0+00 - 12" X 6" TEE - BEGIN BY MEANS SOUTH: OTHER THAN OPEN CUT 48+23 - 12" GATE VALVE —W—EXIST. WATER LINE - BEGIN BY MEANS WEST: 61+31 OTHER THAN OPEN CUT - 6" GATE VALVE - END BY MEANS _S—EXIST. SEWER LINE - 7 LF OF 6" PVC OTHER THAN OPEN CUT 48+51 - FIRE HYDRANT - END BY MEANS 62+02 —W—PROP. WATER LINE OTHER THAN OPEN CUT 54+12 - BEGIN BY MEANS - BEGIN BY MEANS OTHER THAN OPEN CUT ® PROP. CUT/BORE 49+47 OTHER THAN OPEN CUT - BEGIN BY MEANS 62+33 OTHER THAN OPEN CUT 54+80 - END BY MEANS ® PROP. STEEL CASING - END BY MEANS OTHER THAN OPEN CUT 50+16 OTHER THAN OPEN CUT - END BY MEANS 63+16 0 PROP. GATE VALVE OTHER THAN OPEN CUT 56+27 - SEE W-9 STA 0+00 SEE W-8 STA o+00 EXIST. GATE VALVE 51+31 63+26 BEGIN BY MEANS 57+20 - BEGIN BY MEANS EXIST. MANHOLE OTHER THAN OPEN CUT - BEGIN BY MEANS OTHER THAN OPEN CUT OTHER THAN OPEN CUT 51+97 64+13 EXIST. REDUCER - END BY MEANS 57+82 - END BY MEANS OTHER THAN OPEN CUT - END BY MEANS OTHER THAN OPEN CUT <> PROP. HYDRANT OTHER THAN OPEN CUT 52+18 64+99 EXIST. HYDRANT - BEGIN BY MEANS 58+52 - BEGIN BY MEANS OTHER THAN OPEN CUT - BEGIN BY MEANS OTHER THAN OPEN CUT I PROP. PLUG OTHER THAN OPEN CUT 52+85 65+85 EXIST. PLUG - END BY MEANS 59+13 -END BY MEANS OTHER THAN OPEN CUT - END BY MEANS OTHER THAN OPEN CUT PROP. TAP SLEEVE OTHER THAN OPEN CUT 65+95 60+93 - 12" X 6" TEE � EXIST, TAP SLEEVE - 12" X 6" TEE SOUTH: SOUTH: - 12" GATE VALVE ® AIR RELIEF VALVE - 12" GATE VALVE WEST: WEST: - 6" GATE VALVE 6" GATE VALVE - 7 LF OF 6" PVC - 7 LF OF 6" PVC - FIRE HYDRANT - FIRE HYDRANT W-7 8" PVC WATER LINE SUMMARY: 0+00 3250 12"X8"TEE LAT:33.625219 3245 LONG:-101.940021 EAST: 8" GATE VALVE 3240 0+03 BEGIN BORE 8" PVC 3235 WITH 16" STEEL -00 ENCASEMENT TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING SUCTION. GENERAL NOTES: PAVING/CONTR 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. 3. CONSTRUCTION TAPE SHALL BE INSTALLED 2' ABOVE WATER/SEWER PIPES 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5, MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 6. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 0+24 - EDGE OF PAVEMENT LAT: 33.625219 LONG:-101.939943 0+82 - EDGE OF PAVEMENT LAT: 33.625220 LONG:-101.939765 1+04 END BORE 8" PVC WITH 16" STEEL ENCASEMENT W-8 8" PVC WATER LINE SUMMARY: 0+00 -12"X8"TEE LAT:33.627613 LONG:-101.940021 EAST: - 8" GATE VALVE 0+03 - BEGIN BORE 8" PVC WITH 16" STEEL ENCASEMENT 0+24 - EDGE OF PAVEMENT LAT:33.627613 LONG:-101.939952 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. 0+82 - EDGE OF PAVEMENT LAT: 33.627613 LONG:-101.939764 1+04 - END BORE 8" PVC WITH 16" STEEL ENCASEMENT 1+07 8"X6"TEE NORTH: - 6" GATE VALVE - 10 LF OF 6" PVC - 900 BEND - 5 LF OF 6" PVC - FIRE HYDRANT EAST: - 8" GATE VALVE 1+12 - 8" PLUG 1+07 -8"X6"TEE NORTH: - 6" GATE VALVE - 22 LF OF 6' PVC - 900 BEND -5 LF OF 6" PVC - FIRE HYDRANT EAST: - 8" GATE VALVE 1+12 - B" PLUG W-9 10" PVC WATER LINE SUMMARY: 0+00 1+04 - 12' X 10" TEE - END BORE 10" PVC LAT: 33.629506 WITH 18" STEEL LONG:-101.940038 ENCASEMENT EAST: - 10" GATE VALVE 1+07 0+03 - BEGIN BORE 10" PVC WITH 18" STEEL ENCASEMENT 0+24 - EDGE OF PAVEMENT LAT: 33.629506 LONG:-101.939959 0+83 - EDGE OF PAVEMENT LAT: 33.629506 LONG:-101.939765 -10"X6"TEE NORTH: - 6" GATE VALVE - 4 LF OF 6" PVC - 900 BEND - 5 LF OF 6" PVC - FIRE HYDRANT EAST: - 10" GATE VALVE 1+12 - 10" PLUG i.: i ........................... t / JOSH KRISTINEK / 123228ol IIFS . CE N S"13..r' � H K ISTINEK, P.E. 5 t4Ilow City of Lubbock J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: JD,JK DRAWN BY: AP CHECKED BY:JK SCALE: 1"=100' DATE: 4/23/2020 12" WATER LINE NORTH FRANKFORD AVE DRAWING # 3-D-1723 W-11 ft PROFILE W-3 STA 66+00 TO 85+91 SCALE: V: 1"=10' H: 1"=100' w ANNEXATION WATER LINE PROJECT I-27 8, NORTH FRANKFORD AVE. 100 50 0 100 TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING PAVING/CONSTRUCTIO . REVISIONS SCALE 1:100 LEGEND W-3 12" PVC WATER LINE SUMMARY: 67+55 - BEGIN BY MEANS OTHER THAN OPEN CUT 67+83 - END BY MEANS OTHER THAN OPEN CUT 68+82 - BEGIN BY MEANS OTHER THAN OPEN CUT 69+14 - END BY MEANS OTHER THAN OPEN CUT 70+30 - BEGIN BY MEANS OTHER THAN OPEN CUT 70+61 - END BY MEANS OTHER THAN OPEN CUT 70+81 -12"X6"TEE SOUTH: - 12" GATE VALVE WEST: - 6" GATE VALVE - 7 LF OF 6" PVC - FIRE HYDRANT 72+15 - BEGIN BY MEANS OTHER THAN OPEN CUT 72+47 - END BY MEANS OTHER THAN OPEN CUT 74+09 - BEGIN BY MEANS OTHER THAN OPEN CUT 74+40 - END BY MEANS OTHER THAN OPEN CUT 3265 78+73 - 12" X 6" TEE SOUTH: 3260 - 12" GATE VALVE WEST: - 6" GATE VALVE 3255 - 7 LF OF 6" PVC - FIRE HYDRANT 3250 78+83 - BEGIN BY MEANS 3245 OTHER THAN OPEN CUT 79+45 3240 - END BY MEANS OTHER THAN OPEN CUT 3235 F00 IENERAL NOTES: PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. 3. CONSTRUCTION TAPE SHALL BE INSTALLED T ABOVE WATER/SEWER PIPES. 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 6. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 80+31 - BEGIN BY MEANS OTHER THAN OPEN CUT 80+78 - END BY MEANS OTHER THAN OPEN CUT 81+26 - BEGIN BY MEANS OTHER THAN OPEN CUT 81+69 - END BY MEANS OTHER THAN OPEN CUT 82+64 - BEGIN BY MEANS OTHER THAN OPEN CUT 83+00 - END BY MEANS OTHER THAN OPEN CUT 83+46 - BEGIN BY MEANS OTHER THAN OPEN CUT 83+97 - END BY MEANS OTHER THAN OPEN CUT 85+00 -12"X6"TEE SOUTH: - 12" GATE VALVE WEST: - 6" GATE VALVE - 7 LF OF 6" PVC - FIRE HYDRANT 85+91 - 12" GATE VALVE -12"X12"TEE LAT:33.635757 LONG:-101.940034 SOUTH: - 12" GATE VALVE NORTH: - SEE W-10 STA 0+00 EAST: - SEE W-11 STA 0+00 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. EXIST. WATER LINE s EXIST. SEWER LINE —W—PROP. WATER LINE OPROP. CUT/BORE ® PROP. STEEL CASING 0 PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER O PROP. HYDRANT EXIST. HYDRANT I PROP. PLUG EXIST. PLUG 0 PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE y: JOSH KRISTI .... 123228 rs- City of Lubbock J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: 3D,3K DRAWN BY: AP CHECKED BY: IK SCALE: 1"=100' DATE: 4/23/2020 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY 12 WATER LINE OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST NORTH FRANKFORD AVE THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. DRAWING # 3-D-1723 W-12 ANNEXATION WATER LINE PROJECT I-27 8s NORTH FRANKFORD AVE. REVISIONS LEGEND --WEXIST. WATER LINE of 100 50 0 100 g EXIST. SEWER LINE of Ni SCALE 1:100 —w—PROP. WATER LINE m W-10 12" PVC WATER LINE SUMMARY: 0 PROP. CUT/BORE I j ® PROP. STEEL CASING Z j 0+17 0+07 0+00 12" X 12" TEE nI 0+20 0 PROP. GATE VALVE R.O.W. - - _ - _ _ _ - - - - - - - _ _. _ _ - - - - - - - - - - W-10: 0+00 LAT: 33.635757 FI 19+97 14+97 WATER LINE 10 PROPOSED 12" R.O.W. 5+02 W-3: 85+91 LONG:-101.940034 1s EXIST. GATE VALVE al PVC WATER NORTH: 1u' KENTST } 1g W-11:0+00 - 12" GATE VALVE j { "-"--w- EXIST. MANHOLE ____ _._-._ ______ R.O.W. 0+07 R.O.W. { -12" 450 BEND EXIST. REDUCER I I WATER LINE it 0+17 PROP. HYDRANT - EXITING TXDOT R.O.W. LAT:33.635795 I WATER LINE 3 LONG:-101.940057 EXIST. HYDRANT I j 0+20 I PROP. PLUG i - 12" 450 BEND I PVC O WATERPOSED I2 �� °, 5+02 EXIST. PLUG i -12"X6"TEE i N WEST: D PROP. TAP SLEEVE j Im: - 12" GATE VALVE i z NORTH: EXIST. TAP SLEEVE - 6" GATE VALVE I - 4 LF OF 6" PVC ® AIR RELIEF VALVE I a - FIRE HYDRANT 3 0 of 3 14+97 o Z TEEWEST:\ I g 12" GATE VALVE tp:.. +, \% NORTH: Z: • ;s ki I Z - 6' GATE VALVE - 4 LF OF 6" PVC r..........................:.. y - FIRE HYDRANT JOSH KRISTINEK / l,.p 123228 p{ � ����-- ^'•1.71 @(1'11::1N a'P 9' �� r. 1 VIIIIIwu�_tll:BPlaS/.\M-r�aafillP;e11i:111.4'�'/a\'��I�-I�aS LYIC �� HP�t]P�a!71��Oa:171 "wI i1�11J:IVA'ir�.•111•.o':1'.711.Ji�- � IIil11 IA 0 11 11 �, 11 11 11 11 11 11 11 11 11 ,� 11 11EWof +00 TO 22+00 SCALE: V: 1"=10' H: 1"=100' 0 12" GATE VALVE EXITING TXDOT R.O.W. 12" X 12" TEE A 0+07 45° BEND GENERAL NOTES: TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/CONSTRUCTION. 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FWD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. 3. CONSTRUCTION TAPE SHALL BE INSTALLED 2' ABOVE WATER/SEWER PIPES. 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 6. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 19+97 -12"X6"TEE WEST: - 12" GATE VALVE NORTH: - 6" GATE VALVE - 4 LF OF 6' PVC - FIRE HYDRANT 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. City of yLubbock J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: JD,JK DRAWN BY: AP CHECKED BY: JK SCALE: 1"=100' DATE: 4/23/2020 12" WATER LINE NORTH FRANKFORD AVE DRAWING # 3-D-1723 W-13 38 STA 37+88 12" GATE VAL 12" PLUG 37+88 R.O.W. - 37+57 18, 1 112' ,^.,.-. R.O.W. ANNEXATION WATER LINE PROJECT I-27 8s NORTH FRANKFORD AVE. KENT ST WATER LINE 10 PROPOSED 12" 16' RO.W. PVC WATER 1 Io' f R.O.W. So 323� 11 11 11 11 11 11 11 11 1 11 11 11 11 11 1.1 11 11 1E 12" GATE VALVE 12"X6"TEE PROFILE W-10 STA 22+00 TO 37+88 SCALE: V: 1"=10' H: 1"=100' TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING PAVING/CONSTRUCTIO . GENERAL NOTES: 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FWD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. 3. CONSTRUCTION TAPE SHALL BE INSTALLED 2' ABOVE WATER/SEWER PIPES. 4. 2' BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 6. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. N 100 50 0 100 SCALE 1:100 W-10 12" PVC WATER LINE SUMMARY: 37+57 -12"X6"TEE EAST: - 12" GATE VALVE NORTH: - 6" GATE VALVE - 4 LF OF 6" PVC FIRE HYDRANT 37+88 - 12" GATE VALVE - 12' PLUG 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. REVISIONS LEGEND yy— EXIST. WATERLINE S— EXIST. SEWER LINE —W—PROP. WATER LINE OPROP. CUT/BORE ®PROP. STEEL CASING 0 PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER O PROP. HYDRANT EXIST. HYDRANT I PROP. PLUG EXIST. PLUG p PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE 123228 cEN5E' J01—rR STINEK, P.E. DATA City of -Lubbock J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: JD,JK DRAWN BY: AP CHECKED BY: JK SCALE: 1"=100' DATE: 4/23/2020 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FNOR1 'WATER LINE FOR ANY MINOR CHANGES NEEDED TO ADJUST FRANKFORD AVE THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. DRAWING # 3-D-1723 W-14 REVISIONS ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE. N h N � of Z +I NI w QI a �I 0 � 0 I 3 3 z I d o s s w� z, aq � z � ¢I �I WATER LINE 11 I --------------------"---------------------------------------------------------------------------- PROPOSED 12" ---------R.O.W. R.O.W. - I --'- 1+15 21' 11+28 PVC WATER 17 20+69 0+03 - 1+27 � 19' KENT ST } I 21 R,czw ---- ---- ------------- - ---- -- ----- W-3: 85+91 WATER LINE 11 I W-10: 0+00 WATER LINE 3 PROPOSED 12" PVC WATER I PROPOSED 12" I I PVC WATER 1 I I J i I ■ �—� �������—a�.r.rr•rri�����---�rw�rwl��®r�mww�.'�.anw r������ ■iiiiiiic��..eies ����������—�� rne••-11•r •..Lrdsra_�����a� cVuc Vr ISTA 0+84 EDGE OF PAVEMENT PROFILE W-11 STA 0+00 TO 22+00 SCALE: V: 1"=10' H: 1"=100' TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING PAVING/CONSTRUCTIO . GtNtKAL NU I tb: N 100 50 0 100 SCALE 1:100 W-11 12" PVC WATER LINE SUMMARY: 0+00 - 12" X 12" TEE LAT: 33.635757 LONG:-101.940034 EAST: - 12" GATE VALVE 0+03 BEGIN BORE 12" PVC WITH 20"STEEL ENCASEMENT 0+26 - EDGE OF PAVEMENT LAT: 33.635757 LONG:-101.939971 0+84 - EDGE OF PAVEMENT LAT: 33.635757 LONG:-101.939777 1+15 - END BORE 12" PVC WITH 20" STEEL ENCASEMENT - EXITING TXDOT R.O.W. LAT: 33.635757 LONG:-101.939656 1+27 -12"X6"TEE WEST: - 12" GATE VALVE NORTH: - 6" GATE VALVE - 4 LF OF 6" PVC - FIRE HYDRANT 11+28 -12"X6"TEE WEST: - 12" GATE VALVE NORTH: - 6" GATE VALVE -4LFOF6"PVC - FIRE HYDRANT 20+69 -12"X6"TEE WEST: - 12GATE VALVE NORTH: - 6" GATE VALVE - 4 LF OF 6" PVC - FIRE HYDRANT 1. PRIOR TO ANY CONSTRUCTION 7. ANY NECESSARY PERMITS FOR THE CITY OF DIFFERENT FROM THIS PLAN, CALL LUBBOCK AND/OR TEXAS DEPARTMENT OF JOSH FLUD @ 548-4152. TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF 3. CONSTRUCTION TAPE SHALL BE TIE-INS AND LINE LOCATIONS PRIOR TO INSTALLED 2' ABOVE WATER/SEWER PIPES. BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED FOR ANY MINOR CHANGES NEEDED TO ADJUST ON WATER PIPES WHEN REQUIRED FOR THE PROPOSED LINES. TESTING AND DISINFECTANT. 9. ALL WORK SHALL BE PERFORMED IN S. MANDATORY: CALL FOR LINE LOCATES ACCORDANCE WITH CITY OF LUBBOCK 48 HOURS PRIOR TO BEGINNING SPECIFICATIONS. ANY CONSTRUCTION ACTIVITY. 6. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. LEGEND yVEXIST. WATER LINE S—EXIST. SEWER LINE —W—PROP. WATER LINE 0 PROP. CUT/BORE ® PROP. STEEL CASING 0 PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER O PROP. HYDRANT EXIST. HYDRANT I PROP. PLUG EXIST. PLUG p PROP. TAP SLEEVE D EXIST. TAP SLEEVE AIR RELIEF VALVE �4 /; 123228 .CE N SE� Josl KRISIIINEK, P.E. 4fIfZ-jy DATE of Lubwj block J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: JD,JK DRAWN BY: AP CHECKED BY: JK SCALE: 1"=100' DATE: 4/23/2020 12" WATER LINE NORTH FRANKFORD AVE DRAWING # 3—D-1723 W-15 3255 3250 3245 3240 3235 3230 3225 22 ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE. WATER Ell rRo IV 33+39 R.O.W. PROPOSED 12" R.O.W. 32+13 33+49 24+77 13' 22' PVC WATER 11' 23' KENT ST T I . r ". 11 11 ". A- -4-L R.O.W. R.O.W. T s r i 68, CLOYS oOrRoh b GS 8y 2k�rRo s 1r h i 68' --E XISTING DRIVE AY EXLSNN i DRIVEWAY - - - - - EXI - - - NG GROUND — - - - - - - - - - - - ------------- - PV L 1 PROPOSE WATER 12" -- -- *00 23+00 24+00 25+00 26+00 27+00 28+00 29+00 30+00 31+00 32+00 STA 24+77 STA 32+13 33+00 34+00 35+00 36+00 37+00 38+00 39+00 40t STA 33+49 12" GAIt VALVE 12" X 6" TEE PROFILE W-11 STA 22+00 TO 40+00 SCALE: V: 1"=10' H: 1"=100' 12" X 6" I EE 12" 22.5" BEND 12" GATE VALVE 12" 11.250 BEND 12" GATE VALVE STA 33+39 ENTERING TXDOT R.O.W. a TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/CONSTRUCTION. GENERAL NOTES: 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. 3. CONSTRUCTION TAPE SHALL BE INSTALLED 2' ABOVE WATER/SEWER PIPES. 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. 5. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 6. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 100 50 0 100 SCALE 1:100 W-11 12" PVC WATER LINE SUMMARY: 24+77 -12"X6"TEE WEST: - 12" GATE VALVE NORTH: - 6" GATE VALVE - 4 LF OF 6" PVC - FIRE HYDRANT 32+13 - 12" X 6" TEE WEST: - 12" GATE VALVE NORTH: - 6" GATE VALVE - 4 LF OF 6" PVC - FIRE HYDRANT 33+39 - ENTERING TXDOT R.O.W. LAT:33,635779 LONG:-101.929054 33+49 - 12" 22.50 BEND - 12" 11.250 BEND - 12" GATE VALVE 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. REVISIONS EXIST. WATER LINE EXIST. SEWER LINE —W—PROP. WATER LINE E�PROP. CUT/BORE ®PROP. STEEL CASING p PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER O PROP. HYDRANT EXIST. HYDRANT I PROP. PLUG EXIST. PLUG p PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE 123228 ISTINEK. P.E. City of Lubbock J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: JD,JK DRAWN BY: AP CHECKED BY: JK SCALE: 1"=100' DATE: 4/23/2020 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY 12" WATER LINE OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST NORTH FRANKFORD AVE THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. DRAWING # 3-D-1723 W-16 0o i i �j i i i' i i i i i i i i i i i i i Qok j S� j O U s84 Sao TR0, i i s� ) 64 WATER LINE 11 EXISTING 12" PVC WATER W-3 PROPOSED 12" PVC WATER EXISTING - PVC SEWER 46+00 EXISTING 10" PVC SEWER � ko,�\ 5, ��. 47+25 47+61- REMOVE EXISTING 8" PVC WATER 47+71 3225' 1 1 1 1' 40+00 41+00 42+00 43+00 44+00 45+00 PROFILE W-11 STA 40+00 TO 47+71 SCALE: V: 1"=10' H: 1"=100' ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE. 47+20 REMOVE EXISTING 12" X 8" TEE REPLACE WITH 12" PVC 12" 900 BEND r-1.IIQ1'7 REMOVE EXITING 12" X 8" TEE REPLACE WITH 12" X 12" CUT IN TEE TIE TO EXISTING 12" PVC TEXAS811 NOTE: CONTRACTOR SHALL CONTACT TEXAS811 BY DIALING 811 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/CONSTRUCTION. GENERAL NOTES: 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FWD @ 548-4152. 2. TRACER WIRE SHALL BE INSTALLED TO INDICATE LOCATION OF WATER PIPES. 3. CONSTRUCTION TAPE SHALL BE INSTALLED 2' ABOVE WATER/SEWER PIPES. 4. 2" BLOW -OFF VALVES SHALL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR TESTING AND DISINFECTANT. S. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 6. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 100 50 0 100 SCALE 1:100 W-11 12" PVC WATER LINE SUMMARY: 46+00 - P.I. 47+20 - 12" 900 BEND LAT:33.633959 LONG: 101.925113 47+25 - EXITING TXDOT R.O.W. LAT: 33.633897 LONG:-101.925149 47+61 - REMOVE EXISTING 8" PVC & REPLACE WITH 12" PVC - 12" 900 BEND 47+71 - REMOVE EXISTING 8" PVC & REPLACE WITH 12" PVC - 12" GATE VALVE - REMOVE 12" X 8" TEE - REPLACE WITH 12" X 12" CUT IN TEE - TIE TO EXISTING 12" PVC LAT: 33.633768 LONG:-101.925109 7. ANY NECESSARY PERMITS FOR THE CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. 8. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINES. 9. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH CITY OF LUBBOCK SPECIFICATIONS. REVISIONS LEGEND SEXIST. WATER LINE S- EXIST. SEWER LINE —W—PROP. WATER LINE PROP. CUT/BORE 0 PROP. GATE VALVE EXIST. GATE VALVE EXIST. MANHOLE EXIST. REDUCER O PROP. HYDRANT EXIST. HYDRANT I PROP. PLUG EXIST. PLUG p PROP. TAP SLEEVE EXIST. TAP SLEEVE ® AIR RELIEF VALVE "m /\ 123228 JOSY KRIfTINEK, P.E. I �Jul2oto DAT'r City of 'Lubbock J.O. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: JD,JK DRAWN BY: AP CHECKED BY: JK SCALE: 1"=100' DATE: 4/23/2020 12" WATER LINE NORTH FRANKFORD AVE DRAWING # 3-D-1723 W-17 CONCRETE THRUST BLOCK 900 BEND J ANCHORAGE FOR A 90° BEND 1 N.T.S. CONCRETE THRUST BLOCK 11.25° BEND ANCHORAGE FORA 11.25° BEND 4 N.T.S. CONCRETE THRUST BLOCK TEE i ANCHORAGE FOR TEE 6 N.T.S. THRUST BLOCK SMNG CHART DIAL INCHES TEES CROSS & PLUGS CIF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 TYPICAL FIRE HYDRANT 111 :TaT THRUST BLOCK _ r 22.5" BEND ANCHORAGE FOR A 22.50 BEND 2 N.T.S. CONCRETE THRUST -- -- -� BLOCK 450 BEND ` ANCHORAGE FOR A 450 BEND 5 N.T.S. q. ANNEXATION WATER LINE PROJECT I-27 & NORTH FRANKFORD AVE 4" D.I. PIPE "GOOSENECK" CAP OR PLUG WITH WIRE BUG SCREEN ON PRESSURE SIDE - SAW CUi ALL EDGES 611 j TX DOT APPROVED HMAC CONCRETE LIP 3' J ABOVEGROUND /////// THRUST _oo, BLOCK T, D D FULL DEPTH TRENCH o ALL ///// / BACKFILL 11/2 SACK . DEPTHS CONTROLLED LOW -STRENGTH ///// MATERIAL WITH PEA GRAVEL (FLOWABLE FILL). VARIES ANCHORAGE FOR PLUG 3 1 i N.T.S. FINISHED GRADE �� WA #4 BAR 1 1/2" SACK FLOWABLE FILL NOTES: WATERLINE 1.)IF VALVE BOX IS IN ASPHALT OR PAVEMENT POUR 2' X 2' X 1/2' CONCRETE CAP AROUND LID. REINFORCE 2.)CONTRACTOR TO FIELD VERIFY DEPTH OF VALVE VALVE BOX DETAIL N.T.S. BACK OF CURB OR EDGE OF PAVEMENT TYPICAL VALVE BOX 18" AND COVER WITH CL� CONCRETE COLLAR CONC.CURB FINISHED !!!!!! GRADE PVC RISER 6" GATE 4' MIN. ! TYPICAL BLUE RAISED PAVEMENT VALVE MECHANICALLY COVER DRAIN MARKER PLACED HOLE WATE/RESTRAINED MAIN / 1 \ i \ AT CENTERLINE OF ROADWAY TYPICAL 2,500 PSI CONCRETE THRUST } -MIN.-� OCK J TYPICAL 2,500 PSI MIN. 6" OUTLETLOC M.J. X FLG. VALVE BKING OR ANCHOR TEE (OPTIONAL) SOLE -PURPOSE WITH MJ. X M.J. VALVE FIRE HYDRANT 2' X 2' SQ. LINE NOTES: 1. IN SPACE BETWEEN CURB AND SIDEWALK, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 6" MINIMUM AND 18" MAXIMUM. IN PUBLIC AREAS OR COMMERCIAL AREAS, OR WHERE SIDEWALK ABUTS CURB, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE T MINIMUM AND 6' MAXIMUM. FIRE HYDRANTS SHALL NOT BE PLACED WITHIN SIDEWALK AREAS. MAINTAIN 3' MINIMUM CLEARANCE TO ANY OBSTRUCTION. 2. 4" STEAMER NOZZLE SHALL FACE FIRE LANE OR STREET ACCESS 3. FIRE LINE PIPING SHALL BE SAME MATERIAL AS MAIN OR MINIMUM C900 PVC DR18 CLASS PIPE AND HAVE RESTRAINED JOINT FIT2[NGS FROM WATER MAIN TO FIRE HYDRANT. LENGTH SHALL NOT EXCEED 150'. 4. FOR BURY DEPTHS GREATER THAN 5', ONE BARREL EXTENSION NOT EXCEEDING 2' IN LENGTH SHALL BE INSTALLED DIRECTLY BELOW THE FIRE HYDRANT. S. TYPICAL 1/2" ROCK PIPE EMBEDMENT MATERIAL SHALL BE PLACED AROUND THE BOTTOM OF THE HYDRANT FOR A RADIUS OF AT LEAST V AND EXTEND AT LEAST V ABOVE THE OUTLET. DO NOT BLOCK DRAIN HOLES. TYPICAL FIRE HYDRANT DETAIL $ N.T.S. 12.0' MAXIMUM BETWEEN SPACERS .D.+I (MAX) NOTE TAC ALL ASPHALT JOINTS. 11 ASPHALT PAVEMENT CUT REPAIR DETAIL (TXDOT) N.T.S. 12" BLIND FLANGE 4" BEDDING COMB. AIR RELEASE & AIR INLET 9" SLAB REVISIONS LEGEND CONTRACTOR SHALL — — — #6 BARS 6" CONTACT TEXAS811 BY SAW CUT TX DOT APPROVED HMAC F ,. I O.C. EA. WAY DIALING 811 FOR ALL EDGES 6° 2" LI 2" FLANGED UTILITY LOCATES NO GATE VALVES #5 HORIZ. OUTER LATER THAN TWO FULL FACE 8" O.C. WORKING DAYS PRIOR TO / FULL DEPTH TRENCH 12" BLIND COMMENCING GRADING/ L ///// BACKFILL 1 1/2 SACK FLANGE #5 HORIZ. OUTER FACE 8"O.C. PAVING/CONSTRUCTION. o CONTROLLEDLOW-STRENGTH PEA GRAVEL MATER(FLOW L BL FILLITH (PLOWABLE FILL). _ _ —_—_ -- -- � --- -CL STEEL ENCASEMENT TO BE -� 9.' ul? -. ..\. ice— �-- 6 MIN. 9' .,PZE•••••••tt,I'q AY 2 NOMINAL PIPE SIZES LARGER THAN MAIN ...... O.D. + 18" .... ( AIR & VACUUM RELIEF VALVES 12 i JOSH KRISTINEK N.T.S. 1...........................: ..� ,ILI ''•.< 23228� NOTE. TAC ALL ASPHALT JOINTS. ASPHALT PAVEMENT CUT REPAIR DETAIL (TXDOT) 10 N.T.S. CARRIER PIPE CASING SPACERS SHALL BE ' I \ SPACED A MAXIMUM OF ONE THREE CASING SF FOOT FROM EACH SIDE OF JOINT PER PIPE JOINT AS I TO MEET MAXIMUM STEEL SPACER BODY STEEL CASING PIPE q ' CADMIUM PLATED -- -- STUDS, NUTS, AND PIPELINE WASHERS, TYP. FILL SPACE BETWEEN EXCAVATED BORE AND CASING PIPE WITH CEMENT GROUT �-Iff MAX ADDITIONAL SPACERS, TYP. EACH END OF CASING PIPE L = D, WITH L MAX. = 16" D D i 1 Pi L L NOTES: 1. CASING TO BE 2 NOMINAL PIPE SIZES LARGER THAN PROPOSED MAIN. 3. BEVEL END OF CASING PIPE TO REMOVE ALL SHARP 2. CASING PIPE SHALL BE CAPPED ON EDGES TO PREVENT DAMAGE TO THE LINER MATERIAL. BOTH ENDS BEFORE BACKFILLING. 4. THE END -SEAL SHALL BE ATTACHED TO THE PIPE AND CASING SO AS TO PROVIDE A TIGHT END SEAL. 5. FOR CASINGS OVER 12 INCHES IN DIAMETER, PROVIDE TWO CLAMPS OR BANDS ON EACH END OF EACH SEAL. PIPELINE ENCASEMENT DETAIL 9 N.T.S. 13 EXCAVATED TRENCH WIDTH FII i iy1- GF MIN. O.D.+12"- MAX. O.D. +18" VARIES BACKFILL ALL DEPTHS 1 EMBEDMENT D BEDDING 4' Ti9��Ii71:kC�75�ILI -BEDDING SHALL BE SELECT SAND OR AGGREGATE FREE FROM ROCKS, CLODS, ROOTS OR OTHER DEBRIS LARGER THAN 1/2". -THE EMBEDMENT AROUND THE PIPE AND TO A POINT 12" ABOVE THE TOP OF THE PIPE SHALL BE CAREFULLY PLACED BY HAND. EMBEDMENT MATERIAL SHALL BE CRUSHED STONE WITH IRREGULAR SURFACES AND EXTEND TO 12" ABOVE TOP OF PIPE. IF'D' IS LESS THAN 12", EMBEDMENT IS NOT REQUIRED FOR WATER LINES. -THE REMAINDER OF THE BACKFILL THAT IS ABOVE 12" HIGHER THAN THE TOP OF THE PIPE AT ALL LOCATIONS, EXCEPT UNDER HIGHWAY CROSSINGS, SHALL BE BACKFILLED WITH LOOSE EXCAVATED MATERIAL IN 8" MAXIMUM LIFTS. THE CONTRACTOR SHALL EMPLOY AN EXCAVATOR -MOUNTED TRENCH ROLLER OR OTHER COMPACTION EQUIPMENT TO PROVIDE BACKFILL DENSITIES AT LEAST EQUIVALENT TO THE SURROUNDING UNDISTURBED MATERIAL OR 95% STANDARD PROCTOR DENSITY (WHICHEVER IS GREATER). SURFACE FLOODING OR WATER JETTING IS NOT ALLOWED AS A COMPACTION METHOD. DENSITY TESTS SHALL BE PERFORMED ONCE EVERY 500' FOR EACH LIFT AND SUBMITTED TO THE CITY OF LUBBOCK WATER UTILITIES ENGINEERING DEPARTMENT FOR RECORD. m City of Lubbock 1.0. 120036 C.I.P. #92585.9241.30000 DESIGNED BY: EM, ID, 3K DRAWN BY: OT, AP CHECKED BY: 1K SCALE: 1"=100' DATE: 4/23/2020 12" WATER LINE I-27 DRAWING # 3-D-1723 D-1