HomeMy WebLinkAboutResolution - 2021-R0081 - Contract 15676 with Utility Contractors of America 3.9.2021Resolution No. 2021-R0081
Item No. 7.7
March 9, 2021
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. 15676 for Tech Terrace
Block 5 utility line relocation as per RFP 21-15676-TF, by and between the City of Lubbock
and Utility Contractors of America, Inc., of Lubbock, Texas, and related documents. Said
Contract is attached hereto and incorporated in this resolution as if fully set forth herein and
shall be included in the minutes of the City Council.
Passed by the City Council on March 9, 2021
�=l
DANIEL M. POPE, MAYOR
ATTEST:
RebeckZ.Garza, City SecreAlo
APPROVED AS TO
City Manager
APPROVED AS TO FORM:
v&J" &&�"
K li Leisure, Assistant City Attorney
ccdocs/RES.Contract 15676 — Tech Terrace Block 5 utility line relocation
February 18, 2021
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: February 11, 2021
PROJECT NUMBER: RFP 21-15676-TF Tech Terrace Block 5 Utility Line Relocation
Proposal of Utility Contractors of America. Inc. (hereinafter
called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the Tech Terrace Block 5 Utility Line
Relocation 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
I
Mobilization - Contractor mobilization including
1
LS
move -in and move -out cost from each site location.
M
Provide and maintain a Traffic Control Plan -
2
Preparation, approval from COL Traffic
I
LS
Engineering to all sites, and all other work
10
considered incidental to this item.
Provide and maintain a SWPPP - Including
3
preparation, NOI, NOT, and all other work
i
LS
considered incidental to this item.
Storm Sewer Relocation
1124-inch RCP (Class I�
4
Storm Sewer -including e i,
backfill with flowable fill - a
ena
0l,
00
Furnish and install 60-inch Manhole - including
5
tie-ins of existing lateral as herein specified -
3
EA
complete, in place all labor and material
�
FLU c0
Construct and Install Storm Water Discharge
6
Structure - complete, in place all labor and
2
LS
material
L+o
x
Cut and Plug existing 24-inch storm sewer pipe
7
and fill with grout - complete, in place, all labor
47
CY
and material
Offeror's Initials
ITEM
DESCRIPTION
QTY
U/M
UNIT COST
EXTENDED
+/-
COST
8
Bore under existing ADA structure - including
1
LS
all equipment, tools and labor to perform work
Y70
Repair/reinstate small diameter PVC irrigation
9
lines and heads damaged in the course of
5
EA
construction - complete, in place all labor and
�g
material
Install 16ft x 20ft tied concrete block erosion
10
control mat - complete in place, all labor and
material
I
LS
(J
I 1
Install seed/sod, repair lawns to prior condition -
60
SY
Gg
oe
complete, in place all labor and material
Water and Sewer Improvements
Crossing 6-inch Sanitary Sewer Line - complete
12
removal and replacement of 6-inch diameter line
1
LS
herein specified, including all equipment, tools and
labor to perform work.
Crossing 4-inch Water Line - complete removal
13
and replacement of 4-inch diameter line herein
I
LS
specified, including all equipment, tools and labor
ff �I
"I.��
to perform work.
Paving Repair
Saw cut and remove existing asphalt paving,
14
including all material, equipment and labor to
6000
SF
perform removal, disposal and all other work
considered incidental to this item.
Repair asphalt paving, including all material,
equipment and labor to perform sub grade
15
compaction and testing. HMAC installation per
6000
SF
COL Specifications and all other work considered
n
incidental to this item.
p
T ,C,-)
Saw cut and remove existing curb and gutter,
16
including all material, equipment and labor to
20
LF
perform removal, disposal and all other work
00
oC'
considered incidental to this item.
New concrete 24-inch Type A curb and gutter,
including all material, equipment and labor to
17
perform sub grade compaction and testing.
20
LF
Installation per COL Specifications and all other
work considered incidental to this item.
Saw cut and remove existing concrete valley
18
gutter including all material, equipment and labor
100
SF
to perform removal, disposal and all other work
00
e
Ay
considered incidental to this item.
Repair concrete valley gutter 6", Class A
concrete, including all material, equipment and
19
labor to perform sub grade compaction and testing.
100
SF
Installation per COL Specifications and all other
incidental item.
41
work considered to this
Offeror's Initials
ITEM
DESCRIPTION
QTY
+/-
U/M
UNIT COST
EXTENDED
COST
20
Foowable backfill - complete in place per COL
20
CY
Specifications.
A
goo 0p
Extended Total (Items 1-20):
Total Items 1-3, 5-20: $231,315
ALTERNATE
ITEM
DESCRIPTION
QTY
U/M
UNIT COST
EXTENDED
(+/-)
COST
A
Alternate A: Furnish and install 21-inch PVC
(SDR 26) Storm Sewer - including bedding,
705
LF
embedment, backfill with flowable fill - complete,
in place all labor and material
Total Items 1-3, 5-20, and Alternate A: $3415295
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 120 (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 150 (to Final Completion)
(not to exceed 120 consecutive calendar days to Substantial Completion / 150 consecutive calendar days to
Final Completion).
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 120 Consecutive Calendar Days
with final completion within 150 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$200 for
each consecutive calendar day after substantial completion and liquidated damages in the sum of$100 for each
consecutive calendar day after final completion set forth herein above for completion of this project, all as more
fully set forth in the General Conditions of the Agreement.
_--�--Offeror'S Initials
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and
he further agrees to commence work on the date specified in the written notice to proceed, and to substantially
complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
Offeror's Initials
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is a Cashier's Check or Certified Check for N/A
Dollars ($ N/A ) or a Proposal Bond in the sum of Five Percent
Dollars ($ 5% ), which it is agreed shall be collected and retained by the Owner as
liquidated damages in the event the proposal is accepted by the Owner and the undersigned
fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within ten (10) business days after the date of receipt of written
notification of acceptance of said proposal; otherwise, said check or bond shall be returned to
the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound
and include all contract documents made available to him for his inspection in accordance with the
Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST:
ecreh
Offeror acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date: February11,2021
Author zed Signature
Jonathan Ziegner
(Printed or Typed Name)
Utilitv Contractors of America. Inc
Company
5805 County
Road 770
Address
Lubbock
Lubbock
City,
County
Texas
79424
State
Zip Code
Telephone:
806 - 863-2642
Fax: 806
- 863-4132
Email:
FEDERAL TAX ID or SOCIAL SECURITY
No.
75-2214193
MAVBE Firm: I women 1 Black American 1 Native American
Hispanic American I I Asian Pacific American I I Other S eci
CERTIFICATE OF INTERESTED PARTIES FORM 3.295
lofl
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:
12021-722375
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Utility Contractors of America, Inc.
Lubbock, TX United States
Date Filed:
03/02/2021
2
Name of governmental en ty or state agency that is a party to the contract for which the fornmn 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
15676
Tech Terrace Block 5 Utility Line Relocation
4
Name of Interested Party
City, State, Country (place of business)
Nature of Interest
(check applicable)
Controlling
Intermediary
Ziegner, Jonathan
Lubbock, TX United States
X
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION
My name is Jonathan Ziegner and my date of birth is 7 _
My address is 5805 County Road 7700 Lubbock TX 79424 , US
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Lubbock County, State of Texas , on the day of March , 202.1_.
(month) (year)
of autho-rized4ent of convgctingbusiness entity e
.Signature
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1of1
Complete Nos. i - 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
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.
2021-722375
Utility Contractors of America, Inc.
Lubbock, TX United States
Date Filed:
03/02/2021
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:
03/10/2021
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.
15676
Tech Terrace Block 5 Utility Line Relocation
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Ziegner, Jonathan
Lubbock, 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.ceffd98a
BOND CHECK
BEST RATING _________
LICENSED IN TEXAS
DATE______ BY: _______
CONTRACT AWARD DATE: March 9, 2021
CITY OF LUBBOCK
Lubbock, Texas
CITY OF LUBBOCK
SPECIFICATIONS FOR
Tech Terrace Block 5 Utility Line Relocation
RFP 21-15676-TF
CONTRACT: 15676
PROJECT NUMBER: 92653.9243.30000
Plans & Specifications may be obtained from
Bidsync.com
Page Intentionally Left Blank
8.
9.
10. V
11.
12.
13.
14.
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP 21-15676-TF
Tech Terrace Block 5 Utility Line Relocation
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 workwithin 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.
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.
Complete CITY OF LUBBOCK REFERENCE FORM.
Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
Contractor's signature must be original.
Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS
Clearly mark the bid number, title, due date and time and your company name and address on the outside
of the envelope or container.
Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office
prior to the deadline. Late bids will not be accepted.
Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained
in detail and submitted with Bid.
Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE.
Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel
Complete and submit the LIST OF SUB -CONTRACTORS.
DOCUMENTS REOUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
DOCUMENTS REOUIRED BEFORE CONTRACT IS FINALIZED:
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.
Utility Contractors of America, Inc.
(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 21-15676-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, Citizens
Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, until 2:00 PM on February 11, 2021, 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:
Tech Terrace Block 5 Utility Line Relocation
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 Contr actor
Checklist in the proposal submittal.
Proposals are due at 2:00 PM on February 11, 2021, and the City of Lubbock City Council will consider
the proposals on March 9, 2021, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter
as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The
successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and
the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said
statutory bonds shall be issued by a company carrying a current Best Rating of “A” or better. THE BONDS
MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT
SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total
amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary
bonds within ten (10) business days after notice of award of the contract to the 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 agreed that all such factors
have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a
non-mandatory pre-proposal conference on February 3, 2021, at 10:00AM. The Zoom meeting information is
as follows:
Website: https://us02web.zoom.us/j/6483694845?pwd=RGhYOWdwa2RRWGhBaHd0RXZOZFl6Zz09
Meeting ID: 648 369 4845
Passcode: 1314
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
1.1 The City of Lubbock is seeking written and sealed competitive proposals to furnish Tech Terrace
Block 5 Utility Line Relocation per the attached specifications and contract documents. Sealed
proposals will be received no later than 2:00 PM, February 11, 2021, at the office listed below.
Proposals will be opened via teleconference if date/time stamped on or before 2:00 p.m. CST at the
office listed below. The Zoom meeting information is as follows:
Website: https://us02web.zoom.us/j/6483694845?pwd=RGhYOWdwa2RRWGhBaHd0RXZOZFl6Zz09
Meeting ID: 648 369 4845
Passcode: 1314
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 21-15676-TF, Tech Terrace Block
5 Utility Line Relocation” 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 Avenue K, Floor 9
Lubbock, Texas 79401
1.2 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.
1.3 Please submit one original and one electronic copy of the response, including all required forms
and applicable supporting documentation, as required. Failure to submit the required number of
copies may result in the proposal being declared unresponsive. The original must be clearly
marked “ORIGINAL”.
Electronic responses must be submitted not later than 2:00 p.m. CST on February 11, 2021,
through BidSync.com or via email submission to: TKFlores@mylubbock.us before the
deadline.
Please allow time to upload. Any submissions received after the date and hour specified will be
rejected.
Original documents require submission by February 18, 2021, at 5:00 p.m.
The response must be inside a sealed envelope or container when submitted. The response
material must be addressed and delivered to:
City of Lubbock
Marta Alvarez, Director of Purchasing and Contract Management Office
1314 Avenue K, Floor 9
Lubbock, TX 79401
The outside of the envelope or container must state: RFP 21-15676-TF, Tech Terrace Block
5 Utility Line Relocation
2
Submittals received later than the above date and time may be rejected and returned
unopened.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening proposals through
an addendum.
2 PRE-PROPOSAL MEETING
2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non-
mandatory pre-proposal conference will be held at 10:00AM, February 3, 2021, via
teleconference. The Zoom meeting information is as follows:
Website: https://us02web.zoom.us/j/6483694845?pwd=RGhYOWdwa2RRWGhBaHd0RXZOZFl6Zz09
Meeting ID: 648 369 4845
Passcode: 1314
2.2 All persons attending the meeting will be asked to identify themselves and the prospective
proposer they represent.
2.3 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
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.
3
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.
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
4
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer
is or may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their proposal submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror
has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the
receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
11 PLANS FOR USE BY OFFERORS
It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and
prepare a proposal without charge. The contract documents may be examined without charge as noted in
the Notice to Offerors.
12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals.
It shall be the offerors responsibility to advise the Director of Purchasing and Contract
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 Avenue K, Floor 9,
Lubbock, Texas, 79401
5
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 120
Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City
of Lubbock to the successful proposer.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the
work contemplated by the contract documents. In the event the City requires a progress schedule
to be submitted, and it is determined by the City that the progress of the work is not in accordance
with the progress schedule so submitted, the City may direct the Contractor to take such action as
the City deems necessary to ensure completion of the project within the time specified.
13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall
ensure daily prosecution of the work is conducted every business day until the work is completed,
regardless if the work will be substantially or finally complete ahead of specified deadlines in the
agreement, unless the City determines time off from said prosecution is necessary or reasonable
and Contractor received said determination in writing from the City. Additionally, inclement
weather shall be the only other reason consistent, daily prosecution of the work may not take place
on those inclement weather days.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions
of the contract documents.
15 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail
will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a representative
of the City on the site will not relieve the Contractor of full responsibility of complying with this provision.
The specifications for materials and methods set forth in the contract documents provide minimum
standards of quality, which the Owner believes necessary to procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be
guaranteed against defective materials and workmanship. Prior to final acceptance, the
Contractor shall furnish to the Owner, a written general guarantee which shall provide that
the Contractor shall remedy any defects in the work, and pay for any and all damages of any
nature whatsoever resulting in such defects, when such defects appear within TWO years
6
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 l imited to, its
right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified
in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor’s liability which may be specified in this Contract, its appendices,
its schedules, its annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to a maximum of five sets of plans and
specifications and related contract documents for use during construction. Plans and specifications for use
during construction will only be furnished directly to the Contractor. The Contractor shall then distribute
copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution
of the work contemplated by the Contractor.
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.
7
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to
buy the materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents
in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility
lines, conduits or other underground structures which might or could be damaged by Contractor during
the construction of the project contemplated by these contract documents. The City of Lubbock agrees
that it will furnish Contractor the location of all such underground lines and utilities of which it has
knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned.
All such underground lines or structures, both known and unknown, cut or damaged by Contractor during
the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to
the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24 CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful proposer shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time that
the work contemplated by this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to
do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished
to the City and written notice of cancellation or any material change will be provided ten (10) days
in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost
and expense through the life of this contract, insurance protection as hereinafter specified.
Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be
carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor.
A certificate of insurance specifying each and all coverages shall be submitted before contract
execution.
8
26 LABOR AND WORKING HOURS
26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that must be paid on this project
shall not be less than specified in the schedule of general prevailing rates of per diem wages as
above mentioned. The proposer' attention is further directed to the requirements of Texas
Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage
schedules above mentioned and the proposer's obligations thereunder. The inclusion of the
schedule of general prevailing rate of per diem wages in the contract documents does not release
the Contractor from compliance with any wage law that may be applicable. Construction work
under this contract requiring an inspector will not be performed on Sundays or holidays unless the
following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sundays or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor
or subcontractor in the construction of the public work and the actual per diem wages paid to each
worker. This record shall be open at all reasonable hours to inspection by the officers and agents
of the City. The Contractor must classify employees according to one of the classifications set forth in
the schedule of general prevailing rate of per diem wages, which schedule is included in the contract
documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract
is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion
thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular
classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated proposal price due
to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the proposer without being considered.
9
29 PREPARATION FOR PROPOSAL
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the
form shall be correctly filled in, stating the price in numerals for which he intends to do the
work contemplated or furnish the materials required. Such prices shall be written in ink,
distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the
extended total for a bid item, the unit price will be taken. A bid that has been opened may
not be changed for the purpose of correcting an error in the bid price.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized
agent. If a proposal is submitted by a firm, association, or partnership, the name and address of
each member must be given and the proposal signed by a member of the firm, association or
partnership, or person duly authorized. If the proposal is submitted by a company or corporation,
the company or corporate name and business address must be given, and the proposal signed by
an official or duly authorized agent. Powers of attorney authorizing agents or others to sign
proposals must be properly certified and must be in writing and submitted with the proposal. The
proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's name ______________________________________________________
29.3.2 Proposal “RFP 21-15676-TF Tech Terrace Block 5 Utility Line Relocation”
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.
10
(j) All other documents made available to proposer for his inspection in accordance with the Notice
to Offerors.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
31 QUALIFICATIONS OF OFFERORS
The proposer may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service
specified therein in a satisfactory manner. The proposer may also be required to give a past history and
references in order to satisfy the City of Lubbock about the proposer’s qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the proposer
to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose
that may be requested. The proposer’s proposal may be deemed not to meet specifications or the proposal
may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of
Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete
the work described therein. Evaluation of the proposer’s qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the proposer to perform the work or provide the service promptly or within the time
specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer.
(d) The quality of performance of previous contracts or services.
(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
11
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.
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 $210,000.
32.7 Proposals shall be made using the enclosed Proposal Submittal Form.
12
33 SELECTION
33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors
included in this RFP.
33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER
UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY
COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE
REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.
33.3 The City shall select the offeror that offers the best value for the City based on the published
selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract
with the selected offeror. The City and its engineer or architect may discuss with the selected
offeror options for a scope or time modification and any price change associated with the
modification. If the City is unable to negotiate a contract with the selected offeror, the City shall,
formally and in writing, end negotiations with that offeror and proceed to the next offeror in the
order of the selection ranking until a contract is reached or all proposals are rejected.
33.4 In determining best value for the City, the City is not restricted to considering price alone, but may
consider any other factor stated in the selection criteria.
33.5 A proposal will be subject to being considered irregular and may be rejected if it shows
omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of
the items specified, if the unit prices are obviously unbalanced (either in excess of or below
reasonably expected values), or irregularities of any kind.
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
13
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.
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 whet her 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.
36.2 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.
36.3 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
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: February l 1, 2021
PROJECT NUMBER: RFP 21-15676-TF Tech Terrace Block 5 Utility Line Relocation
Proposal of Utility Contractors of America, Inc. (hereinafter
called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the Tech Terrace Block 5 Utility Line
Relocation 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
I
Mobilization - Contractor mobilization including
1
LS
move -in and move -out cost from each site location.
;t1
Provide and maintain a Traffic Control Plan -
2
Preparation, approval from COL Traffic
1
LS
Engineering to all sites, and all other work
60
considered incidental to this item.
Coo
Provide and maintain a SWPPP - Including
3
preparation, NOI, NOT, and all other work
1
LS
considered incidental to this item.
I
Storm Sewer Relocation
Furnish and install 24-inch RCP (Class I�
4
Storm Sewer - including bedding, embedment,
705
LF
backfill with flowable fill - complete, in place all
�j�
labor and material
Furnish and install 60-inch Manhole - including
5
tie-ins of existing lateral as herein specified -
3
EA
complete, in place all labor and material
00
.Lo
Construct and Install Storm Water Discharge
6
Structure - complete, in place all labor and
2
LS
material
LID
Cut and Plug existing 24-inch storm sewer pipe
7
and fill with grout - complete, in place, all labor
47
CY
and material
Offeror's Initials
ITEM
DESCRIPTION
QTY
U/M
UNIT COST
EXTENDED
+/-
COST
8
Bore under existing ADA structure - including
1
LS
all equipment, tools and labor to perform work
1� V
ae
IOM
Repair/reinstate small diameter PVC irrigation
9
lines and heads damaged in the course of
5
EA
construction - complete, in place all labor and
' 00
material
Install 16ft x 20ft tied concrete block erosion
10
control mat - complete in place, all labor and
1
LS
00
material
(�
11
Install seed/sod, repair lawns to prior condition -
60
SY
00
00
complete, in place all labor and material
_
Water and Sewer Improvements
Crossing 6-inch Sanitary Sewer Line - complete
12
removal and replacement of 6-inch diameter line
1
LS
herein specified, including all equipment, tools and
00
labor to perform work.
Crossing 4-inch Water Line - complete removal
13
and replacement of 4-inch diameter line herein
1
LS
specified, including all equipment, tools and labor
FF��
to perform work.
Paving
Repair
Saw cut and remove existing asphalt paving,
14
including all material, equipment and labor to
6000
SF
perform removal, disposal and all other work
1 00
considered incidental to this item.Ilk
l
Repair asphalt paving, including all material,
equipment and labor to perform sub grade
15
compaction and testing. HMAC installation per
6000
SF
COL Specifications and all other work considered
cc
incidental to this item.
j (-
C
Saw cut and remove existing curb and gutter,
16
including all material, equipment and labor to
20
LF
perform removal, disposal and all other work
00
I��, p0
considered incidental to this item.
/�,� ,
0 .
New concrete 24-inch Type A curb and gutter,
including all material, equipment and labor to
17
perform sub grade compaction and testing.
20
LF
Installation per COL Specifications and all other
l
11WOO
work considered incidental to this item.
f
Saw cut and remove existing concrete valley
18
gutter including all material, equipment and labor
100
SF
to perform removal, disposal and all other work
00
considered incidental to this item.
Repair concrete valley gutter 6", Class A
concrete, including all material, equipment and
19
labor to perform sub grade compaction and testing.
100
SF
Installation per COL Specifications and all other
incidental item.
CIO
/�'
C✓�
t
work considered to this
.
_0j
I
Offeror's Initials
ITEM
DESCRIPTION
QTY
+/-
U/M
UNIT COST
EXTENDED
COST
20
Flowable backfill - complete in place per COL
20
CY
Specifications.
G�
a 00
Extended Total (Items 1-20):
4 �3, VS, 7qO -00
ALTERNATE
ITEM
DESCRIPTION
QTY
(+/-)
U/M
UNIT COST
EXTENDED
COST
Alternate A: Furnish and install 21-inch PVC
(SDR 26) Storm Sewer - including bedding,
04&
iioqlqvoa
A
705
LF
I c�lY
embedment, backfill with flowable fill - complete,
in place all labor and material
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 120 (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 150 (to Final Completion)
(not to exceed 120 consecutive calendar days to Substantial Completion / 150 consecutive calendar days to
Final Completion).
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 120 Consecutive Calendar Days
with final completion within 150 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 $200 for
each consecutive calendar day after substantial completion and liquidated damages in the sum of$100 for each
consecutive calendar day after final completion set forth herein above for completion of this project, all as more
fully set forth in the General Conditions of the Agreement.
Offeror's Initials
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and
he further agrees to commence work on the date specified in the written notice to proceed, and to substantially
complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
Offeror's Initials
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is a Cashier's Check or Certified Check for N/A
Dollars ($ N/A ) or a Proposal Bond in the sum of Five Percent
Dollars ($ 5% ), which it is agreed shall be collected and retained by the Owner as
liquidated damages in the event the proposal is accepted by the Owner and the undersigned
fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within ten (10) business days after the date of receipt of written
notification of acceptance of said proposal; otherwise, said check or bond shall be returned to
the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound
and include all contract documents made available to him for his inspection in accordance with the
Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST:
�) b,
ecret
Offeror acknowledges receipt of the following addenda:
Date: February 11, 2021
Authorized Signature
Jonathan Ziegner
(Printed or Typed Name)
Utility Contractors of America, Inc.
Company
5805 County Road 770
Address
Lubbock , Lubbock
City, County
Texas , 79424
State Zip Code
Addenda No. Date Telephone: 806 - 863-2642
Addenda No. Date Fax: 806 - 863-4132
Addenda No. Date Email:
Addenda No. Date FEDERAL TAX ID or SOCIAL SECURITY
No.
75-2214193
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
Liberty
Mutual,,
SURETY
Conforms with The American Institute of Architects AIA Document 310
CONTRACTOR:
(Name, legal status and address)
UTILITY CONTRACTORS OF AMERICA. INC.
5805 CR 7700
LUBBOCK, TEXAS 79424
OWNER:
(Name, legal status and address)
CITY OF LUBBOCK
1314 AVE. K, FLOOR 9
LUBBOCK, TEXAS 79401
BOND AMOUNT: 5%
SURETY:
(Name, legal statz/s and principal place of business)
Liberty Mutual Insurance Company
175 Berkeley Street
Boston, MA 02116
This document has important
legal consequences.
Consultation with an attorney is
encouraged with respect to its
Mailing Address for Notices
completion or modification.
Liberty Mutual Surety Claims
P.O. Box 34526
Any singular reference to
Seattle, WA 98124
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
Five Percent of Bid Amount
PROJECT:
(Name, location or address, and Project number, if any)
TECH TERRACE BLOCK 5 UTILITY LINE RELOCATION
RFP 21-15676-TF
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind
themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this
Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period
as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with
the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in
the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of
this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another
party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The
Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the
bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for
acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond
sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be
Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in
this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such
statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed
as a statutory bond and not as a common law bond.
Signed and sealed this 11th day of FEBRUARY 2021
-,Oyw
(fVitness)
(Witness)
MARLA HILL
UTILITY CONTRACTORS OF AMERICA, INC.
(Principal) (Seal)
(Title)
Liberty Mutual Insurance Company,,l
(Surety) /
INst/
FJP0oae0gq�ym
1912� n
(Title) HOWARD COWAN—ATTORNEY-IN-FACT � U as
LMS-20862e 11/17
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
LR0 e tQ"�
Mutual
SURETY
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8197873
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Marla Hill, Howard Cowan
all of the city of Lubbock state of TX each individually if there be more than one named, its true and lawful attorney -in -fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this Ist day of November , 2018
Liberty Mutual Insurance Company
P� 1NSU� POSY INS&q a 1NSURq The Ohio Casualty Insurance Company
aJ ooRPorr4T�y� 5� ooRPo�Fgti PGaRPo,�r West American Insurance Company >
3 om ��3 o rn Jul
Fob
1912 ° ° 1919 ° � 1991 °
tri r; 0
e) rd�9sSA1HUSO .ja O h'Af .9sa D3 '! �NDIANP D3 r �f 0)
* By: c
U)
c David M. Carey, Assistant Secretary
State of PENNSYLVANIA
:3 County of MONTGOMERY ss �
L) a) On this 1st day of November , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0
o f Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes =
> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. cmi Lu
�
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. (D n
E
C'U) 5P PAS) 0 C:)Cl)
O N q<1 N,oytyF R< COMMONWEALTH OF PENNSYLVANIA
Notarial Seal
O OF v Teresa Pastella, Notary Public 0 � O O „_, Upper MerionTwp., Montgomery County By: N
C Co 2 t0�1�'rG My Commission Expires March 28, 2021 Teresa Pastella, Notary Public 3 E
cc
Q) ++ OT ��.� Member, Pennsylvania Association of Notaries
� 4qy FU a O
tQ N to O
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 1—_°'
oInsurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0
` a? ARTICLE IV —OFFICERS: Section 12. Power of Attorney.
0 co Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
a >, President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety > o
M c any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall t N
ohave full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such " °D
Z � instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the M
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. o 0
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. L
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, I.=
shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this I lth day of FEBRUARY , 2021 .
iNSU �SY INS& 1NSUR
j 3°o�Po� fym n 2`oaPo� �Qqy `vP 6oRPoy�
Ct U 3 o F
1912 " 19190 to
° -A,o 1991 0
d� SS4CHUS.da y0 NAMPS' a3 �N010"' a By.
�aa s�M * a Renee C. Llewellyn, Assistant Secretary
LMS-12873 LMIC OCIC WAIC Multi Co 062018
Page Intentionally Left Blank
City of Lubbock, TX
RFP 21-15676-TF
Tech Terrace Block 5 Utility Line Relocation
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: Kimley-Horn and Associates, Inc.
Address: 4411 98th Street Suite 300 Lubbock, TX 79424
Contact Person and Title: Kenny Friar Project Engineer / Aaron Rader Project Engineer
Phone: (806) 241-5423
Fax:
REFERENCE TWO
Government/ Company Name: Parkhill Smith & Cooper
Address: 4222 85th St., Lubbock, TX 79423
Contact Person and Title: John Hailton Project Engineer
Phone: (806) 473-2200 Fax:
REFERENCE THREE
Government/ Company Name: Hugo Reed & Associates, Inc.
Address: 1601 Avenue N, Lubbock, TX 79401
Contact Person and Title:
ason Swofford President
Phone: (806) 763-5642 Fax:
Page Intentionally Left Blank
rC� I �
UTILITY CONTRACTORS OF AMERICA, INC.
5805 CR 7700 — Lubbock, Texas 79424 (806) 863-2642, Fax # (806) 863-4132
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:
Please see attached Bond.
B. EXPERIENCE:
Please see current and completed projects.
C. SAFETY:
Does the organization stress and support safety as an important function of the work process? - YES
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? - YES
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? - YES
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to
require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, nonresponsive,
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:
Attachment A
UTILITY CONTRACTORS OF AMERICA, INC.
Awards Received
• American Society of Civil Engineers
Pump Station 16 Excavation
Awarded in 2018
• Texas Society of Professional Engineers
Trailblazer Award
Awarded in 2018
• Texas Tech University
Excellence In Construction
Awarded in 2008
• Bituminous Insurance Company
Certificate of Excellence for Public Safety
Awarded in 2005
• Bituminous Insurance Company
Certificate of Excellence for Driving Safety
Awarded in 2005
• Wolfforth Fire Department
Certificate of Appreciation
Awarded in 2003
Signat e
Jonathan Ziegner - President/CEO
Print Name
Attachment A
UTILITY CONTRACTORS OF AMERICA, INC.
Philosophy & Principles
• We recognize that, as a construction company, our employees are our greatest assets. Utility
Contractors of America, Inc. is only as successful as the individual members of its team. Clients place
their trust in our firm; however, they work with individuals and develop their opinions of Utility
Contractors of America, Inc. based on the people with whom they come in direct contact.
• We are committed to retaining a highly competent staff of professionals and giving them the
opportunity to continue to grow in capability. Our intent is to have each employee feel genuine pride
in Utility Contractors of America, its quality work, its outstanding fellow workers, and above all, its
intense dedication to serving our clients and their specific project needs.
• We recognize that, for this organization to continue to succeed and grow, the staff must realize that
each person is an important team member. Employees must feel dignity and pride in their jobs. They
must personally identify with the firm's successes or failures and enjoy their work. Continuous efforts
will be made to maintain an environment where this is possible.
• We recognize that Utility Contractors of America, Inc. must achieve a reasonable level of profit in
order to exist and maintain the strength required to achieve our other objectives. We also recognize the
need for planned steady growth. We believe that we must constantly improve our methods for
delivering our services in order to remain competitive.
• We believe in a management philosophy which encourages open communication throughout the
company and which recognizes the importance of employee involvement in problem solving. We seek
to minimize problems and prevent errors whenever possible... to do each job right the first time exactly
as defined in the project documents. We strive to create an atmosphere of trust which encourages open
communication. We believe in providing all of our employees with positive encouragement,
recognition, coaching, and mentoring. We believe in the concept of seeking continuous improvement
in all that we do.
• We lean on God for guidance and strength as referenced in Philippians 4:13 which says "I can do all
things through Christ who strengthens me." Our faith in God leads our business and life decisions.
Signat e
Jonathan Ziegner - President/CEO
Print Name
Contractor's General Information
Organization Doing Business As
Utility Contractors of America Inc.
Business Address of Principle Office
5805 Counly Road 7700
Lubbock, TX 79424
Telephone Numbers
Main Number
(806) 863-2642
Fax Number
(806) 863-4132
Web Site Address
www.ucatexas.com
Form of Business (Check One)
X1 A Corporation A Partnership An Individual
Date of Incorporation
November 1, 1987
State of Incorporation
Texas
Chief Executive Officer's Name
Jonathan Zie ner
President's Name
Jonathan Ziegner
Vice President's Name(s)
Chris Balios
Secretary's Name
Wanda Garrett
Treasurer's Name
Marty Hamm
r,�,:
Date of Organization
_
State whether partnership is general or
limited
Name
Business Address
Kdentify all individuals notof business
1 1
oi-'�',SX�Uanization Size
Average Number of Current Full Time Average Estimate of Revenue for the
Employees 1 45 Current Year
Contractor's Organizational Experience
Organization Doing Business As
Utility Contractors of America Inc.
Business Address of Regional Office
5805 County Road 7700
Lubbock, TX 79424
Name of Regional Office Manager
Telephone Numbers
Main Number
806 863-2642
Fax Number
806 863-4132
Web Site Address
www.ucatexas.com
List of names that this organization currently, has or anticipates operating under over the history of the organization,
including the names of related companies presently doing business:
Names of Organization
From Date
To Date
Utility Contractors of America, Inc.
11/01/1987
Present
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization
Percent Ownership
Years experience in projects similar to the proposed project:
As a General Contractor
As a Joint Venture Partner
Has this or a predecessor organization ever defaulted on a project or failed to complete any work
awarded to it?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the past ten years?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
local, state, or federal agency within the last five ears?
No
If yes provide full details in a separate attachment. See attachment No.
Is this organization or your proposed surety currently in any litigation or contemplating
litigation?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
No
If yes provide full details in a separate attachment. See attachment No.
Contractor's Proposed Key Personnel
Organization Doing Business As
Utility Contractors of America, Inc.
Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.
Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment
No.
Jonathan Ziegner is the President, Chris Balios and Marty Hamm are Oficers and at times act
as Project Managers as well as Superintendents. Jonathan Ziegner also acts as Project
Manager on major projects. Superintendents are, Leo Garcia, Gilbert Prieto, Brandy
Mitchell, Bo Rodriquez Jr., Steve Levett, Cory Balios and Eloy Meza.
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this
description. See attachment No.
Marty Hamm is to be the proposed Project Superintendent, Jonathan Zienger is to be the acting
Project Manager and Safety Officer and Chris Balios is to be the Quality Control Manager.
Experience of Key Personnel
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
Jonathan Ziegner
Project Superintendent
Marty Hamm
Project Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much
time will be devoted to each function, their qualifications to fulfill each role and the percentage of 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.
Proposed Project Managers
Organization Doing Business As
F Utili Contractors of America Inc.
Name of Individual
Jonathan Zie ner
Years of Experience as Project Manager
24
Years of Experience with this organization
5
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
Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference
Name
Wood Franklin
Name
Mike Keenum
Title/ Position
Public Works Director
Title/ Position
City Engineer
Organization
City of Lubbock
Organization
City of Lubbock
Telephone
806-775-2343
Telephone
806 775-2393
E-mail
wfranklin m lubbock.us
E-mail
mkeenum mail.lubbock.tx.us
Project
All City of Lubbock Projects
Project
South Lubbock Drainage
Candidate role on
Project
Candidates role
on Project
Project Manager
Name of Individual
Years of Experience as Project Manager
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
Reference Contact
Name
Information (listing names indicates approNal
to contacting the
Name
names individuals as a reference)
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
Proposed Project Superintendent
Organization Doing Business As
Utility Contractors of America Inc.
Name of Individual
Marty Hamm
Years of Experience as Project Superintendent
33
Years of Experience with this organization
33
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
Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference)
Name
John Tur in
Name
Tanner Morris
Title/ Position
Project Engineer
Title/ Position
Project Manager
Organization
City of Lubbock
Or anization
Ci f Lubbock
Telephone
806-775-2342
Telephone
806-745-7498
E-mail
Jtur in mail.ci.lubbock.tx.us
E-mail
tmorris@aUenbutler.net
Project
Pump Station M16 & Storage Tank
Project
Randall County Loop 335 HmLy
Candidate role on
Project
Candidate role on
Project
Improvements
Name of Individual
Years of Experience as Project Superintendent
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
Reference Contact
Name
Information.
contacting the
Name
names individuals
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
Proposed Project Safety Officer
Organization Doing Business As
Utility Contractors of America, Inc.
1,"illun+;;lip ( :6nld �Ila E;O tic
Name of Individual
Jonathan Zien er
Years of Experience as Project Safety Officer
24
Years of Experience with this organization
5
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
Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference)
Name
Wood Franklin
Name
John Tuipin
Title/ Position
Public Works Director
Title/ Position
En ineer
Organization
Ci of Lubbock
Organization
City of Lubbock
Telephone
806-775-2343
Telephone
806-775-2342
E-mail
wfranklin m lubbock.us
E-mail
tur in mail. ci.lubbock.tx.0
Project
All City of Lubbock Projects
Project
South Lubbock Sanitary Sewer
Candidate role on
Project
Candidate role on
Project
Supervisor
fi k:)i l G 1%1 ham. �I
Name of Individual
Years of Experience as Project Safety Officer
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
Contact
Name
InformationReference
to contactino the
Name
names individuals as a refierence)
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
Proposed Project Quality Control Manager
Organization Doing Business As
Utility Contractors of America Inc.
I'iri�i{ortr�+ ;C nyB�u:6to�%li.=
Name of Individual
Chris Bahos
Years of Experience as Quality Control Manager
33
Years of Experience with this organization
33
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Reference Contact
Information listing names indicates ap roval to contacting the names individuals as a reference)
Name
John TuQ2in
Name
Erick Perez
Title/ Position
City Engineer
Title/ Position
Assistant Project Manager
Organization
CAY of Lubbock
Organization
EMT Corporation
Telephone
806-775-2342
Telephone
972-586-1210
E-mail
tur in mail.ci.lubbock.tx.us
E-mail
erick. erez em'cor .com
Project
Canyon Lakes Sanita Sewer Phase 2
Project
HEB - Lubbock
Candidate role on
Project
Candidate role on
Project
Candidate
Name of Individual
Years of Experience as Quality Control Manager
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
Completion Date
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
Contractor's Project Experience and Resources
Organization Doing Business As
Uti-lily Contractors of America, Inc.
Provide a list of major projects that are currently underway, or have been completed within the last ten years on
Attachment A
Provide a description of your organizations approach to completing this project to provide best value for the Owner.
Including a description of your approach in the following areas:
1. Contract administration
2. Management of subcontractor and suppliers
3. Time management
4. Cost control
5. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
9. Meeting HUB / MWBE Particil2ation Goal
Equipment
Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary
Equipment Item
Primary Use on Project
Own
Will
Lease
CAT 314 Excavator
Trench Pipe Laying
X
CAT 416 Backhoe
Trench Pipe Laying
X
Rnhtnil Water Truck
Trench Pipe I.a)dng
What work will the organization complete using
...
its own resources?
All installation of storm sewer pipe and repair work.
What work does the organization propose to subcontract on thisproject?
Grouting of the abandoned storm sewer line.
Contractor's Subcontractors and Vendors
Organization Doing Business As
Utility Contractors of America, Inc.
�iho:�l, alcj� it s,eol.roloiii �,icl Fcir;
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
Ferguson Waterworks
pipe, SETs concrete mats
X
No
Schedule A
Current Munucupa9 Projects
Project Owner City of Lubbock
I Project Name City Taps & Repairs
General Description of Project: Installation of water & sewer taps and repairs of water & sewer lines for the City of Lubbock
Project Cost $12,161,566.00
Est. Completion Date 2/8/2021
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Rudy Garza
(806) 775-2174
RBGarza@mail.ci.lubbocl<.tx.us
Project Owner TXDOT
I Project Name Randall County - Loop 335 Highway Improvements
General Description of Project: Installation of approx 24,500 If of RCP pipe, box culverts & pre -cast structures
Project Cost $7,662,883.50
Est. Completion Date 12/1/2021
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Bo Rodriguez Jr
Safety Officer
Jonathan Ziegner
Quality Control Manager
Ty Lane
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Tanner Morris
Allen Butler Construction
(806) 745-7498
tmorris@allenbutler.net
Project Owner City of Lubbock
I Project Name South Lubbock Sanitary Sewer Extension, Phase 3
General Description of Project: Installation of approx 8,700 If of 36" sewer line at 18'-41' deep
Project Cost $4,973,282.53
Est. Completion Date 4/23/2021
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Leo Garcia
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Engineer
806-775-2342
Jturpin@maiLciJubbocl<.tx.us
Page 1 of 2
Schedule A
Current rrent Munidpa0 Projects
Project Owner Lubbock Power & Light
I Project Name Trench ing,Boring & Excavation Services
General Description of Project: Various trenching, boring & excavation projects for Lubbock Power & Light
Project Cost $4,635,073.00
Est. Completion Date 10/23/2021
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Felix Orta
(806) 775-2170
FOrta@mail.ci.lubbock.tx.us
Project Owner City of Lubbock
I Project Name Underground Boring Services
General Description of Project: Various trenching, boring & excavation projects for City of Lubbock
Project Cost $118,480.90
Est. Completion Date 10/23/2021
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
David Bragg
(806) 775-2135
dbragg@mail.ci.lubbock.tx.us
Project Owner City of Lamesa
Project Name North Lift Station Improvements
General Description of Project: Lift Station Improvements
Project Cost $521,058.00
Est. Completion Date 3/28/2021
Key Project Personnel TProject
Manager
Jonathan Ziegner
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mark
acarpenter@team psc.com
Page 2 of 2
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Post, Texas
I Project Name Post/Cedar Hills Water System Improvements
General Description of Project: Installation of 27,000 LF 6" HDPE Waterline by boring
and Pump station Improvements
Project Cost $1,042,387.70
Date Project Completed 3/15/2011
Key Project Personnel
Name
Project Manager
I Chad Pabody
Project Superintendent
Troy Lane
Safety Officer
Chad Pabody
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Arbie Taylor
Dwight Brandt
Oscar Ostos
City Manager
Engineer
RPR
(806) 495-2811
(806) 681-8631
(806) 681-8631
ataVlor@postRarza.net
DLBrandt@brandtengineers.com
OscarO@brandtengineers.com
Project Owner City of Wolfforth, Texas
I Project Name Wolfforth Sewer Expansion
General Description of Project: Installation of 8,275 LF of 18"-30" Sewer Line
Project Cost $1,115,465.00
1 Date Project Completed 4/29/2011
Key Project Personnel
Name
Project Manager
Ty Lane
Project Superintendent
Leo Garcia
Safety Officer
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Doug Hutchison
Michael Adams
Inspector
Project Manager
(806) 885-4120
(806) 791-2300
michael.adams@ojdengineering.com
Project Owner Lubbock Cooper ISD
I Project Name Cooper Middle School
General Description of Project: 3575 LF 8" Waterline; 2930 LF 10" Sewerline; Liftstation
Project Cost $502,090.00
1 Date Project Completed 7/27/2011
Key Project Personnel
Name
Project Manager
Ty Lane
Project Superintendent
Lorenzo Vasquez
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Marsha Reed
Gary Dawson
Micheal Haverdink
Engineer
Engineer
Project Manager
(806) 775-2335
(806) 743-2201
(806) 745-9450
mreed@mail.ci.lubbock.tx.us
gdawson@team-psc.com
michael@sandiaconst.com
Page 1 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock, Texas
I Project Name Indiana Paving Improvements
General Description of Project: Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing
Project Cost $1,330,284.88
Date Project Completed 7/29/2011
Key Project Personnel
Name
Project Manager
Ty Lane
Project Superintendent
Lorenzo Vasquez
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Wood Franklin
Leslie Bruce
Rick Humphries
Public Works Director
Engineer
Project Manager
(806) 775-2343
(806) 745-7498
wfranklinPmylubbock.us
rhumphries@allenbutler.net
Project Owner City of Lubbock, Texas
I Project Name Quaker Ave Reconstruction from 114th to FM 1585
General Description of Project: Installation of water, sewer, & storm sewer lines
Project Cost $675,267.76
Date Project Completed 8/31/2011
Key Project Personnel
Name
Project Manager
Ty Lane
Project Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Ryan Duininck
Project Manager
(817) 491-0946
RCDuininck@dbitx.com
Project Owner City of Denver City
I Project Name Denver City Well Field Improvements
General Description of Project: Installation of 16" water line and Pump station Imp.
Project Cost $488,974.50
Date Project Completed 8/31/2011
Key Project Personnel
Name
Project Manager
Ty Lane
Project Superintendent
Leo Garcia
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
James Tompkins
(432) 523-2181
JamesT@wtcengineering.com
Page 2 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Plainview, Texas
Project Name Plainview Water Reconstruction
General Description of Project: Installation of 12", 10", 8", 6", 4" water lines
Project Cost $1,550,258.75
Date Project Completed 12/31/2011
Key Project Personnel
Name
Project Manager
Ty Lane
Project Superintendent
Chris Balios
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mike Gilliland
Brandon Autry
Engineer
Engineer
(806) 296-1150
(806) 771-5976
mPilliland(@ci.plainview.tx.us
bautry@amdeng.com
Project Owner City of Levelland
I Project Name Lee St. Water System Improvements
General Description of Project: Installation of 14" HDPE water line; Pump Station Improvements
Project Cost $761,015.00
Date Project Completed 4/30/2012
Key Project Personnel
Name
Project Manager
Ty Lane
Project Superintendent
Chris Balios
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Leonard Nail
Engineer
(806) 473-2200
]nail@team-psc.com
Project Owner City of Lubbock
I Project Name Lubbock Downtown Redevelopment
General Description of Project: Installation of approx. 5,500 LF of conduit
Project Cost $2,058,474.04
Date Project Completed 12/31/2012
Key Project Personnel
Name
Project Manager
Ty Lane
Superintendent
Troy Lane
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mike Keenum
Joseph Van Deventer
City Engineer
Engineer
(806) 775-2393
(806) 795-6827
mkeenum@mvlubbock.us
JVanDeventer@SGSEng.com
Page 3 of 16
Schedule B
Munocipa� Projects Completed within the Bast 110 Years
Project Owner DCOS
Project Name Industrial Park
General Description of Project: Water & Sanitary Sewer Infastructure
Project Cost $1,468,648.15
Date Project Completed 1/31/2013
Key Project Personnel
Name
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
George Villarreal
Engineer
(806) 473-3563
GVillarreal@team-psc.com
Project Owner City of Levelland
Project Name 2012 Water Systern Improvements
General Description of Project: Replace 2" Cast Iron with 6" & 8" PVC
Project Cost $250,810.00
Date Project Completed 2/28/2013
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Steve Levitt
Safety Officer
Chris Balios
Qua lity Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Erik Rejino
Kristi Laverty
Engineer
(806) 894-0113
(806) 473-3634
ereiino@level landtexas.orR
I<laverty@team-psc.com
Project Owner City of Lubbock
Project Name 98th St Paving Imp (Albany to Huron)
General Description of Project: Water & Sanitary Sewer InfastructUre
Project Cost $1,077,089.54
-T
Date Project Completed 7/31/2013
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Wood Franklin
Rick Humphries
Public Works Director
Project Manager
(806) 775-2343
(806) 745-7498
wfranl<lin@mylubbock.us
rhumphries@allenbutler.com
Page 4 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock
Project Name Reconstruction & Widening of Frankford Ave (98th to 114th)
General Description of Project: Remove & Relocate water & sewer infastructure for new road
Project Cost $287,978.50
Date Project Completed 7/31/2013
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Rick Humphries
Engineer
Project Manager
(806) 775-2393
(806) 745-7498
JTurpin@mail.ci.lubbocl<.tx.us
rhumphries@allenbutler.com
Project Owner Costco
Project Name Costco Warehouse, Lubbock
General Description of Project: Water & Sanitary Sewer Infastructure
Project Cost $936,831.00
Date Project Completed 10/31/2013
Key Project Personnel
Name
Project Manager
Ty Lane
Superintendent
Chris Balios
Safety Officer
Chris Balios
Qual ity Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Jerry Pollock
Project Manager
(425) 531-1077
jerryp@jacl<sondean.com
Project Owner City of Lubbock
I Project Name Milwaukee Ave Paving Improvements
General Description of Project: Remove & Relocate water & sewer infastructure for new road
Project Cost $2,827,952.27
Date Project Completed 1/31/2014
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mile Keenum
Rick Humphries
City Engineer
Project Manager
(806) 775-2393
(806) 745-7498
MI<eenum@mail.ci.lubbocl<.tx.us
rhumphries@allenbutler.com
Page 5 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock
I Project Name Slide Road Water Line Extension
General Description of Project: Extend Water Line on Slide Rd from 98th St to FM 1585
Project Cost $701,510.00
Date Project Completed 5/31/2014
Key Project Personnel
Name
Project Manager
Ty Lane
Superintendent
Chris Balios
Safety Officer
I Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mike Keenum
Paul McMillian
City Engineer
Engineer
(806) 775-2393
(806) 473-2200
Mkeenum(@mail.ci.lubbock.tx.us
PMcmillen@team-psc.com
Project Owner City of Lubbock
I Project Name East Erskine Street 12" Water Line Extension
General Description of Project: Installation of approx. 1,100' of 6"-12" water line
Project Cost $301,628.00
Date Project Completed 1/31/2015
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Josh Kristinek
Engineer
(806) 775-3397
JKristinek(@mail.ci.lubbock.tx.us
Project Owner City of Lubbock
Project Name Northwest Lubbock Drainage Improvements
General Description of Project: Storm Sewer Infrastructure (10 x 10 Boxes)
Project Cost $35,979,888.70
Date Project Completed 3/31/2015
Key Project Personnel
Name
Project Manager
Ty Lane
Superintendent
Troy Lane
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mike Keenum
Paul McMillian
City Engineer
Engineer
(806) 775-2393
(806) 473-2200
Mkeenum@mail.ci.lubbock.tx.us
PMcmillen@team-psc.com
Page 6 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock
Project Name Buffalo Lake Water Line Replacement
General Description of Project: Installation of 2,351' of 8" water line
Project Cost $154,215.10
Date Project Completed 4/6/2015
Key Project Personnel
Project Manager
Ty Lane
F Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Engineer
(806) 775-2342
Jturpin@mail.ci.lubbocl<.tx.us
Project Owner City of Lubbock
I Project Name Northwest Water Reclamation Plant
General Description of Project: Installation of 10,400' of 6"-16" water line at 0'-14' deep by open cut and boring
Project Cost $1,245,847.30
1 Date Project Completed 8/7/2015
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Chris Balios
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Engineer
(806) 775-2342
Jturpin@mail.ci.lubbocl<.tx.us
Project Owner City of Lubbock
I Project Name South Lubbock Sanitary Sewer Extension - Ph 1
General Description of Project: Installation of 35,400' Fiberglass Sewer Pipe, ranging in size from 24" — 54" and depths from 0' — 42'
Project Cost $20,545,010.74
Date Project Completed 11/30/2015
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Chris Balios
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Zoltan Fekete
Aaron Rader
Engineer
(806) 775-3317
(817) 335-6511
ZFekete@mail.ci.lubbocl<.tx.us
aaron.rader@I<imley-liorn.com
Page 7 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Brownfield
I Project Name Water & Sewer Extension
General Description of Project: Installation of 13,700' 8" Water Line, 6,900' 6" Force Main, 3,290' 6" Force Main under Pavement, Lift Station
Project Cost $1,279,031.00
Date Project Completed 11/30/2015
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Chris Balios
Safety Officer
Jonathan Ziegner
Quality Control Manager
Jonathan Ziegner
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Alex Kingston
Engineer
(806) 473-2200
AI<ingston@team-psc.com
Project Owner LEDA
I Project Name Lubbock Railport Sanitary Sewer Line Ext
General Description of Project: Installation of 860' of 15" sewer at 10'+ deep
Project Cost $271,729.00
-T
Date Project Completed 4/5/2016
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Brandy Mitchell
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Kristi Laverty
Engineer
(806) 473-3634
I<laverty@team-psc.com
Project Owner LEDA
Project Name Monsanto Potable Water Line Extension
General Description of Project: Installation of 10,400' of 12" water line
Project Cost $1,115,265.20
Date Project Completed 9/30/2016
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Brandy Mitchell
Safety Office
Jonathan Zieer
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Sedbrook
Garney Construction
(720) 407-8160
jsedbrook@garney.com
Page 8 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock
Project Name Pump Station Intake Meters
General Description of Project: Pump Stations #3 & #8
Project Cost $593,270.00
Date Project Completed 9/30/2016
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Troy Lane
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Brian Beach
Chief Water Utilities Engineer
Freese & Nichols
(806) 775-2342
(210) 837-2476
JTurpin@mail.ci.lubbocl<.tx.us
brb@freese.com
Project Owner City of Lubbock
Project Name 2" Water Line Change Out, Phase 3
General Description of Project: Installation of 13,400' of 4"-6" water line
Project Cost $1,528,625.00
-T
Date Project Completed 10/31/2016
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Cory Balios
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Josh Flud
(806) 775-3161
JFIucI a mylubbock.us
Project Owner City of Lubbock
Project Name Construction of Downtown Duct System, Ph 3
General Description of Project: Installation of 8,475' of conduit
Project Cost $4,299,237.80
Date Project Completed 11/30/2016
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Steve Levitt
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Neil Welch
Assistant City Engineer
(806) 775-3254
NWelch(@mail.ci.lubbocl<.tx.us
Page 9 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock
Project Name South Lubbock Sanitary Sewer Extension - Ph 2
General Description of Project: Installation of 23,800' Fiberglass Sewer Pipe, ranging
in size from 12" — 48" and depths from 0' — 25+'
Project Cost $12,990,557.22
Date Project Completed 7/31/2017
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Bo Rodriguez, Jr
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Zoltan Fekete
Aaron Rader
Engineer
(806) 775-3317
(817) 335-6511
ZFekete@mail.ci.lubbock.tx.us
aaron.rader@kimley-horn.com
Project Owner City of Lubbock
I Project Name Canyon Lakes Sanitary Sewer Phase 1
General Description of Project: Installation of 7,400' of Sewer by open cut and bore ranging in size from 4" to 30" up to depths of up to 30+'
Project Cost $5,461,179.31
Estimated Completion Date 10/19/2017
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Chief Water Utilities Engineer
(806) 775-2342
JTurpin@mail.ci.lubbock.tx.us
Project Owner Lubbock -Cooper ISD
Project Name Chlorination and Water System Improvements
General Description of Project:
Project Cost $1,045,220.00
Date Project Completed 11/30/2017
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Troy Lane
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mike Rebber
LCISD
(806) 787-4892
mrebber@lcisd.net
Page 10 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Plainview
Project Name Milwee/Juniper Lift Station Replacement
General Description of Project: Installation of 3,500' of 18" - 24" Pipe
Project Cost $862,854.72
Date Project Completed 12/1/2017
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Bo Rodriguez Jr
Safety Officer
Ty Lane
Quality Control Manager
Ty Lane
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Project Owner City of Lubbock
I Project Name Northwest Water Reclamation Plant
General Description of Project: 10" to 48" FRP up to 40' Deep 34,000 LF
Project Cost $11,825,859.54
Estimated Completion Date 2/22/2018
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Chief Water Utilities Engineer
(806) 775-2342
JTurpin@ mail.ci.lubbock.tx.us
Project Owner City of Lubbock
I Project Name Pump Station #16
General Description of Project: Installation of Pump Station and Storage Tank, including 2,000+ LF of pipe ranginf from 24"-48" at depths of up to 30+'
Project Cost $17,820,106.79
Estimated Completion Date 3/26/2018
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Marty Hamm
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Nick Lester
Chief Water Utilities Engineer
Freese & Nichols
(806) 775-2342
(817) 735-7393
JTurpin@mail.ci.lubbock.tx.us
Page 11 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock
I Project Name Kent Street Water Line
General Description of Project: Installation of 8,200' of 6"-20" pipe by open cut and bore
Project Cost $410,250.00
Estimated Completion Date 4/27/2018
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Troy Lane
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Adam Nixon
City of Lubbock
(806) 775-2344
ANixon@mail.ci.lubbock.tx.us
Project Owner City of Lubbock
I Project Name Lift Station 41 Replacement
General Description of Project: Installation of 1,700' of 12" pipe by open cut and bore
Project Cost $914,865.00
Estimated Completion Date 5/3/2018
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Josh Lane
Safety OfficerTality
Jonathan ZiegnerChris
Control Manager
Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Adam Nixon
City of Lubbock
(806) 775-2344
ANixon@mail.ci.lubbock.tx.us
Project Owner City of Lubbock
I Project Name Frankford Water Line Extension
General Description of Project: Installation of 8,233' of 6"-24" water line by open cut and boring
Project Cost $842,545.00
Date Project Completed 1/11/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Chris Balios
Safety Officer
Jonathan Ziegner
Quality Control Manager
Jonathan Ziegner
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Adam Nixon
City of Lubbock
(806) 775-2344
Anixon@mail.ci.lubbock.tx.us
Page 12 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Plainview / Hale County
Project Name Business Park, Phase 1
General Description of Project: Drainage improvements & installation of approx 4,800 If of 10" water line & approx 5,860 If of 12" sewer line
Project Cost $841,991.86
Date Project Completed 3/31/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Cory Balios
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Owner
Construction Manager
Tim Crosswhite
Bill Coleman
Kristi Laverty
City of Plainview
Hale County, TX
Parkhill, Smith & Cooper
(806) 296-1150
(806) 291-5215
(806) 473-3634
tcrosswhiteCcDplainviewtx.org
bcoleman@halecounty.org
I<laverty@team-psc.com
Project Owner Lubbock VA LLC
I Project Name VA Lubbock Community Outpatient Clinic
General Description of Project: Installation of approx 2,400 If of 4", 6" & 8" water line & approx 200 If of 8" sewer line
Project Cost $203,140.00
Date Project Completed 6/30/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Steve Levitt
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Owner
Construction Manager
Tim Crosswhite
Bill Coleman
Kristi Laverty
City of Plainview
Hale County, TX
Parkhill, Smith & Cooper
(806) 296-1150
(806) 291-5215
(806) 473-3634
tcrosswhite@iDlainviewtx.org
bcoleman@halecounty.org
I<laverty@team-psc.com
Project Owner City of Lubbock
I Project Name FM 179 Water Line Extension
General Description of Project: Installation of approx 10,500 If of 12" water line by open cut and bore
Project Cost $753,294.00
-T
1 Date Project Completed 7/31/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Troy Lane
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Josh Kristinek
Engineer
(806) 775-3397
JI<ristinel<@mail.ci.lubbocl<.tx.us
Page 13 of 16
Schedule B
Munkipal Projects Completed within the Bast 10 Years
Project Owner City of Lubbock
Project Name Southeast Sewer Plant
General Description of Project: Placement of new 6" scrubber line
Project Cost $36,266.85
Date Project Completed 9/20/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mary Gonzales
(806) 775-3229
MHGonzales(cDmail.ci.lubbock.tx.us
Project Owner City of Lubbock
Project Name Southeast Sewer Plant
General Description of Project: Removal & Replacement of Clarifier
Project Cost $175,000.00
Date Project Completed 11/6/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mary Gonzales
(806) 775-3229
MHGonzales(@mail.ci.lubbock.tx.us
Project Owner City of Amarillo
I Project Name Sewer Relocation
General Description of Project: Installation of approx 8,200 If of 8"-14" sewer line at 0'-30' deep
Project Cost $2,482,235.00
Date Project Completed 12/1/2019
Key Project Personnel
Project Manager
Peter Nguyen
Superintendent
Bo Rodriguez Jr
Safety Officer
Peter Nguyen
Quality C ontrol Manager
Ty Lane
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Monte Taylor
Amarillo Utility Contractors
(806) 342-0255
monte.t@amarilloutility.com
Page 14 of 16
Schedule B
Municapa0 Projects Completed within the 9ast 10 Years
Project Owner HEB
Project Name HEB - Lubbock
General Description of Project: Installation of approx. 3,900' of V-8" water line and approx 2,470' of V-8" sewer line 8'-16' deep
Project Cost $605,314.13
Date Project Completed 4/5/2020
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Troy Lane
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Erick Perez
Asst Project Mgr
(972) 580-1210
erick.perez@emjcorp.com
Project Owner City of Lubbock
Project Name Water Line Change Out, Phase 4
General Description of Project: Installation of 8,700' of V-8" water line
Project Cost $1,062,165.00
Date Project Completed 4/24/2020
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Cory Balios
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Engineer
806-775-2342
Jturpin@mail.ci.lubbocl<.tx.us
Project Owner City of Lubbock
Project Name Southeast Sewer Plant
General Description of Project: Removal and Replacement of 2 36" effluent lines to primary lift station from headworks
Project Cost $888,799.00
Date Project Completed 5/9/2020
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mary Gonzales
(806) 775-3229
MI-IGonzales@mail.ci.lubbocl<.tx.us
Page 15 of 16
Schedule B
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock
Project Name Southeast Sewer Plant
General Description of Project: Removal and Replacement of 10" Effluent line
Project Cost $16,046.00
Date Project Completed 5/31/2020
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mary Gonzales
(806) 775-3229
MHGonzales@mail.ci.lubbock.tx.us
Project Owner City of Lubbock
I Project Name Canyon Lakes Sanitary Sewer, Phase 2
General Description of Project: Installation of 5,60d' of Sewer by open cut and bore ranging in size from 4" to 30" up to depths of up to 30+'
Project Cost $5,819,411.90
1 Date Project Completed 6/2/2020
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
I Gilbert Prieto
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Engineer
806-775-2342
Jturpin@mail.ci.lubbock.tx.us
Page 16 of 16
Attachment A
Project Information Sheet
Current
Project Owner
City of Lubbock
Project Name
City Taps & Repairs
General Description of Project
Installation of water & sewer taps and repairs of water & sewer lines for the City of Lubbock
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 12,161,566.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
2/8/2021
Final Cost
$ 12,161,566.00
Actual / Estimated Final Completion Date
2/8/2021
Project Manager Project Sup Safety Officer Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name
.. -
Title/position Organization Telephone Email
Owner
Rudy Garza
City of Lubbock, Texas
(806) 775-2174
RGarza@mail.ci.lubbocl<.tx.us
Designer
Construction Manager
Surety
lHoward Cowan
Attorney ILiberty Mutual
(806) 722-2663
Issues / Disputes Resolved or Pending Resolution by Arbitration, LitigatLuqjn or. q§pute Review Boards
Total Amount involved in Number of issues Total amt involved in
Number of issues resolved 0 Resolved issues $0.00 Pending 0 Resolved issues $0.00
Attachment A
Project Information Sheet
Current
Project Owner TXDOT
Project Name
Randall County - Loop 335 Highway Improvements
General Description of Project
Installation of approx 24,500 If of RCP pipe, box culverts & pre -cast structures
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 7,662,883.50
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 98,498.06
1.29%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 98,498.06
1.29%
Actual / Estimated Substantial Completion Date
12/1/2021
Final Cost
$ 7,761,381.56
lActual / Estimated Final Completion Date
12/1/2021
Key Project Personnel
Project Manager Project Sup Safety Officer
Quality Manager
Name
Jonathan Ziegner
Bo Rodriguez Jr
Jonathan Ziegner
Ty Lane
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name Title/position Organization Telephone Email
Owner
Designer
Construction Manager
Tanner Morris
Allen Butler Construction
(806) 745-7498
tmorris@allenbutler.net
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Issues / Disputes Resolved or Pending
Number of issues resolved 0
Resolution by Arbitration,
Litigation or
$0.00
Dispute Review Boar s
Number of issues Total amt involved in
Pending 0 Resolved issues $0.00
Total Amount involved in
Resolved issues
Attachment A
Project Information Sheet
Current
Project Owner
City of Lubbock
Project Name South Lubbock Sanitary Sewer Extension, Phase 3
General Description of Project
Installation of approx 8,700 If of 36" sewer line at 18'-41' deep
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 5,063,287.60
Notice to Proceed
2/3/2020
Change Orders
Contract Substantial Completion Date at Notice to Proceed
11/19/2020
290
Owner Enhancements
$ (126,611.67)
-2.50%
Contract Final Completion Date at Notice to Proceed
12/19/2020
320
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
3/24/2021
125
Design Issues
Change Order Authorized Final Completion Date
4/23/2021
125
Total
$ (126,611.67)
-2.50%
Actual / Estimated Substantial Completion Date
3/24/2 221
Final Cost
$ 4,936,675.93
Actual / Estimated Final Completion Date
4/23/2021
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Leo Garcia
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
am
.. .
Name Title/position Organization
Telephone
Email
Owner
John Turpin
Engineer
City of Lubbock
(806) 775-2342
Jturpin@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
Issues / Disputes Resolved or Pending
Howard Cowan I
Resolution by Arbitration,
Attorney
Litigation or
Liberty Mutual
Dispute Review Boa
Number of issues
Pending 0
06) 722 2663
(8rds
Number of issues resolved
0
Total Amount involved in
Resolved issues
$0.00
Total amt involved in
Resolved issues
a 0,OO
Attachment A
Project Information Sheet
Current
Project Owner
Lubbock Power & Light
Project Name Trenching, Boring & Excavation Services
General Description of Project
Various trenching, boring & excavation projects for Lubbock Power & Light
MEW -
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 4,635,073.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
10/23/2021
Final Cost
$ 4,635,073.00
Actual / Estimated Final Completion Date
10/23/2021
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name
Title/position Organization Telephone Email
Owner
Felix Orta
Lubbock Power & Light
(806) 775-2170
FOrta@maiLci.lubbocl<.tx.us
Designer
Construction Manager
Surety
Howard Cowan
I Attorney
Liberty Mutual
1 (806) 722-2663
Disputes Resolved or Pending
Number of issues resolved 0
Resolution by Arbitration,
Total Amount involved in
Resolved issues
Litigation or
$0.00
BoardsIssues
Dispute Review
Number of issues Total amt involved in
Pending 0 Resolved issues $0.00
Attachment A
Project Information Sheet
Current
Project Owner City of Lubbock
Project Name
Underground Boring Services
General Description of Project
Various trenching, boring & excavation projects for City of Lubbock
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 118,480.90
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
10/23/2021
Final Cost
$ 118,480.90
Actual / Estimated Final Completion Date
10/23/2021
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information (listing
names indicates approval
Name
to contacting
Title/position
the names individuals as a reference)
Organization
Telephone
Email
Owner
David Bragg
City of Lubbock
(806) 775-2135
DBraRI;(@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Number of issues Total amt involved in
Pending 0 Resolved issues $0.00
Number of issues resolved
0
Total Amount involved in
Resolved issues
$0.00
Attachment A
Project Information Sheet
Current
Project Owner
City of Lamesa
Project Name
North Lift Station Improvements
General Description of Project
Lift Staion Improvements
�W
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 516,600.00
Notice to Proceed
7/31/2020
Change Orders
Contract Substantial Completion Date at Notice to Proceed
2/26/2021
210
Owner Enhancements
$ 4,458.00
0.86%
Contract Final Completion Date at Notice to Proceed
3/28/2021
240
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
2/26/2021
210
Design Issues
Change Order Authorized Final Completion Date
3/28/2021
240
Total
$ 4,458.00
0.86%
Actual / Estimated Substantial Completion Date
2/26/2021
Final Cost
$ 521,058.00
lActual / Estimated Final Completion Date
3/28/2021
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name Title/position
Organization Telephone Email
Owner
Mark
Parkhill
acarpenter(@team-psc.com
Designer
Construction Manager
Surety
lHoward Cowan
Attorney IlLiberty
Mutual (806) 722-2663
Issues / Disputes Resolvedor Pending
Number of issues resolved 0
ResolutionArbitration,.
Total Aount involved in
Resolmved issues
$0.00
Dispute Review Boards
Number of issues Total at involved in
Resolved issues
Pending Q m
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock, Texas
Project Name
16 Inch Supply Line to Pump Station 15
General Description of Project
This project Consisted of 23,380 LF of 16" Waterline running through Lubbock Airport to Pump Station No. 15.
-
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 985,321.00
Notice to Proceed
6/29/2009
Change Orders
Contract Substantial Completion Date at Notice to Proceed
180
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
12/24/2009
178
Final Cost
$ 985,321.00
Actual / Estimated Final Completion Date
1/15/2010
224
kh�,,Prclject Personnel
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Cody Hamm
Taylor Condit
Chris Balios
Percentage of Time Devoted to the Project
100%
30%
30%
Proposed for this Project
Ty Lane
Cody Hamm
Taylor Condit
Chris Balios
Did individual Complete the Project?
Yes
Yes
No
Yes
If not, who started or completed the project in their place.
Troy Lane
Reason for Change
Resignation
Reference Contact Information (listing
names indicates approval
Name
to contacting
Title/position
the names individuals as a reference),
Organization
"<=#
Telephone
Email
Owner
Darleen Doss
Buyer
City of Lubbock
(806) 775-2168
ddoss@mylubbock.us
Designer
Brian Stephens
Engineer
Parkhill,Smith&Cooper
(806) 473-2200
bstephens@team-psc.com
Construction Manager
Mark Carpenter
Inspector
City of Lubbock
(806) 777-0160
Surety
Howard Cowan
Attorney
Safeco
(425) 376-6535
Number of issues resolved
0
Total Amount involved in
Resolved Issues
$0.00
Number O issues
Pending
0
Total amt involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
Lubbock Economic Development Alliance
Project Name
iLubbock Business Park - Phase 1B
General Description of Project
Installation of 2410' - 10", 3280' - 12", 2315'-20" Waterline and 4156' - 12" Sewerline
Project Budget and Schedule Performance
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 979,059.20
Notice to Proceed
6/15/2009
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 25,491.28
2.60%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 25,491.28
2.60%
Actual / Estimated Substantial Completion Date
Final Cost
$ 1,004,550.48
lActual / Estimated Final Completion Date
3/1/2010
Key Project Personnel
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Lorenzo Vasquez
Chad Pabody
Chris Balios
Percentage of Time Devoted to the Project
100%
100%
100%
100%
Proposed for this Project
Yes
Yes
Yes
Yes
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Inforn 1&9n (listing
names indicates approval contacting
to
the names individuals
as a reference)
Email
Name
Title/position
Organization
Telephone
Owner
Designer
Brian Stephens
Engineer
Parkhill,Smith&Cooper
(806) 473-2200
bstephens@team-psc.com
Construction Manager
Jason Hetler
Allen Butler Construction
(806) 745-7498
jason@allenbutler.net
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Issues / Disputes Resolved or Pending
Number of issues resolved 4
Resolution by Arbitration,
Total Amount involved in
Resolved Issues
Litigation or
I $25,491.28
Dispute Review Boards
um er 0 ISSUES
Pending
Total amt involved in
Resolved issues
Attachment B
Project Information Sheet
Completed
Project Owner City of Lubbock, Texas Project Name 34th Street Waterline Replacement Project
General Description of Project
This Project Constists the removal and replacement of 500 LF 6" Waterline; 1000 LF of 8" Waterline; 100' 10" Waterline; 4800 LF of 12" Waterline;
18500' 16' Waterline and 6200" of 24" Waterline and Relocating Steel Cylindar Lines.
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 4,977,034.30
Notice to Proceed
9/25/2008
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 251,075.17
5.04%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 251,075.17
5.04%
Actual / Estimated Substantial Completion Date
Final Cost
S 5,228,109.47
Actual / Estimated Final Completion Date
5/2/2010
• :,. .,fir:
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Leo Garcia
Taylor Condit
Chris Balios
Percentage of Time Devoted to the Project
50%
100%
40%
40%
Proposed for this Project
Ty Lane
Leo Garcia
Taylor Condit
Chris Balios
Did individual Complete the Project?
Yes
Yes
No
Yes
If not, who started or completed the project in their place.
Chad Pabody
Reason for Change
approvalReference Contact Information (listing names indicates
Name Title/position
Organization
Resignation
+. .. _
Telephone
Email
Owner
Zoltan Fekete
Engineer
City of Lubbock, Texas
(806) 775-3377
zfekete@mylubbocl<.us
Designer
John Marler
Engineer
HDR
(512) 912-5188
john.marler@hdrinc.com
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
$251,075.17
Z'PTotal
Um er o issues Total amt involved in
Pending 0 Resolved issues $251,075.17
Number of issues resolved
4
Amount involved in
Resolved issues
Attachment B
Project Information Sheet
Completed
Project Owner
City of Post, Texas
Project Name
Post/Cedar Hills Water System Improvements
General Description of Project
Installation of 27,000 LF of 6" HDPE Waterline by boring.
Project Budget and Schedule Performance JA
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 875,309.90
Notice to Proceed
2/1/2010
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 167,077.80
19.09%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 167,077.80
19.09%
Actual / Estimated Substantial Completion Date
Final Cost
$ 1,042,387.70
Actual / Estimated Final Completion Date
3/15/2011
Key Project Personnel
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Chad Pabody
Cody Hamm
Chad Pabody
Ty Lane
Percentage of Time Devoted to the Project
25%
100%
25%
25%
Proposed for this Project
Chad Pabody
Cody Hamm
Chad Pabody
Ty Lane
Did individual Complete the Project?
Yes
No
Yes
Yes
If not, who started or completed the project in their place.
Troy Lane
Reason for Change
Resignation
Reference Contact Information (listing
names indicates approval to contacting
Name Title/position
the names individualsas a reference)
Organization
Telephone Email
Owner
Arbie Taylor
City Mgr.
City of Post, TX
(806) 495-2811 ataylor@postgarza.net
Designer
Dwight Brandt
Engineer
Brandt Engineers
(806) 681-8631 DLBrandt@brandtengineers.com
Construction Manager
Oscar Ostis
RPR
Brandt Engineers
(806) 681-8631 Oostis@brandtengineers.com
Surety
Howard Cowan
Attorney
Liberty Mutual 1
(806) 722-2663
Issues / Disputes Resolved or
of issues resolved
Pending
5
Resolution by Arbitration,
Total Amount involved in
Resolved issues
Litigation or
$167,077.80
Dispute Review Boards
um er 0 IS b
Pending O
[Rotaaemt involved inNumber
issues $167,077.80
Attachment B
Project Information Sheet
Completed
Project Owner
City of Wolfforth
Project Name
Wolfforth Sewer Expansion
General Description of Project
Installation of 8,275 LF of 18"-30" Sewer Line
[ �:.. —
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 1,100,215.00
Notice to Proceed
9/1/2010
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 15,250.00
1.39%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 15,250.00
1.39%
Actual / Estimated Substantial Completion Date
Final Cost
$ 1,115,465.00
Actual / Estimated Final Completion Date
4/29/2011
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Leo Garcia
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Leo Garcia
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
ContactReference . .n (listing
names indicates approval. contacting
Name Title/position
the names individuals__
Organization
Telephone
Email
Owner
Doug Hutchison
Inspector
(806) 885-4120
Designer
Construction Manager
Michael Adams
OJD Engineering
(806) 791-2300
michael.adams@ojdengineering.cor
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Total Amount involved in
Resolved issues
.i
$15,250.00
-
Number of issues resolved
1
Numoer or Issues
1 Pending
Total amt involved in
Resolved issues
$15,250.00
Attachment B
Project Information Sheet
Completed
Project Owner
Lubbock Cooper ISD
iProject Name
Cooper Middle School
General Description of Project
3575 LF 8" Waterline; 2930 LF 10" Sewerline
Project Budget and Schedule Performance vR�R'h
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 488,248.00
Notice to Proceed
8/1/2009
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
$ 13,842.00
2.84%
Change Order Authorized Final Completion Date
Total
$ 13,842.00
2.84%
Actual / Estimated Substantial Completion Date
Final Cost
1 $ 502,090.00
1
JActual / Estimated Final Completion Date
7/27/2011
Key Project Personnel_,
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Lorenzo Vasquez
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Lorenzo Vasquez
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information (listing names indicates approval to contacting
Name Title/position
the names individuals as a reference)
Organization
Telephone
Email
Owner
Marsha Reed
Engineer
City of Lubbock
(806) 775-2335
mreed@mail.ci.lubbock.tx.us
Designer
Gary Dawson
Engineer
Parkhill,Smith&Cooper
(806) 743-2201
gdawson@team-psc.com
Construction Manager
Michael Haverdink
Project Mgr
Sandia Construction
(806) 745-9450
michael@sandiaconst.com
Surety
/ Disputes Resolved or Pending
[Number of issues resolved 3
lHoward Cowan
Resolution by Arbitration,
Total Amount involved in
Resolved Issues
I Attorney
Litigation or
$13,842.00
Liberty Mutual
Dispute Review Boards-,,,M,,,.Q,,..
lNum er 0 ISSUeS
Pending
1 (806) 722-2663
„'.11Issues
Total amt involved in
Resolved Issues
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
113roject Name
11ndiana Paving Improvements
General Description of Project
Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing
Project Budget Schedule Performance
and
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 1,293,497.50
Notice to Proceed
2/1/2010
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 36,787.38
2.84%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 36,787.38
2.84%
Actual / Estimated Substantial Completion Date
Final Cost
$ 1,330,284.88
JActual / Estimated Final
Completion Date
7/29/2011
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Leo Garcia
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Leo Garcia
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information (listing names indicates approval to contacting
Name Title/position
the names indilviiclua4�s p� reference)
Organization
Telephone
Email
Owner
Wood Franklin
Public Works Director
City of Lubbock
(806) 775-2343
wfranklin@mylubbock.us
Designer
Leslie Bruce
Engineer
Construction Manager
Rick Humphries
Project Mgr
Allen Butler Construction
(806) 745-7498
rhumphries@allenbutler.net
Surety
lHoward Cowan
I Attorney
IlLiberty Mutual 1
(806) 722-2663
/ Disputes Resolved or Pending
Number of issues resolved 1 2
Resolution by Arbitration,
Total Amount involved in
Resolved issues
Litigation or
$36,787.38
BoardsIssues
Dispute Review
Um er 0 ISSUeS
Pending
Total amt involved in
Resolved issues $36,787.38
Attachment B
Project Information Sheet
Completed
Project Owner City of Denver City
Project Name Denver City Well Field Improvements
General Description of Project
Installation of 16" water line
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 196,595.75
Notice to Proceed
6/1/2011
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 292,378.75
148.72%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 292,378.75
148.72%
Actual / Estimated Substantial Completion Date
Final Cost
$ 488,974.50
Actual / Estimated Final Completion Date
8/31/2011
Key Project Personnel
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Leo Garcia
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Leo Garcia
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
Contact Information (listing
names indicates
approvalReference
Name Title/position
Organization
Telephone
Email
Owner
Designer
Construction Manager
James Tompkins
WTC Engineering
(432) 523-2181
JamesT@wtcengineering.com
Surety
Issues/ Disputes Resolved or Pending
Number of issues resolved 2
Howard Cowan
Resolution by Arbitration,
Total Amount involved in
Resolved Issues
Attorney
Litigation or
Liberty Mutual (806) 722-2663
JET
Dispute Review Boards
$292,378.75
um er 0 ISSueS
Pending
Total amt involved in
Resolved Issues
$292,378.75
Attachment B
Project Information Sheet
Completed
Project Owner City of Lubbock
Project Name
Quaker Ave Reconstruction from 114th to FM 1585
General Description of Project
Installation of water, sewer, & storm sewer lines
.-
�t7�G� _.
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 663,467.00
Notice to Proceed
4/1/2011
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 11,800.76
1.79%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 11,800.76
1.781/'o
Actual / Estimated Substantial Completion Date
Final Cost
S 675,267.76
Actual / Estimated Final Completion Date
8/31/2011
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
Contact Information (listing
names indicates
approvalReference
Name Title/position
Organization
Telephone
Email
Owner
Designer
Construction Manager
Kyle Duininck
Project Mgr
Duininck Brothers
(817) 491-0946
RCDuinincl<@dbitx.com
Surety lHoward
Issues / Disputes Resolved or Pending
Cowan
Resolution by Arbit-rat19n,-Litigatio.n.or
I Attorney
$11,800.76
Liberty Mutual (806) 722-2663
Dispute Review B.oar, s
Um er O Issues Total amt involved in
Pending Resolved Issues $11,800.76
Number of issues resolved
1
Total Amount involved in
Resolved Issues
Attachment B
Project Information Sheet
Completed
Project Owner City of Plainview Project Name
Plainview Water Reconstruction
General Description of Project
Installation of 12", 10", 8", 6", 4" water lines
.•
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 1,494,410.00
Notice to Proceed
3/1/2011
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 55,848.75
3.74%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 55,848.75
3.74%
Actual / Estimated Substantial Completion Date
Final Cost
$ 1,550,253.75
Actual / Estimated Final Completion Date
12/31/2011
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Chris Balios
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Chris Balios
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
Name Title/position Organization Telephone Email
Owner
Mike Gilliland
Engineer
City of Plainview
(806) 296-1150
mgilliland@ci.plainview.tx.us
Designer
Construction Manager
Brandon Autry
Engineer
AMD Engineering
(806) 771-5976
bautry@amdeng.com
Surety
Issues / Disputes Resolved or Pending
Number of issues resolved I —,—]Resolved
Howard Cowan I
Resolution by Arbitration,
Total Amount involved in
Issues
Attorney
Litigation or
$23,929.00
Liberty Mutual
Dispute Review Boards
um er or Issues
Pending
(806) 722-2663
Total amt involved in
Resolved Issues $23,929.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Levelland Project Name
Lee St. Water System Improvements
General Description of Project
Installation of 14" water line
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 777,548.95
Notice to Proceed
8/22/2011
Change Orders
Contract Substantial Completion Date at Notice to Proceed
12/20/2011
Owner Enhancements
$ (16,533.95)
-2.13%
Contract Final Completion Date at Notice to Proceed
1/19/2012
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ (16,533.95)
-2.13%
Actual / Estimated Substantial Completion Date
Final Cost
$ 761,015.00
Actual / Estimated Final Completion Date
4/30/2012
Project Manager Project Sup Safety Officer Quality Manager
Name
Ty Lane
Chris Balios
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Chris Balios
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
[If who started or completed the project in their place.
Reason for Change
Contact Information (listing
names indicates
approvalReference
Name
-.
Title/position
Organization
Telephone
Email
Owner
Designer
Construction Manager
Leonard Nail
Engineer
Parl<hill,Smith&Cooper
(806) 473-2200
(nail@team-psc.com
Surety
/ Disputes Resolved or Pending
Howard Cowan
Resolution by,�!bitration,
Attorney
Litigation or
Liberty Mutual (806) 722-2663
BoardsIssues
Dispute Review
Number of issues resolved O
Total Amount involved in
Resolved Issues
$0.00
Um er O i=uleS
Pending
0
Total amt involved in
Resolved Issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
lProject Name
Lubbock Downtown Redevelopment
General Description of Project
Installation of approx. 5,500 LF of conduit
Project Budget and Schedule Performance
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 2,074,508.00
Notice to Proceed
1/31/2012
Change Orders
Contract Substantial Completion Date at Notice to Proceed
11/25/2012
Owner Enhancements
$ (16,033.96)
-0.77%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ (16,033.96)
-0.77%
Actual / Estimated Substantial Completion Date
11/25/2012
Final Cost
Key Project Personnel
$ 2,058,474.04
JActual / Estimated Final Completion Date
12/31/2012
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Troy Lane
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Troy Lane
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information (listing
names indicates approval to contacting
Name Title/position
the names individuals as a reference)
Organization
Telephone
Email
Owner
Mike Keenum
City Engineer
City of Lubbock, Texas
(806) 775-2393
Mkeenum@mail.ci.lubbock.tx.us
Designer
Construction Manager
Joseph Van Deventer
Engineer
SGS Engineering
(806) 795-6827
JVanDeventer@SGSEng.com
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Issues / Disputes Resolved or Pending
Number of issues resolved 0
Resolution by Arbitration,
Total Amount involved in
Resolved issues
Litigation or
$0.00
Dispute Review Boards
Um er 0 ISSUeS Total amt involved in
Pending 0 lResolved issues $0.00
Attachment B
Project Information Sheet
Completed
Project Owner
DCOS
Project Name
Industrial Park
General Description of Project
Water and Sanitary Sewer Infastructure
ill
-t I.. ,
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 1,199,151.15
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 269,497.00
22.47%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 269,497.00
22.47%
Actual / Estimated Substantial Completion Date
Final Cost
$ 1,468,648.15
JActual / Estimated Final Completion Date
1/31/2013
Key Project Personnel
Project Manager Project Sup Safety Officer Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
. . .
. .. . . .
.
Name
Title/position
Organization
Telephone
Email
Owner
Designer
Construction Manager
George Villarreal
Engineer
Parkhill, Smith & Cooper
(806) 473-3563
GVillarreal@team-psc.com
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Egg
Number of issues resolved
0
Total Amount involved in
Resolved Issues
$0.00
Number OT Issues
Pending
Total amt involved in
0 Resolved Issues $0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Levelland Project Name
2012 Water System Improvements
General Description of Project
Replace 2" cast iron water with 6" and 8" pvc
Project Budget and Schedule Performance
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 249,210.00
Notice to Proceed
11/26/2012
210
Change Orders
Contract Substantial Completion Date at Notice to Proceed
5/25/2013
180
Owner Enhancements
$ 1,600.00
0.64%
Contract Final Completion Date at Notice to Proceed
6/24/2013
210
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 1,600.00
0.64%
Actual / Estimated Substantial Completion Date
Final Cost
$ 250,810.00
JActual / Estimated Final Completion Date
2/28/2013
Key Project Personnel
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Steve Levitt
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Steve Levitt
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information (listing
names indicates approval to contacting
the names individuals
as a reference)
Name
Title/position
Organization
Telephone
Email
Owner
Erik Rejino
City of Levelland, Texas
(806) 894-0113
erejino@levelllandtexas.org
Designer
Construction Manager
Kristi Laverty
Engineer
Parkhill, Smith & Cooper
(806) 473-3634
klaverty@team-psc.com
Surety
Howard Cowan
Attorney
Liberty Mutual 1
(806) 722-2663
Issues / Disputes Resolved or
Number of issues resolved
Pending
0
Resolution by Arbitration,
Total Amount involved in
Resolved Issues
Litigation or
$0.00
Dispute Review Boards
1401 ilueT-M-15TUES
Pending
0
Total amt involved in
Resolved Issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
Project Name
Reconstruction & Widening of Frankford Ave
General Description of Project
Remove and Relocate water and sewer infastructure for new road
Project.Budget
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 251,878.50
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 36,100.00
14.33%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 36,100.00
14.33%
Actual / Estimated Substantial Completion Date
6/30/2013
Final Cost
$ 287,978.50
lActual / Estimated Final Completion Date
7/31/2013
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
approvalReference Contact Information (listing names indicates .
Name Title/position
Organization
Telephone
Email
Owner
Mike Keenum
City Engineer
City of Lubbock, Texas
(806) 775-2393
Mkeenum@mail.ci.lubbock.tx.us
Designer
Construction Manager
Rick Humphries
Project Mgr
Allen Butler Construction
(806) 745-7498
rhumphries@allenbutler.net
Surety
Issues / Disputes Resolved or Pending
lHoward Cowan
Resolution by Arbitration,
Attorney ILiberty Mutual (806) 722-2663
Litigation=q 1sp te Review :..
um er 0 Issues Total amt involved In
$0.00 Pending 0 Resolved issues $0.Oo
[Number of issues resolved 0
Total Amount involved in
Resolved issues
Attachment B
Project Information Sheet
Completed
Project Owner City of Lubbock
Project Name
98th St. Paving Improvements (Albany to Huron)
General Description of Project
Water and Sanitary Sewer Infastructure
lkroject Budget and Schedule Performance
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 955,577.52
Notice to Proceed
8/22/2011
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 121,512.02
12.72%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 121,512.02
12.72%
Actual / Estimated Substantial Completion Date
Final Cost
$ 1,077,089.54
Actual / Estimated Final Completion Date
7/31/2013
Key Project Personnel
Project Manager Project Sup Safety Officer Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
ContactReference . .n (listing
names indicates approval
Name
. contacting
Title/position
the names individuals.as
Organization
Telephone
Email
Owner
Wood Franklin
Public Works Director
City of Lubbock, Texas
(806) 775-2343
wfranklin@mail.ci.lubbock.tx.us
Designer
Construction Manager
Rick Humphries
Project Mgr
Allen Butler Construction
(806) 745-7498
rhumphries@allenbutler.net
Surety
Howard Cowan
Total Amount involved in
Resolved Issues
I Attorney
,
a0.�0
Liberty Mutual (806) 722-2663
um er o Issues Total amt involved in
Pending 0 Resolved Issues $O.u0
Number of issues resolved
0
Attachment B
Project Information Sheet
Completed
Project Owner
lCostco iProject Name Costco Warehouse, Lubbock
General Description of Project
Water and Sanitary Sewer Infastructure
Project,.. ormance
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 880,398.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 56,433.00
6.41%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
56,433.00
6.41%
Actual / Estimated Substantial Completion Date
Final Cost
5 936,831.00
JActual / Estimated Final Completion Date
10/31/2013
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Chris Balios
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Chris Balios
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
Contact Information (listing
names indicates
approvalReference
Name
Title/position
.
Organization
Telephone
Email
Owner
Designer
Construction Manager
Jerry Pollock
Project Mgr
Jackson Dean Construction
(425) 531-1077
jerryp@jacksondean.com
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Number of issues resolved
O
Total Amount involved in
Resolved Issues
$0.00
Number 0 Issues
Pending
p
Total amt involved in
Resolved Issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
ICity of Lubbock
Project Name
Milwaukee Ave Paving Improvements
General Description of Project
Remove and Relocate water and sewer infastructure for new road
Schedule Performance
Budget
Budget History
Amount
% of Bid Amount
Date
Days
Bid
$ 2,511,467.50
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 316,484.77
12.60%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 316,484.77
12.60%
Actual / Estimated Substantial Completion Date
Final Cost
$ 2,827,952.27
JActual / Estimated Final
Completion Date
1/31/2014
Key Proiect Personnel
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information (listing
names indicates approval to contacting the names individuals as a reference)
Name Title/position Organization
Telephone
Email
Owner
Mike Keenum
City Engineer
City of Lubbock, Texas
(806) 775-2393
Mkeenum@mail.ci.lubbock.tx.us
Designer
Construction Manager
Rick Humphries
Project Mgr
Allen Butler Construction
(806) 745-7498
rhumphries@allenbutler.net
Surety
Issues / Disputes Resolved or Pending
Number of issues resolved O
lHoward Cowan
Resolution by Arbitration,
Total Amount involved in
Resolved issues
I Attorney
Litigation or
$0.00
Liberty Mutual 1 (806) 722-2663
Dispute Review Boards
Um er 0 ISSU2S Total amt involved in
Pending o Resolved issues
-'�
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
JCity of Lubbock lProject Name Slide Road Water Line Extension
General Description of Project
Extend Water Line on Slide Road from 98th St to FM 1585
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 701,510.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ -
0.00%
Actual / Estimated Substantial Completion Date
Final Cost
$ 701,510.00
Actual / Estimated Final Completion Date
5/31/2014
9".9. .
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
Elf who started or completed the project in their place.
Reason for Change
Reference Contact Information (listing
names indicates approval
Name
to contacting
Title/position
the names individuals as a reference)
Organization
Telephone
Email
Owner
Mike Keenum
Engineer
City of Lubbock, Texas
(806) 775-2393
Mkeenum@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Number of issues resolved O
Total Amount involved in
Resolved Issues
$0.00
-17
Um er 0 ISSUeS
Pending 0
A
Total amt involved in
Resolved Issues $0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock Project Name East Erskine Street 12" Water Line Extension
General Description of Project
Installation of approx. 1,100' of 6"-12" water line
Project Budget and Schedule Performance
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 298,366.00
Notice to Proceed
12/3/2014
90
Change Orders
Contract Substantial Completion Date at Notice to Proceed
3/3/2015
Owner Enhancements
$ 3,262.00
1.09%
Contract Final Completion Date at Notice to Proceed
3/3/2015
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 3,262.00
1.09%
Actual / Estimated Substantial Completion Date
Final Cost $ 301,628.00
Key Project Personnel
Actual / Estimated Final Completion Date
1/31/2015
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
'Reference Contact Information (listing
names indicates approval to contacting
Name Title/position
the names individuals as a reference)
Organization
Telephone
Email
Owner
Josh Kristinek
Engineer
City of Lubbock
(806) 775-3397
Jkristinek@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
lHoward Cowan
I Attorney
Liberty Mutual
(806) 722-2663
Number of issues resolved 0
Total Amount involved in
Resolved issues
$0.00
um er 0 issues
Pending
0
Total amt involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
Project Name
Northwest Lubbock Drainage Improvements
General Description of Project
Storm Sewer Infastructure (10 x 10 Boxes) up to 50' Deep 15,000 LF
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 30,899,370.70
Notice to Proceed
4/23/2012
Change Orders
Contract Substantial Completion Date at Notice to Proceed
4/3/2014
710
Owner Enhancements
$ 5,080,518.00
16.44%
Contract Final Completion Date at Notice to Proceed
5/18/2014
755
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
12/20/2014
Design Issues
Change Order Authorized Final Completion Date
Total
$ 5,080,518.00
16.44%
Actual / Estimated Substantial Completion Date
3/31/2015
Final Cost
$ 35,979,888.70
Actual / Estimated Final Completion Date
3/31/2015
Key Project Personnel
Project Manager Project Sup Safety Officer Quality Manager
Name
Ty Lane
Troy Lane
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Contact Information (listing
names indicates
approvalReference
Name Title/position
.
Organization
Telephone
Email
Owner
Mike Keenum
City Engineer
City of Lubbock, Texas
(806) 775-2393
Mkeenum@mail.ci.lubbock.tx.us
Designer
Construction Manager
Paul McMillen
Engineer
Parkhill, Smith & Cooper
(806) 473-2200
pmcmillen@team-psc.com
Surety
•
Howard Cowan
Attorney
Liberty Mutual (806) 722-2663
Number o Issues Total amt involved in
Pending Q Resolved issues O.t ;
Number of issues resolved
O
Total Amount involved in
Resolved Issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner City of Lubbock
Project Name Buffalo Lake Water Line Replacement
General Description of Project
Installation of 2,351' of 8" water line
.• , M 114
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 154,215.10
Notice to Proceed
2/9/2015
60
Change Orders
Contract Substantial Completion Date at Notice to Proceed
4/10/2015
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
4/10/2015
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
Final Cost
$ 1541,215.10
Actual / Estimated Final Completion Date
4/6/2015
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Contact Information (listing
names indicates
approvalReference
Name Title/position
Organization
_
Telephone
Email
Owner
John Turpin
Engineer
City of Lubbock
(806) 775-2342
Jturpin@mail.ci.lubbocl<.tx.us
Designer
Construction Manager
Surety
Issues / Disputes Resolved or Pending
Howard Cowan
Resolution by Arbitration,
Attorney
Litigation or
$0.00
Liberty Mutual (806) 722-2663
Dispute Review Boards-.
Um er O ISSU25 Total amt involved in
Pending Q Resolved issues $0.00
Number of issues resolved
O
Total Amount involved in
Resolved Issues
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
Project Name Northwest Water Reclamation Plant
General Description of Project
Installation of 10,400' of 6"-16" water line at 0'-14' deep by open cut and boring
get History Schedule Performance
I7
Amount
% of Bid Amount
Date
Days
Bid
$ 1,245,847.30
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
Final Cost
$ 1,245,847.30
Actual / Estimated Final Completion Date
8/7/2015
7 -
Project Manager
Project Sup
Safety Officer
quality Manager
Name
Ty Lane
Chris Balios
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name Title/position Organization Telephone Email
Owner
John Turpin
Engineer
City of Lubbock
(806) 775-2342
Jturpin@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
Howard Cowan
I Attorney
Liberty Mutual
(806) 722-2663
-
Issues / Disputes Resolved or Pending
Number of issues resolved O
Resolution by Arbitration,
Total Amount involved in
Resolved issues
Litigation or
$0.00
Dispute Review Boards
Um er O ISSueS
Pending Q
Total amt involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Brownfield
Project Name
Water & Sewer Extension
General Description of Project
Installation of 13,700' 8" Water Line, 6,900' 6" Force Main, 3,290' 6" Force Main under Pavement, Lift Station
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 1,279,031.00
Notice to Proceed
6/8/2015
Change Orders
Contract Substantial Completion Date at Notice to Proceed
10/31/2015
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
JActual / Estimated Substantial Completion Date
Final Cost
$ 1,279,031.00
JActual / Estimated Final Completion Date
11/30/2015
Key Project Personnel
Project Manager Project Sup Safety Officer Quality Manager
Name
Jonathan Ziegner
Chris Balios
Jonathan Ziegner
Jonathan Ziegner
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Contact Information (listing
names indicates
approvalReference
Name
Title/position Organization
j
Telephone Email
Owner
Designer
Construction Manager
Alex Kingstom
Engineer
Parkhill, Smith & Cooper
(806) 473-2200
AKingston@team-psc.com
Surety
Howard Cowan
I Attorney
Liberty Mutual
(806) 722-2663
Number 0 Issues
Pending
Q
Total amt involved in
Resolved issues $0.00
Number of issues resolved
0
Total Amount involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
ICity of Lubbock
Project Name
South Lubbock Sanitary Sewer Extension - Phase 1
General Description of Project
Installation of 35,400' Fiberglass Sewer Pipe, ranging in size from 24" — 54" and depths from 0' — 42'
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 20,293,159.95
Notice to Proceed
5/19/2014
Change Orders
Contract Substantial Completion Date at Notice to Proceed
May 2015
Owner Enhancements
$ (13,848.31)
-0.07%
Contract Final Completion Date at Notice to Proceed
May 2015
Unforeseen Conditions
$ 265,699.10
1.31%
Change Order Authorized Substantial Completion Date
October 2015
Design Issues
Change Order Authorized Final Completion Date
October 2015
Total
$ 251,850.79
1.24%
Actual / Estimated Substantial Completion Date
October 2015
Final Cost $ 20,545,010.74
Key Project Personnel
Actual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
11/30/2015
Quality Manager
Name
Ty Lane
Chris Balios
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
LIf who started or completed the project in their place.
Reason for Change
Organization Telephone Email
Name
Title/position
Owner
Zoltan Fekete
Engineer
City of Lubbock, Texas
(806) 775-3317
ZFekete@mail.ci.lubbock.tx.us
Designer
Construction Manager
Aaron Rader
Engineer
Kimley Horn Associates
(817) 335-6511
aaron.rader@kimley-horn.com
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Issues tosputes Resolved or Pending
FNumberof issues resolved 0
Resolution by Arbitration,
Total Amount involved in
Resolved issues
Litiga!!�iqq o�
$0.00
Dispute Review Boards
Um er 0 issues
Pending
Q
Total amt involved in
Resolved Issues $0.00
Attachment B
Project Information Sheet
Completed
Project Owner ILEDA
Project Name ILubbock Railport Sanitary Sewer Line Extension
General Description of Project
Installation of 860' of 15" sewer at 10'+ deep
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 271,729.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
April 2016
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ -
0.00%
Actual / Estimated Substantial Completion Date
Final Cost
$ 271,729.00
Actual / Estimated Final Completion Date
4/5/2016
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Brandy Mitchell
Jonathan Ziegner
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name Title/position Organization Telephone Email
Owner
Designer
Construction Manager
Kristi Laverty
Engineer
Parkhill
(806) 473-3634
klaverty@team-psc.com
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
r . . .
. . . .
. .
r •- '
um er o ISSUeS Total amt involved in
Pending 1 0 Resolved Issues $0.00
Number of issues resolved 0
Total Amount involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
ICity of Lubbock
Project Name
1Pump Station Intake Meters
General Description of Project
Pump Stations #3 & #8
Budget
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 640,425.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ (47,155.00)
-7.36%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ (47,155.00)
-7.36%
Actual / Estimated Substantial Completion Date
Final Cost
$ 593,270.00
Actual / Estimated Final Completion Date
9/30/2016
Key,Project Personnel
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Chris Balios
Jonathan Ziegner
Jonathan Ziegner
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
MR
Telephone Email
Name
Title/position
Organization
Owner
John Turpin
City of Lubbock, Texas
(806) 775-2342
JTurpin@mail.ci.lubbock.tx.us
Designer
Construction Manager
Brian Beach
Freese & Nichols
(210) 837-2476
brb@freese.com
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
/ Disputes Resolved or
Number of issues resolved
Pending
0
Resolution by Arbitration,
Total Amount involved in
Resolved issues
Litigation or
$0.00
BoardsIssues
Dispute Review
Um er 0 Issues
Pending
O
otal Tamt involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
LEDA
Project Name Monsanto Potable Water Line Extension
General Description of Project
Installation of 10,400' of 12" water line
BudgetTroject
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 1,117,158.50
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
September 2016
Owner Enhancements
$ (1,893.30)
-0.17%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ (1,893.30)
-0.17'�
Actual / Estimated Substantial Completion Date
Final Cost
$ 1,115,265. 20
Actual / Estimated Final Completion Date
9/30/2016
Key Project Personnel
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Jonathan Ziegner
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information (listing
names indicates approval
Name
to contacting
Title/position
the names individuals as a reference)
Organization
Telephone
Email
Owner
Designer
Construction Manager
John Sedbrook
Garney Construction
(720) 407-8160
jsedbrool<@garney.com
Surety
Issues / Disputes Resolved or Pending
Howard Cowan
Resolution by Arbitration,
Attorney
Litigation or
Liberty Mutual (806) 722-2663
Dispute Review Bo rds
Murfluer 01 ISSues Total amt involved in
Pending 0 Resolved issues $0.00
[Number of issues resolved 0
Total Amount involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
Project Name
2" Water Line Change Out
General Description of Project
Installation of 13,400' of 4"-6" water line
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 1,528,625.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
Final Cost
$ 1,528,625.00
Actual / Estimated Final Completion Date
10/31/2016
Key Project Personnel
Project Manager Project Sup Safety Officer Quality Manager
Name
Jonathan Ziegner
Chris Balios
Jonathan Ziegner
Jonathan Ziegner
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information (listing
names indicates approval
Name
to contacting
Title/position
the names individuals as a reference)
Organization
Telephone
-4�
Email
Owner
Josh Flud
City of Lubbock, Texas
(806) 775-3161
Jflud@mylubbock.us
Designer
Construction Manager
Surety lHoward
Cowan
Attorney
Liberty Mutual
(806) 722-2663
Number of issues resolved
0
Total Amount involved in
Resolved issues
$0.00
Number O issues Total amt involved in
Pending 0 Resolved issues $0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
Project Name
Construction of Downtown Duct System, Phase 3
General Description of Project
Installation of 8,475' of conduit
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 4,299,237.80
Notice to Proceed
3/7/2016
160
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
I
Change Order Authorized Substantial Completion Date
1/2/2017
30
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
Final Cost
$ 4,299,237.80
Actual / Estimated Final Completion Date
11/30/2016
Key Project Personnel
Project Manager Project Sup Safety Officer Quality Manager
Name
Jonathan Ziegner
Chris Balios
Jonathan Ziegner
Jonathan Ziegner
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name
Title/position
Organization Telephone
Email
Owner
Neil Welch
ssistant City Enginee
City of Lubbock
(806) 775-3254
NWelch@mail.ci.lubbock.tx.us
Designer
Construction Manager
SGS
Surety
Howard Cowan
Attorney IlLiberty
Mutual
(806) 722-2663
Number of issues resolved O
$0.00
Total Amount involved in
Resolved Issues
Number O Issues
Pending
p
Total amt involved in
Resolved Issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner City of Lubbock 113roject Name South Lubbock Sanitary Sewer Extension - Phase 2
General Description of Project
Installation of 23,800' Fiberglass Sewer Pipe, ranging in size from 12" — 48" and depths from 0' — 25+'
BudgetProject
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 11,921,273.80
Notice to Proceed
6/15/2015
Change Orders
Contract Substantial Completion Date at Notice to Proceed
4/10/2016
300
Owner Enhancements
$ 1,069,283.42
8.97%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
3/3/2017
327
Design Issues
Change Order Authorized Final Completion Date
Total
$ 1,069,283.42
8.97%
Actual / Estimated Substantial Completion Date
3/3/2017
Final Cost
$ 12,990,557.22
Actual / Estimated Final Completion Date
7/31/2017
Key Project Personnel
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Chris Balios
Jonathan Ziegner
Jonathan Ziegner
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information (listing
names indicates approval to contacting
Name Title/position
the names individuals,akayqf
Organization
Telephone Email
Owner
Zoltan Fekete
Engineer
City of Lubbock, Texas
(806) 775-3317
ZFekete@mail.ci.lubbock.tx.us
Designer
Construction Manager
Aaron Rader
Engineer
Kimley Horn Associates
(817) 335-6511
aaron.rader@kimley-horn.com
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Issues / Disputes Resolved or
Number of issues resolved
Pending
1 0
Resolution by Arbitration,
Total Amount involved in
Resolved issues
Litigation or
$0.00
Dispute Review Boards
Um er O Issues
Pending
0
Total amt involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
ICity of Lubbock
Project Name
Canyon Lakes Sanitary Sewer Phase 1
General Description of Project
Installation of 7,400' of Sewer by open cut and bore ranging in size from 4" to 30" up to depths of up to 30+'
Project Budget and Schedule Performance
Budget History
_ sY.
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 5,097,938.00
Notice to Proceed
7/11/2016
Change Orders
Contract Substantial Completion Date at Notice to Proceed
4/7/2017
270
Owner Enhancements
$ 363,241.31
7.13%
Contract Final Completion Date at Notice to Proceed
9/9/2016
60
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
7/24/2017
108
Design Issues
Change Order Authorized Final Completion Date
10/19/2017
Total
$ 363,241.31
7.13%
Actual / Estimated Substantial Completion Date
7/24/2017
Final Cost
$ 5,461,179.31
JActual / Estimated Final Completion Date
10/19/2017
Key Project Personnel JOEL—
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Gilbert Prieto
Jonathan Ziegner
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information (listing
names indicates approval
Name
to contacting
Title/position
the names individuals as a reference),__
Organization
Telephone
Email
Owner
John Turpin
City of Lubbock
(806) 775-2342
JTurpin@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
iHoward Cowan
I Attorney ILiberty
Mutual
(806) 722-2663
Issues / Disputes Resolved or Pending
Number of issues resolved 0
Resolution by Arbitration,
Total Amount involved in
Resolved issues
Litigation or
$0.00
Dispute Review Boards
um 0 er 155Ue5
Pending lResolved
Total amt involved in
issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
Lubbock -Cooper ISO
Project Name
Chlorination and Water System Improvements
General Description of Project
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 1,045,220.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
Final Cost $ 1,045,220.00
Key Project Personnel
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
11/30/2017
quality Manager
Name
Jonathan Ziegner
Troy Lane
Jonathan Ziegner
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name
.. .T.
Title/position
Organization
Telephone
Email
Owner
Mike Rebber
LCISD
(806) 787-4892
mrebber@lcisd.net
Designer
Construction Manager
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Number of issues resolved 0
Total Amount involved in
Resolved issues
$0.00
Number OT Issues total amt involved in
Pending Resolved issues $0.00
Attachment B
Project Information Sheet
Completed
Project Owner City of Plainview Project Name
Milwee/Juniper Lift Station & Sanitary Sewer Line
General Description of Project
Installation of 3,500' of 18" - 24" Pipe
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 862,854.72
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ -
0.0090
Actual / Estimated Substantial Completion Date
Final Cost
$ 862,854.72
Actual / Estimated Final Completion Date
12/1/2017
. M M l
Key Project Personnel 77V
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Ty Lane
Bo Rodriguez Jr.
Ty Lane
Ty Lane
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
ContactReference . .n (listing
names indicates approval
Name
. contacting
Title/position
the names individuals
Organization
Telephone
Email
Owner
Designer
Construction Manager
Deerwood Construction
Surety
Disputes Resolved or Pending
lHoward Cowan
ResolutionArbitration,.
I Attorney
$0.00
Liberty Mutual (806) 722-2663
Boards
um er o ISSUeS Total amt involved in
Pending 0 Resolved issues $0.00
Number of issues resolved
0
Total Amount involved in
Resolved issues
Attachment B
Project Information Sheet
Completed
Project Owner City of Lubbock Project Name
Northwest Water Reclamation Plant
General Description of Project
10" to 48" FRP up to 40' Deep 34,000 LF
I Nor
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 11,644,499.00
Notice to Proceed
4/18/2016
Change Orders
Contract Substantial Completion Date at Notice to Proceed
1/13/2017
270
Owner Enhancements
$ 181,360.54
1.56%
Contract Final Completion Date at Notice to Proceed
2/12/2017
30
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
2/22/2018
405
Design Issues
Change Order Authorized Final Completion Date
3/24/2018
Total
$ 181,360.54
1.56°.
Actual / Estimated Substantial Completion Date
2/22/2018
Final Cost
$ 11,825,859.54
Actual / Estimated Final Completion Date
2/22/2018
• 1*
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Leo Garcia
Jonathan Ziegner
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
1
approval
Name Title/position
Organization Telephone Email
Owner
John Turpin
City of Lubbock (806) 775-2342
JTurpin@mail.ci.lubbock.tx.us
Designer
Josh Frisinger
Engineer
Alan Plummer (817) 806-1700
jfrisinger@apaienv.com
Construction Manager
Surety
Howard Cowan
Attorney
Liberty Mutual 1 (806) 722-2663
Issues / Disputes Resolved or Pending
Number of issues resolved 0
Resolution by Arbitration,
Total Amount involved in
Resolved issues
Litigation or
$0.00
Dispute Review Boards
um er 0 Issues Total amt involved in
Pending 0 Resolved Issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
lCity of Lubbock
Project Name
IPump Station #16 & Storage Tank
General Description of Project
Installation of Pump Station and Storage Tank, including 2,000+ LF of pipe ranginf from 24"-48" at depths of up to 30+'
BudgetPerformance "9
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 17,675,000.00
Notice to Proceed
4/29/2016
Change Orders
Contract Substantial Completion Date at Notice to Proceed
8/2/2017
460
Owner Enhancements
$ 145,106.79
0.82%
Contract Final Completion Date at Notice to Proceed
9/21/2017
50
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
1/10/2018
Design Issues
Change Order Authorized Final Completion Date
3/26/2018
Total
$ 145,106.79
0.82%
Actual / Estimated Substantial Completion Date
1/10/2018
Final Cost
$ 17,820,106.79
lActual / Estimated Final Completion Date
3/26/2018
Key Project Personnel Aft.
Project Manager
Project Sup Safety Officer Quality Manager
Name
Jonathan Ziegner
Marty Hamm
Jonathan Ziegner
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name
Title/position
Organization
Telephone Email
Owner
John Turpin
City of Lubbock
(806) 775-2342
JTurpin@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Number of issues resolved 0
Total Amount involved in
Resolved issues
$0.00
Number Or issues Total amt involved in
Pending 0 Resolved issues $0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
Project Name
Kent Street Water Line
General Description of Project
Installation of 8,200' of 6"-20" pipe by open cut and bore
( -
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 410,250.00
Notice to Proceed
12/4/2017
Change Orders
Contract Substantial Completion Date at Notice to Proceed
4/3/2018
120
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
5/3/2018
150
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ -
0.00%
Actual / Estimated Substantial Completion Date
4/3/2018
Final Cost
$ 410,250.00
Actual / Estimated Final Completion Date
4/27/2018
Key Project Personnel
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Troy Lane
Jonathan Ziegner
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Contact Information (listing
names indicates
approvalReference
.
Telephone Email
Name
Title/position
Organization
Owner
Adam Nixon
City of Lubbock
(806) 775-2344
ANixon@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
lHoward Cowan
Attorney
'
Liberty Mutual (806) 722-2663
Number of issues resolved
0
Total Amount involved in
Resolved Issues
$0.00
Um er 0 Issues
Pending
O
Total amt Involved In
Resolved Issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
Project Name
Lift Station 41 Replacement
General Description of Project
Installation of 1,700' of 12" pipe by open cut and bore
BudgetProject
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 914,865.00
Notice to Proceed
7/10/2017
Change Orders
Contract Substantial Completion Date at Notice to Proceed
4/6/2018
270
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
5/6/2018
300
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ -
0.00%
Actual / Estimated Substantial Completion Date
4/6/2018
Final Cost
$ 914,865.00
Actual / Estimated Final Completion Date
5/3/2018
Project Manager
Project Sup
Safety Officer
quality Manager
Name
Ty Lane
Chris Balios
Ty Lane
Ty Lane
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
III DIII
..
Name Title/position Organization Telephone Email
Owner
John Turpin
City of Lubbock
(806) 775-2342
1Turpin@mail.ci.lubbock.tx.us
Designer
Engineer
Kimley-Horn
Construction Manager
Surety
iHoward Cowan
Attorney
$0.00
Liberty Mutual (806) 722-2663
Number O issues Ptal amt involved in
Pending 0solved Issues $0.00
77f issues resolved 0
Total Amount involved in
Resolved Issues
Attachment B
Project Information Sheet
Completed
Project Owner City of Lubbock Project Name Frankford Water Line Extension
General Description of Project
Installation of 8,233' of 6"-24" water line by open cut and boring
Budget
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 842,545.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ -
0.00%
Actual / Estimated Substantial Completion Date
Final Cost
$ 842,545.00
Actual / Estimated Final Completion Date
1/11/2019
Key ljrojf�ct Personnel
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Chris Balios
Jonathan Ziegner
Jonathan Ziegner
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name Title/position
Organization
Telephone
_ -
Email
Owner
Adam Nixon
City of Lubbock
(806) 775-2344
Anixon@mail.ci.lubbocl<.tx.us
Designer
Construction Manager
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
^✓. r• �ti . ri�.�wA l`!Ma., -.. - -ram
IrI�Tleli
Number of issues resolved
0
Total Amount involved in
Resolved issues
$0.00
Number of Issues
Pending
0
Total amt involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Comoleted
Project Owner
City of Plainview / Hale County
Project Name
Business Park, Phase 1
General Description of Project
Drainage improvements & installation of approx 4,800 If of 10" water line & approx 5,860 If of 12" sewer line
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 794,005.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 47,986.86
6.04%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 47,986.86
6.04%
Actual / Estimated Substantial Completion Date
3/31/2019
Final Cost
$ 841,991.86
Actual / Estimated Final Completion Date
3/31/2019
Project Manager Project Sup Safety Officer Quality Manager
Name
Jonathan Ziegner
Cory Bahos
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Contact information (listing
naMes indicates
approvalRefeEepce
Name
.
Title/position
Organization
Telephone
Email
Owner
Tim Crosswhite
City of Plainview
(806) 296-1150
tcrosswhite@plainviewtx.org
Designer
Bill Coleman
Hale County
(806) 291-5215
bcoleman@halecounty.org
Construction Manager
Kristi Laverty
Parkhill Smith & Cooper
(806) 473-3634
klaverty@team-psc.com
Surety
lHoward Cowan
Attorney
Liberty Mutual
(806) 722-2663
Issues / Disputes Resolved or Pending
Number of issues resolved 0
Resolution by Arbitration,
Total Amount involved in
Resolved issues
Litigation or
$0.00
Dispute Review Boards
Number of issues
Pending 0
Total amt involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Project Owner
Lubbock VA LLC
Project Name VA Lubbock Community Outpatient Clinic
General Description of Project
Installation of approx 2,400 If of 4", 6" & 8" water line & approx 200 If of 8" sewer line
-.
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 186,710.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 16,430.00
8.80%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 16,430.00
8.80%
Actual / Estimated Substantial Completion Date
6/30/2019
Final Cost
$ 203,140.00
Actual / Estimated Final Completion Date
6/30/2019
Project Manager Project Sup Safety Officer
WPM
Quality Manager
Name
Jonathan Ziegner
Steve Levitt
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Telephone Email
Name
Title/position
Organization
Owner
Tim Crosswhite
City of Plainview
(806) 296-1150
tcrosswhite@plainviewtx.org
Designer
Bill Coleman
Hale County
(806) 291-5215
bcoleman@halecounty.org
Construction Manager
Kristi Laverty
Parkhill Smith & Cooper
1 (806) 473-3634
klaverty@team-psc.com
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Number of issues Total amt involved in
Pending 0 Resolved issues $0.00
Number of issues resolved
0
Total Amount involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Project Owner
City of Lubbock
Project Name
FM 179 Water Line Relocation
General Description of Project
Installation of approx 10,500 If of 12" water line by open cut and bore
Project Budget and Schedule Performance
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 773,617.50
Notice to Proceed
1/14/2019
Change Orders
Contract Substantial Completion Date at Notice to Proceed
5/14/2019
120
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
6/13/2019
150
Unforeseen Conditions
$ (20,323.50)
-2.63%
Change Order Authorized Substantial Completion Date
7/31/2019
78
Design Issues
Change Order Authorized Final Completion Date
8/30/2019
78
Total
$ (20,323.50)
-2.63%
Actual / Estimated Substantial Completion Date
7/31/2019
Final Cost
$ 753,294.00
Actual / Estimated Final Completion Date
7/31/2019
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Troy Lane
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name
Title/position
Organization
Telephone
Email
Owner
Josh Kristinek
Engineer
City of Lubbock
(806) 775-3397
Jkristinek@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
6 _ •-
Number of issues Total amt involved in
Pending 0 Resolved issues $0.00
Number of issues resolved
0
Total Amount involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
C'mm�latarl
Project Owner
ICity of Lubbock
Project Name
Southeast Sewer Plant
General Description of Project
Placement of new 6" scrubber line
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 36,266.85
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ -
0.00%
Actual / Estimated Substantial Completion Date
Final Cost
$ 36,266.85
Actual / Estimated Final Completion Date
9/20/2019
Project Manager Project Sup Safety Officer Quality Manager
Name
Jonathan Ziegner
Gilbert Prieto
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name
Title/position
Organization
Telephone
Email
Owner
Mary Gonzales
City of Lubbock
(806) 775-3229
MHGonzales(@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
Howard Cowan
Attorney
Liberty Mutual 1
(806) 722-2663
Number of issues resolved O
Total Amount involved in
Resolved issues
$0.00
i
Number of issues Total amt involved in
Pending 0 Resolved issues $o.00
Attachment B
Project Information Sheet
Cmmnlatad
Project Owner
ICity of Lubbock
Project Name
Southeast Sewer Plant
General Description of Project
Removal & Replacement of Clarifier
- ,r -�
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 175,000.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ -
0.00%
Actual / Estimated Substantial Completion Date
Final Cost
$ 175,000.00
Actual / Estimated Final Completion Date
11/6/2019
Key Project Personnel 7-
Project Manager Project Sup Safety Officer Quality Manager
Name
Jonathan Ziegner
Gilbert Prieto
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
na )PAa cc_qpcting
mes indicates alj,'cq
Name Title/position
the names individuals as a reference
Organization
_
Telephone Email
Reference Contact Information (listing
Owner
Mary Gonzales
City of Lubbock
(806) 775-3229
MHGonzaIes@maiI.ci.Iubbock.tx.us
Designer
Construction Manager
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Issues / Disputes Re§o1ved or Pending
Resolution by Arbitration,
Litigation or Dispute Review Boards
Number of issues Total amt involved in
$0.00 Pending 0 Resolved issues $0.00
Number of issues resolved
0
Total Amount involved in
Resolved issues
Attachment B
Project Information Sheet
Project Owner
City of Amarillo Project Name
Sewer Relocation
General Description of Project
Installation of approx 8,200 If of 8"-14" sewer line at 0'-30' deep
' . - . • - . - .M ra a. -
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 2,482,235.00
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
12/1/2019
Final Cost
$ 2,482,235.00
Actual / Estimated Final Completion Date
12/1/2019
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Peter Nguyen
Bo Rodriguez Jr
Peter Nguyen
Ty Lane
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name Title/position
7iT-�; -
Organization Telephone Email
Owner
Designer
Construction Manager
Monte Taylor
Amarillo Utility Contractors
(806) 342-0255
monte.t@amarilloutility.com
Surety
Howard Cowan
Attorney
Llholo", iviutiial
(806) 722-2663
1�3f'ftix tt �tltl� _ �'�!i! fll: �.�..
�rL�l•Jei.lyidl- }�>i �� ��i_„�, - .._. ;i -
Number of issues resolved
�Tot,IlArnou,t
O
involved in
Resoved Issues
$0.00
Number of issues
Pending
0
mt involved in
ed issues
FT
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
HEB
Project Name
HEB - Lubbock
General Description of Project
Installation of approx. 3,900' of 6"-8" water line and approx 2,470' of 6"-8" sewer line 8'-16' deep
. • ,.,
Budget History Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 367,707.00
Notice to Proceed
1/6/2020
Change Orders
Contract Substantial Completion Date at Notice to Proceed
4/5/2020
90
Owner Enhancements
$ 237,607.63
64.62%
Contract Final Completion Date at Notice to Proceed
4/5/2020
90
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 237,607.63
64.62%
Actual / Estimated Substantial Completion Date
4/5/2020
Final Cost
$ 605,314.63
Actual / Estimated Final Completion Date
4/5/2020
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Troy Lane
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name
Title/position
Organization
Telephone
Email
Owner
Designer
Construction Manager
Erick Perez
Asst Project Mgr
EMJ Corporation
(972) 580-1210
erick.perez@emjcorp.com
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Number of issues resolved
0
Total Amount involved in
lResolved issues
$0.00
Number of issues
Pending
0
Total amt involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
Project Name
Water Line Change Out, Phase 4
General Description of Project
Installation of 8,700' of 4"-8" water line
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 1,062,165.00
Notice to Proceed
7/29/2019
Change Orders
Contract Substantial Completion Date at Notice to Proceed
3/25/2020
240
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
4/24/2020
270
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
3/25/2020
Final Cost
$ 1,062,165.00
Actual / Estimated Final Completion Date
4/24/2020
Key Project I.
Project Manager Project Sup Safety Officer Quality Manager
Name
Jonathan Ziegner
Cory Balios
Jonathan Ziegner
Jonathan Ziegner
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name Title/position
Organization Telephone
Email
Owner
John Turpin
Engineer
City of Lubbock
(806) 775-2342
Jturpin@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
DisputesIssues /
Number of issues resolved 0
Total Amount involved in
Resolved issues
$0.00
Number of issues
Pending Q
Total amt involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
Project Name
Southeast Sewer Plant
General Description of Project
Removal and Replacement of 2 36" effluent lines to primary lift station from headworks
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 888,799.00
Notice to Proceed
1/16/2020
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
Final Cost
$ 888,799.00
Actual / Estimated Final Completion Date
5/9/2020
Project Manager
Project Sup
Safety Officer
Quality Manager
Name
Jonathan Ziegner
Gilbert Prieto
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Name
.. ..1191
Title/position Organization
Telephone Email
Owner Mary Gonzales
City of Lubbock
(806) 775-3229
MHGonzaIes@maiI.ci.IAbbock.tx.us
Designer
Construction Manager
Surety Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Number of issues resolved
O
Total Amount involved in
Resolved issues $0.00
Number of issues
Pending
J
Total amt involved in
Resolved issues
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
113roject Name
Southeast Sewer Plant
General Description of Project
Removal and Replacement of 10" Effluent line
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 16,046.00
Notice to Proceed
1/16/2020
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ -
0.00%
Actual / Estimated Substantial Completion Date
Final Cost
$ 16,046.00
lActual / Estimated Final Completion Date
5/31/2020
Key Prqj!�q.Personnel
Project Manager Project Sup Safety Officer Quality Manager
Name
Jonathan Ziegner
Gilbert Prieto
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
-,ai1,i=P
Organization Telephone Email
Name
Title/position
Owner
Mary Gonzales
City of Lubbock
(806) 775-3229
MHGonzales(@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
lHoward Cowan
Attorney
Liberty Mutual
(806) 722-2663
Issues / Disputes Resolved or Pending
Resolution by Arbitration,
Litigation or
Dispute Review Boards 7
Number of issues Total amt involved in
Pending 0 Resolved issues
Number of issues resolved
O
Total Amount involved in
Resolved Issues
$0.00
$0.00
Attachment B
Project Information Sheet
Completed
Project Owner
City of Lubbock
Project Name
Canyon Lakes Sanitary Sewer, Phase 2
General Description of Project
Installation of 5,600' of Sewer by open cut and bore ranging in size from 4" to 30" up to depths of up to 30+'
,_., Project Budget and Schedule Performance billibi,
Budget History
Schedule Performance
Amount
% of Bid Amount
Date
Days
Bid
$ 5,825,039.00
Notice to Proceed
3/25/2019
Change Orders
Contract Substantial Completion Date at Notice to Proceed
1/19/2020
300
Owner Enhancements
$ (5,627.10)
-0.10%
Contract Final Completion Date at Notice to Proceed
2/18/2020
330
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
6/17/2020
150
Design Issues
Change Order Authorized Final Completion Date
7/17/2020
150
Total
$ (5,627.10)
-0.10%
Actual / Estimated Substantial Completion Date
6/2/2020
Final Cost
$ 5,819,411.90
Actual / Estimated Final Completion Date
6/2/2020
My Project Personnel
Project Manager Project Sup Safety Officer
Quality Manager
Name
Jonathan Ziegner
Gilbert Prieto
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information
I.: i ,
Name Title/position
Organization Telephone
-
Email
Owner
John Turpin
Engineer
City of Lubbock
(806) 775-2342
Jturpin@mail.ci.lubbock.tx.us
Designer
Construction Manager
Surety
Howard Cowan
Attorney
Liberty Mutual
(806) 722-2663
Number of issues Total amt involved in
Pending 0 Resolved issues $0.00
Number of issues resolved
0
Total Amount involved in
Resolved issues
$0.00
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.
Con , •actor (Original gnature
Jonathan Zienger
Contractor (Print)
CONTRACTOR'S BUSINESS NAME: Utility Contractors of America, Inc.
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 5805 County Road 7700
Lubbock, TX 79424
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
RFP 21-15676-TF - Tech Terrace Block 5 Utility Line Relocation
Page Intentionally Left Blank
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 citations for violations of OSHA within the past three (3) years?
YES NO X
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
Offeror's Initials
UESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations,
of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO X
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
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 convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO X
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed.
QUESTION FOUR
Provide your company's Experience Modification Rate and supporting information: .94
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.
Signattffe
President/CEO - Tonathan Ziegner
Title
City of Lubbock, TX
RFP 21-15676-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: Utility Contractors of America, Inc.
FEDERAL TAX ID or SOCIAL SECURITY No. A 75-2214193
Signature of Company Official:
Printed name of company official signing above: Jonathan Ziegner - President/CEO
Date Signed:_ February 11, 2021
City of Lubbock, TX
House Bill 89 Verification
RFP 21-15676-TF
1, Jonathan Ziegner (Person name), the undersigned representative of (Company or
Business Name) Utility Contractors of America, Inc.
(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:
1. 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.
February 11, 2021
�,-'ze—
DATE SIGNATfJRE OF COM NY
REPRESENTATIVE
PROPOSED LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location Services Provided Yes No
1. ConDeck Corporation
Albuquerque, NM Grouting of the abandoned sewer line ° x
2.
❑ °
3.
° °
4.
° °
5.
° °
6.
❑ ❑
7.
° °
8.
❑ ❑
9.
❑ ❑
10.
° °
11.
° °
12.
❑ ❑
13.
14.
° °
15.
° °
16.
° °
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
Utility Contractors of America, Inc.
(PRINT NAME OF COMPANY)
RFP 21-15676-TF - Tech Terrace Block 5 Utility Line Relocation
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
FINAL LIST OF SUB -CONTRACTORS
Minority Owned
Company Name Location Services Provided Yes
No
1.
❑
❑
2.
❑
❑
3.
❑
❑
4.
❑
❑
5.
❑
❑
6.
❑
❑
7.
❑
❑
8.
NO SUB-CONRACTORS WILL BE USED FOR THIS JOB. ❑
❑
9.
❑
❑
10.
❑
❑
11.
❑
❑
12.
❑
❑
13.
❑
❑
14.
❑
❑
15.
❑
❑
16.
❑
❑
SUBMITTED BY:
Utility Contractors of America Inc
(PRINT NAME OF COMPANY)
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS
DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
RFP 21-15676-TF - Tech Terrace Block 5 Utility Line Relocation
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 ___________________________________ (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 Three Hundred Forty-One Thousand Two Hundred Ninety-Five Dollars
($341,295) lawful money of the United States for the payment whereof, the said Principal and Surety bind
themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day
of March, 2021, to RFP 21-15676-TF - Tech Terrace Block 5 Utility Line Relocation__________________
__________________________________________________________________________________________
__________________________________________________________________________________________
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 __________________ 2021.
________________________________ _____________________________
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 ___________________________________ (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 Three Hundred Forty-One Thousand Two Hundred Ninety-Five Dollars
($341,295) lawful money of the United States for the payment whereof, the said Principal and Surety bind
themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day
of March, 2021, to RFP 21-15676-TF - Tech Terrace Block 5 Utility Line Relocation__________________
__________________________________________________________________________________________
__________________________________________________________________________________________
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 ____________________, 2021.
____________________________ _____________________________
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,
LUBBOCK, TX 79401 TYPE OF PROJECT:_________________________
THIS IS TO CERTIFY THAT ___________________________________________ (Name and Address of Insured) is, at the date of this certificate,
insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the pro visions
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 cancellati on, 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 coverage ends
during the duration of the project;
_____ (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
_____ (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of coverage
of any person providing services on the project;
_____ (7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission
rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish
and any other language common to the worker population. The text for the notices shall be the following
text provided by the commission on the sample notice, without any additional words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED
SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL
LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS
OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR’S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS
INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
COPIES OF THE ENDORSEMENTS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the ident ity 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 ye ar
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 15676
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 91 day of March, 2021 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Utility Contractors of America. Inc. of the City of Lubbock, County of Lubbock
and the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
RFP 21-15676-TF Tech Terrace Block 5 Utility Line Relocation
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement. Utility Contractors of America. Inc.'s proposal dated February 11,
2021 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:
Utility Contractors of America, Inc.
COMPLETE ADDRESS:
Utility Contractors of America, Inc.
5805 County Road 770
Lubbock, TX 79424
CITY OF LLUBBVTEXAS (OWNER):
By:
Daniel M. Pope, Mayor
ATTEST:
RebeAca Garza, City Secret
APPROV D AS TO CONTENT:
Public rks, Eng eering
3
Name (Printed) Date
R VED AS TO ORM:
Ili Leisure, 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 con flict 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 Avenue K, Floor 10
Lubbock, Texas, 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 Utility Contractors of America, Inc., who has agreed to perform the work
embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative 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 materi als. 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 stil l
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 wor k 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 Ow ner'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 object ions 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 t he
specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate
engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall
regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed,
when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans
and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by
competent and reasonable representatives of the Contractor is essential to the proper performance of the work and
lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor
and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor’s agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work,
and the general and local conditions, and all other matters which in any way affect the work under the contract
documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner’s
Representative either before or after the execution of this contract, shall affect or modify any of the terms or
obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications
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 op inion,
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 poi nts 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 whet her
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 written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner,
Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests,
or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements
of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice
thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such
work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action
contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the accompanying
bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid according
to the quantity actually done and at the unit price established for such work under this contract ; otherwise such
additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or
alterations as shall make useless any work already done or material already furnished or used in said work, then the
Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required
by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, 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 Ow ner'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’ Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them
agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and
records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may
also specify in writing, before the work commences, the method of doing the work and the type and kind of
machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%,
unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated
General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment
shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid
to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field
office expense, and all other elements of cost and expense not embraced within the actual field cost as herein
defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such
Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner’s Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these
plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification
obtained before the proposals are received, and if no such notice is received by the Owner's Representative
prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to
be included and has provided sufficient sums in its proposal to complete the work in accordance with these
plans and specifications. If Contractor does not notify Owner’s Representative before offering of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are
sufficient and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than 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 such an
extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers’ Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers’
Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the
safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state
and municipal laws and building and construction codes. All machinery and equipment and other physical hazards
shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General
Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The
Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer
and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims
and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated,
including, but not limited to, attorneys’ fees and expenses, in connection with, incident to, related to, or arising out
of, the Contractor’s or any subcontractor’s, agent’s or employee’s, in any manner whatsoever, omission, execution
and/or supervision of this contract, and the project which is the subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent
Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners
or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as
reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety
precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas
and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or
any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of
insurance, required herein, including policies of insurance required to be provided by Contractor and its
subcontractors, shall contain a waiver of any and all of the insurer’s or payor’s, in the event of self-insurance, rights
to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity
with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or
separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
8
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON
AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO
INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE
CONTRACTOR’S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF
COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE
REQUIRED.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined
Single Limit in the aggregate and $1,000,000 per occurrence to include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
Med Exp (Anyone Person)
w/Heavy Equipment
XCU
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.
9
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 government al
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code)
- includes all persons or entities performing all or part of the services the Contractor has undertaken
to perform on the project, regardless of whether that person contracted directly with the Contractor
and regardless of whether that person has employees. This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor carriers, owner -operators,
employees of any such entity, or employees of any entity which furnishes persons to provide
services on the project. "Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service r elated 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:
10
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the project,
for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom
they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the duration
of the project, that the coverage will be based on proper reporting of classification codes and payroll
amounts, and that all coverage agreements will be filed with the appropriate insurance 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:
11
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage
for all persons providing services on the project; and
(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;
(vi) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
13
(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 Contracto r 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 ther eof,
except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary,
if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor
shall be responsible for such loss unless it gives written notice of such infringement to the Owner’s Representative
prior to offering.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of
any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the
Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's
Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract
14
for changes in the work. In the absence of timely written notification to Owner’s Representative of such variance
or variances within said time, any objection and/or assertion that the plans and specifications are at variance with
any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees
or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such
notice to the Owner's Representative, Contractor shall bear all costs arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though
embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full o bligations 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 $200 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 $100 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 requirements stipulated for
substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into consideration
the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is
fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would
sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is
a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be
not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
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 prevai ling in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work
has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other
contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the
public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting
forth all justifications, in detail, for the request, and submitted to Owner’s Representative within twenty (20)
calendar days of the occurrence of the event causing said delay. A failure by Owner’s Representative to
affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor
shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request
for extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
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 diligence to finally complete the
work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner’s Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner’s Representative determines final completion has occurred, Owner’s
Representative shall so certify to the Owner. Upon certification by Owner’s Representative of final completion,
Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representati ve
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 eng ineers, 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 desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner’s Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner’s Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner’s Representative,
said objections shall be deemed denied. Any decision by the Owner’s Representative, or deemed denial by the
Owner’s Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance
by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver
of the right to assert any claim against Owner, Owner’s agents and employees and Owner’s Representative, by
Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on
the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered
to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further
notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit
therefore (except when used in connection with Extra Work, where credit shall be allowed a s 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 contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which would
have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited
therewith.
In the event the Owner’s Representative elects to complete the work, as described above, when the work shall have
been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided
in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accoun ts,
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 a pply 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, equipmen t, tools,
materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if
applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph
shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies
hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law,
equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34,
hereinabove set forth.
49. LIMITATION ON CONTRACTOR’S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
20
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount
of 100% of the total contract price in the event that said contract price exceeds $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 the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor’s performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials
and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case
of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
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 th e 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 Substan ces, 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 jurisdiction.
Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek
judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently.
To the extent of any conflict between this provision and another provision in, or related to, this document, this
provision shall control.
59. 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.
22
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 e ntity 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 f orm 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.
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.
23
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 ret ention 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.
67. CONFIDENTIALITY
The Contractor shall retain all information received from or concerning the City and the City's business in strictest
confidence and shall not reveal such information to third parties without prior written consent of the City, unless
otherwise required by law.
68. INDEMNITY
The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents,
and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or
description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and
attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or
persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor,
its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this
agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall
survive the expiration or termination of this agreement.
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
TECH TERRACE BLK 5
UTILITY LINE RELOCATION
TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
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 Manholes ---------------------------------------------- 5
02084 Frames, Grates, Rings, and Covers ------------------------------------ 2
02221 Removing & Replacing Existing Pavements --------------------------- 2
02240 Dewatering ------------------------------------------------------------------- 3
02257 Controlled Low Strength Material ------------------------------------- 3
02260 Excavation Support and Protection -------------------------------------- 3
02317 Excavation and Backfill for Utilities ------------------------------------- 10
02320 Utility Backfill Materials --------------------------------------------------- 4
02445 Boring and Encasing ------------------------------------------------------- 4
02510 Tied Concrete Block Erosion Control Mats -------------------------- 3
02530 Sanitary Sewer Piping ------------------------------------------------------ 9
02533 Acceptance Testing for Storm Sewers ---------------------------------- 9
02631 Storm Sewers ---------------------------------------------------------------- 4
02638 Reinforced Concrete Pipe ------------------------------------------------- 4
02665 Water Piping, Valves, and Fittings --------------------------------------- 14
02750 Bypass Pumping of Existing Sanitary Sewers ------------------------- 9
DIVISION 3 – CONCRETE
03300 Cast-in-Place Concrete ----------------------------------------------------- 9
Utilities Line Relocation Summary of Work
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:
Josh Kristinek, P.E., Assistant City Engineer
City of Lubbock
O: (806) 775-3397
(2) The Project Manager:
Zoltan Fekete, P.E.,
City of Lubbock
O: (806) 775-3317
C. Section includes:
(1) Definitions
(2) Project description
(3) Permits and licenses
(4) Access to site
(5) Contractor’s use of the premises
(6) Project schedule
(7) Security Procedures
(8) Coordination requirements
(9) Pre-construction meeting
(10) Warranty
1.2 DEFINITIONS
A. Furnish: To supply products to the project site, including delivering ready for unloading and
replacing damaged and rejected products.
B. Install: To put products in place in the work ready for the intended use, including unloading,
unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring,
working, finishing, curing, protecting, cleaning, and similar operations.
C. Provide: To furnish and install products.
D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract
documents.
1.3 PROJECT DESCRIPTION
A.Re-route existing gravity storm water line at 22nd Street and Gary Avenue.
Utilities Line Relocation Summary of Work
01010-2
B. Major work items are:
(1) Install approximately 705 linear feet of 24-inch RCP or of 21-inch PVC gravity storm
water line in open cut trench.
(2) Install three 60-inch manholes.
(3) Cut, plug and grout approximately 406-feet of existing 24-inch RCP storm drain line.
C. The Contractor shall furnish all labor, equipment, and materials required for the complete
construction of the work as shown on the drawings and specified herein.
D. All work shall be performed in accordance with the most recent City of Lubbock Design
Standards for Water and Sanitary Sewer construction.
E. Limit construction activities to a total length of 100-feet of open trench at a time.
1.4 Work shall also include restoration or replacement of all removed or damaged pavement, curb,
sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition
equal to that before the work began to the satisfaction of the Engineer.
1.5 PERMITS AND LICENSES
A. Contractor shall provide qualifications to the Owner upon request to display evidence of
competency and authority to perform required work.
B. Contractor shall be responsible for obtaining all required permits.
C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and
receipts for fees paid, to the Owner.
1.6 ACCESS TO SITES
A. Contractor shall limit access to the site to authorized personnel only.
B. Contractor shall adequately 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.
1.7 CONTRACTOR’S USE OF THE PREMISES
A. The space available to the Contractor for the performance of the work, either exclusively or
in conjunction with others performing other construction as part of the project, is restricted to
the area shown on the site plan of the contract drawings unless the Contractor makes
arrangements to use additional space with the Owner.
B. The contractor shall ensure that any disturbed area is left in a condition equal to or better
condition before finishing construction in the area.
1.8 PROJECT SCHEDULE
A. The Work summarized above shall be substantially completed within 90 calendar days from
the date of the Notice to Proceed.
B. There will be a $200.00 per day liquidated damages for each day that exceeds the limit.
Utilities Line Relocation Summary of Work
01010-3
C. Within ten (10) 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 $100 per day liquidated damages assessed for each day that exceeds the
limit.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
3.1 SECURITY PROCEDURES
A. Contractor shall limit access to the site to persons involved in the work.
B. Contractor shall provide secure storage for materials for which the owner has made payments
and which are stored on site.
C. Contractor shall secure completed work as required to prevent loss or damage.
D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent
damage, theft, safety hazards, or other problems on the site.
E. The use of security personnel shall be cleared with the Owner.
3.2 COORDINATION REQUIREMENTS
A. Contractor shall inform the Owner when coordination of the work is required.
B. If necessary, inform each party involved, in writing, of procedures required for coordination;
include requirements for giving notice, submitting reports, and attending meetings.
C. Coordinate shop drawings prepared by separate entities.
D. Show installation sequence when necessary for proper installation.
3.3 PRE-CONSTRUCTION MEETING
A. A pre-construction meeting will be held 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
Utilities Line Relocation Contract Considerations
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
Utilities Line Relocation Change Order Procedures
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.
(6) If subcontracted, on request, provide subcontractor documentation according to Contract
Conditions and this specifications. Show Contractor markup on subcontractor changes.
E. Support each claim for additional costs, and for work done on a time and material basis, with
additional information:
(1) Origin and date of claim.
(2) Dates and times work was performed, and by whom.
(3) Time records and wage rates paid.
(4) Invoices and receipts for products, equipment, and subcontracts, similarly documented.
Utilities Line Relocation Change Order Procedures
01028-2
1.4 CHANGE PROCEDURES
A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official
Construction Change Authorization or Contract Change Order. Discussions in the field or by
phone or email, without proper documentation, do not authorize Contractor to perform tasks
outside the scope of Work. Changes must be authorized as described in this Section.
B. The Engineer will advise of minor changes in the Work not involving an adjustment to
Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental
instructions by letter.
C. The Engineer may issue a Proposal Request which includes a detailed description of a
proposed change with supplementary or revised Drawings and Specifications and a change in
Contract Time for executing the change. The Contractor shall prepare and submit an estimate
within seven (7) days, or as specified in the Proposal Request. Estimate shall include the
proposed change’s full effect on the Work and the effect on the Contract Sum/Price and
Contract Time, with full documentation and a statement describing the effect on Work by
separate or other contractors.
D. The Contractor may request clarification of Drawings, Specifications, or Contract documents
or other information by submitting a Request for Information to the Engineer. Engineer may
request a Proposal Request in response to a Request for Information.
1.5 CONSTRUCTION CHANGE AUTHORIZATION
A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to
proceed with a change in the Work, for subsequent inclusion in a Change Order.
B. The document will describe changes in the Work, and will designate the method of
determining any change in Contract Sum/Price or Contract Time.
C. The Contractor shall promptly execute the change in the Work.
1.6 STIPULATED PRICE CHANGE ORDER
A. Based on accepted Proposal Request.
1.7 UNIT PRICE CHANGE ORDER
A. For pre-determined unit prices and quantities, the Change Order will be executed on a fixed
unit price basis.
B. For unit costs or quantities of units of work which are not pre-determined, execute Work
under a Construction Change Authorization.
C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and
Material Change Order.
1.8 TIME AND MATERIAL CHANGE ORDER
A. Submit itemized account and supporting data after completion of change, within time limits
indicated in the Conditions of the Contract.
B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time
as provided in the Contract Documents.
C. Maintain detailed records of work done on Time and Material basis.
D. Provide full information required for evaluation of proposed changes, and to substantiate
costs for changes in the Work.
1.9 EXECUTION OF CHANGE ORDERS
Utilities Line Relocation Change Order Procedures
01028-3
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. The Contractor shall promptly enter changes in Project Record Documents.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Utilities Line Relocation Coordination and Meetings
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. Tentative agenda:
(1) Use of premises by Owner and Contractor.
(2) Distribution of executed Contract Documents.
(3) Procedures and processing of field decisions, submittals, and substitutions, applications
for payments, RFIs, proposal request, Change Orders and Contract closeout procedures.
(4) Submission of list of Subcontractors, list of products and progress schedule.
(5) Designation of personnel representing the parties in Contract and the Engineer.
(6) Owner’s requirements.
(7) Construction facilities and controls provided by Owner.
(8) Survey and layout.
(9) Security and housekeeping procedures.
(10) Schedules.
(11) Procedures for testing.
(12) Procedures for maintaining record documents.
(13) Inspection and acceptance of products put into service during construction period.
Utilities Line Relocation Coordination and Meetings
01039-2
C. 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
Utilities Line Relocation Work Restrictions
01140-1
SECTION 01140
WORK RESTRICTIONS
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Use Of Premises
(2) Special Scheduling Requirements
(3) Working Period
(4) Utility Cutovers And Interruptions
(5) Noise Restrictions
(6) Advance Notice
(7) Water For Construction
(8) Work Area Limits
1.2 USE OF PREMISES
A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas
in which the Work is indicated.
B. Confine construction operations to within the limits of Right of Way, Alley Easements and
Manhole locations, as shown on plans.
C. Keep driveways and entrances serving premises clear and available to tenants, residents and
emergency vehicles at all times, except when construction is immediately at that vicinity. Do
not use these areas for parking or storage of materials.
D. Schedule construction to minimize obstruction of driveways and entrances.
E. Driveways for residents who are handicapped in residential areas shall be kept in service to
the extent feasible. Provide alternate assistance or access while driveway or street is blocked
at any handicapped individual’s residence.
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.
C. The Work under this contract requires special attention to the scheduling and conduct of the
Work in connection with existing operations. Identify on the construction schedule each
factor which constitutes a potential interruption to operations.
1.4 WORKING PERIOD
A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00
p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m.
on Saturday.
(1) Saturday work shall be restricted to those activities that do not require observation by the
Owner.
(2) The Owner reserves the right, at the Owner’s discretion, to disallow work when it
interferes with holiday times and traffic.
Utilities Line Relocation Work Restrictions
01140-2
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. Contractor is responsible for notifying residences in advance of utility interruptions.
B. 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.
C. Sanitary sewer service connections shall be re-connected in a timely manner following
installation of the new sanitary sewer pipe.
D. Water line service interrupted shall be re-connected in a timely manner following installation
of new water line.
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 an OSHA approved hand portable sound measurement
device for both the Owner’s and the Contractor’s use for measuring noise levels.
1.7 ADVANCE NOTICE
A. The Contractor shall provide a minimum of five (5) days advance written notice of
construction to businesses and residences along the construction route.
B. The advance written notice shall be in the form of a single page flyer to be placed by hand by
the Contractor’s forces on 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.
Utilities Line Relocation Work Restrictions
01140-3
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 (stopped here)
A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under
this contract.
B. Isolated areas within the general work area which are to be saved and protected shall also be
marked or fenced.
C. Monuments and markers shall be protected before construction operations commence.
D. Where construction operations are to be conducted during darkness, the markers shall be
visible at all times.
E. The Contractor’s personnel shall be knowledgeable of the purpose for marking and/or
protecting particular objects.
END OF SECTION
Utilities Line Relocation Submittal Procedures
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:
Development Engineering 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.
(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.
Utilities Line Relocation Submittal Procedures
01300-2
I. Provide space for Contractor and Engineer review stamps.
J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly
report any inability to comply with provisions.
K. Use only final submittals with mark indicating action taken by Owner or Engineer in
connection with the construction.
L. Submittals not requested will not be recognized or processed.
1.3 RE-SUBMITTAL REQUIREMENTS
A. Revise initial submittal as required and re-submit to meet requirements as specified.
B. Identify all changes made since previous submittal.
C. Mark as RESUBMITTAL.
D. Re-use original transmittal number and supplement with sequential alphabetical suffix for
each re-submittal (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.
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
Utilities Line Relocation Submittal Procedures
01300-3
(2) Identification of products
(3) Fabrication and installation drawings
(4) Schedules
(5) Design calculations
(6) Compliance with specified standards
(7) Notation of coordination requirements
(8) Notation of dimensions established by field measurement
D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency
and one opaque reproduction.
E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which
Contractor requires, plus three (3) copies which will be retained by Engineer.
F. Drawing size shall be minimum of 8 ½ x 11 inches and a maximum of 24 x 36 inches.
G. Draw details to a minimum size of ½ inch equal to 1 foot.
H. After review, produce copies and distribute in accordance with SUBMITTAL
PROCEDURES article above and for record document purposed described in Section 01700
– Contract Closeout.
2.4 INFORMATION SUBMITTALS
A. Manufacturer’s Instructions:
(1) When specified in individual specification Sections, submit manufacturers’ printed
instructions for delivery, storage, assembly, installation, start-up, adjusting, and
finishing, in quantities specified for Product Data.
(2) Identify conflicts between manufacturers’ instructions and Contract Documents.
(3) Indicate special procedures, conditions requiring special attention and special
environmental criteria required for application or installation.
B. Manufacturer’s Certificates
(1) When specified in individual specification Sections, submit manufacturers’ certificate to
Engineer for review, in quantities specified for Product Data.
(2) Indicate material or product conforms to or exceeds specified requirements. Submit
supporting reference date, affidavits, and certifications as appropriate.
(3) Certificates may be recent or previous test results on material or Product, but must be
acceptable to the Engineer.
C. Insurance Certificates and Bonds:
(1) Prepare written information indicating current status of insurance or bonding coverage.
(2) Include name of entity covered by insurance or bond, limits of coverage, amounts of
deductibles, if any, and term of the coverage.
PART 3 EXECUTION
3.1 CONTRACTOR’S REVIEW
A. Review each submittal and check for compliance with the Contract Documents.
B. Note corrections and field dimensions.
C. Mark with approval stamp before submitting to the Owner or Engineer.
(1) Stamp each submittal with a uniform approval stamp.
Utilities Line Relocation Submittal Procedures
01300-4
(2) Include Project name and location, submittal number, Specification Section title and
number, name of reviewer, date of Contractor’s approval, and statement certifying that
the submittal has been reviewed, checked, and approved for compliance with the
Contract Documents.
3.2 OWNER AND ENGINEER’S ACTION
A. The Owner or Engineer will not review submittals that do not bear the Contractor’s approval
stamp and will return them without action.
B. The Owner or Engineer will review each submittal, make marks to indicate corrections or
modifications required, and return it.
C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp
appropriately to indicate action taken, as follows:
(1) No exception taken
(2) Exceptions as noted
(3) Rejected Revise and resubmit
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
Utilities Line Relocation Progress Schedules
01310-1
SECTION 01310
PROGRESS SCHEDULES
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Format
(2) Content
(3) Revisions To Schedules
(4) Submittals
(5) Distribution
1.2 FORMAT
A. Sequence of Listings: The chronological order of the start of each item of Work.
B. Scale and Spacing: To provide space for notations and revisions.
C. Sheet Size: Minimum 8 1/2 x 11 inches
D. Submit only if requested by the Engineer or Owner at preconstruction or coordination
meeting.
E. Maintain monthly updates to schedule.
1.3 CONTENT
A. Show complete sequence of construction by activity, with dates for beginning and completion
of each element of construction.
B. Identify each item by specification Section number.
C. Provide sub-schedules to define critical portions of the entire Schedule.
D. Show accumulated percentage of completion of each item, and total percentage of Work
completed, as of the first day of each month.
E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and
dates reviewed submittals will be required from the Engineer. Indicate decision date for
selection of finishes.
1.4 REVISIONS TO SCHEDULES
A. Indicate progress of each activity to date of submittal, and projected completion date of each
activity.
B. Identify activities modified since previous submittal, major changes in scope, and other
identifiable changes.
C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule.
Report corrective action taken, or proposed, and its effect.
1.5 SUBMITTALS
A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed.
After review, resubmit required revised data within ten (10) days.
B. Submit revised Progress Schedules with each Application for Payment.
C. Submit the number of opaque reproductions which the Contractor requires, plus two (2)
copies which will be retained by the Engineer.
Utilities Line Relocation Progress Schedules
01310-2
1.6 DISTRIBUTION
A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and
other concerned parties.
B. Instruct recipients to promptly report, in writing, problems anticipated by projections
indicated in Schedules.
PART 2 PRODUCTS
Not used
PART 1 EXECUTION
Not used
END OF SECTION
Utilities Line Relocation Storm Water Pollution Prevention Measures
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. It is the Contractor’s responsibility to ensure that the SWP3 is in full compliance with the
TPDES permit.
E. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor’s failure to
comply with and maintain the SWP3 shall be paid by the Contractor.
1.3 EROSION AND SEDIMENT CONTROLS
A. General
(1) Structural measures shall be implemented to divert flows from exposed soils, temporarily
store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas
of the site.
(2) Structural practices shall be implemented as specified in the SWP3 and in a timely
manner during the construction process to minimize erosion and sediment run-off.
B. Stabilized Ingress/Egress
(1) Stabilized access to and from the construction site will be installed by the Contractor as
soon as practical and in accordance with the SWP3.
(2) In all cases, the Contractor shall ensure that any soil tracked off-site is cleaned from
existing roads, alleys, and any adjacent properties as soon as possible.
(3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand,
cement, construction materials, etc.) tracked or washed off-site and perform necessary
clean-up measures at the end of each work day.
Utilities Line Relocation Storm Water Pollution Prevention Measures
01356-2
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
(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.
Utilities Line Relocation Storm Water Pollution Prevention Measures
01356-3
(4) The filter fabric shall meet the following requirements:
FILTER FABRIC FOR SILT FENCE
PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT
Grab Tensile ASTM D 4632 100 lbs. min.
Elongation ASTM D 4632 30 % max.
Trapezoid Tear ASTM D 4533 55 lbs. min.
Permittivity ASTM D 4491 0.2 sec-1
AOS (U.S. Std. Sieve)ASTM D 4751 20 – 100
B. Silt Fence Stakes and Posts
(1) The Contractor may use either wooden stakes or steel posts for fence construction.
(2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of
two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4)
inches when pine is used, and shall have a minimum length of four (4) feet.
(3) Steel posts (standard “U” or “T” section) utilized for silt fence construction shall have a
minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet.
C. Identification, Storage, and Handling\
(1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873.
2.2 COMPONENTS FOR STRAW BALES
A. Straw Bales
(1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses
such as Byhalia, Bermuda, etc., furnished in air-dry condition.
(2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18)
inches. All bales shall be either wire-bound or string-tied.
(3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the
ground.
(4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2)
inches by two (2) inches in cross section and shall have a minimum length of three (3)
feet.
(5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch
and a minimum length of three (3) feet.
PART 3 EXECUTION
3.1 STORM WATER POLLUTION PREVENTION PLAN
A. Storm Water Pollution Prevention Plan will be provided by the Contractor.
B. The Contractor must keep a copy of the SWP3 on site at all times.
C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-eight (48)
hours prior to start of construction.
D. No work will be permitted until NOI is filed.
E. The SWP3 shall be continually updated as necessary to reflect current and changing
conditions on site.
F. Additional measures not specifically shown in the SWP3 may be used to control erosion from
leaving the site.
Utilities Line Relocation Storm Water Pollution Prevention Measures
01356-4
G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of
this contract.
H. The Contractor shall furnish the Owner with a copy of the NOI and NOT.
END OF SECTION
Utilities Line Relocation Photographic Documentation
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 – stands for Universal Serial Bus, an industry standard for short-distance digital data
communications
G. USB port – is a standard cable connection interface for computer and electronic devices
H. USB Drive – an external hard disk drive or optical disc drive that plugs into the USB port
1.3 QUALITY ASSURANCE
A. The Contractor shall verify image quality through camera’s on-screen display after taking
photos.
B. Photos shall not utilize digital zooms.
1.4 SUBMITTALS
A. The following elements of construction shall have a minimum of 10 photos each from
multiple angles:
(1) Pre-construction conditions
(2) Excavation & shoring
(3) Concrete formwork & reinforcement placement
(4) Precast curb inlet installation
(5) Backfilling & compaction (showing method of compaction at each change in material)
(6) Plug and flowable fill of existing storm drain line.
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:
Utilities Line Relocation Photographic Documentation
01380-2
(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 Curb Inlet Installation at 22nd Street
(a) Station numbering shall appear in the description when applicable.
(b) Camera’s date settings must be correct and automatic date information shall not be
tampered with or altered after photos are taken.
PART 3 – EXECUTION
1.6 RESTRICTIONS
A. In secure areas, permission will be required prior to access.
B. Pictures taken from outside secure areas (through or over fence) will not be allowed.
1.7 PROCEDURES
A. Photos shall be taken during on-going work, unless requested by Engineer.
B. Number of photos per construction element may change based on complexity of construction
or due to unforeseen circumstances.
1.8 OTHER REQUIREMENTS
A. The Engineer reserves the right to request additional pictures.
B. The City’s Senior Inspector may also request additional photos in special circumstances.
END OF SECTION
Utilities Line Relocation Quality Requirements
01400-1
SECTION 01400
QUALITY REQUIREMENTS
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Definitions
(2) Testing Requirements
(3) Submittals
(4) Quality Control
(5) Repair and Protection
1.2 DEFINITIONS
A. Quality Assurance Services: Activities, actions, and procedures performed before and during
execution of the Work to guard against defects and deficiencies and ensure that proposed
construction complies with requirements.
B. Quality Control Services: Tests, inspections, procedures, and related actions during and after
execution of the Work to evaluate that completed construction complies with requirements.
1.3 TESTING REQUIREMENTS
A. Testing and inspecting services are required to verify compliance with requirements specified
or indicated. These services do not relieve the Contractor of responsibility for compliance
with the Contract Document requirements.
B. Specific quality control requirements for individual construction activities are specified in the
sections that specify those activities. Requirements in those Sections may also cover
production of standard products.
C. Specified tests, inspections, and related actions do no limit the Contractor’s quality control
procedures that facilitate compliance with the Contract Document requirements.
1.4 SUBMITTALS
A. Qualification Data:
(1) For individuals employed by the Contractor who will perform testing as required by the
various specification Sections, submit at least fourteen (14) days prior to being used on
the project the capabilities and experience of such individuals and the types of tests that
the individual will perform.
(2) For outside testing agency employed by the Contractor, submit at least fourteen (14) days
prior to being used on the project the name, address, and manager of such testing
agency and the types of tests that the agency will perform.
(a) Such testing agency shall be acceptable to the Owner prior to being used on the
project.
B. Reports:
(1) Prepare and submit written reports within fourteen (14) days following the date of the test
that include the following:
(a) Date of issue
(b) Project title and number.
Utilities Line Relocation Quality Requirements
01400-2
(c) Name, address, and telephone number of testing agency. If the individual is
employed by the Contractor, use Contractor’s name, address, and telephone number.
(d) Dates and locations of samples and test
(e) Names of individuals making tests
(f) Description of the work and test method
(g) Identification of material, product, and specification Section.
(h) Complete test or inspection data
(i) Test results and interpretation of test results
(j) Ambient conditions at time of sample taking and testing.
(k) Comments and opinion on whether tested Work complied with the Contract
Document requirements and the applicable specification Section.
(l) Name and signature of individual performing the test if employee of the Contractor,
or name and signature of testing agency responsible person.
(m)For failing tests, recommendations on retesting unless specification Sections provide
procedure for retesting.
C. Professional Engineer Qualifications:
(1) Where a Professional Engineer is required in the specification Sections, this means a
Professional Engineer who is legally qualified to practice in the jurisdiction where the
project is located and who is experienced in providing engineering services of the kind
indicated.
D. Test Agency Qualifications:
(1) An agency with the experience and capability to conduct testing indicated, as
documented by ASTM E 548, and that has the capability and experience in the types of
tests to be performed.
E. Preconstruction Testing:
(1) Testing agency shall perform preconstruction testing with specified requirements for
performance and test methods.
(2) The Contractor shall not perform preconstruction testing except through a third party
testing agency.
F. Testing Agency Responsibilities:
(1) Submit certified written report of each test and similar Quality Assurance service to the
Contractor.
(2) Interpret tests and state in each report whether tested work complies with or deviates
from the Contract Document requirements.
1.5 QUALITY CONTROL
A. Owner Responsibilities:
(1) Where quality control services are indicated as Owner or Engineer’s responsibility, such
services may be performed by the Owner’s forces or by a qualified testing agency to
perform these services.
(2) The Owner or Engineer will furnish the Contractor with names, addresses, and telephone
numbers of testing agencies engaged by the Owner.
B. Contractor Responsibilities:
(1) Provide quality control services required in the various specification Sections.
Utilities Line Relocation Quality Requirements
01400-3
(2) Where third party testing is engaged by the Contractor, notify testing agency sufficiently
in advance of the time and date when work that requires testing will be performed.
(3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner
agrees in writing to such engagement.
(4) Where testing is indicated as the Contractor’s responsibility, submit certified written
reports in duplicate of each testing service, whether performed by the Contractor’s
personnel or Contractor engaged testing agency.
(5) Such reports shall include failing tests and retests.
(6) Testing requested by the Contractor and not required by the Contract Documents are the
Contractor’s responsibility.
(7) Where the Contractor’s personnel are performing tests, provide individuals with
appropriate equipment to perform the tests in accordance with the test method
requirements.
(8) Provide alternate equipment where the specified test method cannot be applied, and
where alternative test methods and equipment must be employed to provide the
necessary quality control.
C. Retesting:
(1) Regardless of whether original tests were the Contractor’s responsibility, provide quality
control services, including retesting, for construction that revised or replaced work that
failed to comply with requirements established by the Contract Documents.
D. Testing Agency Responsibilities:
(1) Cooperate with the Engineer and Contractor in performance of duties.
(2) Provide qualified personnel and necessary equipment to perform required tests and
inspections.
(3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in
the work during performance of its services.
(4) Interpret tests and inspections and state in each report whether tested and inspected work
complies with or deviates from the requirements.
(5) Submit a certified written report, in triplicate, of each test, inspection, and similar quality
control service through the Contactor.
(6) Do not release, revoke, alter, or increase requirements of the Contract Documents or
approve or accept any portion of the Work.
(7) Do not perform any duties of the Contractor.
E. Associated Services:
(1) Cooperate with agencies performing required tests, inspections, and similar quality
control services, and provide reasonable auxiliary services as requested.
(2) Notify agency sufficiently in advance of operations to permit assignment of personnel.
(3) Provide the following:
(a) Access to the Work.
(b) Incidental labor and facilities necessary to facilitate tests and inspections.
(c) Adequate quantities of representative samples of materials that require testing and
inspecting.
(d) Assist agency in obtaining samples.
(e) Facilities for storage and field curing of test samples.
Utilities Line Relocation Quality Requirements
01400-4
(f) Additional associated services required of the Contractor for testing access are listed
in the specification Sections.
(g) Delivery of samples to testing agencies.
(h) Preliminary design mix proposed for use for material mixes that require control by
testing agency.
(i) Security and protection for samples and for testing and inspecting equipment at
Project site.
F. Coordination:
(1) Coordinate sequence of activities to accommodate required quality assurance and quality
control services with a minimum of delay and to avoid necessity of removing and
replacing construction to accommodate testing and inspecting.
(2) Schedule times for tests, inspections, obtaining samples, and similar activities.
PART 2 PRODUCTS
Not used
PART 1 EXECUTION
1.1 REPAIR AND PROTECTION
A. On completion of testing, inspecting, sample taking, and similar services, repair damaged
construction, and restore substrates and finishes.
B. Provide materials and comply with installation requirements specified in other Sections of
these Specifications.
C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates
evidence of patching.
D. Protect construction exposed by or for quality control service activities.
E. Repair and protection are the Contractor’s responsibility, regardless of the assignment of
responsibility for quality control services.
END OF SECTION
Utilities Line Relocation Testing Laboratory Services
01410-1
SECTION 01410
TESTING LABORATORY SERVICES
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Selection and Payment
(2) Quality Assurance
(3) Laboratory Responsibilities
(4) Laboratory Reports
(5) Limits on Testing Laboratory Authority
(6) Contractor Responsibilities
(7) Schedule of Inspections and Tests
B. References:
(1) ANSI/ASTM D3740 – Practice for Evaluation of Agencies Engaged in Testing and/or
Inspection of Soil and Rock as Used in Engineering Design and Construction.
(2) ANSI/ASTM E329 – Recommended Practice for Inspection and Testing Agencies for
Concrete, Steel, and Bituminous Materials as Used in Construction.
1.2 SELECTION AND PAYMENT
A. An independent firm, provided at the Contractor’s expense, will perform inspection, tests,
and other services specified in individual specification Sections and as required by the
Engineer.
B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating
observations and results of tests and indicating compliance or non-compliance with Contract
Documents.
C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools,
storage, safe access, and assistance by incidental labor as requested.
D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for
operations requiring services.
E. Make arrangements with independent firm and pay for additional samples and tests required
for Contractor’s use.
F. Testing or inspecting does not relieve Contractor from performing Work to contract
requirements.
G. The cost associated with compliance testing shall be paid by the Contractor.
H. Re-testing required because of non-conformance to specified requirements shall be performed
by the same independent firm on instructions by the Engineer.
I. Payment for re-testing will be paid by the Contractor.
1.3 QUALITY ASSURANCE
A. Comply with requirements of ANSI/ASTM D3740R and ANSI/ASTM E329.
B. Testing laboratory shall maintain a full time registered Engineer on staff to review services.
Utilities Line Relocation Testing Laboratory Services
01410-2
C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy
traceable to either National Bureau of Standards (NBS) standards or accepted values of
natural physical constants.
1.4 LABORATORY RESPONSIBILITIES
A. Test samples of mixes submitted by Contractor.
B. Provide qualified personnel at site.
C. Cooperate with the Engineer and Contractor in performance of services.
D. Perform specified inspection, sampling, and testing of Products in accordance with specified
standards.
E. Ascertain compliance of materials and mixes with requirements of Contract Documents.
F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of
Work or Products.
G. Perform additional inspections and tests required by the Engineer.
1.5 LABORATORY REPORTS
A. After each inspection and test, promptly submit three (3) copies of laboratory report to the
Engineer and to the Contractor.
B. Laboratory test reports shall include:
(1) Date issued
(2) Project title and number
(3) Name of inspector
(4) Date and time of sampling or inspection
(5) Identification of product and Specification Section
(6) Location in the Project
(7) Type of inspection or test
(8) Date of test
(9) Results of tests
(10) Conformance with Contract Documents
C. When requested by the Engineer, provide interpretation of test results.
1.6 LIMITS ON TESTING LABORATORY AUTHORITY
A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents.
B. Laboratory may not approve or accept any portion of the Work.
C. Laboratory may not assume any duties of the Contractor.
D. Laboratory has no authority to stop the Work.
1.7 CONTRACTOR RESPONSIBILITIES
A. Deliver to laboratory at designated location, adequate samples of materials proposed to be
used which require testing, along with proposed mix designs.
B. Cooperate with laboratory personnel, and provide access to the Work.
C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and
handle samples at the site or at source of products to be tested, to facilitate tests and
inspections, storage and curing of test samples.
Utilities Line Relocation Testing Laboratory Services
01410-3
D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring
inspection and testing services.
1.8 SCHEDULE OF INSPECTIONS AND TESTS
A. As indicated in individual Specification Sections.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Utilities Line Relocation Barricades, Signs and Traffic Handling
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 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
Utilities Line Relocation Waste Material Disposal
01576-1
SECTION 01576
WASTE MATERIAL DISPOSAL
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Submittals
(2) Salvageable Material
(3) Excess Material
1.2 SUBMITTALS
A. Obtain and submit disposal permits for proposed disposal sites if required by local
ordinances.
B. Submit a copy of written permission from property owner, along with a description of
property, prior to disposal of excess material adjacent to the Project.
C. Submit a written and signed release from property owner upon completion of disposal work.
D. Both written permission and signed release shall include hold-harmless clauses naming the
City of Lubbock, Texas as the entities to be held harmless in any subsequent legal
proceeding.
E. Both property permissions and signed releases shall be attested to by a notary public.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
1.1 SALVAGEABLE MATERIAL
A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements of Section
02221 – Removing Existing Pavements.
1.2 EXCESS MATERIAL
A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and
other materials not designated for salvage, shall become the property of the Contractor and
shall be removed from the job site and legally disposed of at a proper facility such as the
West Texas Region Disposal Facility (WTRDF).
B. Excess material may be disposed at the WTRDF at no additional cost to the Owner.
(1) There will be a tipping fee per ton for construction debris and for excess uncontaminated
soil.
(2) There will also be a fee per load for every truck that is not covered properly when coming
to the landfill.
(3) For a complete list of fees associated with the WTRDF, please go to the City’s website at
https://ci.lubbock.tx.us/departments/solid-waste-management/faqs.
Utilities Line Relocation Waste Material Disposal
01576-2
(4) All tipping fees shall be considered to be included in the Contractor’s bid prices.
C. Excess soil may be deposited on private property adjacent to the Project if approved by the
Owner and when written permission is obtained from the property owner.
D. Waste materials shall be removed from the site on a daily basis, such that the site is
maintained in a neat and orderly condition.
END OF SECTION
Utilities Line Relocation Contract Closeout
01700-1
SECTION 01700
CONTRACT CLOSEOUT
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Closeout Procedures
(2) Final Cleaning
(3) Adjusting
(4) Project Record Documents
(5) Warranties
(6) Spare Parts and Maintenance Materials.
1.2 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready for
Engineer’s inspection.
B. Should the Engineer consider the work incomplete or defective:
(1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or
defective work.
(2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit a
second written certification that the work is complete.
(3) The Engineer will re-inspect the Work.
C. Provide submittals to the Engineer that are required by governing or other authorities.
D. Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.
1.3 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Clean site, sweep paved areas, rake clean landscaped surfaces.
C. Remove waste and surplus materials, rubbish, and construction facilities from the site.
D. Repair, patch, and touch-up marred surfaces to match adjacent finishes.
1.4 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered operation.
1.5 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions to the
Work:
(1) Contract Drawings
(2) Specifications
(3) Addenda
(4) Change Orders and other Modifications to the Contract
(5) Reviewed shop drawings, product data, and samples.
Utilities Line Relocation Contract Closeout
01700-2
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications:
(1) Legibly mark and record at each Product section description of actual Products installed,
including the following:
(a) Manufacturer’s name and product model and number.
(b) Product substitutions or alternates utilized.
(c) Changes made by Addenda and Modifications.
E. Record Documents and Shop Drawings:
(1) Legibly mark each item to record actual construction including:
(a) Measured horizontal and vertical locations of underground utilities and
appurtenances referenced to permanent surface improvements.
(b) Field changes of dimension and detail.
(c) Details not on original Contract Drawings.
(d) Changes made by Addenda and Modifications.
1.6 WARRANTIES
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers.
C. Provide Table of Contents and assemble with metal prong binder in durable plastic
presentation cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal
within ten (10) days after acceptance, listing date of acceptance as start of warranty period.
1.7 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in
individual specification Sections.
B. Deliver to project site and place in location as directed; obtain receipt prior to final payment.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Utilities Line Relocation Pre-cast Concrete Manholes
02082-1
SECTION 02082
PRE-CAST CONCRETE MANHOLES
PART 1 GENERAL
1.1 SUMMARY
A. This section of the specifications pertains to pre-cast concrete manholes and related items.
B. Section Includes:
(1) References
(2) Submittals
(3) Delivery, Storage, and Handling
(4) Pre-Cast Concrete Manholes
(5) Cast-in Place Concrete
(6) Reinforcing Steel
(7) Mortar
(8) Miscellaneous Metals
(9) Sealant Materials
(10) Backfill Materials
(11) Non-Shrink Grout
(12) Examination
(13) Manhole Base Sections and Foundations
(14) Pre-Cast Manhole Sections
(15) Pipe Connections at Manholes
(16) Inverts for Manholes
(17) Inverts for Sewers
(18) Manhole Frame and Adjustment Rings
(19) Backfill
(20) Testing
(21) Protection
1.2 REFERENCES
A. ASTM A 307 – Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile.
B. ASTM C 443 – Standard Specification for Joints for Circular Concrete Sewer and Culvert
Pipe, Using Rubber Gaskets.
C. ASTM C478 – Standard Specification for Pre-cast Reinforced Concrete Manhole Sections.
D. ASTM C857 – Minimum Structural Design Loading for Underground Pre-cast Concrete
Utility Structures.
E. ASTM C858 – Underground Pre-cast Concrete Utility Structure.
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).
Utilities Line Relocation Pre-cast Concrete Manholes
02082-2
* Where reference is made to one of the above standards, the latest revision shall apply.
1.3 SUBMITTALS
A. Conform to requirements of Section 01300 – Submittal Procedures.
B. Submit manufacturer’s data and details of following items for approval:
(1) Shop drawings of manhole sections and base units and construction details, including
reinforcement, jointing methods, materials, and dimensions.
(2) Summary of criteria used in the manhole design including, as a minimum, material
properties, loadings, load combinations, and dimensions assumed.
(3) Include certification from manufacturer that pre-cast manhole design is in full accordance
with ASTM C478 and design criteria as established in Paragraph 2.1.K of this
Specification.
(4) Materials to be used for pipe connections at manhole walls.
(5) Materials to be used for stubs and stub plugs.
(6) Manufacturer’s data for pre-mix (bag) concrete, if used for channel inverts and benches.
(7) Material to be used for sealing of riser joints.
1.4 DELIVERY, STORAGE, AND HANDLING
A. Deliver number of units needed in a timely manner to the project site to ensure installation
continuity.
B. Store and handle the units at the project site in such a manner to prevent cracking, distortion,
staining, or other physical damage, and so that markings are visible.
C. Lift and support units at designated lift points.
D. Deliver anchorage items that are to be embedded in other construction before starting such
work.
E. Provide setting diagrams, templates, instructions, and directions, as required, for installation.
PART 2 PRODUCTS
2.1 PRE-CAST CONCRETE MANHOLES
A. Provide manhole sections and related components conforming to ASTM C 478.
B. Provide adjustment rings which are standard components of the manufacturer of the manhole
sections.
C. Make date of manufacture and name or trademark of manufacturer on inside of barrel.
D. Provide reinforced concrete risers constructed from forty-eight (48) inch diameter standard
reinforced concrete manhole sections unless otherwise noted on the Drawings.
E. Combine various lengths of manholes sections to total the correct height with the fewest
joints.
F. Wall sections shall be designed for depth and loading conditions, but shall not be less than
four (4) inches thick.
G. Base section shall be a minimum thickness of six (6) inches under the invert.
H. Provide tops to receive cast iron frames and covers designed to support AASHTO H-20
loading.
I. All manholes shall be eccentric cone section unless specified on the plans.
J. Frame and cover shall be designed for AASHTO H-20 loading.
Utilities Line Relocation Pre-cast Concrete Manholes
02082-3
K. The manholes walls, transition slabs, tops, and manhole base slab shall be designed, by the
manufacturer, to the requirements of ASTM C 478 for the depth as shown on the Drawings
and to resist the following loads.
(1) AASHTO H-20 loading applied to the manhole cover and transmitted down to the
transition and base slabs.
(2) Unit soil weight located above all portions of the manhole, including the base slab
projections.
(3) Internal liquid pressure based on a unit weight of 62.4 pcf for the full height of the
manhole.
L. The minimum clear distance between any two wall penetrations shall be twelve (12) inches,
half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is
most stringent.
M. For sealants used between concrete riser sections, refer to Section 02082, 2.6 B.
N. Lifting holes in manhole sections and bases are not permissible unless such openings can be
made watertight under 5 psi internal pressure, with only minor weeping under 10 psi internal
pressure.
O. Manhole sections must withstand an intermittent internal hydrostatic pressure of 10 psi
without structural failure.
2.2 CAST-IN-PLACE CONCRETE
A. Conform to requirements of Section 03300 – Cast-in-Place Concrete
B. Concrete for inverts not integrally formed with manhole base shall be either five (5) sack
premix (bag) concrete or Class A concrete, with a minimum compressive strength of 3000
psi.
2.3 REINFORCING STEEL
A. Reinforcing steel shall conform to requirements of Section 03300 – Cast-in-Place Concrete.
2.4 MORTAR
A. Mortar shall conform to requirements of ASTM C 270, Type S using Portland Cement.
2.5 MISCELLANEOUS METALS
A. Provide gray-iron frames, rings, and covers conforming to requirements of Section 02084 –
Frames, Grates, Rings, and Covers.
2.6 PIPE TO MANHOLE CONNECTION FOR STORM SEWERS
A. Grout space between the pipe and manhole-wall with non-shrink grout conforming to ASTM
C 1107 for all pipe materials.
2.7 SEALANT MATERIALS
A. Provide sealing materials between pre-cast concrete adjustment ring and manhole cover
frame, such as ConSeal SC-202 Butyl Sealant or approved equal.
B. Provide joints between concrete riser sections with ConSeal CS-202 Butyl Sealant or
approved equal conforming to ASTM C 990.
C. Provide rubber gaskets for ASTM C 443 joints.
2.8 BACKFILL MATERIALS
A. Backfill materials shall conform to the requirements of Section 02317 – Excavation and
Backfill for Utilities.
Utilities Line Relocation Pre-cast Concrete Manholes
02082-4
2.9 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 ninety-five
(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 MANHOLE BASE SECTIONS AND FOUNDATIONS
A. Scarify and compact base material to ninety-five (95) percent ASTM D 698 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.
B. Place twelve (12) inches of Class I gravel backfill as base for cast-in-place manhole base.
3.3 PRE-CAST MANHOLE SECTIONS
A. Install sections, joints, and gasket material in accordance with manufacturer’s printed
recommendations.
B. Install pre-cast adjustment rings above tops of cones as required to adjust the finished
elevation and to support the manhole frame.
C. Seal any lifting holes with non-shrink grout where lifting holes have been allowed by the
Engineer.
D. Do not incorporate manhole steps in manhole sections for storm sewers.
3.4 PIPE CONNECTIONS AT MANHOLES
A. Ensure that the pipe will not pull out of manhole by using flange or corrugations as shown on
plans.
B. Grout all space between pipe and manhole wall with non-shrink grout and coat with an epoxy
bonding agent.
3.5 INVERTS FOR SEWERS
A. Construct invert channels to provide a smooth flow transition waterway with no disruption of
flow at pipe-manhole connections.
B. Conform to following criteria:
(1) Slope of invert bench: ½ inch per foot minimum; 1 inch per foot maximum
(2) Depth of bench to invert shall be equal to ½ the largest diameter pipe, entering the
manhole.
(3) Invert slope through manhole shall be 0.10 foot drop across manhole with smooth
transition of invert through manhole, unless otherwise indicated on the Drawings.
C. Form invert channels with concrete if not integral with manhole base section.
Utilities Line Relocation Pre-cast Concrete Manholes
02082-5
D. For direction changes of mains, construct channels tangent to mains with maximum possible
radius of curvature.
E. Provide curves for side inlets and smooth invert fillets for flow transition between pipe
inverts.
3.6 MANHOLE FRAME AND ADJUSTMENT RINGS
A. Combine pre-cast concrete adjustment rings so that the elevation of the installed casting cover
matches the pavement surface.
B. Each manhole shall have a minimum of 6 inches of grade adjustment. Pre-cast adjustment
rings shall not be used in such a way that the height of combined rings is greater than
eighteen (12) inches.
C. Seal between adjustment rings with approved sealant material.
D. Set cast iron frame on adjustment ring in a bed of approved sealant.
E. Sealant bed shall consist of two beads of sealant, each bead having minimum dimensions of
½ inch thick and ¾ inch wide.
3.7 BACKFILL
A. Place and compact backfill materials in the area of excavation surrounding manholes in
accordance with requirements of Section 02317 – Excavation and Backfill for Utilities.
B. Place and compact backfill material in the area of excavation around the pipe up to the top of
the storm sewer pipe.
C. Provide cement stabilized backfill material, as specified for the storm sewer pipe, from the
top of the storm sewer pipe up to an elevation two (2) inches below finish grade.
D. Provide trench zone backfill, as specified for the adjacent utilities.
3.8 TESTING
A. Vacuum test manhole according to ASTM C 1244.
B. Refer to Section 02533 – Acceptance Testing for Pipe Storm Sewers. Perform the vacuum
test after backfilling in accordance with requirements in Section 02317 – Excavation and
Backfill for Utilities.
3.9 PROTECTION
A. Protect manholes from drainage until work has been finally accepted.
B. Protect manholes from damage until work has been finally accepted. Repair damage to
manholes at no additional cost to Owner.
END OF SECTION
Utilities Line Relocation Frames, Grates, Rings, and Covers
02084-1
SECTION 02084
FRAMES, GRATES, RINGS, AND COVERS
PART 1 GENERAL
1.1 SUMMARY
A. This section of the specification covers gray 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) 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
* Where reference is made to one of the above standards, the latest revision shall apply.
1.3 SUBMITTALS
A. Submit product data in accordance with Section 01300 – Submittal Procedures.
B. Submit copies of manufacturer’s specifications, load tables, dimension diagrams, anchor
details, and installation instructions.
C. Submit shop drawings for fabrication and installation of casting assemblies that are not
included in Drawings.
(1) Include plans, elevations, sections, and connection details.
(2) Show anchorage and accessory items.
(3) Include setting drawings for location and installation of castings and anchorage devices.
PART 2 PRODUCTS
1.4 GENERAL CASTINGS
A. Castings for frames, grates, rings, and covers shall conform to ASTM A-48, Class 35.
B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between
frame and cover.
C. Provide locking covers if indicated on Drawings.
D. Castings shall be capable of withstanding the application of an AASHTO H-20 loading
without permanent deformation.
E. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on
the Drawings.
Utilities Line Relocation Frames, Grates, Rings, and Covers
02084-2
F. Cast dimensions may vary by +/- 1/16 inch per foot.
G. Weight shall not vary from published weight by more than +/- 5 percent.
H. Castings shall be clean, free from blowholes and other surface imperfections.
I. Cast holes in covers shall be clean and symmetrical, free of plugs.
1.5 MANHOLE FRAMES AND COVERS
A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM
A-48, having a clear opening of not less than 30 inches.
B. Frame and cover shall have a weight of not less than 275 pounds.
C. Cover shall be furnished with lifting ring cast into the cover in such a manner as to prevent
water leaking through.
D. Cover shall include lettering: “City of Lubbock, Texas – Storm Sewer”.
PART 3 EXECUTION
1.6 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
Utilities Line Relocation Removing Existing Pavements
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,
concrete sidewalks and miscellaneous.
B. Section Includes:
(1) Regulatory Requirements
(2) Preparation
(3) Protection
(4) Removals
(5) Backfill
(6) Disposal
1.2 REGULATORY REQUIREMENTS
A. Conform to applicable codes for disposal of debris. Refer to Section 01576 – Waste Material
Disposal.
B. Coordinate removal work with utility companies.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
3.1 PREPARATION
A. Obtain advance approval from the Engineer for dimensions and limits of removal work.
B. Identify known utilities below grade.
C. Paint, stake and flag locations.
3.2 PROTECTION
A. Protect the following from damage or displacement:
(1) Adjacent public and private property.
(2) Trees, plants, and other landscape features designated to remain.
(3) Utilities not designated to be removed.
(4) Pavement and utility structures not designated to be removed.
(5) Benchmarks, monuments, and existing structures not designated to be removed.
3.3 REMOVALS
A. Remove pavements and structures by methods that will not damage underground utilities.
B. Do not use a drop hammer near existing underground utilities.
C. Minimize amount of earth loaded during removal operations.
Utilities Line Relocation Removing Existing Pavements
02221-2
D. Where existing pavement is to remain, make straight saw cuts in existing pavement to
provide clean breaks prior to removal.
E. Do not break concrete pavement or base with drop hammer.
F. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing
construction or expansion joints, break out to existing joint.
G. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint.
H. Any existing concrete, which is damaged or destroyed beyond the neat lines so established,
shall be replaced at the Contractor’s expense.
I. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat,
clean appearance.
3.4 BACKFILL
A. Backfill of removal zones shall be in accordance with requirements of Section 02317 –
Excavation and Backfill for Utilities as applicable to the specific portion of the Work.
3.5 DISPOSAL
A. Remove from the site debris resulting from work under this section in accordance with
requirements of Section 01576 – Waste Material Disposal.
END OF SECTION
Utilities Line Relocation Dewatering
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 storm sewer
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, prior to beginning dewatering operations, that might
be misconstrued as damage caused by dewatering operations.
(5) Record drawings at Project closeout identifying and locating capped utilities and other
subsurface structural, electrical, or mechanical conditions performed during dewatering.
(6) Note locations and capping depth of wells and well points.
B. Field Test Reports:
(1) Before starting excavation, submit test results and computations demonstrating that
dewatering system is capable of meeting performance requirements.
1.3 PERFORMANCE REQUIREMENTS
A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient
scope, size, and capacity to control ground water flow into excavations and permit
construction to proceed on dry, stable ground.
B. Maintain dewatering operations to ensure erosion control, stability of excavations and
constructed slopes is maintained, that excavation does not flood, and that damage to
subgrades and permanent structures is prevented.
Utilities Line Relocation Dewatering
02240-2
C. Prevent surface water from entering excavations by grading, dikes, and other means approved
by the Engineer.
D. Remove dewater system if no longer needed.
1.4 QUALITY ASSURANCE
A. Comply with water disposal requirements of authorities having jurisdiction.
1.5 PROJECT CONDITIONS
A. Existing Utilities:
(1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted
in writing by the Engineer and then only after arranging to provide temporary utility
services according to requirements indicated.
B. Project Site Information:
(1) A geotechnical report has not been prepared for the Project area.
(2) The Contractor, at own expense, may make test borings and conduct other exploratory
operations necessary for dewatering.
(3) Survey adjacent structures and improvements, employing a qualified professional
engineer or land surveyor, establishing exact elevations at fixed points to act as
benchmarks.
(4) Clearly identify benchmarks and record existing elevations.
(5) During dewatering, regularly resurvey benchmarks, maintaining an accurate log of
surveyed elevations for comparison with original elevations.
(6) Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other
damage is evident in adjacent construction.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
3.1 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards created by
dewatering operations.
B. Prevent surface water and subsurface or ground water from entering excavations, from
ponding on prepared subgrades, and from flooding site and surrounding area.
C. Protect subgrades and foundation soils from softening and damage by rain or water
accumulation.
D. Install dewatering system to ensure minimum interference with roads, streets, walks, and
other adjacent occupied and used facilities.
E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having jurisdiction.
(1) Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
Utilities Line Relocation Dewatering
02240-3
3.2 INSTALLATION
A. Install dewatering system utilizing wells, well points, or similar methods complete with pump
equipment, standby power and pumps, filter material gradation, valves, appurtenances, water
disposal, and surface-water controls.
B. Before excavating below ground water level, place system into operation to lower water to
specified levels.
C. Operate system continuously until drains, sewers, and structures have been constructed and
fill materials have been placed, or until dewatering is no longer required.
D. Provide an adequate system to lower and control ground water to permit excavation,
construction of structures, and placement of fill materials on dry subgrades.
E. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom
of foundations, drains, sewers, and other excavations.
F. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade softening,
and slope stability.
G. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations,
drains, sewers, and other excavations.
H. Maintain piezometric water level a minimum of sixty (60) inches below surface of
excavation.
I. Dispose of water removed by dewatering in a manner that avoids endangering public health,
property, and portions of work under construction or completed.
J. Dispose of water in a manner that avoids inconvenience to others.
K. Provide sumps, sedimentation tanks, and other flow-control devices as required by authorities
having jurisdiction.
L. Provide standby equipment on-site, installed and available for immediate operation, to
maintain dewatering on continuous basis if any part of system becomes inadequate or fails.
M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering
system, restore damaged structures and foundation soils at no additional expense to Owner.
N. Remove dewatering system from Project Site on completion of dewatering.
O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches
below overlying construction.
P. Promptly repair damages to adjacent facilities caused by dewatering operations.
3.3 OBSERVATION WELLS
A. Provide, take measurements, and maintain at least the minimum number of observation wells
or piezometers indicated and additional observation wells as may be required by authorities
having jurisdiction.
B. Observe and record daily elevation of ground water and piezometric water levels in
observation wells.
C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive,
damaged, or destroyed.
D. Suspend construction activities in areas where observation wells are not functioning properly
until reliable observations can be made.
E. Add or remove water from observation well risers to demonstrate that observation wells are
functioning properly.
F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed.
END OF SECTION
Utilities Line Relocation Controlled Low Strength Material – Flowable Fill
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 as backfill from the top of proposed storm sewer line
up to 2 inches below grade and for plugging the existing 24-inch diameter storm sewer line.
1.2 QUALITY ASSURANCE
A.Design Criteria; Concrete Proportions and Consistency:
1. Concrete shall be proportioned to give the necessary workability and strength and shall
conform to the following governing requirements.
28 Day
Compressive
Strength-psi
(Min-Max)
Min. Cement
Pounds Per
Cu. Yd.
Fine
Aggregate
Pounds Per
Cu. Yd.
Max. Water
Pounds Per
Cu. Yd.
Max. Fly Ash
Pounds Per
Cu. Yd.
70 - 150 50 2720 290 150
2. Fluidity of the flowable mortar shall be measured by the Corps of Engineers flow cone
method, according to their specification CRD-C611-80. Prior to filling the flow cone
with flowable mortar, the mixture shall be passed through a 1/4-inch screen. Time of
efflux shall be approximately 12 seconds.
B.Factory Testing: The Contractor shall be responsible for the design of the material. A trial
mix shall be designed by an independent testing laboratory, retained by the Contractor. The
testing laboratory shall submit verification that the materials and proportions of the trial mix
design meets the requirement of the specifications. Concrete mix additive such as "Darafill"
manufactured by Grace Construction Products or equal products may be required to achieve the
low strength and the flowability requirements. In lieu of trial mix design, Contractor may
submit a mix design used successfully in previous similar work, for similar materials for
approval by Engineer. The Contractor shall not make changes in materials (gradation,
source, brand, or proportions) of the mixture after having been approved, except by specific
approval of the Engineer.
C.Pre-Job Testing: Pre-job testing with actual equipment and intended configuration of concrete
sample may be required to determine whether the material can be excavated. The testing
equipment and configuration of concrete sample shall be determined by the Owner’s
representative.
D. Testing: It is the responsibility of the Contractor to achieve and maintain the quality of material
required by this specification. However, the Owner may secure the services of an independent
testing laboratory to verify the quality of the material. The Owner shall have the right to require
additional testing, strengthening, or replacement of concrete that has failed to meet the minimum
requirements of this section.
Utilities Line Relocation Controlled Low Strength Material – Flowable Fill
02257-2
1.3 SUBMITTALS
A. Submittals shall be in accordance with Section 01300, and shall include a trial mix design on
material
1.4 STANDARDS AND REFERENCES
A. Materials shall meet recommendation for mix design and placement, as published by National
Ready Mixed Concrete Association.
B. The applicable provisions of the following references and standards shall apply to this section as
if written herein in their entirety.
1.American Society for Testing and Materials (ASTM) Standards:
ASTM C33 Specifications for Concrete Aggregates
ASTM C40 Test Method for Organic Impurities In Fine Aggregates For Concrete
ASTM C150 Specification for Portland Cement
ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as
Mineral Admixture in Portland Cement Concrete
2. Federal Specifications:
a.COE – (CRD-C611-80).
PART 2 – PRODUCTS
2.1 MATERIALS
A. Cement: Portland Cement conforming to the specifications and test for Type I Portland
Cement per ASTM C-150
B. Fine Aggregate: Fine aggregate consisting of natural, washed and screened sand having clean,
hard, strong, durable, uncoated grains complying with the requirements for ASTM C33. The
sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95 percent pass at
1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong
alkali, or organic material that gives a color darker than the standard color when tested in
accordance with ASTM C40.
C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class “C” fly ash. The fly ash may be
used in controlled low-strength material.
D. Water: Water for concrete shall be clean and free from oil, acid, alkali, organic matter or
other harmful impurities. Water which is suitable for drinking or for ordinary household use
will be acceptable for concrete. Where available, water shall be obtained from main of a
waterworks system.
E. Additive: “Darafill” or approved alternate additive may be required to meet these
specifications.
Utilities Line Relocation Controlled Low Strength Material – Flowable Fill
02257-3
2.2 MIXES
A. In the determination of the amount of water required for mix, consideration shall be given to the
moisture content of the aggregate. The net amount of water in the mix will be the amount added
at the mixer; plus the free water in the aggregate; and minus the absorption of the aggregate,
based on a 30 minute absorption period. No water allowance shall be made for evaporation after
batching.
B. The methods of measurement of materials shall be such that the proportions of water to
cement can be closely controlled during the progress of the work and easily checked at any time
by the Owner’s Representative. To avoid unnecessary or haphazard changes in consistency,
the aggregate shall be obtained from sources which will insure a uniform quality and grading
during any single day’s operation and they shall be delivered to the work and handled in such
a manner that the variation in moisture content will not interfere with the steady production of
concrete of reasonable degree of uniformity. Sources of supply shall be approved by the Owner’s
Representative.
C. All material shall be separately and accurately measured. Measurement may be made by
weight or by volume, as determined by the Contractor; however; all equipment for
measurement of materials shall be subject to approval by the Owner’s Representative.
D. The proportions of the mix shall be such as to produce material that can be placed readily into the
void area without spading or vibrating, and without segregation or undue accumulation of water
or laitance of the surface.
E. When additive is contained in the concrete mix, the additive ingredients, proportions and
placement of the additive shall be per manufacturer’s recommendations.
PART 3 – EXECUTION
3.1 INSTALLATION
A. Contractor shall give the Owner’s Representative sufficient advance notice before starting to
place material in any area to permit inspection of the area and to prepare for pouring.
B. Conduct the operation of depositing and compacting the material so as to form a compact,
dense, impervious mass.
C. Flowable fill shall be placed from the top of storm sewer line and shall be brought up
uniformly up to 2-inches below grade. Flowable fill shall be protected from traffic for a period
of 72 hours.
D. The material shall be placed against undisturbed trench walls, and shall not be placed on or
against frozen ground.
E. Material shall be placed in lifts or other measures shall be taken to prevent pipe flotation.
Material shall be allowed to harden before placing next lift.
END OF SECTION
Utilities Line Relocation Excavation Support and Protection
02260-1
SECTION 02260
EXCAVATION SUPPORT AND PROTECTION
PART 1 GENERAL
1.1 SUMMARY
A. This Section includes temporary excavation support and protection systems.
B. Section Includes:
(1) Submittals
(2) Performance Requirements
(3) Project Conditions
(4) Materials
(5) Preparation
(6) Sheet Piling
(7) Trench Boxes
(8) Trenching Procedures
1.2 SUBMITTALS
A. Shop Drawings for Information:
(1) Prepared by or under the supervision of a qualified Professional Engineer for excavation
support and protection systems.
(2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer
responsible for their preparation.
B. Qualification data for installer and Professional Engineer.
C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining
construction and site improvements that might be misconstrued as damage caused by the
absence of, the installation of, or the performance of excavation support and protection
systems.
1.3 PERFORMANCE REQUIREMENTS
A. Design, furnish, install, monitor, and maintain excavation support and protection system
capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and
superimposed and construction loads.
B. Provide professional engineering services needed to assume engineering responsibility,
including preparation of Shop Drawings and a comprehensive engineering analysis by a
qualified Professional Engineer.
C. Prevent surface water from entering excavations by grading, dikes, or other means approved
by the Engineer.
D. Install excavation support and protection systems without damaging existing buildings,
pavements, and other improvements adjacent to excavation.
1.4 PROJECT CONDITIONS
A. Existing Utilities:
(1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted
in writing by the Engineer and then only after arranging to provide temporary utility
services according to requirements indicated.
Utilities Line Relocation Excavation Support and Protection
02260-2
B. Project Site Information:
(1) Survey adjacent structures and improvements, employing a qualified professional
engineer or land surveyor, establishing exact elevations at fixed points to act as
benchmarks.
(2) Clearly identify benchmarks and record existing elevations.
(3) During installation of excavation support and protection systems, regularly resurvey
benchmarks, maintaining an accurate log of surveyed elevations and positions for
comparison with original elevations and positions.
(4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks,
sags, or other damage is evident in adjacent construction.
1.5 EXISTING UTILITIES
A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify
owners of all utilities of work to be performed. Protect all existing utilities from damage.
Provide additional support for utility lines which cannot span trench width. Do not
interrupt existing services without written approval by the Engineer and the utility owner.
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
Utilities Line Relocation Excavation Support and Protection
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.
C. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by
removing excavation support and protection systems.
END OF SECTION
Utilities Line Relocation Excavation and Backfill for Utilities
02317-1
SECTION 02317
EXCAVATION AND BACKFILL FOR UTILITIES
PART 1 GENERAL
1.1 SUMMARY
A. This section of the specifications includes information on excavation, trenching, foundation,
embedment, and backfill for installation of utilities, including manholes and pipeline
structures.
B. Section Includes:
(1) Definitions
(2) References
(3) Scheduling
(4) Submittals
(5) Tests
(6) Equipment
(7) Material Classifications
(8) Accessories
(9) Installation
(10) Preparation
(11) Protection
(12) Excavation
(13) Handling Excavation Materials
(14) Trench Foundation
(15) Ground Water Control
(16) Pipe Embedment, Placement and Compaction
(17) Trench Zone Backfill, Placement and Compaction
(18) Field Quality Control
(19) Disposal of Excess Material
1.2 DEFINITIONS
A. Pipe Foundation – Suitable and stable native soils that are exposed at the trench subgrade
after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation
backfill material placed and compacted in over-excavations.
B. Pipe Bedding – The portion of trench backfill that extends vertically from top of foundation
up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D.
C. Haunching – The material placed on either side of the pipe from the foundation to the
springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to
opposite sidewall, excluding the bedding section as shown on the plans.
D. Initial Backfill – The portion of trench backfill that extends vertically from the top of
haunching or cement stabilized backfill up to a level line immediately below pavement
subgrade, and horizontally from on trench sidewall to opposite sidewall.
E. Pipe Embedment – The portion of trench backfill that consists of bedding, haunching, and
initial backfill.
Utilities Line Relocation Excavation and Backfill for Utilities
02317-2
F. Trench Zone – The portion of trench backfill that extends vertically from top of pipe
embedment up to a line immediately below pavement subgrade or up to final grade when not
beneath paving.
G. Backfill – Suitable material meeting specified quality requirements, placed and compacted
under controlled conditions.
H. Ground Water Control Systems – Installations external to trench, such as well points,
eductors, or deep wells. Ground water control includes dewatering to lower ground water,
intercepting seepage which would otherwise emerge from side or bottom of trench
excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to
Section 02240 – Dewatering.
I. Surface Water Control – Diversion and drainage of surface water runoff and rain water away
from trench excavation. Rain water and surface water accidentally entering trench shall be
controlled and removed as a part of excavation drainage.
J. Excavation Drainage – Removal of surface and seepage water in trench by sump pumping or
other approved means.
K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls
of pipe embedment zone. Maintain trench conditions that provide for effective placement
and compaction of embedment material directly on or against undisturbed soils or foundation
backfill, except where structural trench support is necessary.
L. Dry Stable Trench – Stable and substantially dry trench conditions exist in pipe embedment
zone as a result of typically dry soils or achieved by ground water control (dewatering or
depressurization) for trenches extending below ground water level.
M. Stable Trench with Seepage – Stable trench in which ground water seepage is controlled by
excavation drainage.
N. Stable Trench with Seepage in Clayey Soils – Excavation drainage is provided in lieu of or to
supplement ground water control systems to control seepage and provide stable trench
subgrade in predominately clayey soils prior to bedding placement.
O. Stable Wet Trench in Sandy Soils – Excavation drainage is provided in the embedment zone
in combination with ground water control in predominately sandy or silty soils.
P. Unstable Trench – Unstable trench conditions exist in the pipe embedment zone if ground
water inflow or high water content causes soil disturbances, such as sloughing, sliding,
boiling, heaving, or loss of density.
Q. Subtrench – Subtrench is a special case of benched excavation. Subtrench excavation below
trench shields or shoring installations may be used to allow placement and compaction of
foundation or embedment materials directly against undisturbed soils. Depth of a subtrench
depends upon trench stability and safety as determined by the Contractor.
R. Over-Excavation and Backfill – Excavation of subgrade soils with unsatisfactory bearing
capacity or composed of otherwise unsuitable materials below top of foundation as shown on
Drawings, and backfilled with foundation backfill material.
S. Foundation Backfill Materials – Natural soil or manufactured aggregate of controlled
gradation, to control drainage and material separation. Foundation backfill material is placed
and compacted as backfill to provide stable support for bedding.
T. Trench Safety Systems include both protective systems and shoring systems as defined in
Section 02260 – Excavation Support and Protection
U. Trench Shield (Trench Box) – A portable worker safety structure moved along the trench as
work proceeds, used as a protective system and designed to withstand forces imposed on it by
Utilities Line Relocation Excavation and Backfill for Utilities
02317-3
cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so
designed or placed in a series depending on depth and length of excavation to be protected.
V. Shoring System – A structure that supports sides of an excavation to maintain stable soil
conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent
installations or improvements.
1.3 REFENCES
A. ASTM D 558 – Test Methods for Moisture-Density Relations of Soil Cement Mixtures.
B. ASTM D 698 – Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate
Mixtures Using 5.5-lb. Rammer and 12 inch Drop.
C. ASTM D 1556 – Test Method for Density in Place by the Sand-Cone Method.
D. ASTM D 2487 – Classification and Soils for Engineering Purposes.
E. ASTM D 2922 – Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear
Methods (Shallow Depth).
F. ASTM D 3017 – Test Method for Water Content of Soil and Rock in Place by Nuclear
Methods (Shallow Depth).
G. ASTM D 4318 – Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
H. TxDOT Tex-101-E – Preparation of Soil and Flexible Base Materials for Testing.
I. TxDOT Tex-110-E – Determination of Particle Size Analysis of Soils.
J. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and
Health Administration (OSHA).
1.4 SCHEDULING
A. Schedule work so that pipe embedment can be completed on the same day that acceptable
foundation has been achieved for each section of pipe installation, manhole, or other
structures.
1.5 SUBMITTALS
A. Conform to Section 01300 – Submittal Procedures
B. Submit a written description for information only of the planned typical method of
excavation, backfill placement, and compaction, including:
(1) Sequence of work and coordination of activities.
(2) Selected trench widths and dimensions of excavations.
(3) Procedures for foundation and embedment placement, and compaction.
(4) Procedure for use of trench boxes and other pre-manufactured systems while assuring
specified compaction against undisturbed soils.
C. Submit backfill material sources and product quality information in accordance with
requirements of Section 02320 – Utility Backfill Materials.
D. Submit record of location of storm sewer pipe as installed, referenced to survey control
points.
(1) Include locations of utilities encountered that are not shown on drawings or rerouted for
the convenience of the Contractor.
(2) Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and
gradients of installed storm sewer pipe, casing, etc.
E. Submit field density tests of trench backfill.
F. Submit laboratory density compaction curves for each material.
Utilities Line Relocation Excavation and Backfill for Utilities
02317-4
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 one-foot compacted layer, as
a minimum.
C. Failing tests will be charged to the Contractor, which shall include pro-rata technician time,
mileage and expeses.
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 level with the top of storm sewer pipe and a
minimum cover of twelve (12) inches is obtained over utility, conduits, and ducts.
C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage
to pipes, conduits, or ducts.
D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is
obtained.
E. Do not use vibratory equipment if adjacent structures could be affected.
F. Use trench shields or other protective systems or shoring systems which are designed and
operated to achieve placement and compaction of backfill directly against undisturbed native
soil.
2.2 MATERIAL CLASSIFICATIONS
A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product
descriptions of Section 02320 – Utility Backfill Materials.
2.3 ACCESSORIES
A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant
polyethylene film warning tape manufactured for marking and identifying underground
utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description
of the utility; colored as follows:
(1) Red – Electric
(2) Yellow – Gas, oil, steam, and dangerous materials.
(3) Orange – Telephone and other communications.
(4) Blue – Water systems.
(5) Green – Sewer systems.
B. Locator Wire: Install continuously coated ten (10) gauge locating wire as indicated on Plans.
PART 3 EXECUTION
3.1 INSTALLATION
Utilities Line Relocation Excavation and Backfill for Utilities
02317-5
A. Install flexible storm sewer pipe to conform to the trench details shown in the drawings.
B. Install rigid storm sewer 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. Install and operate necessary dewatering and surface water control measure to conform with
Section 02240 – Dewatering.
H. 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. All crossing water and sewer lines must be cut and replaced and service restored as soon as
possible to minimize inconvenience to the public.
D. Restore damaged permanent facilities to pre-construction conditions unless replacement or
abandonment of facilities are indicated on the Drawings.
E. Take measures to minimize erosion of trenches and excavations.
F. Do not allow water to pond in trenches or excavations.
G. 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.
H. 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.
I. Verification of location, size, and burial depth of existing utilities shall be the complete
responsibility of the Contractor.
J. The Contractor is responsible for notifying all existing utility owners of the intention to cross
said utility no less than seven (7) days prior to crossing the utility.
K. Coordinate vertical separation requirements with utility owners and any other special
construction considerations.
L. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to
constructing these changes.
M. 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
Utilities Line Relocation Excavation and Backfill for Utilities
02317-6
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.
(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.
Utilities Line Relocation Excavation and Backfill for Utilities
02317-7
(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 to achieve stable trench conditions and
satisfactory compaction of foundation or bedding material. The bottom of the storm sewer
pipe will rest on the bottom of the trench over the entire length of the pipe.
B. Any part of the trench excavated below grade shall be corrected by filling with approved
material and compacting thoroughly.
C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the
trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected
material, and thoroughly compacted.
D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be
made properly, and of sufficient depth to prevent the bell of the pipe from resting on
undisturbed materials.
3.7 GROUND WATER CONTROL
A. Should ground water become an issue, refer to Section 02240 – Dewatering.
B. Provide a stable trench to allow installation in accordance with the Specifications.
3.8 PIPE EMBEDMENT, PLACEMENT AND COMPACTION
A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of
trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil.
B. Place embedment including bedding, haunching, and initial backfill as shown on the
Drawings.
C. For pipe installation, manually spread embedment materials around the pipe to provide
uniform bearing and side support when compacted.
D. Do not allow materials to free-fall from heights greater than twenty-four (24) inches above
top of pipe.
E. Perform placement and compaction directly against the undisturbed soils in the trench
sidewalls, or against sheeting which is to remain in place.
Utilities Line Relocation Excavation and Backfill for Utilities
02317-8
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. Remove sand bags or the means used to hold small-diameter pipe in place prior to backfilling
where these items are located.
M. 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.
N. Compact each lift before proceeding with placement of the next lift.
O. Water tamping and water jetting are not allowed.
P. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete
vibrator to consolidate material placed above the top of storm sewer pipe and under haunches
if applicable.
Q. Use a minimum two-inch diameter vibrator, vibrate flowable fill continuously along entire
length of conduit leaving no unconsolidated lengths or areas.
R. 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 storm sewer 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. Maximum unrepaired pavement surface shall be limited to 300 feet unless otherwise
approved by Engineer.
E. 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.
F. Place trench zone backfill in lifts and compact by methods selected by the Contractor.
G. Fully compact each lift before placement of the next lift.
H. Cement Stabilized Backfill/Lean Concrete Backfill:
(1) Place in depths as shown on plans.
(2) Use vibratory equipment to ensure placement from top of storm sewer to 2-inches below
final grade. Use vibratory equipment to ensure placement under the haunches of the
pipe if applicable.
(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
Utilities Line Relocation Excavation and Backfill for Utilities
02317-9
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.
I. Bedding Material:
(1) Sand bedding shall be loosely placed in trench as shown on the Drawings.
J. 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.
K. 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.
L. Topsoil:
(1) Maximum lift thickness determined by Contractor to achieve uniform placement and
required compaction, but not exceeding eight (8) inches.
(2) Compaction by trench sheep’s foot or by vibratory equipment to provide backfill
densities at least equivalent to the surrounding undisturbed material or ninety-five (95)
percent of the maximum dry density determined according to ASTM D 698.
(3) Use of vibratory equipment limited as specified in paragraph 2.1.
(4) Moisture content within two (2) percent of optimum determined according to ASTM D
698.
(5) Bedding Material
(a) Sand bedding shall be loosely placed in trench as shown on drawings.
3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES
A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as
shown on the Drawings.
3.11 FIELD QUALITY CONTROL
Utilities Line Relocation Excavation and Backfill for Utilities
02317-10
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.
END OF SECTION
Utilities Line Relocation Utility Backfill Materials
02320-1
SECTION 02320
UTILITY BACKFILL MATERIALS
PART 1 GENERAL
1.1 SUMMARY
A. This Section of the specification covers materials related to the backfill of utilities.
B. Section Includes:
(1) “Concrete” sand (for use as pipe bedding).
(2) Native soil materials.
(3) Topsoil.
(4) Crushed stone.
(5) Cement stabilized backfill.
C. Related Sections:
(1) Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections apply to this
section.
(2) Section 01300 – Submittal Procedures
(3) Section 01400 – Quality Requirements
(4) Section 02317 – Excavation and Backfill for Utilities.
1.2 DEFINITIONS
A. Refer to Section 02317 – Excavation and Backfill for Utilities.
1.3 REFENCES
A. ASTM C 33 – Specification for Concrete Aggregate.
B. ASTM C 40 – Test Method for Organic Impurities in Fine Aggregates for Concrete.
C. ASTM C 123 – Test Method for Lightweight Pieces in Aggregate.
D. ASTM C 131 – Test Method for Resistance to Degradation of Small-Size Coarse Aggregate
by Abrasion and Impact in the Los Angeles Machine.
E. ASTM C 136 – Test Method for Sieve Analysis of Fine and Coarse Aggregates.
F. ASTM C 142 – Test Method for Clay Lumps and Friable Particles in Aggregates.
G. ASTM D 698 – Test Method for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-lb/ft3).
H. ASTM D 1140 – Test Method for Amount of Materials in Soils Finer Than Number 200
Sieve.
I. ASTM D 2487 – Classification of Soils for Engineering Purposes (Unified Soil Classification
System).
J. ASTM D 2488 – Standard Practice for Description and Identification of Soils (Visual-Manual
Procedure).
K. ASTM D 4318 – Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
L. ASTM D 4643 – Method for Determination of Water (Moisture) Content of Soil by the
Microwave Oven Method.
M. TxDOT Tex-101-E – Preparation of Soil and Flexible Base Materials for Testing.
N. TxDOT Tex-104-E – Test Method for Determination of Liquid Limit of Soils (Part 1).
O. TxDOT Tex-106-E – Test Method – Methods of Calculating Plasticity Index of Soils.
Utilities Line Relocation Utility Backfill Materials
02320-2
P. TxDOT Tex-110-E – Determination of Particle Size Analysis of Soils.
1.4 SUBMITTALS
A. Conform to Section 01300 – Submittal Procedures.
B. Submit a description of source, material classification and product description, production
method, and application of backfill materials.
C. Submit test results for samples of off-site backfill materials.
D. For each delivery of material, provide a delivery ticket which includes source location.
1.5 TESTS
A. Perform tests of sources for off-site backfill material.
B. Verification tests of backfill materials may be performed by the Owner, at the Owner’s
expense; however, failing tests will be charged to the Contractor.
PART 2 PRODUCTS
2.1 MATERIAL DESCIRPTIONS
A. “Concrete” Sand
(1) Coarse-grained, well-graded, sand (natural, manufactured, or a combination of both)
conforming to requirements of ASTM C 33.
(2) Gradation shall conform to ASTM C 136 and the following limits.
Sieve Percent Passing
3/8”100
No. 4 95 to 100
No. 8 80 to 100
No. 16 50 to 85
No. 30 25 to 60
No. 50 10 to 30
No. 100 2 to 10
B. Native Soil Material for Backfill
(1) Provide backfill material that is free of stones greater than six (6) inches, free of roots,
waste, debris, trash, organic material, unstable material, non-soil matter, hydrocarbons, or
other contamination.
C. Topsoil
(1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots,
waste, debris, trash, organic material, 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:
Utilities Line Relocation Utility Backfill Materials
02320-3
Sieve Percent Retained
3/8”0
No. 4 5 to 15
No. 10 50 to 90
No. 40 90 to 100
(3) A minimum of four inches of gravel embedment will be placed under the pipe. This
material will be used for backfill to the top of the pipe. This material MUST be shovel
sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe.
E. Cement Stabilized Backfill
(1) Cement Content – 2 sack mix per cubic yard.
(2) Water/Cement Ratio – 0.60.
(3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for
backfilling pipe sizes forty-eight (48) inches and greater in diameter.
(4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less
than forty-eight (48) inches in diameter.
2.2 MATERIAL TESTING
A. Ensure that material selected, produced, and delivered to the project meets applicable
specifications and is of sufficiently uniform properties to allow practical construction and
quality control.
B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers,
for selection of material sources and products. Provide test results for a minimum of three (3)
samples for each source and material type. Tests samples of processed materials from current
production representing material to be delivered. Tests shall verify that the materials meet
specification requirements. Repeat qualification test procedures each time the source
characteristic changes or there is a planned change in source location or supplier.
Qualification tests shall include, as applicable:
(1) Gradation: Complete sieve analyses shall be reported regardless of the specified control
sieves. The range of sieves shall be from the largest particle through the No. 200 sieve.
(2) Plasticity of material passing the No. 40 sieve.
(3) Clay lumps.
(4) Lightweight pieces.
(5) Organic impurities.
C. Production Testing: Provide reports to the Engineer from an independent testing laboratory
that backfill materials to be placed in the Work meet applicable specification requirements.
D. Native material requires testing only when questionable material is encountered.
PART 3 EXECUTION
3.1 SOURCES
A. Use of material encountered in the trench excavations is acceptable, provided applicable
specification requirements are satisfied. If excavation material is not acceptable, provide
from other approved source. Top two (2) feet of excavated material shall be used as topsoil
in unpaved areas.
Utilities Line Relocation Utility Backfill Materials
02320-4
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. Contractor shall furnish
the material from locations in the off-site source as concurred by Engineer.
C. Obtain approval for each material source by the Engineer before delivery is started. If
sources previously approved do not produce uniform and satisfactory products, furnish
materials from other approved sources. Materials may be subjected to inspection or
additional verification testing after delivery. Materials which do not meet the requirements of
the specifications will be rejected. Do not use material which, after approval, has become
unsuitable for use due to segregation, mixing with other materials, or by contamination.
Once a material is approved by the Engineer, expense for sampling and testing required to
change to a different material will be at the Contractor’s expense with no additional cost to
the Owner.
3.2 MATERIAL HANDLING
A. Establish temporary stockpile locations as practical for material handling and control.
B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators
to ensure filling of voids, filling around and under haunches of pipe and filling of spaces
between corrugations. Vibration shall not be applied to the utility pipe itself.
3.3 FIELD QUALITY CONTROL
A. Quality Control
(1) The Engineer may sample and test backfill at:
i. Sources including borrow pits, production plants, and
Contractor’s designated off-site stockpiles.
ii. On-site stockpiles.
iii. Materials placed in the Work.
(2) The Engineer may resample material at any stage of work or location if changes in
characteristics are apparent.
B. Production Verification Testing: The Owner’s testing laboratory will provide verification
testing on backfill materials, as directed by the Engineer. Samples may be taken at the source
or at the production plant, as applicable. Contractor shall cooperate with the Owner and
Engineer in allowing access to materials.
END OF SECTION
Utilities Line Relocation Boring and Encasing
02445-1
SECTION 02445
BORING AND ENCASING
PART 1 GENERAL
1.1 WORK COVERED BY CONTRACT DOCUMENTS
A. The section covers utility bores and placing steel encasement in open cut trenches.
B. The encasement will be installed at the locations indicated on the attached plans.
C. The contractor will be responsible for providing all labor, materials, equipment and
incidentals necessary to accomplish the following:
(1) Construction of the bore and bore pits or trench cut.
(2) Installing the appropriate steel casing.
(3) Installing the water supply pipe in the steel casing using the pipe manufactures
recommended practices.
(4) Backfill all excavations.
(5) All traffic barricading and control.
(6) All trench safety requirements.
(7) Implementing a best management plan for the control of storm water runoff
1.2 CONTRACTOR USE OF SITE
A. Limit use of site to allow:
(1) Owner occupancy.
(2) Contractor.
B. Coordinate use of site under direction of Owner's Representative.
C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other
Contractors.
D. Move any stored products under Contractor's control, which interfere with operations of
(1) Owner.
E. Assume full responsibility for the protection and safekeeping of products furnished under
this contract, stored on or off the site.
1.3 WORK SEQUENCE
A. Construct Work to accommodate Owner's occupancy requirements during the construction
period.
B. Sequence and schedule shall balance Owner’s occupancy and the requirements of adjacent
utility work and construction schedules of other government agencies, however, Contractor’s
coordination for construction schedule and operations shall be with the Engineer or the
Owner's Representative only.
1.4 SUBMITTALS
A. Provide written plan with methods and materials to be used in bore and casing process.
B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of
proposed locations within pipe casing.
Utilities Line Relocation Boring and Encasing
02445-2
1.5 STANDARDS
A. All work shall be accomplished in accordance with the following standards:
(1) AWWA C-206 “Field Welding of Steel Water Pipe”
(2) AWWA C-210 “Liquid Epoxy Coating Systems for the Interior and Exterior of Steel
Water Pipelines”
(3) AASHTO M-190 “Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches”
(4) AASHTO Standard Specifications for Highway Bridges, 1993.
(5) ASTM A-36 “Carbon Structural Steel”
(6) ASTM A-123 “Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products”
(7) ASTM A-135 “Electric – Resistance – Welded Steel Pipe”
(8) ASTM A-139 “Electric – Fusion (Arc) – Welded Steel Pipe” (NPS4 and over)
(9) ASTM A-153 “Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware”
(10) ASTM A-307 “Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength”
(11) ASTM A-449 “Quenched and Tempered Steel Bolts and Studs”
(12) ASTM A-568/M “Steel, Carbon, and High Strength, Low Alloy, Hot-Rolled and Cold-
Rolled for Commercial Quality”
(13) ASTM C-76 “Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe”
(14) ASTM D-4254 “Test Methods for minimum Index Density of Soils and Calculations
of Relative Density”
B. Additional standards contained in the City of Lubbock Public Works Engineering Design
Standards and Specifications handbook also apply.
1.6 QUALITY ASSURANCE
A. Installer’s Qualifications
(1) Installers shall be competent and experienced in boring work of equal scope.
(2) Installers shall provide proof of successful, related work experience with references.
B. Job Conditions
(1) Where work is in the right-of-way of any government or corporate jurisdiction, the
Owner will secure the appropriate permits or easements. The Contractor shall observe
regulations, instructions and limitations of each right-of-way owner. Coordination shall
be through Owner’s representative.
(2) Excavated material shall be kept off of roads and railroad tracks at all times.
(3) No blasting is allowed at any time.
(4) The Contractor shall protect existing pipelines and utilities. The Contractor shall verify
location and elevation of all pipelines, power lines and communication cable in the
construction area prior to execution. Verification of existing pipe and cable utilities
shall be the sole responsibility of the Contractor.
1.7 OWNER OCCUPANCY
A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's
operation.
B. Schedule the Work to accommodate this requirement.
Utilities Line Relocation Boring and Encasing
02445-3
PART 2 PRODUCTS
2.1 STEEL CASING
A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casing shall meet ASTM
A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal.
B. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or
heavy rust. Used Casing may be used with the Owners Representative approval and
inspection. Casing joints shall be fillet welded according to ASTM C-206.
2.2 CASING SPACERS
A. Casings spacers shall be sized according to the plans with steel casing to clear the bell and
not center the line vertically within the casing.
B. Approved casing spacers include:
(1) Advance Products
(2) BMW
(3) Cascade
(4) CCI Pipeline
(5) Culpico
(6) PSI
C. Other casing spacers may be used with approval from the Owner Representative or the
Engineer.
2.3 JOINT RESTRAINT
A. Uncased pipe bores are permitted with Engineer’s approval.
B. Approved joint restraint devices which prevent over-insertion:
(1) EBAA Mega-Stop (for push direction only)
(2) CertainTeed Certa-Lok
(3) Other over-insertion protection devices must be submitted prior to approval.
C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe
spacers.
D. All uncased bore methods require Contractor to submit joint restraint manufacturer’s
literature for Engineer’s approval.
PART 3 EXECUTION
3.1 BORES
A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified
or instructed.
B. Water used for lubrication of cuttings in conjunction with boring operations shall be
permitted. Jetting shall be prohibited.
C. All bores under existing paving will be subject to the following precautions:
(1) Auger Boring – Auger boring shall use a pilot hole to set precise, clear auger path.
(2) Wet (Slick) Boring – Under highway and arterial street pavement, the use of wet boring
techniques shall be subject to the approval of the Engineer on a case-by-case basis.
Utilities Line Relocation Boring and Encasing
02445-4
(3) Impact Moling – Impact moling shall be used only for bore sizes 3” in diam. and smaller.
Impact moling may be used for drilling pilot holes.
(4) Pipe Jacking or Ramming – Continue jacking process to completion once it has begun to
prevent the pipe from becoming firmly set in the embankment.
(5) Microtunneling – Remote tunneling trenchers are allowed within the constraints and
operational limitations set by manufacturer.
D. Contractor shall be fully responsible to insure the boring methods used are safe and adequate
for workers, installed pipe, property, the public, adjacent utilities and other site conditions.
E. The bore must be at or near the specified grade that is indicated on the plans. A tolerance of
0.02% 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
Utilities Line Relocation Tied Concrete Block Erosion Control Mats
02510-1
SECTION 02510
TIED CONCRETE BLOCK EROSION CONTROL MATS
PART 1 GENERAL
1.1 SUMMARY
A. This section of the specifications covers FLEXAMAT or approved equivalent vegetated tied
concrete block mat utilized for stabilizing slopes, channels, low water crossings, inlet/outlet
protection, and shorelines.
B. Section Includes:
(1) REFERENCES
(2) DELIVERY, STORAGE, AND HANDLING
(3) EXAMINATIONS
(4) PRODUCTS
(5) TESTING
(6) EXAMINATION
(7) EQUIPMENT
(8) FOUNDATION
1.2 REFERENCES
A. ASTM C 150 – Standard Specification for Portland Cement
B. ASTM C 33 – Standard Specifications for Concrete Aggregate
C. ASTM D 6460 – Standard Test Method for Determination of Rolled Erosion Control Product
(RECP) Performance in Protecting Earthen Channels from Storm water-Induced Erosion
* Where reference is made to one of the above standards, the latest revision shall apply.
1.3 SUBMITTALS
A. Submit all manufacturers’ data for product.
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.
1.4 DELIVERY, STORAGE, AND HANDLING
A. Deliver number of units needed in a timely manner to the project site to ensure installation
continuity.
B. Store and handle the units at the project site in such a manner so that it is easily accessible
and is not intruding pedestrian activity.
C. Provide instructions, and directions, as required, for installation.
Utilities Line Relocation Tied Concrete Block Erosion Control Mats
02510-2
PART 2 PRODUCTS
2.1 TIED CONCRETE BLOCK EROSION CONTROL MAT
A. Product shall be manufactured by FLEXAMAT or approved equivalent.
B. Product shall consists of concrete blocks (6.5 inch x 6.5 inch with a 2.25 inch profile) locked
together and embedded into a high strength Geogrid. There shall be 1.5 inch spacing between
the blocks to allow for vegetation growth.
2.2 CONCRETE BLOCKS
A. Furnish blocks manufactured with concrete conforming to the cement requirements of ASTM
C 150 and to the aggregate requirements of ASTM C 33.
B. Blocks must maintain a minimum compressive strength of 5,000 psi at 28 days.
C. Spacing between blocks must be a maximum of 2 inches apart and have a weight no less than
3 lbs/block.
2.3 POLYPROPYLENE BI-AXIAL GEOGRID
A. Geogrid must be composed of acrylic based coating to withstand degradation of
environments with exposure of high and low pH ranges.
B. 2% Carbon Black must utilized to stabilize UV radiation and prevent deterioration.
C. Ultimate Tensile Strength of the Geogrid must be no less than 2055 plf.
2.4 UNDERLAYMENT
A. Backing material shall be packaged within the roll of the Tied Concrete Mats.
B. Underlayment shall consist of 5-Pick Netting, Curlex II Erosion Control Blanket (ECB), and
Recyclex TRM non-degradable Turf Reinforcement Mat (TRM).
PART 3 PERFORMANCE
3.1 TESTING
A. Full scale laboratory testing shall be performed by a testing facility on all noted materials
according to ASTM standards.
B. Any material listed above can be changed to an alternative equivalent if results of properties
can be verified, reviewed and sustained for system integrity for a minimum of a 5-year life.
3.2 EXAMINATION
A. Mats must be verified for any discrepancies or damages that may hinder performance or
durability.
B. Product is subject to any testing that may be deemed necessary by inspector.
PART 4 CONSTRUCTION
4.1 EQUIPMENT
A. Proper equipment to place material will need to be provided that will not damage the mat or
disturb the top soil subgrade.
4.2 FOUNDATION
A. All subgrade surfaces are to be smooth and free of debris of any sort that could protrude or
cause the mat to be raised more than ¾ inch off surface.
Utilities Line Relocation Tied Concrete Block Erosion Control Mats
02510-3
B. Subgrade shall be prepared in a parabolic shape or trapezoidal shape to ensure proper flow.
C. When vegetation is required, seed must be distributed on the prepared topsoil before
installation.
D. The manufacturer or authorized representative will provide technical assistance during slope
preparation and installation of the concrete block mats as needed.
E. Anchor or fasteners shall be used if deemed necessary by manufacturer or engineer for
certain site conditions.
F. For seams parallel to flow line in channel applications, center a minimum 3 foot wide strip of
soil retention blanket under the seam. Fasten along the seam, at a 5 foot maximum spacing.
Parallel seams in the center of the channel applications shall be avoided when possible.
G. Shingle seams perpendicular to the flow line with downstream recessed a minimum blocks
under the upstream mat and fastened together along the seam at a 2 foot maximum spacing if
required by manufacturer or engineer
H. Mat shall be measured by the square foot as shown on the plans, complete in place
END OF SECTION
Utilities Line Relocation Sanitary Sewer Piping
02530-1
SECTION 02530
SANITARY SEWER PIPE
PART 1 GENERAL
1.1 SUMMARY
A. This section of the specifications covers sanitary sewer pipe that are to be installed at storm
sewer line crossing, as shown on drawings through the open cut method. The term sanitary
sewer pipe as used herein shall include all piping, fittings, and accessories as shown on the
plans and/or as specified herein.
B. Section Includes:
(1) Definitions
(2) Submittals
(3) Delivery, Storage, and Handling
(4) Project Conditions
(5) Manufacturers
(6) Piping Materials
(7) Non-pressure Type Pipe Couplings
(8) Manholes
(9) Concrete
(10) Earthwork
(11) Piping Installation
(12) Sewer Line Crossing Water Line
(13) Pipe Joint Construction
(14) Manhole Installation
(15) Concrete Placement
(16) Closing Abandoned Sanitary Sewer Systems
(17) Identification
(18) Field Quality Control
(19) Cleaning
1.2 DEFINITIONS
A. PVC – Polyvinyl chloride plastic.
1.3 SUBMITTALS
A. Submittals, in accordance with Section 01300 – Submittals, are required from the Contractor
for the following materials and products:
(1) Sanitary sewer pipe and fittings, ASTM D 3034 and ASTM F 679.
(2) Laboratory analysis of rock embedment including sieve analysis.
(3) Trench safety system.
(4) Membrane curing compound.
(5) Manhole Vacuum Test or Leakage Test Procedure or Method.
Utilities Line Relocation Sanitary Sewer Piping
02530-2
(6) Submittals shall be reviewed and approved by the Engineer prior to the incorporation of
any materials and products into the project.
1.4 DELIVERY, STORAGE, AND HANDLING
A. Protect pipe, pipe fittings, and seals from dirt and damage.
1.5 PROJECT CONDITIONS
A. Do not interrupt service to facilities occupied by the Owner or others unless permitted under
the following conditions and then only after arranging to provide temporary service according
to requirements indicated:
(1) Notify the Engineer no fewer than five (5) days in advance of proposed interruption of
service.
(2) Do not proceed with interruption of service without the Engineer’s written permission.
B. The Contractor shall prepare a proposal to maintain sewer flow during construction of the
new line.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. In other Part 2 articles where titles below introduce lists, the following requirements apply to
product selection:
B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to,
manufacturers specified.
C. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers specified.
2.2 PIPE MATERIALS
A. Acceptable materials
(1) PVC Sewer Pipe (Type PSM, SDR 35 or SDR 26)
(2) Components shall conform to ASTM D 1784
(3) Materials shall conform to ASTM D 3034
(4) Must meet dimensional, chemical, and physical requirements outlined in ASTM D 3034
and F 679.
(5) Shall be installed according to ASTM D 2321.
B. Each joint of pipe shall be marked with the following information:
(1) Manufacturer’s name.
(2) Nominal pipe size.
(3) PVC cell classification.
(4) SDR.
(5) ASTM D 3034 or F 679.
2.3 NON-PRESSURE TYPE PIPE COUPLINGS
A. Comply with ASTM C 1173, elastomeric, sleeve-type, reducing or transition coupling, for
joining underground non-pressure piping. Include ends of same sizes as piping to be joined
and corrosion-resistant-metal tension band and tightening mechanism on each end.
B. Sleeve Materials:
Utilities Line Relocation Sanitary Sewer Piping
02530-3
(1) For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC.
(2) For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe
materials being joined.
2.4 MANHOLES
A. Standard Pre-cast Concrete Manholes: ASTM C 478, pre-cast, reinforced concrete, of depth
indicated, as specified in Section 02082 – Pre-cast Concrete Manholes, with provision for
sealant joints.
B. Diameter – forty-eight (48) inches, unless otherwise indicated.
C. Base Section – six (6) inch minimum thickness for floor slab and four (4) inch minimum
thickness for walls and base riser section, and having separate base slab or base section with
integral floor.
D. Rise Sections – four (4) inch minimum thickness, and of length to provide depth indicated.
E. Top Section – Eccentric or Concentric cone top as indicated on the Drawings.
F. Joint Sealant – ASTM C 990, bitumen or butyl rubber.
G. Resilient Pipe Connectors – ASTM C 923, cast or fitted into manhole walls, for each pipe
connection.
H. Steps – Omit steps in sanitary sewer manholes.
I. Grade Rings – Reinforced concrete rings, 6 to 9 inch total thickness, to match diameter of
manhole frame and cover.
J. Protective Coating – Refer to Section 02082 – Pre-Cast Concrete Manholes.
K. Manhole Frames and Covers – Ferrous, Refer to Section 02084 – Frames, Grates, Rings, and
Covers.
L. Manhole Cover Insert/Inflow Prevention Device: Manufactured, plastic form, of size to fit
between manhole frame and cover and designed to prevent stormwater inflow. Include
handle for removal and gasket for gastight sealing.
(1) Manufacturers:
(a) FRW Industries: a Syneco Systems, Inc. Company
(b) Knutson Enterprises
(c) L.F. Manufacturing, Inc.
(d) Parson Environmental Products, Inc.
(2) Type: With drainage and vent holes.
2.5 CONCRETE
A. General: Cast-in-place concrete according to Section 03300, ACI 318, ACI 350R, and the
following:
(1) Cement: ASTM C 150, Type II.
(2) Fine Aggregate: ASTM C 33, sand.
(3) Coarse Aggregate: ASTM C 33, crushed gravel.
(4) Water: Potable.
(5) Portland Cement Design Mix: 4000 psi minimum, with 0.45 maximum
water/cementitious materials ratio.
(6) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain.
(7) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel.
Utilities Line Relocation Sanitary Sewer Piping
02530-4
B. Manhole Channels and Benches: Factory or field formed from concrete. Portland cement
design mix, 4000 psi minimum, with 0.45 water/cementitious materials ratio. Include
channels and benches in manholes.
C. Channels: Concrete invert, formed to same width as connected piping, with height of vertical
sides to three-fourths of pipe diameter. Form curved channels with smooth, uniform radius
and slope.
D. Invert Slope: two (2) percent through manhole
E. Benches: Concrete, sloped to drain into channel.
F. Slope: four (4) percent
G. Ballast and Pipe Supports:
(1) Portland cement design mix, 3000 psi minimum, with 0.58 maximum water/cementitious
materials ratio.
(2) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain.
(3) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel.
2.6 MISCELLANEOUS MATERIALS
A. Paint: SSPC – Paint 16.
B. PE Sheeting: ASTM D 4397, with at least eight (8) mil thickness or other equivalent,
imperious material.
PART 3 EXECUTION
3.1 EARTHWORK
A. Excavating, trenching, and backfilling are specified in Division 2 Section 02317 – Excavation
and Backfill for Utilities.
3.2 PIPE INSTALLATION
A. General Locations and Arrangements:
(1) Drawing plans and details indicate general location and arrangement of storm sewer line
and sanitary sewer pipe crossing.
(2) Location and arrangement of piping layout take design considerations into account.
(3) Install piping as indicated, to extent practical. Excavate trench only as necessary to
install the pipe.
(4) Where specific installation is not indicated, follow piping manufacturer’s written
instructions.
(5) Install piping beginning at low point, true to grades and alignment indicated with
unbroken continuity of invert.
(6) Place bell ends of piping facing upstream.
(7) Install gaskets, seals, sleeves, and couplings according to manufacturer’s written
instructions for using lubricants, cements, and other installation requirements.
B. Tunneling or Boring: In areas that cannot be disturbed by open trench installation, or if the
Contractor elects, approved pipe may be installed by tunneling or boring.
C. Clear interior of piping and manholes of dirt and superfluous material as work progresses.
Maintain swab or drag in piping, and pull past each joint as it is completed.
D. Sanitary sewer line crossing replacement shall be done and completed in one day. If sanitary
sewer line crossing cannot be done in one day Contractor to provide bypass pumping at
Contractor’s cost.
Utilities Line Relocation Sanitary Sewer Piping
02530-5
E. Connections between new work and existing pipe shall be made using fittings suitable for the
conditions encountered. Each connection to existing pipe shall be made at a time under
conditions which will least interfere with service to customers, as authorized by Engineer.
Facilities shall be provided for proper dewatering and for disposal of all water removed from
the dewatered lines and excavation without damage to adjacent property.
3.3 SEWER LINE CROSSING WATER LINE
A. Where a new sewer line crosses a waterline, the wastewater line shall be embedded in
cement-stabilized sand for the total length of one (1) pipe segment plus twelve (12) inches
beyond the joint on each end as shown on the drawings.
3.4 PIPE JOINT CONSTRUCTION
A. Join gravity-flow, non-pressure, drainage piping according to the following:
(1) Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric-
seal joints or ASTM D 3034 for elastomeric-gasket joints.
3.5 MANHOLE INSTALLATION
A. Install manholes complete with appurtenances and accessories indicated.
B. Install pre-cast concrete manhole sections with sealants according to ASTM C 891.
C. Install PE sheeting on earth where cast-in-place concrete manholes are to be built.
D. Form continuous concrete channels and benches between inlets and outlet.
E. Set tops of frames and covers flush with finished surface of manholes that occur in
pavements. Set tops three (3) inches above finished surface elsewhere, unless otherwise
indicated.
F. Install manhole cover inserts in frame and immediately below cover.
3.6 CONCRETE PLACEMENT
A. Place cast-in-place concrete according to Section 03300 – Cast-in-Place Concrete.
3.7 IDENTIFICATION
A. Materials and their installation are specified in Division 2 Section – Earthwork.
B. Arrange for installation of green warning tapes directly over piping and at outside edges of
underground manholes.
C. Use detectable warning tape over nonferrous piping and over edges of underground
manholes.
3.8 FIELD QUALITY CONTROL
A. Inspect interior of piping to determine whether line displacement or other damage has
occurred.
B. Inspect after approximately 24 inches of backfill is in place, and again at completion of
Project.
C. Submit separate report for each system inspection.
D. Defects requiring correction include the following:
(1) Alignment: Less than full diameter of inside of pipe is visible between structures.
(2) Deflection: Pipe deflection exceeding 5% shall be replaced by the Contractor.
(3) Crushed, broken, cracked, or otherwise damaged piping.
(4) Infiltration: Water leakage into pipe.
Utilities Line Relocation Sanitary Sewer Piping
02530-6
(5) Exfiltration: Water leakage from or around piping.
E. Replace defective piping using new materials, and repeat inspections until defects are within
allowances specified.
F. Re-inspect and repeat procedure until results are satisfactory.
G. Test new piping systems and manholes in accordance with Section 02533 – Acceptance
Testing for Sewers.
H. Do not enclose, cover, or put into service before inspection and approval.
I. Test completed piping systems according to requirements of authorities having jurisdiction.
J. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours
advance notice.
K. Submit separate report for each test.
L. Manholes: Perform hydraulic test according to ASTM C 969.
M. Leaks and loss in test pressure constitute defects that must be repaired.
N. Replace leaking piping using new materials, and repeat testing until leakage is within
allowances specified.
3.9 CLEANING
A. Clean interior of piping of dirt and superfluous material.
END OF SECTION
Utilities Line Relocation Acceptance Testing for Storm Sewers
02533
SECTION 02533
ACCEPTANCE TESTING FOR STORM SEWERS
PART 1 GENERAL
1.1 SUMMARY
A. This section includes acceptance testing requirements for storm sewers.
B. Section Includes:
(1) References
(2) Performance Requirements
(3) Submittals
(4) Gravity Sewer Quality Assurance
(5) Sequencing and Scheduling
(6) Deflection Mandrel
(7) Exfiltration Test
(8) Infiltration Test
(9) Low Pressure Test
(10) Ground Water Determination
(11) Preparation
(12) Leakage Testing of Gravity Storm Sewers
(13) Test Criteria
C. Related Sections:
(1) Section 01300 – Submittal Requirements
(2) Section 01700 – Contract Closeout
D. Related Documents:
(1) Drawings and general provisions of the Contract, including General Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 REFERENCES
A. ASTM C 924 - Standard Practice for Testing Concrete Pipe Sewer Lines by Low-Pressure
Air Test Method.
B. ASTM C 1103 – Standard Practice for Joint Acceptance Testing of Installed Precast Concrete
Pipe Sewer Lines.
C. ASTM C 1244 – Standard Test Method for Concrete Sewer Manholes by the Negative Air
Pressure (Vacuum) Test.
D. ASTM F 1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer
Lines Using Low Pressure Air.
1.3 PERFORMANCE REQUIREMENTS
A.Leakage testing for pipe sewer and manhole is required. All flexible wall and semi-
rigid wall pipe shall be mandrel tested regardless of location.
B. Flexible pipe, including "semi-rigid" pipe, is required to show no more than 5
percent deflection of the original pipe diameter. Test pipe no sooner than 30 days after
backfilling of a line segment but prior to final acceptance using a standard mandrel to
Utilities Line Relocation Acceptance Testing for Storm Sewers
02533
verify that installed pipe is within specified deflection tolerances. Alternate method in lieu
of a mandrel may be used with Engineer’s approval.
C. Maximum allowable leakage for Infiltration or Exfiltration.
1. The total exfiltration, as determined by a hydrostatic head test, shall not exceed
50 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of
6 feet above the crown of the pipe at the upstream manhole or 6 feet above the
groundwater elevation, whichever is greater. The low-pressure air test listed below
may be used in lieu of a hydrostatic head test.
2. When pipes are installed more than 6 feet below the groundwater level, an
infiltration test shall be used in lieu of the exfiltration test. The total infiltration shall
not exceed 50 gallons per inch diameter per mile of pipe per 24 hours. Groundwater
elevation must be at least 6 feet above the crown of the pipe at the upstream
manhole.
3. Refer to Table 02533-1, Water Test Allowable Leakage, at the end of this
section, for measuring leakage in pipe storm sewers. Perform leakage testing to
verify that leakage criteria are met.
D.Perform air testing in accordance with requirements of this section and the
referenced standards in paragraph 1.2. Refer to Table 02533-2, Time Allowed For
Pressure Loss From 3.5 psig to 2.5 psig, Table 02533-3, Minimum Testing Times
for Low Pressure Air Test, and Table 02533-4, Vacuum Test Time Table, at the end
of this Section. Hydrostatic head test may be used in lieu of low pressure air tests.
1.4 SUBMITTALS
A. Conform to requirements of Section 01300 – Submittal Procedures.
B. Test Plan: Before testing begins and in adequate time to obtain approval through the
submittal process, prepare and submit a test plan for approval by the Engineer. Include
testing procedures, methods, equipment, and tentative schedule. Obtain advance written
approval for deviations from the Drawings and Specifications.
C. Test Reports: Submit test reports for each test on each segment of storm sewer.
1.5 GRAVITY STORM SEWER QUALITY ASSURANCE
A. Repair, correct, and retest manholes or sections of pipe which fail to meet specified
requirements when tested.
1.6 SEQUENCING AND SCHEDULING
A. Perform testing after installation is complete.
B. Coordinate testing schedules with the Engineer.
C. Perform testing under observation of the Engineer or his designee.
PART 2 PRODUCTS
2.1 DEFLECTION MANDREL
A. Mandrel Sizing. The rigid mandrel shall have an outside diameter (O.D.) equal to 95 percent
of the inside diameter (I.D.) of the pipe. The inside diameter of the pipe, for the purpose of
determining the outside diameter of the mandrel, shall be the average outside diameter minus
two minimum wall thicknesses for O.D. controlled pipe and the average inside diameter for
I.D. controlled pipe. Dimensions shall be per appropriate standard. Statistical or other
"tolerance packages" shall not be considered in mandrel sizing.
Utilities Line Relocation Acceptance Testing for Storm Sewers
02533
B. Mandrel Design. The rigid mandrel shall be constructed of a metal or a rigid plastic material
that can withstand 200 psi without being deformed. The mandrel shall have nine or more
"runners" or "legs" as long as the total number of legs is an odd number. The barrel section of
the mandrel shall have a length of at least 75 percent of the inside diameter of the pipe. The
rigid mandrel shall not have adjustable or collapsible legs which would allow a reduction in
mandrel diameter during testing. A proving ring shall be provided and used for modifying
each size mandrel.
C. Proving Ring. Furnish a "proving ring" with each mandrel. Fabricate the ring of 1/2-inch-
thick, 3-inch-wide bar steel to a diameter 0.02 inches larger than approved mandrel diameter.
D. Contractor shall provide Owner with manufacturer’s Inside Diameter Values for all
applicable flexible wall pipe.
2.2 EXFILTRATION TEST
A. Water Meter: Obtain a transient water meter from the City for use when water for testing will
be taken from the City system. Conform to City requirements for water meter use.
Metered volume will be used to determine charges to Contractor by City for water used.
B. Test Equipment:
(1) Pipe plugs.
(2) Pipe risers where the manhole cone is less than 6 feet above highest point in pipe or
service lead.
2.3 INFILTRATION TEST
A. Test Equipment:
(1) Calibrated 90 degree V-notch weir.
(2) Pipe plugs.
2.4 LOW - PRESSURE AIR TEST
A. Minimum Requirement for Equipment:
1. Control panel.
2. Low-pressure air supply connected to control panel.
3. Pneumatic plugs: Acceptable size for diameter of pipe to be tested; capable of
withstanding internal test pressure without leaking or requiring external bracing.
4. Air hoses from control panel to:
a. Air supply.
b. Pneumatic plugs.
c. Sealed line for pressuring.
d. Sealed line for monitoring internal pressure.
B. Testing Pneumatic Plugs: Place a pneumatic plug in each end of a length of pipe
on the ground. Pressurize plugs to 25 psig, or less if plug manufacturer’s recommended
maximum pressure is less than 25 psig; then pressurize sealed pipe to 5 psig. Plugs are
acceptable if they remain in place against the test pressure without external aids.
2.5 GROUND WATER DETERMINATION
A. Equipment: Pipe probe or small diameter casing for ground water elevation determination.
Ground water elevation must be determined at each end of each test section.
Utilities Line Relocation Acceptance Testing for Storm Sewers
02533
PART 3 EXECUTION
3.1 PREPARATION
A. Notify the Owner's Representative a minimum of 24 hours prior to conducting any testing.
B. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose, pressure meters,
pipe probe, calibrated weirs, or any other device necessary for proper testing and inspection.
C. The selection of test methods and pressures for storm sewers shall be determined based on
ground water elevation. Determine ground water elevation using equipment and procedures
conforming to Section 02240 – Dewatering. If no ground water control is required for pipe
installation, then ground water will not be considered a factor.
D. Components to be tested will be thoroughly cleaned to remove debris, gravel, grit, dirt or
other foreign material prior to performing any tests.
E. The Engineer will approve equipment used for testing. The Contractor at no expense to the
Owner will replace testing equipment rejected by the Engineer.
F. The Contractor is responsible for all costs associated with testing.
3.2 MANDREL TESTING FOR GRAVITY STORM SEWERS
A. Perform deflection testing on flexible and semi-rigid pipe to confirm pipe has no more than
5% deflection of the original pipe diameter. Mandrel testing shall conform to ASTM D 3034,
except that 5% is maximum permissible deflection. Perform testing no sooner than 30 days
after backfilling of line segment, but prior to final acceptance testing of the line segment.
B. Pull the approved mandrel through sewer sections. Replace any section of storm sewer not
passing the mandrel. Mandrel testing is not required for stubs of one standard joint length or
less.
C. Retest repaired or replaced sewer sections.
3.3 LEAKAGE TESTING FOR GRAVITY STORM SEWERS
A. Test Options:
1. Test gravity storm sewer pipes for leakage by either exfiltration or infiltration
methods, as appropriate, or with low pressure air testing.
2. Test new storm sewer manholes with water or low pressure air. Manholes tested
with low pressure air shall undergo a physical inspection prior to testing.
3. Leakage testing shall be performed after backfilling of a line segment.
4. If no installed piezometer or monitoring well is within 500 feet of each end of the
sewer segment, Contractor shall provide a temporary piezometer or monitoring well
at each end of storm sewer segment being tested for this purpose. If no groundwater
is encountered during pipe installation, then this requirement will be waived. B.
Compensating for Ground Water Pressure:
1. Where ground water exists, install a pipe nipple at the same time storm sewer
line is placed. Use a 1/2-inch capped pipe nipple approximately 10 inches long. Make
the installation through manhole wall on top of the sewer line where line enters
manhole.
2. Immediately before performing line acceptance test, remove cap, clear pipe
nipple with air pressure, and connect a clear plastic tube to nipple. Support tube
vertically and allow water to rise in the tube. After water stops rising, measure height in
Utilities Line Relocation Acceptance Testing for Storm Sewers
02533
feet of water over invert of the pipe. Divide this height by 2.3 feet/psi to determine the
ground water pressure to be used in line testing. C. Exfiltration test:
1. Determine ground water elevation.
2. Plug sewer in downstream manhole.
3. Plug incoming pipes in upstream manhole.
4. Install riser pipe in outgoing pipe of upstream manhole.
5. Fill sewer pipe and manhole or pipe riser, if used, with water to a point 6-1/2 feet
above highest point in sewer pipe or ground water table, whichever is highest.
6. Allow water to stabilize for one to two hours. Take water level reading to
determine drop of water surface, in inches, over a one-hour period, and calculate
water loss (1 inch of water in 4 feet diameter manhole equals 8.22 gallons) or
measure the quantity of water required to keep water at same level. Loss shall not
exceed that calculated from allowable leakage according to Table 02533-1 at the end
of this Section, or exceed the allowable leakage in Section 03301 as applicable.
D. Infiltration test: Ground water elevation must be not less than 6.0 feet above
highest point of sewer pipe.
1. Determine ground water elevation.
2. Plug incoming pipes in upstream manhole.
3. Insert calibrated 90 degree V-notch weir in pipe on downstream manhole.
4. Allow water to rise and flow over weir until it stabilizes.
5. Take five readings of accumulated volume over a period of 2 hours and use
average for infiltration. The average must not exceed that calculated for 2 hours
from allowable leakage according to the Table 02533-1 at the end of this Section, or
exceed allowable leakage in Section 03301 as applicable.
E. Low - Pressure Air Test: When using this test conform to ASTM C 924, ASTM
C 1103, or ASTM F 1417, as applicable, with holding time not less than that listed in Table
02533-2.
1. Air testing for sections of pipe shall be limited to lines less than 54-inch average
inside diameter.
2. The minimum time allowable for the pressure to drop from 3.5 pounds per square
inch gauge to 2.5 pounds per square inch during a joint test shall be 10 seconds,
regardless of pipe size.
F. Retest: Any section of pipe which fails to meet requirements shall be repaired
and retested.
G. Joint repair for reinforced concrete pipe joints failing the leakage test shall be
through the use of Avanti International Scotch-Seal 5600 series water-activated foam
overlaid with non-shrink epoxy grout. Submit repair procedure to Engineer for approval
prior to joint repair activities.
3.4 TEST CRITERIA
A. Low Pressure Air Test:
(1) Time Allowed for Pressure Loss From 3.5 psig to 2.5 psig, at the end of this Section, are
based on the equation:
(a) T = 0.0850(D)(K)/(Q)
(i) where:
1. T = time for pressure to drop 1.0 pounds per square inch gauge in seconds
2. K = 0.000419 DL, but not less than 1.0
3. D = average inside diameter in inches
4. L = length of line of same pipe size in feet
Utilities Line Relocation Acceptance Testing for Storm Sewers
02533
5. Q = rate of loss, 0.0015 ft3/minute/square foot internal surface
(2) Since a K value of less than 1.0 shall not be used, there are minimum testing times for
each pipe diameter as given in Table 02533-3, Minimum Testing Times for Low
Pressure Air Test.
a. Notes:
(i) When two sizes of pipe are involved, the time shall be computed by the ratio of
lengths involved.
(ii) If the joint test is used, a visual inspection of the joint shall be performed
immediately after testing.
(iii)For joint test, the pipe is to be pressurized to 3.5 psi greater than the pressure
exerted by groundwater above the pipe. Once the pressure has stabilized, the
minimum times allowable for the pressure to drop from 3.5 pounds per square
inch gauge to 2.5 pounds per square inch gauge shall be 10 seconds.
3.5 INCREASED TESTING FREQUENCY
A. For manufactured pipe with gasketed joints, if the joint failure rate exceeds one joint per 500
joints (0.20 percent), the Engineer can require joint testing when the pipe is placed in the
trench and again after backfilling the trench.
3.6 LEAKAGE TESTING FOR MANHOLES
A. Perform vacuum test as specified by Cherne Industries, Inc. in accordance with ASTM C
1244. This test applies to all manholes.
B. After construction of manholes, completion of wall sealing, or completion of rehabilitation,
test manholes for water tightness using vacuum testing procedures. Repeat test on manholes
having bolt-down covers after backfilling is complete. Repeat test on manholes showing
evidence of displacement during backfilling.
C. Plug incoming and outgoing lines with suitably-sized pneumatic or mechanical plugs. Ensure
plugs are properly rated for pressures required for test; follow manufacturer's safety and
installation recommendations. Place plugs a minimum of 6 inches outside of manhole walls.
Brace inverts to prevent lines from being dislodged if lines entering manhole have not been
backfilled. D. Vacuum testing:
(1) Install vacuum tester head assembly at top access point of manhole and adjust for proper
seal on straight top section of manhole structure. Following manufacturer's instructions
and safety precautions, inflate sealing element to the recommended maximum inflation
pressure; do not over-inflate.
(2) Evacuate manhole with vacuum pump to 10 inches mercury (Hg), disconnect pump, and
monitor vacuum for the time period specified in Table 02533 – 4 at the end of this
section.
(3) If the drop in vacuum exceeds 1 inch Hg over the specified time period, locate leaks,
complete repairs necessary to seal manhole and repeat test procedure until satisfactory
results are obtained.
3.7 VIDEO RECORD
A. Provide video record of storm sewer interior in North American DVD format.
B. Provide voice narrative on DVD of special observations.
Utilities Line Relocation Acceptance Testing for Storm Sewers
02533
C. Label DVD with line designation and station limits covered by that particular DVD.
D. Provide titles on DVD with line designation, date of exposure, station limits covered, and
internal diameter of storm sewer.
E. Rate of travel in storm sewer for video equipment shall not exceed 100 feet per minute.
F. Video record may be accomplished by either remote control or manned entry, or a
combination of the two methods.
Table 02533-1
WATER TEST ALLOWABLE LEAKAGE
VOLUME PER INCH OF DEPTH IN RISER
ALLOWANCE LEAKAGE
DIAMETER OF
RISER OR
STACK IN
INCHES
INCH3 GALLONS
PIPE SIZE IN GALLONS/MINUTE INCHES
PER 100 FT.
1
2
2.5
3
4
5
6
8
0.7854
3.1416
4.9087
7.0686
12.5664
19.6350
28.2743
50.2655
.0034
.0136
.0212
.0306
.0544
.0850
.1224
.2176
24
30
36
42
48
54
60
72
0.0158
0.0197
0.0237
0.0276
0.0316
0.0355
0.0395
0.0473
For other diameters, multiply square of diameters by value
for 1" diameter.
Equivalent to 50 gallons per inch of
inside diameter per mile per 24 hours.
Utilities Line Relocation Acceptance Testing for Storm Sewers
02533
Utilities Line Relocation Acceptance Testing for Storm Sewers
02533
Table 02533-2
TIME ALLOWED FOR PRESSURE LOSS FROM 3.5 PSIG TO 2.5 PSIG
Specification Time for Length (L) Shown (min:sec)
Pipe
Dia.
(in)
Min.
Time
(min:sec)
Length
for
Min.
Time
(ft)
Time
for
Longer
Length
(sec)
100
(ft)
150
(ft)
200
(ft)
250
(ft)
300
(ft)
350
(ft)
400
(ft)
450
(ft)
500
(ft)
550
(ft)
600
(ft)
24 22:40 99 13.676L 22:48 34:11 45:35 56:59 68:23 79:47 91:10 102:34 113:58 125:22 136:46
30 28:20 80 21.369L 35:37 53:25 71:14 89:02 106:51 124:39 142:28 160:16 178:04 195:53 213:41
36 34:00 66 30.771L 51:17 76:56 102:34 128:13 153:51 179:30 205:09 230:47 256:26 282:04 307:43
42 39:40 57 41.883L 69:48 104:42 139:37 174:31 209:25 244:19 279:13 314:07 349:02 383:56 418:50
54 51:00 44 69.236L 115:24 173:05 230:47 288:29 346:11 403:52 461:34 519:16 576:58 634:40 692:21
Table 02533-3
MINIMUM TESTING TIMES FOR LOW PRESSURE AIR TEST
PIPE
DIAMETER
(INCHES)
MINIMUM
TIME
(SECONDS)
LENGTH FOR
MINIMUM
TIME
(FEET)
TIME FOR LONGER
LENGTH
(SECONDS)
24
30
36
42
54
1360
1700
2040
2380
3060
99
80
66
57
44
13.676 L
21.369 L
30.771 L
41.883 L
69.236 L
Utilities Line Relocation Acceptance Testing for Storm Sewers
02533
Table 02533 – 4 MANHOLE VACUUM TEST TIME TABLE
Depth, Feet Diameter, Inches
48 60 66 72
Time, Seconds
8 20 26 29 33
10 25 33 36 41
12 30 39 43 49
14 35 46 51 57
16 40 52 58 67
18 45 59 65 73
20 50 65 72 81
22 55 72 79 89
24 59 78 87 97
26 64 85 94 105
28 69 91 101 113
30 74 98 108 121
The values listed above are taken from ASTM Specification C1244-93 “Standard Test Method for Concrete Sewer Manholes by
the Negative Air Pressure (Vacuum) Test.”
END OF SECTION
Utilities Line Relocation Storm Sewer
02631
SECTION 02631
STORM SEWER
PART 1 GENERAL
1.1 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install reinforced concrete
pipe for storm sewer including connections and appurtenances, as required for the proper
installation and function of the pipe as indicated herein.
1.2 SUBMITTALS
A. Submittals shall conform to requirements of Section 01300 – Submittal Procedures.
B. Submit complete product data for pipe, fittings and gaskets for approval. Indicate
conformance to appropriate reference standards.
1.3 QUALITY ASSURANCE
A. Conform to Section 02533 – Acceptance Testing for Storm Sewers.
1.4 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Handle pipe, fittings, and accessories carefully with approved handling devices. Do not drop
or roll pipe off trucks or trailers. Materials cracked, gouged, chipped, dented, or otherwise
damaged shall not be used for installation.
B. Store pipe and fittings on heavy timbers or platforms to avoid contact with the ground.
C. Unload pipe, fittings, and appurtenances as close as practical to the location of installation to
avoid unnecessary handling.
D. Keep interiors of pipe and fittings free of dirt and foreign matter.
PART 2 PRODUCTS
2.1 PIPE
A. Pipe and box materials for storm sewers shall be of the sizes and types indicated on the
drawings.
B. Conform to applicable pipe or box material specification section.
2.2 PIPE MATERIAL SCHEDULE
A. Pipe materials for storm sewers shall be of the sizes and types indicated on the drawings.
B. Conform to applicable pipe material specification section
2.3 BEDDING, BACKFILL AND TOPSOIL MATERIAL
A. Bedding and Backfill Material: Comply with the following specification sections and the
drawings:
(1) Section 02317 – Excavation and Backfill for Utilities.
(2) Section 02320 – Utility Backfill Materials
Utilities Line Relocation Storm Sewer
02631
B. Topsoil: Section 02320 – Utility Backfill Materials.
PART 3 EXECUTION
3.1 PREPARATION
A. Set up street detours and barricades in preparation for excavation. Conform to requirements
of Section 01555 – Barricades, Signs and Traffic Handling and the traffic control plans
indicated on the drawings. Provide advance notices as required under Section 01140 – Work
Restrictions.
B. Maintain barricades and warning lights for streets and intersections while work is in progress
or where affected by the work and is considered hazardous to traffic movements.
C. In lake areas set up tree protection in accordance with Section 02231 – Tree and Plant
Protection.
D. Immediately notify the agency or company owning utility lines which are damaged, broken
or disturbed. Obtain approval from Owner and controlling agency for repairs or relocations,
either temporary or permanent.
E. Remove old pavements and structures including sidewalks and driveways in accordance with
requirements of Section 02221 - Removing Existing Pavements.
F. Install and operate necessary dewatering and surface water control measures in accordance
with Section 02240 - Dewatering.
G. Install and maintain storm water pollution prevention measures as required by the TPDES
permit and comply with Section 01356 – Storm Water Pollution Prevention Plan.
3.2 EXCAVATION
A. Earthwork. Refer to Section 02317 - Excavation and Backfill for Utilities and as indicated on
drawings.
B. Line and Grade. Contractor shall establish the line and grade as indicated on drawings.
Maintain this control for a minimum of 100 feet behind and ahead of the laying operation.
Use amply sized grade boards. Protect grade boards and location stakes from damage or
dislocation. Use of laser beam equipment to establish and maintain proper line and grade of
the work is acceptable.
C. Trench Excavation. Excavate pipe and box trenches to a level as indicated on the trench detail
drawings. Backfill the excavation with the specified bedding material to the level indicated
on the drawings or as specified for the pipe or box type. Tamp and compact backfill to
provide bedding at the indicated grade. Form the bedding foundation to the minimum depth
indicated on the drawings or as specified.
3.3 PIPE INSTALLATION
A. Install in accordance with the drawings and as specified in this Section. Conform with pipe or
box specifications sections listed in paragraph 2.2 as applicable. Where manufacturer’s
installation recommendations conflict with drawings and specifications, the Engineer shall
make the determination on installation requirements. No additional compensation to
Contractor will be made for such determinations.
B. Install and maintain excavation supports. Conform with Section 02260 – Excavation Support
and Protection.
Utilities Line Relocation Storm Sewer
02631
C. Install pipe or box (pipe/box) only after excavation is completed, bottom of trench is shaped,
bedding material is installed, and trench has been approved by the Engineer.
D. Install pipe/box to the line and grade indicated on Drawings. Place pipe/box so that it has
continuous bearing of barrel on bedding material and is laid in the trench so the interior
surfaces of the pipe follow the grades and alignments indicated.
E. Install pipe/box with the spigot ends toward the direction of flow.
F. Form a concentric joint with each section of adjoining pipe/box to prevent offsets.
G. Place and drive home newly laid sections with come-a-long winches to eliminate damage to
sections. Use of back hoes or similar powered equipment will not be allowed for placing or
joining pipe/box, unless protective measures are provided and approved in advance by the
Engineer.
H. Keep interior of pipe clean as installation progresses. Where cleaning after laying the pipe is
difficult because of small pipe size, use a suitable swab or drag inside the pipe and pull it
forward past each joint immediately after the joint has been completed. Maintain clean
gaskets and gasket sealing surfaces.
I. Keep excavations free of water during construction and until final inspection.
J. When work is not in progress, cover the exposed ends of pipes/boxes with a plug or cap
specifically designed as plug or cap to prevent foreign material from entering the pipe/box.
Use plugs for bell or female end of joint. Use caps for spigot or male end of joint.
3.4 INSTALLATION OF APPURTENANCES
A. Construct manholes to conform to requirements of Section 02082 - Precast Concrete
Manholes and Vaults. Install frames, grate rings and covers to conform to requirements of
Section 02084 - Frames, Grates, Rings and Covers.
B. Adjust manhole covers to finish grade conforming to requirements of Section 02082 –
Precast Concrete Manholes and Vaults.
3.5 TEST
A. Conform to requirements of Section 02533 – Acceptance Testing for Storm Sewers.
B. Provide video record of interior in accordance with Section 02533 – Acceptance Testing for
Storm Sewers.
3.6 BACKFILL AND SITE CLEANUP
A. Backfill trench after pipe installation is inspected and approved by the Engineer.
B. Bed pipes with materials conforming to requirements of Section 02320 - Utility Backfill
Materials and as indicated on drawings.
C. Backfill and compact soil in accordance with Section 02317 - Excavation and Backfill for
Utilities.
D. Repair and replace removed or damaged pavement and sidewalks as specified in the
following applicable sections and shown on the drawings:
Utilities Line Relocation Storm Sewer
02631
(1) Unpaved roadway surfaces consisting of flexible base as the surface course: Section
02300 - Earthwork.
(2) Flexible base under paved roadway: Section 02300 – Earthwork.
(3) Asphalt stabilized base: Section 02741 – Hot-Mix Asphalt Paving.
(4) Hot-mix surface or wearing course: Section 02741 – Hot-Mix Asphalt Paving.
(5) Concrete pavement, valley gutter, curb and gutter, driveways, and sidewalks:
Section 02751 – Portland Cement Concrete Pavement.
(6) Sealing pavement joints: Section 02764 – Pavement Joint Sealants.
E. In unpaved areas, grade surface as a uniform slope to natural grade as indicated on the
drawings. Provide the minimum depth of topsoil of 12 inches, unless otherwise indicated on
the drawings or specified to be a greater depth, and seed or sod according to requirements of
Section 02920 – Lawns and Grasses, and Section 02317 – Excavation and Backfill for
Utilities.
F. In paved areas clean street in which storm sewer is placed by rotary broom, or street sweeper,
or both as necessary to remove dirt, rock and debris.
G. Clean haul streets and other paved areas used during construction by rotary broom, or street
sweeper, or both as necessary to remove dirt, rock and debris.
H. Street cleaning to take place within 10 calendar days after street repairs are complete.
I. Dispose of dirt, rock and debris from cleaning according to Section 01576 – Waste Material
Disposal.
END OF SECTION
Utilities Line Relocation Reinforced Concrete Pipe
02638
SECTION 02638
REINFORCED CONCRETE PIPE
PART 1 GENERAL
1.1 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install reinforced concrete
pipe for storm sewer including connections and appurtenances, as required for the proper
installation and function of the pipe as indicated herein.
1.2 SUBMITTALS
A. Submittals shall conform to requirements of Section 01300 – Submittal Procedures.
B. Submit complete product data for pipe, fittings and gaskets for approval. Indicate
conformance to appropriate reference standards.
C. Provide manufacturer’s certificate of conformance to the specifications. The manufacturer
shall provide load testing facilities for performing manufacturer’s load tests in conformance
with ASTM C 655 or ASTM C 76 as applicable, or shall arrange for an independent
laboratory to perform load tests.
(1) Lot size shall be the total number of joints of pipe of a specific diameter to be supplied on
the project, regardless of D-Load. However, the load test shall not be run on a single D-
Load of pipe if different D-Loads are being supplied for a single pipe diameter. If
different diameters are supplied, there will be different lots and lot sizes. If different D-
Loads are being supplied for a single diameter, at least one representative joint of pipe for
each D-Load must be included in the sample size, even if it causes the number of samples
to exceed the ASTM sample size.
(2) Sample size for testing shall be in accordance with ASTM C 655, paragraph 10,
“Acceptance of Pipe by Load Testing” for each lot of pipe. Sampling and testing shall be
for each size of pipe to be furnished for the project; however, the sample size is not based
on each D-Load rating. For example, if the indicated ASTM sample size is 4 joints of 48-
inch diameter pipe, the four joints of pipe need not be for the same reach of storm sewer
or for the same D-Load. However, if three D-Loads are within the four-joint sample size,
then at least one joint of each D-Load rating must be included.
(3) Sampling shall be at random in accordance with paragraph 4.1.1 of ASTM C 655,
provided that the D-Load representation specified herein is maintained.
(4) Load testing for precast reinforced concrete pipe shall be to the formation of 0.01-inch
crack.
(5) Pipe that has been used in the 0.01-inch crack load tests, meets the strength requirements,
and is otherwise in conformance with the specifications, may be used in the project.
PART 2 PRODUCTS
2.1 REINFORCED CONCRETE PIPE
A. Acceptable types and classes of pipe are shown on the drawings.
B. Circular reinforced concrete pipe shall conform to requirements of ASTM C 76, where such
C76 pipe is required or permissible on the drawings. Lifting holes will not be permitted. Pipe
shall have rubber gasketed joints conforming to ASTM C 443.
Utilities Line Relocation Reinforced Concrete Pipe
02638
C. Reinforced concrete D-load pipe shall conform to the requirements of ASTM C 655, where
C655 pipe is required on the drawings or permissible. Lifting holes will not be permitted.
Pipe shall have rubber gasketed joints conforming to ASTM C 443.
D. Owner reserves the right to require the Contractor’s pipe manufacturer to perform a pressure
test on a water-tight joint, at the manufacturer’s facilities, to be witnessed by the Owner
and/or Engineer to prove the joint’s compliance with the specifications, addenda and
manufacturer’s representations. Such manufacturer’s facility test shall be for each diameter
size and material type of pipe to be furnished on the project. The test pressure shall meet or
exceed the maximum pressure listed on the drawings. The manufacturer shall provide all
materials and test apparatus for the pressure and leakage test, including facilities to maintain
internal pressure, replenish pipe water holding capacity, and for rotating the pipe as necessary
for observation of the water leakage defined in the above paragraphs. The internal test
pressure will be allowed to “bleed off” to a lower limit of 80 percent of the required pressure,
but must be returned to the pressure listed in the drawings within 10 minutes of reaching the
lower test limit. The manufacturer shall conduct a safety briefing for the Owner and/or
Engineer prior to joint make-up and the pressure test. No test joints shall be assembled unless
witnessed by the Owner or Engineer and each joint shall be made-up the same as for the field
installation on this project. The Contractor shall be expected to make-up the joints in the
same manner and with the same types and quantities of materials and same procedures in
order to meet specifications. Once the test joint and/or joints are made and the pipe is safely
secured, the test pipe shall be filled with water and the test pressure range of 80 percent to
100 percent maintained as noted above in this paragraph. The duration of holding the test
pressure range for each individual test run shall not be less than 24 continuous hours, unless
the pipe is emptied at the Owner’s or Engineer’s request for rotation of the pipe joint. In such
case, the pipe may be depressurized and emptied of water for the rotational activity, and such
rotation of the test pipe shall be performed when requested by the witnessing Owner or
Engineer. A limit of one rotation activity for each test is hereby established. Such interruption
of the pressure test shall not require that the 24-hour test period start over. The elapsed time
prior to rotation activity shall count toward the total 24-hour pressure test period. The test
apparatus shall include chart recorders for continuous recording of each test for pressure and
duration. Additional instrumentation and recording devices shall be used for maintaining a
record of the joint leakage volume over the duration of each test. One photocopy of the
recorded test data for each passing test shall be made available to the Owner for the Owner’s
records. Concurrent tests on the different joint types, pipe diameters and pipe materials may
be performed at the manufacturer’s discretion. Pipe joint failure, as defined above, at any
time during the 24-hour test period shall be considered as a failing test. Re-testing shall begin
anew the 24-hour test period. The Owner and/or Engineer can require the joint test to be
conducted at manufacturer’s maximum deflection of the pipe joint.
The Owner and/or Engineer shall not be prohibited from videotaping and/or photographing,
for each test, the materials for each test, joint make-up activity, testing apparatus, immediate
test area, and the test itself. Other portions of the manufacturer’s facility and operations shall
not be videotaped or photographed without written permission from the manufacturer. The
manufacturer is hereby notified that such videotapes and/or photographs, by the nature of the
Owner being a municipality, become public documents. The Owner, Engineer, and their
representative shall not be required to sign confidentiality consent agreements.
2.2 JOINT SEALANT
A. Rubber Gaskets
Utilities Line Relocation Reinforced Concrete Pipe
02638
(1) Furnish rubber gasket conforming to ASTM C 443 for circular reinforced concrete pipe. .
2.3 MARKING
A. The following information shall be clearly marked on each section of pipe:
(1) The class or D-load of pipe.
(2) The date of manufacture.
(3) The name or trademark of the manufacture.
(4) Storm sewer line designation in which the pipe will be installed. Mark interior and
exterior of pipe with line designation. Do not cover other pipe markings. Pipe
transported to the site without specified markings shall not be unloaded. These additional
markings need not be stenciled, but shall be legible.
2.4 INSPECTION
A.The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing.
Such inspection shall not relieve the manufacturer of the responsibilities to provide
products that comply with the applicable standards and these specifications.
B.Manufacturer’s Notification: Should the Engineer wish to see specific pipes during
any phase of the manufacturing process, the manufacturer must provide the
Engineer with adequate advance notice of when and where the production of those
pipes will take place. The Engineer shall make known to manufacturer of the intent
to inspect production. The manufacturer shall then inform Engineer of the dates
planned for production.
C.Failure to Inspect: Should the Engineer elect not to inspect the manufacturing,
testing, or finished pipes; it in no way implies approval of products or tests.
D.The Engineer and Owner shall be entitled to witness the load tests. The
manufacturer must provide the Engineer with adequate advance notice of when and
where the load tests will take place. The Engineer shall then make known whether
or not the load tests will be observed.
2.5 CAUSES FOR REJECTION
A.Pipe shall be subject to rejection for failure to conform to any of the specification
requirements.
Individual sections of pipe may be rejected because of any of the following:
1. Fractures or cracks passing through the shell, except for a single end crack that does
not exceed the depth of the joint and the end crack is field repaired.
2.Defects that indicate imperfect proportioning, mixing and molding.
3.Surface defects indicating honeycombed or open texture.
4.Damaged ends, where such damage would prevent making a satisfactory
joint, including failure to use chain or tie-down guards during transportation.
5.Exposed reinforcement not intended for tie to cast-in-place concrete.
6.Other damage or defects that, in the opinion of the Engineer, is detrimental to
the function or longevity of the work.
PART 3 EXECUTION
Utilities Line Relocation Reinforced Concrete Pipe
02638
3.1 INSTALLATION
A. Conform to requirements of the following Sections, as applicable:
(1) Section 02631 - Storm Sewers.
B. Install reinforced concrete pipe in accordance with the Drawings.
3.2 TESTING
A. Refer to Section 02533 – Acceptance Testing for Storm Sewer.
END OF SECTION
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-1
SECTION 02665
WATER PIPING, VALVES, AND FITTINGS
PART 1 GENERAL
1.1 SUMMARY
A. This section of the specifications covers all water piping, valves, and fittings required for the
project.
B. Section Includes:
(1) Material Schedule
(2) Submittals
(3) References
(4) Materials
(5) Polyvinyl Chloride (PVC) Pipe
(6) Ductile Iron Pipe
(7) Concrete Cylinder Pipe
(8) Pipe Fittings
(9) Flexible Couplings and Flanged Coupling Adapters
(10) Pipe Joints
(11) Steel Casing
(12) Valves
(13) Fire Hydrants
(14) Polyethylene Wrap
(15) Joint Restraints
(16) Concrete
(17) General
(18) Inspection
(19) Responsibility for Materials
(20) Handling Pipe and Accessories
(21) Alignment and Grade
(22) Manner of Handling Pipe and Accessories in Trench
(23) Cleaning and Inspecting
(24) Laying and Jointing PVC Pipe
(25) Plugging Dead Ends
(26) Fittings
(27) Setting Valves, Valve Boxes, Fire Hydrants and Fittings
(28) Thrust Restraint
(29) Excavation, Trenching and Backfilling
(30) Line Testing
(31) Disinfection of Pipelines
(32) Installation of Steel Pipe Casing and Pipe in Casing
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-2
(33) Pipe Identifiers
(34) Cleanup
1.2 MATERIAL SCHEDULE
A. All potable water supply lines shall be AWWA C 900, DR 18 PVC pipe.
B. Ductile Iron Fittings (AWWA C 153)
C. Tapping Sleeve (ductile iron or stainless steel)
D. Gate Valves
E. Valve Boxes
F. Fire Hydrants (AWWA C 502)
G. Mechanical Joint Restraints
1.3 SUBMITTALS
A. Submit all manufacturers’ data for all pipe and fittings including all pipe thickness class
calculations, steel casing, and casing spacers.
B. Submit affidavits of compliance with appropriate standards.
C. Submit product warranties.
D. Submit manufacturer’s installation instructions.
E. Submit manufacturer’s loading, unloading, and storage requirements.
F. Submit product information for pipe identification tape.
G. Submit concrete mix design for concrete thrust blocking.
1.4 REFERENCES
A. AWWA C 104 – Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water.
B. AWWA C 110 – Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water.
C. AWWA C 111 – Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings.
D. AWWA C 104 – Rubber Seated Butterfly Valves.
E. AWWA 509 – Resilient Seated Gate Valves for Water Supply.
F. AWWA C 900 – Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch
through 12 inch, for water distribution.
G. AWWA C 905 – Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch
through 48 inch, for water transmission and distribution.
H. AWWA C 301 – Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and
other Liquids.
I. AWWA C 303 – Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type
J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger
K. ANSI/AWWA C-205 Standard for Cement-Mortar Protective Lining and Coating for Steel
Water Pipe - 4 in. and Larger-Shop Applied
L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe
M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144"
N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings
O. ANSI/AWWA C-209 Standard for Cold-Applied Tape Coatings for the Exterior of Special
Sections, Connections, and Fittings for Steel Water Pipelines
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-3
P. ANSI/AWWA C-210 Standard for Liquid-Epoxy Coating Systems for the Interior and
Exterior of Steel Water Pipelines
Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water
Pipelines
R. ANSI/AWWA C-216 Standard for Heat-Shrinkable Cross-Linked Polyolefin Coatings for the
Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines
S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water
Pipelines and Fittings
T. ANSI/AWWA C-219 Standard for Bolted Sleeve-Type Couplings for Plain-End Pipe
U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of
Steel Water Pipelines and Fittings
V. AWWA M-11 Steel Pipe - A guide for Design and Installation
W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High-Temperature
Service.
X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc Coated
Welded and Seamless
Y. ASTM E 165 Method for Liquid Penetrant Examination
Z. ASTM E 709 Guide for Magnetic Particle Examination
AA. ASME Section V Nondestructive Testing Examination
BB.ASME Section IX Welding and Brazing Qualification.
CC.AWS B2.1 Standard for Welding Procedure and Welding Qualifications.
PART 2 PRODUCTS
2.1 MATERIALS
A. All pipe, fittings, and valves shall be new and of the best quality in material and
workmanship.
B. All pipe, fittings, and valves shall conform to American National Standards Institute/National
Sanitation Foundation (ANSI/NSF) Standard 61.
C. In areas where natural gas lines exist, and are cathodically protected by means of impressed
current, only electrically non-conductive pipe shall be allowed.
2.2 POLYVINYL CHLORIDE (PVC) PIPE
A. PVC pipe 12 inches and smaller shall be AWWA C-900, DR-18.
B. PVC pipe 14 inches and larger shall be AWWA C-905, DR-21. The outside diameter of the
PVC pipe shall be cast iron equivalent.
C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and
spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and
insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint
length shall be twenty (20) feet.
D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including
nominal size, dimension, ratio, AWWA pressure class, manufacturer’s name and code, and
seal of testing agency that verified the suitability of the pipe material for potable water.
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-4
E. Pipe shall meet all additional test requirements as described in AWWA C-900 or C-905, as
applicable.
F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the
transportation of potable water and shall bear the NSF seal of approval.
2.3 DUCTILE IRON PIPE
A. Ductile Iron pipe 12” shall be Class 200.
B. Ductile iron pipe to be furnished shall conform to the following standard specifications or
latest revisions:
(1) ANSI/AWWA C150/A21.50-81
(2) ANSI/AWWA C104/A21.4-80
(3) ANSI/AWWA C151/A21.4-80
C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI
A21.4) specifications. The external surface shall be coated with an asphalt base paint.
D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where
connecting flanged fittings, and shall otherwise conform to the base specifications to which
the pipe is manufactured.
E. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe.
F. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket
meeting standards specified by AWWA C11-72 (ANSI A21.11) or its latest revision.
2.4 CONCRETE CYLINDER PIPE
A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the
latest revision of AWWA C-301.
B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the
latest revision of AWWAS C303-78
C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi. longitudinally and
helically.
D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a
continuous ring rubber gasket meeting standards specified in AWWA C303-78.
E. A Portland cement mortar shall be used to fill the annular space both inside and outside of
joints in the pretensioned concrete cylinder pipe.
(1) Portland cement used in the mortar shall conform to “Standard Specifications and Test
for Portland Cement” A.S.T.M. serial designations C150 and C77.
(2) Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate.
(3) The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy
duty diaper.
(a) The width of the diaper shall be nine inches.
(b) The band shall be provided with 3/8 inch x 0.20 steel straps on each side.
2.5 PIPE FITTINGS
A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of
piping with which they are installed. Pressure rating of fittings shall not be less than that of
the pipe.
B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in
accordance with AWWA C 104.
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-5
C. Fittings shall be ductile iron and shall be mechanical joint or push-on joint unless otherwise
specified or shown on the Drawings.
D. Ductile Iron Fittings – Ductile iron fittings shall conform to AWWA C153 110. Fittings shall
be mechanical joint or push-on joint unless otherwise specified or shown on the Drawings.
E. All fittings shall have a pressure rating equal to that of the pipe with which they are used but
in no case less than 150 psi.
F. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating
and shall be cement-lined in accordance with the specifications for coating and lining the
pipe.
G. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile
iron pipe and shall be subjected to the same test requirements. Marking and weighing shall
be as required for ductile iron pipe.
H. Where flanged fittings are used, the flanges shall be of the same material as the fitting.
Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the
fitting. Screwed-on bells will not be acceptable.
2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS
A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on
the Drawings and at other locations required for installation of the piping system.
B. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint.
Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers
shall be stainless steel.
2.7 PIPE JOINTS
A. Push-on Joints – Push-on joints shall be as specified in AWWA Standard C111.
B. Mechanical Joints – Mechanical joints shall be as specified in AWWA Standard C111.
2.8 STEEL CASING
A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi
meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating.
B. Casing wall thickness for installation shall be in accordance with the City of Lubbock Design
Standards and Specifications.
C. Casing spacers shall be used to install carrier pipe inside the encasement pipe and to provide
support around the periphery of the pipe should the pipe twist as it is pushed through the
casing.
D. The spacers shall be of a projection type that has a minimum number of projections around
the circumference totaling the number of diameter inches. For example, eight (8) inch pipe
shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a
minimum of eighteen (18) projections.
E. Casing spacers shall use double backed tape, provided with the spacers, to fasten tightly onto
the carrier pipe so that the spacers do not move during installation. Installation instructions
shall be provided with each shipment.
F. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load
anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits
per spacer listed in the brochure.
G. These values in the brochure include conservative safety factors for class spacer used.
Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on
plans.
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-6
H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed
sections of high-density polyethylene. Spacers shall be ISO 9002 certified for strength and
quality.
I. Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the
Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel
bands.
2.9 VALVES
A. Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on
the plans or specified herein. All valves shall be designed for a working pressure of at least
150 psi unless otherwise noted.
B. Gate Valves:
(1) All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze
mounted throughout and shall meet all requirements of AWWA C 509.
(2) The valves shall be of the type of joint used in the piping.
(3) All valves shall open by turning to the left, and unless otherwise specified, shall have
non-rising stem when buried and outside screw and yoke when exposed, and be
furnished with a two (2) inch operating nut when valves are buried and shall be
furnished with hand wheels when exposed.
(4) Gate valves shall be furnished with O-ring stem packing.
(5) All gate valves shall be designed to withstand a working pressure of 200 psi unless
otherwise noted.
(6) Gate valves shall be meet the City of Lubbock Design Standards and Specifications.
(7) All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be clean and
sound without defects that will impair their service. No plugging or welding of such
defects will be allowed.
(8) Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with
ASTM 307 and A563, respectively.
(9) All parts for valves furnished must be standard and completely interchangeable with
valves of the same brand. Successful bidder to furnish to the Owner, upon request, a
letter stating the type of valves to be installed and a letter from the manufacturer stating
that the parts are standard and interchangeable.
C. Valve Boxes and Extension Stems:
(1) Extension stems shall be furnished on buried valves where the top of the operating nut is
more than ninety (60) inches below finished grade. Top of the extension stem shall not
be more than thirty-six (36) inches below the top of the valve box.
(2) Buried valves shall be provided with cast iron valve boxes.
(3) The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe,
which will be used, as an extension from the top of the valve to within six (6) inches of
the ground surface.
(4) The box shall have a heavy cast iron cover marked “Water”.
(5) The box shall have a flange type base, with the base being approximately four (4) inches
larger in diameter than the outside diameter of the barrel of the box.
(6) The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension
shall be considered as a part of the box.
(7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal.
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-7
D. FIRE HYDRANTS
(1) Hydrants shall meet the City of Lubbock Design Standards and Specifications
(2) Hydrants shall meet AWWA C-502
(3) Hydrants shall have an iron body, bronze mounted throughout and be designed for
working pressure of 150 psi.
(4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch
hose nozzles, and one (1) 4-inch steamer nozzle.
(5) The hydrant shall be for a 6-inch main.
2.10 POLYETHYLENE WRAP
A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a
polyethylene material meeting the requirements of ASTM D 1248.
B. The polyethylene material shall have a minimum thickness of eight (8) mils.
C. The wrap shall be secured by two (2) inch duct tape.
2.11 JOINT RESTRAINTS
A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal.
B. Must meet all pressure testing requirements of ASTM F-1674.
C. Materials must meet requirements of ASTM A-536.
D. Install per manufacturer’s recommendations.
2.12 CONCRETE
A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete
specifications, as set forth in the Section 03300 Cast-in-Place Concrete, except a minimum
compressive strength of 2,800 psi will be acceptable.
PART 3 EXECUTION
3.1 GENERAL
A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for
leakage, and disinfected in the manner herein specified.
3.2 INSPECTION
A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of
the Work and any material found to be defective will be rejected by the Engineer, and the
Contractor shall remove such defective material from the site of the Work.
3.3 RESPONSIBILITY FOR MATERIALS
A. The Contractor shall be responsible for all material furnished and shall replace, at the
Contractor’s expense, all such material that is found to be defective in manufacture or has
become damaged in handling after delivery.
3.4 HANDLING PIPE AND ACCESSORIES
A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the
point of delivery, hauled to and distributed at the site of the Work by the Contractor.
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-8
B. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a
manner as to avoid shock or damage to the materials. Under no circumstances shall they be
dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the
ground.
C. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be
kept as free as possible from dirt, sand, mud, and other foreign matter.
3.5 ALIGNMENT AND GRADE
A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as
established on the ground by the Engineer.
B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment
and grade of the proposed water line.
C. Confirm compliance with the Drawings and Specifications.
D. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal
plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown
or permitted, the degree of deflection at each joint shall not exceed the maximum deflection
noted on the Drawings.
3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH
A. After the trench grade has been completed, all bell holes dug and the grade inspected, the
pipes and accessories may be placed in the trench.
B. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of
derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent
damage to the material in any way. Under no circumstances shall pipe or accessories be
dropped or dumped into the trench.
3.7 CLEANING AND INSPECTING
A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe,
while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or
unsound pipe and materials shall be rejected.
B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells,
spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the
trench, and it shall be kept clean by approved means during and after laying.
C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by
approved means, and no trench water shall be allowed to enter the pipe.
3.8 LAYING AND JOINTING PVC PIPE
A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying;
and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up
grade.
B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and
workmanlike manner without damage to the pipe or the cement lining.
C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in
the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe
shall be closed by approved means, and not trench water shall be permitted to enter the pipe.
D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for
such work, except by permission of the Engineer.
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-9
E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell
and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire
brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made.
F. Defective joints shall be repaired as directed by the Engineer.
G. Mechanical Joint Piping:
(1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint
pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign
matter from the joint, and then painted with lubricant recommended by the pipe
manufacturer.
(2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip
extension of the gland toward the socket or bell end.
(3) The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer
and placed on the spigot end with the thick edge toward the gland.
(4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell.
(5) The gasket shall then be pressed into place within the bell; care shall be taken to locate
the gasket evenly around the entire joint.
(6) The gland shall be moved along the pipe into position for bolting, all of the bolts inserted,
and the nuts screwed up tightly with the fingers.
(7) All nuts shall be tightened with a suitable torque limiting wrench.
(8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal
pressure on all parts of the gland.
H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line
and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid.
I. Immediately after completion of the jointing, sufficient bedding and backfill material shall be
placed around and over the pipe to hold the pipe to line and grade.
J. Pre-molded joints shall be made in accordance with the recommendations of the
manufacturer of the pipe.
K. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped
with the solvent recommended by the pipe manufacturer.
L. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a
block of wood to prevent damage to the pipe.
3.9 PLUGGING DEAD ENDS
A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and
spigot ends shall be capped.
B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the
pipe.
C. All plugs and caps shall have horizontal thrust blocks.
3.10 FITTINGS
A. Fittings shall be set at the locations shown on the plans or at locations as established by the
Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe
installations. Concrete blocking shall be provided for all buried fittings.
3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS
A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and
jointed to the pipe in the manner heretofore specified for pipe installations.
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-10
B. All valves shall be hub end as required and all valves buried in the ground shall have a cast
iron or precast concrete valve box set over the valve.
C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked
for operation prior to installation.
D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior
to installation.
E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if
necessary.
F. Valve Boxes:
(1) Valve boxes shall be firmly supported and maintained centered and plumb over the
wrench nut of the valve, with the box cover flush with the surface of the ground or at
such a level as directed by the Engineer.
(2) All valve boxes under pavement shall be adjusted to finished pavement grades.
G. Fire Hydrants:
(1) Fire hydrants shall be located at the points shown on the Drawings.
(2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the
steamer nozzle at right angles to the street.
(3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant
lead or branch.
(4) The bowl of the hydrant shall be well braced against unexcavated earth at the end of the
trench with concrete blocking.
(5) The concrete blocking shall be placed so as not to interfere with the hydrant drains and so
that the joints of the flanges are accessible.
(6) Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the
Drawings.
(7) The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for
operation prior to installation. Drain holes shall not be blocked or sealed.
(8) Fire hydrants shall be installed and maintained so that the center of the lowest water
outlet shall be eighteen (18) inches from the ground.
(9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access
way.
3.12 THRUST RESTRAINT
A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with
suitably restrained joints per the manufacturer’s recommendation.
B. Restrained push-on or mechanical joints, mechanical joint anchoring fittings, and mechanical
joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust
blocking. Thrust blocking will be allowed only under special circumstances as approved by
the Engineer.
3.13 EXCAVATION, TRENCHING AND BACKFILLING.
A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122.
B. Backfill around pipe with specified granular bedding material that is free of large rocks,
topsoil, debris or other unacceptable material.
C. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and
mechanically compacted or hand tamped to a point 12 inches above the top of the pipe.
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-11
D. Backfill from 12 inches above the pipe to the finished grade will be as follows:
(1) For unpaved areas:
(a) Use excavated material that is free of large rocks, debris or other material determined
unsuitable by the Owner's Representative. Backfill shall be placed in maximum six
(6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum
moisture content.
(b) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM
designation D-698.
(c) These tests shall be performed by a reputable contractor specializing in geotechnical
work and will be at the successful bidder’s expense.
(d) Copies of these tests shall be provided to the Owners Representative.
(2) For paved areas:
(a) Place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under
the bottom of the pavement in a minimum thickness of 12”.
(b) The backfill from 12-inches above the top of pipe to the CSB shall be in placed in
maximum 6 inch lifts and compacted to 95% Standard Proctor Density.
(c) Each lift shall be tested at a maximum of 300 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
7,400 133,200
where:
L = allowable leakage in gallons per hour
N = number of joints in length of pipe tested
S = length of pipe
D = nominal diameter of the pipe in inches
P = average of the maximum and minimum pressures within the test section in psi
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-12
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, TCEQ rules, City of Lubbock Standards and Specifications
and include the placement of hypochlorite granules in the pipe during construction.
C. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the
Engineer or Owner’s Representative may witness the disinfection activities.
D. Quality Assurance:
(1) Bacteriological sampling and test will be performed in accordance with the latest
requirements of Standard Methods for the Examination of Water and Wastewater.
(2) The City of Lubbock laboratory will be used for bacteriological testing.
E. Chemicals:
(1) Acceptable disinfectants are liquid and solid forms of hypochlorites. Chlorine gas is not
acceptable.
(2) Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of
sodium bisulfate, sodium sulfite, and sodium thiosulfate.
(3) The water being used to fill the line shall be controlled to flow into the section to be
sterilized very slowly, and the rate of application of the chlorinating agent shall be
proportioned at least fifty (50) parts per million in the water entering the pipe.
F. Temporary Facilities:
(1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch
diameter steel pipe and fittings with isolation valves and sampling taps.
(2) Water used for the initial flushing as well as the final chlorination shall be introduced into
the pipeline through a corporation stop or other approved connection inserted in the
horizontal axis of the newly laid pipe.
(3) No connection to the existing distribution system is allowed until the pipeline has passed
all bacteriological testing.
G. Final Flushing:
(1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of
initial chlorination.
(2) Flush water in a location and manner approved by the Engineer.
(3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L.
H. Sampling and Analysis:
(1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample
from each end of the pipeline in the presence of the Engineer or Owner’s representative.
(2) The Owner’s representative or the Engineer shall deliver the samples to the City of
Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for
analysis.
(3) Collect samples after the initial disinfection and after the facilities have been filled with
chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected.
I. Acceptance:
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-13
(1) Facilities will be considered properly disinfected when two (2) consecutive sets of
acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have
indicated the absence of coliform organisms.
J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps.
The pipeline may then be connected to the City of Lubbock water distribution system.
3.16 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING
A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein.
B. Equipment used shall be such size and capacity as to allow the placement of the casing to
proceed in a safe and expeditious manner. Installation of the casing and the excavation and
removal of the materials within the casing shall proceed simultaneously.
C. The boring shall proceed from a pit provided for the boring equipment and workers.
D. Excavation and location of the pit shall be approved by the Engineer and County as
appropriate.
E. Boring without the concurrent installation of the casing pipe will not be permitted.
F. The use of water or other fluids in connection with the boring operation will be permitted
only to the extent of lubricating cuttings.
G. Jetting will not be permitted.
H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the
entire length of the installation.
I. All casing pipe joints shall be welded.
J. Care shall be taken to keep the pipe sleeve on the proper line and grade.
K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe
shall be shoved through the casing.
L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the
pipe and not on the bell, and shall be done in such a manner that the joint is always in
compression during the shoving operation.
3.17 PIPE IDENTIFIERS
A. Marking Tape:
(1) All pipes installed in an open trench will be identified with the appropriate color and
description of three (3) inch wide pipe identification tape.
(2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12)
to eighteen (18) inches.
(3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector
from the top of finished grade.
(4) Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe
than twelve (12) inches.
B. Locator Wire:
(1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper
with 30 mil HDPE thermoplastic insulation directly above piping.
3.18 CLEANUP
A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and
any excess dirt shall be removed from the site.
Utilities Line Relocation Water Piping, Valves, and Fittings
02665-14
B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final
completion and acceptance of the Work.
C. The maintenance shall include blading from time to time as necessary, filling depressions
caused by settlement, and other work required to keep areas in a presentable condition.
END OF SECTION
Utilities Line Relocation Sanitary Sewer Line Construction
02530-1
SECTION 02730
SANITARY SEWER LINE CONSTRUCTION
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Polyvinyl Chloride (PVC) pipe and fittings.
B. Miscellaneous small piping.
1.2 RELATED SECTIONS
A. Section 02223 – Backfilling.
B. Section 03300 – Cast-in-Place Concrete.
C. Section 03410 – Precast Concrete.
1.3 REFERENCE
A. AWWA C151 – Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand-lined Molds,
for Water or Other Liquid.
B. AWWA C150 – Thickness Design of Ductile Iron Pipe.
C. ANSI B16.1 – Cast Iron Pipe Flanges and Flanged Fittings.
D. ASTM D3033 – Type PSP Poly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings.
E. ASTM D3034 – Type PSMPoly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings.
F. ASTM D1784 – Rigid Poly (Vinyl Chloride).
G. ASTM D2241 – Poly(Vinyl Chloride)(PVC) Pressure Rated Pipe (SDR Series).
H. ASTM A53 – Pipe, Steel, Black and Hot-Dipped, Zinc Coated Welded and Seamless.
I. AWWA C110 – Ductile-Iron and Gray Iron Fittings, 3-inch through 48-inch, for Water and
Other Liquid.
J. AWWA C606 – Standard for Grooved and Shouldered Joint.
K. ASTM A276 – Specification for Stainless and Heat-Resisting Steel Bars and Shapes.
L. ASTM D1557 – Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate
Mixtures using 10-lb (4.54Kg) Rammer and 18-inch (457 mm) Drop.
M. ASTM F679 – Poly (Vinyl Chloride)(PVC) Large-Diameter Plastid Gravity Sewer Pipe and
Fittings.
1.1 SUBMITTALS
A. Submit under provisions of Section 01300.
B. PVC Pipe and Fittings, ASTM D-3034 and F679 as appropriate for pipe diameter furnished.
C. Ductile Iron Pipe and Fittings, C151.
D. Laboratory analysis for rock embedment including sieve analysis, fracture faces, abrasion
tests and soundness test.
E. Trench Safety.
1.2 PROJECT RECORD CONDITIONS
A. Submit under provisions of Section 01700.
Utilities Line Relocation Sanitary Sewer Line Construction
02530-2
1.3 FIELD MEASUREMENTS
A. Verify that field measurements are as indicated on shop drawings.
1.4 REGULATORY REQUIREMENTS
A. Conform to applicable code for piping and component requirements.
1.5 TRENCH SAFETY
A. The Contractor shall be responsible for complying with all federal, state, and local trench
safety requirements, and for the safety of trenches and excavations.
PART 2 PRODUCTS
2.1 PIPE
A. Polyvinyl Chloride (PVC) Pipe:
(1) Gravity
The sanitary sewer pipeline and fittings shall be approved type pipe and rubber gasket
type joints, complying with ASTM Specification as follows:
(a) 6-inch PVC Gravity Sewer: ASTM D3034, SDR 35.
(b) 8-inch PVC Gravity Sewer: ASTM D3034, SDR 35.
(c) 15-inch PVC Gravity Sewer: ASTM D3034, SDR 35.
(d) 18-inch PVC Gravity Sewer: ASTM F679, SDR 35 (Cased Only).
(e) 18-inch PVC Gravity Sewer: ASTM F679, Heavy Wall Sewer, Cell Class 12454B
SDR 26, Minimum Wall Thickness 0.719 inches (Non Cased).
Pipe material shall be Cell Class 12454-B PVC resin compound conforming to ASTM
D1784.
B. Pipe Fittings
Fittings for PVC pipe shall, in general, be bell-and-spigot type and of PVC material meeting
ASTM Specification D-3034 and ASTM F679 as appropriate.
C. Pipe Joints
Push-on joints for PVC sanitary sewer pipe shall meet the requirements of ASTM D3212.
Joints between ductile iron pipe and PVC pipe shall be made by using a DFW coupling or
equal.
2.2 PIPE FITTINGS
A. General
(1) Pipe fittings shall be of the type and design especially suitable for use with the type of
piping with which they are installed. Fitting shall have a pressure rating equal to that of
the pipe with which they are used but in no case less than 150 psi. All flanged fittings
shall be faced and drilled in accordance with ANSI B 16.1 for Class 125 flanges.
2.3 ROCK EMBEDMENT
Rock embedment for the pipe is required and shall conform to the following gradation: (ASTM
C33, Size No. 67):
% by Weight
Passing 1-inch sieve 100
Passing 3/4-inch sieve 65-85
Passing 3/8-inch sieve 0-5
Utilities Line Relocation Sanitary Sewer Line Construction
02530-3
Passing 5/8-inch sieve 0-45
Passing 7/8-inch sieve 98-100
Passing No. 10 0-2
The rock embedment may be of crushed stone. Crushed stone shall result in a product in which
the coarse aggregate shall have at least 85% by weight of particles with one or more fractured
faces and 65% by weight of particles with two or more fractured faces. The aggregate shall be
composed of sound, tough, durable particles and shall meet the requirements for deleterious
substances given in ASTM C33. The coarse aggregate (retained on the 3/8-inch sieve), whether
natural rounded gravel or crushed stone, shall not show more than 45% wear when tested in
accordance with ASTM C131. The coarse aggregate shall also not show evidence of
disintegration nor show total loss greater than 20% when subjected to five cycles of the sodium
sulfate soundness test as specified in ASTM C33.
2.4 MANHOLES FRAMS AND COVERS
A. Shall be Neenah Model R-1687 or approved equal, with minimum clear opening of 22-
inches.
B. Shall be cast iron meeting requirements of ASTM A48, AASHTO H20 loading and a
minimum weight of 275 pounds.
C. The frame shall have a full bearing ring that provides a continuous seal between the ring and
cover.
D. The ring shall have two diametrically opposed lifting rings cast into them.
E. The cover shall have “City of Lubbock, Texas “&” Sanitary Sewer” permanently cast into the
cover.
Manhole frames and covers shall be of cast iron of the types shown on the drawings. All casting
shall be made from superior quality gray cast iron conforming to the requirements of ASTM A48.
Drawings of all manholes frames and covers proposed for use shall be submitted to the Engineer
for approval before items are shipped. Bolted and gasketed covers shall be furnished at the
locations identified on the drawings.
2.5 ACCESSORIES
A. Warning Tape
(1) Provide tape made of plastic, green, and a minimum of 4-inches wide and have lettering
that states there is a buried sewer line below.
B. Pipe Joint Materials
(1) Furnish all necessary accessories for completing the joining of the pipe.
C. Grade Adjusting Rings.
(1) Provide adjustment rings made from cast iron, concrete or high density polyethylene
(HDPE).
(2) Precast concrete grade rings will be steel reinforced and meet or exceed the requirements
of ASTM C478.
(3) Grade rings made from cast iron will meet or exceed the requirements o ASTM A536.
(4) Grade rings made from HDPE will be injection molded and meet or exceed the
requirements of ASTM D1248.
(5) Grade rings will be designed to support an AASHTO H20 loading.
(6) Grade rings will be suitable for use on concrete or fiberglass manholes and have a
minimum clear opening of 24-inches.
Utilities Line Relocation Sanitary Sewer Line Construction
02530-4
D. Manhole Joint Seal Material.
(1) Provide asphaltic type joint sealant for all manhole joint. Seal material will be
manufactured by Conseal, Sika, Ramnek, or approved equal.
(2) Joint material will meet or exceed the requirements of Federal Specification 55-S-210A.
It will be suitable for application in ambient temperatures ranging from 30 to 150 degrees
F.
(3) Provide in strips with widths of 1-inch and rolls in minimum lengths of 14 feet wrapped.
E. Infiltration Preventor Inserts.
(1) Provide inserts to minimize inflow of runoff into the sanitary sewer system.
(2) Inserts will be concave and suitable for mounting snuggly in manhole ring. The insert
will have a neoprene seal gasket mounted with pressure sensitive adhesive.
(3) Make the insert from high density polyethylene with a minimum thickness of 0.187
inches that meet or exceeds the requirements of ASTM 01248, Class A, Category , Type
III with a minimum impact brittleness temperature of minus 180 degrees F.
(4) Provide a lifting strap made from woven polypropylene that is attached to the insert with
a rivet and backup washer made from stainless steel.
(5) Inserts will have a vent hole that will release a maximum of 5 gallons of water pre hour
into the sanitary sewer system. The vent will release sewer gas under a 1 psi or less
pressure differential.
2.6 PRECAST REINFORCED CONCRETE MANHOLES
A. Manholes shall be tongue and groove precast reinforced concrete manholes, constructed in
accordance with ASTM C478 of the diameter indicated on the drawings. Concrete manholes
shall be provided with and eccentric top cone unless otherwise shown on the drawings.
B. Concrete used shall meet a 28-day compressive strength of 4,000 psi. Concrete component
shall meet the following ASTM Specifications:
(1) Aggregates: ASTM C33
(2) Cement: ASTM C150
(3) Sampling: ASTM C39
(4) Reinforcement: ASTM C185
(5) Sand & Mortar ASTM C144
C. Cone section shall be eccentric and have a clear opening of 24-inches.
D. Cone section shall have a corrosion inhibitive admixture that meets the following
requirements:
(1) Shall permeate the entire concrete matrix and molecularly bond to the cement and
aggregate.
(2) Admixture shall be in liquid form.
(3) Dye shall be added to manholes treated with inhibitor.
E. Manholes shall be designed to support AASHTO H-20 loading.
F. Precast manholes bottom shall be reinforced with steel adequate to support the entire weight
of the manhole barrels, cone section, H-20 loading, and water with the manhole being half
full.
G. Manhole base shall be benched and provide a smooth flow channel.
H. Manhole base shall contain the same corrosion inhibitor as required for cone section.
I. Manhole bases shall have the following minimum dimensions:
Utilities Line Relocation Sanitary Sewer Line Construction
02530-5
(1) 48-inch: Thickness 6-inches; outside diameter 70-inches.
(2) 60-inch: Thickness 8-inches; outside diameter 84-inches.
(3) 72-inch: Thickness 12-inches; outside diameter 96-inches.
J. All connections shall be flexible, neoprene rubber boots meeting the requirements of ASTM
C923.
K. Manholes barrels shall have all interior liner with the following characteristics:
(1) Shall be semi-rigid PVC installed at factory per liner manufacture’s recommendations
(2) Physical properties:
(a) Minimum thickness: 0.065-inch.
(b) Tensile Strength: 6,500 psi.
(c) Flexural strength: 12,000 psi.
(d) Interior color: white
(3) PVC sheets shall be joined by butyl strip.
(4) Shall be formed to provide protection at manhole joints by utilizing a continuous PVC
return into the joint of at least 0.50-inch.
(5) Liner shall be installed in such a manner to withstand a 100 lb/inch perpendicular pull for
minimum of 60 seconds.
All joints shall be tongue and groove except for the grade rings and all joints shall be
watertight. Ram-Nek flexible plastic gaskets or approved equal shall be used in all joints.
2.7 FIBERGLASS MANHOLES
A. Shall meet ASTM D3753.
B. Shall be constructed of commercial grade unsaturated polyester or vinyl ester resins.
Reinforcement shall be commercial grade type E glass fibers.
C. UV inhibitor resin shall be applied on the exterior surface of the manhole at a minimum
thickness o f0.125 inch.
D. Exterior surface shall have manufacturer’s name, address and serial number. Also included
the total manhole length.
E. Base shall be fiberglass equipped with a flanged anchor ring have a minimum of four
predrilled holes for securing.
F. Base shall be benched and provide a smooth flow channel.
G. Stiffing rib shall be utilized if required
H. Shall have flexible, neoprene rubber connection that meets ASTM C923.
I. A precast concrete shall be 28-day, 4,000 psi and concrete component meeting the following
ASTM specification.
(1) Aggregates: ASTM C33
(2) Cement: ASTM C150
(3) Sampling: ASTM C39
(4) Reinforcement: ASTM C185
(5) Sand & Mortar ASTM C144
Utilities Line Relocation Sanitary Sewer Line Construction
02530-6
J. Precast concrete base shall have hooked end anchor bolts with a minimum embedment of 3-
inches. Bolts shall be 5/8-inch diameter, 304 stainless steel. Nuts and washers shall be 304
stainless steel.
K. Precast concrete base shall be designed to support AASHTO H-20 loading and manhole half
full of water.
L. The interior surface of the manhole shall have a chemical resistant, resin layer 0.010 to 0.020
inch thick with no expose fibers.
M. Manholes shall be designed to support AASHTO H-20 loading in accordance with ASTM
D3753.
N. Manholes shall have an eccentric – reducing section made of the same material as the barrel
with a top clear opening of no less than 24-inches and designated to accommodate standard
grade adjustment, manhole ring and cover.
2.8 STEEL CASING
A. Steel casing shall have a minimum yield strength of 35,000 psi. The minimum wall thickness
shall be 0.250-inch for casing diameter of 16 inches and less; 0.312-inch for casing diameters
of 18, 20, and 22 inches; 0.344-inch for 24-inch casing; and 0.469-inch for 36-inch casing
diameter. Casing shall be solid rolled steel and shall not be spiral-welded steel. Casing shall
have an approved exterior coating. Laying lengths shall be 20 feet±1-inch.
PART 3 EXECUTION
3.1 MEASUREMENT AND PAYMENT
A. Sanitary Sewer Pipe.
(1) Payment for installation of sanitary sewer pipe will be on a linear foot basis in depth
range of 2 feet. Gravel embedment, excavation, backfill and other items necessary to
completely install the pipe are included in this unit price.
(2) Measurement will be from the natural ground to the flow line of the pipe. The Owner’s
Representative will perform measurement.
B. Sanitary Sewer Manholes
(1) Payment for installation of sanitary sewer manholes will be on a vertical linear foot basis
with the first 4 feet considered a standard manhole depth. Excavation, backfill and other
items necessary to completely install the manholes are included in this unit price.
(2) Measurement will be form the natural ground to the manhole invert. The Owner’s
Representative will perform measurement.
C. Warning Tape.
(1) Payment for installation of sanitary sewer warning tape will be on a linear foot basis.
(2) The Owner’s Representative will perform measurement.
D. Manhole Inserts.
(1) No additional payment will be made for installation of manhole inserts. They are
considered a standard part of the manhole.
3.2 GRAVITY PIPELINE INSTALLATION
A. General:
(1) All pipe and accessories for the work specified herein shall be unloaded, handled, laid,
jointed, tested for defects and for leakage in the manner herein specified.
Utilities Line Relocation Sanitary Sewer Line Construction
02530-7
(2) Coordinate delivery storage, and delivery schedule with Owner’s representative.
B. Responsibility for Materials
The Contractor shall be responsible for all material furnished by him and he shall replace at
his own expense all such material that is found to be defective in manufacture or has become
damaged in handling after delivery.
C. Handling Pipe and Accessories
All pipe, fitting, and other accessories shall, unless otherwise directed, be unloaded at the
point of delivery, hauled to and distributed at site of work by the Contractor. In loading and
unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to
avoid shock or damage to the material. Under no circumstances shall they be dropped. Pipe
handled on skidways must not be skidded or rolled against pipe already on the ground.
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.
D. Trench Excavation
The Contractor shall be responsible for complying with Texas House Bills 662 and 665 safety
standards and with the applicable OSHA regulations concerning trench excavation, general
excavation and construction safety.
(a) Owner’s Representative will provide construction-staking services. The centerline of
the proposed line will be established and cut sheets issued by the Owner’s
Representative. The Contractor is responsible for notifying the Owner’
Representative of any concerns with construction staking.
(b) Contractor will excavate as necessary to attain the line and grades at locations shown
on the Plans or as staked in the field.
E. Trench Safety System
This section of the specifications covers trench safety systems for trench excavation greater
than five feet in depth. All work performed under this section shall also comply with OSHA
Part 1926, Subpart P and all State and Local codes.
The Contractor shall be responsible for complying with the requirements of the
specifications, drawings and all applicable codes. The Contractor shall immediately notify
the City of any unforeseen field conditions which might affect the integrity of the trench
safety system.
F. Trench Methods
Trench Boxes – Submit manufacture’s standard data sheet and certificate of compliance
signed by a registered professional engineer stating the maximum allowable depth for the
given design pressure of each type of trench box proposed for use.
Alternative Systems – If alternative systems composed of steel, aluminum, wood or a
combination of materials are proposed, submit design calculations signed by a registered
professional engineer showing all member properties, design strengths and stress increases
used with justification for their use.
G. Procedure
Provide shoring systems in accordance with the submitted design to adequately resist earth
pressures indicated in the design submitted.
Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible
after opening trenches. Do not allow workers in trench prior to installing trench bracing
systems. Backfill trenches as soon as possible after completion of work. Stockpile excavated
Utilities Line Relocation Sanitary Sewer Line Construction
02530-8
material at least three feet away from the edge of trench. Maintain barricades and signage as
required by OSHA, State and Local codes to protect open excavations.
Do not allow surface water to enter excavations. Properly grade or protect areas adjacent to
trench excavations to control surface drainage away from excavations. Excavation which
must remain open during periods of rainfall must be protected such as to prevent
accumulations of water in excavation.
H. Embedment
Embedment is defined as the portion of backfill from the bottom of the trench to a point six
(6) inches above the top of pipe.
(1) Embedment Material:
(a) Provide crushed stone with irregular surfaces for embedment of sanitary sewer pipe
and manhole foundation that meets the following gradation requirements:
% by Weight
Retain on the 1-inch sieve 0
Retain on the 7/8-inch sieve 0 to 2
Retain on the 3/4-inch sieve 15 to 35
Retained on the 5/8-inch sieve 55 to 100
Retained on the 3/8-inch sieve 95 to 100
Retained on the No. 10 sieve 99 to 100
The bedding layer shall be laid in the pipe trench, shaped and smoothed to grade and
then thoroughly consolidated by tamping. The bedding material shall be checked for
grade and bell holes dug before the pipe laid.
The hunching layer of rock embedment material shall then be placed up to the spring
line of the pipe (one half of the outside diameter above the bottom of the pipe). The
haunching layer shall be thoroughly consolidated by tamping.
The initial backfill layer shall be the third lift of rock embedment material and shall
be placed to a point at least six inches above the top of pipe. The initial backfill shall
be thoroughly consolidated by tamping or by vibratory compactors.
The remainder of the trench backfill shall be as specified in Paragraph K of this
section.
I. Pipe Laying in Trench
After the trench has been properly fine graded, the pipe shall be installed in accordance with
the City of Lubbock Construction Standard and the Manufacturer’s Instructions. Each length
of pipe shall be inspected for defects and the spigot cleaned thoroughly inside and outside
before lowering into the trench. Pipe laying shall proceed up-grade with the spigot ends
pointing in the direction of flow. All pipe shall be laid true to the lines and grades as
established by the drawings using a laser beam or cut stakes to control the grade of each joint
of pipe. 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 top of bedding and to allow ample space for properly
jointing the pipe.
Installation and jointing of the pipe shall be in accordance with the manufacture’s
recommendation except where the requirements of these specifications are stricter.
The jointing shall be completed for all pipe laid each day, in order not to leave open joints in
the trench overnight. At times when pipe laying is not in progress, the open ends of pipe
shall be plugged by approved means, and no trench water shall be permitted to enter the pipe.
Utilities Line Relocation Sanitary Sewer Line Construction
02530-9
No pipe shall be laid in water, or when the trench conditions or weather is unsuitable for such
work.
3.3 CONNECTIONS WITH EXISTING PIPING
A. Connections between new work and existing piping shall be made using fittings suitable for
the conditions encountered. Each connection with an existing pipe shall be made at a time
and under conditions which least interference with service to customers, and as authorized by
the Owner. Facilities shall be provided for proper dewatering and for disposal of all water
removed from the dewatered lines and excavation without damage to adjacent property.
(1) Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric-
seal joints or ASTM D 3034 for elastomeric-gasket joints.
3.4 MANHOLE CONSTRUCTION
A. General: Manholes shall be constructed at the locations shown on the plans or as directed by
the Owner’s Representative. The manholes shall be constructed in accordance with the
details shown on the plans and as specified herein for precast reinforced concrete manholes.
B. Precast Reinforced Concrete Manholes: After the excavation has been completed, the
concrete base or bottom shall be poured in accordance with the details shown on the plans
and the latest requirement of ASTM C891.
C. Fiberglass Manholes:
(1) Install precast concrete manhole pad using appropriate elevation to align the manhole
with the line and grade of the pipelines being constructed.
(2) Attach manhole to pad using stainless steel anchor bolts with a minimum diameter of 5/8-
inch.
(3) Install manhole true and plumb.
3.5 CLEANING
A. Clean interior of piping of dirt and superfluous material.
END OF SECTION
Utilities Line Relocation Bypass Pumping of Exisitng Sanitary Sewer
02750-1
SECTION 02750
BYPASS PUMPING OF EXISTING SANITARY SEWERS
PART 1 GENERAL
1.1 SUMMARY
A. The work covered by this section of the specifications includes that necessary for furnishing,
installing, and maintaining bypass pumping capabilities for existing sanitary sewer systems.
B. Section Includes:
(1) References
(2) Administrative Requirements
(3) Submittals
(4) Action Submittal/Information Submittal
(5) Equipment
(6) Preparation
(7) Installation
(8) Field or Site Quality Control
(9) Closeout Activities
1.2 REFERENCES
A. Reference standards cited in this Specification refer to the current reference standard
published at the time that these Specifications were released.
1.3 ASMINISTRATIVE REQUIREMENTS
A. Coordination
(1) Schedule meeting with Engineer to review sewer shutdown prior to replacing or
rehabilitating any facilities.
(2) Engineer reserves the right to delay schedule due to weather conditions or other
unexpected conditions within the existing sanitary sewer system.
(3) Review bypass pumping arrangement or layout in the field with Engineer prior to
beginning operations. Facilitate preliminary bypass pumping run with Engineer present to
affirm the operation is satisfactory.
(4) After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer
flow with Engineer staff.
(5) Provide onsite continuous monitoring during all bypass pumping operations using one of
the following methods:
(a) Personnel on site
(b) Portable SCADA equipment
1.4 SUBMITTALS
A. Conform to requirements of Section 01300 – Submittal Procedures.
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Submit a detailed plan and description outlining all provisions and precautions that will be
taken with regard to handling of sewer flows. Submit the plan to the Engineer for approval a
minimum of 7 days prior to commencing work. Include the following details:
Utilities Line Relocation Bypass Pumping of Exisitng Sanitary Sewer
02750-2
(1) Schedule for installation and maintenance of bypass pumping system.
(2) Staging areas for pumps
(3) Pump sizes, capacity, number of each size, and power requirements
(4) Calculations for static lift, friction losses, and velocity
(5) Pump curves showing operating range and system head curves
(6) Sewer plugging methods
(7) Size, length, material, joint type, and method for installation of suction and discharge
piping
(8) Method of noise control for each pump and/or generator, if required
(9) Standby power generator size and location
(10) Suction and discharge piping plan
(11) Emergency action plan identifying the measures taken in the event of a pump failure or
sewer spill
(12) Staffing plan for responding to alarm conditions identifying multiple contacts by name
and phone numbers (office and mobile)
(13) A contingency plan to implement in the event the replacement or rehabilitation has
unexpected delays or problems.
PART 2 PRODUCTS
2.1 EQUIPMENT
A. Pumping
(1) Provide equipment that will convey 100 percent of wet weather peak flow conditions.
(2) Provide fully automatic self-priming pumps. Foot-valves or vacuum pumps are not
permitted for priming reasons.
(3) Pumps must be constructed to allow dry running for periods of time to account for the
cyclical nature of sewer flow.
(4) Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on
line, isolated from the primary system by valve.
(5) If multiple pumps are required to meet the flow requirements, provide the necessary
fittings and connections to incorporate multiple discharges.
(6) Noise levels of the pumping system must follow the requirements of the City noise
ordinance for gas wells.
B. Piping
(1) Install pipes with joints which prevent the incident of flow spillage
C. Plugs or Stop Logs
(1) Plugs
(a) Select a plug that is made for the size and potential pressure head that will be
experienced.
(b) Provide an additional anchor, support or bracing to secure plug when back pressure is
present.
(c) Use accurately calibrated air pressure gauges for monitoring the inflation pressure.
(d) Place inflation gauge at location outside of confined space area. Keep the inflation
gauge and valve a safe distance from the plugs.
(e) Never over inflate the plug beyond its pressure rating.
Utilities Line Relocation Bypass Pumping of Exisitng Sanitary Sewer
02750-3
(2) Stop Logs
(a) Use stop log devices designed for the manhole or sewer vault structure in use.
(b) If applicable, obtain stop logs from City that may be used on specific structures.
PART 3 EXECUTION
3.1 PREPARATION
A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain
approval of those locations from the Engineer.
3.2 INSTALLATION
A. Install and operate pumping and piping equipment in accordance to the submittals provided
per this Specification.
B. Sewer Flow Stoppage
(1) Plugging
(a) Use confined space procedures and equipment during installation when necessary.
(b) Thoroughly clean the pipe before insertion of plug.
(c) Insert the plug seal surface completely so it is fully supported by the pipe.
(d) Position the plug where there are not sharp edges or protrusion that may damage the
plug.
(e) Use pressure gauges for measuring inflation pressure.
(f) Minimize upstream pressure head before deflating and removing.
C. Sewer flow control and monitoring
(1) Take sufficient precautions to ensure sewer flow operations do not cause flooding or
damage to public or private property. The Contractor is responsible for any damage
resulting from bypass pumping operations.
(2) Begin continual monitoring of the sewer system as soon as the sewer is plugged or
blocked. Be prepared to immediately start bypass pumping if needed due to surcharge
conditions.
(3) Sewer discharge may be into another sewer manhole or appropriate vehicle or container
only. Do not discharge sewer into an open environment such as an open channel or
earthen holding facility.
(4) Do not construct bypass facilities where vehicular traffic may travel over the piping.
(a) Provide details in the suction and discharge piping plan that accommodate both the
bypass facilities and traffic without disrupting either service.
3.3 FIELD OR SITE QUALITY CONTROL
A. Field or Site Tests and Inspections
(1) Perform leakage and pressure tests of the bypass pumping pipe and equipment before
actual operation begins.
(2) Have Engineer on site during tests.
3.4 CLOSEOUT ACTIVITIES
Utilities Line Relocation Bypass Pumping of Exisitng Sanitary Sewer
02750-4
A. Once plugging or blocking is no longer necessary, remove in such a way that permits the
sewer flow to slowly return to normal – preventing surge, surcharging and major downstream
disturbance.
END OF SECTION
Utilities Line Relocation Cast-in-Place Concrete
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.
Utilities Line Relocation Cast-in-Place Concrete
03300-2
B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of
materials, project conditions, weather, test results, or other circumstances warrant
adjustments.
C. Indicate amounts of mix water withheld for later addition at Project site. Water added at
project site will not be permissible without paperwork showing how much water has been
withheld.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete work similar
in material, design, and extent to that indicated for this Project and whose work has resulted
in construction with a record of successful in-service performance.
B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete
products complying with ASTM C 94 requirements for production facilities and equipment.
C. Manufacturer must be certified according to the National Ready Mixed Concrete
Association’s Certification of Ready Mixed Concrete Production Facilities.
D. Source Limitations: Obtain each type or class of cementitious material of the same brand
from the same manufacturer’s plant, each aggregate from one source, and each admixture
from the same manufacturer.
E. ACI Publications: Comply with the following, unless more stringent provisions are
indicated:
(1) ACI 301 – Specification for Structural Concrete
(2) ACI 117 – Specifications for Tolerances for Concrete Construction and Materials.
1.5 DELIVERY, STORAGE AND HANDLING
A. Deliver, store, and handle steel reinforcement to prevent bending and damage.
B. Avoid damaging coatings on steel reinforcement.
PART 2 PRODUCTS
2.1 FORM-FACING MATERIALS
A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true,
and smooth concrete surfaces. Furnish in largest practicable size to minimize number of
joints.
B. Plywood, metal, or other approved panel material.
C. Rough-Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved
material. Provide lumber dressed on at least two edges and one side for tight fit.
D. Chamfer Strips: Wood, metal, PVC, or rubber strips, ¾ by ¾ inch, minimum.\
E. Form-Release Agent: Commercially formulated form-release agent that will not bond with,
stain, or adversely affect concrete surfaces and will not impair subsequent treatments of
concrete surfaces.
F. Formulate form-release agent with rust inhibitor for steel form-facing materials.
G. Form-Ties: Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced plastic
form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling
of concrete on removal.
H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the
exposed concrete surface.
Utilities Line Relocation Cast-in-Place Concrete
03300-3
I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in
concrete surface.
J. Furnish ties with integral water-barrier plates to walls indicated to receive damp proofing or
waterproofing.
2.2 STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615, Grade 60, deformed.
2.3 REINFORCEMENT ACCESSORIES
A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and
fastening reinforcing bars and welded wire fabric in place.
B. Manufacture bar supports according to CRSI’s Manual of Standard Practice from steel wire,
plastic, and as follows:
(1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use
CRSI Class 1 plastic-protected or CRSI Class 2 stainless-steel bar supports.
(2) For slabs-on-grade, use supports with sand plates or horizontal runners where base
material will not support chair legs.
(3) Wood, concrete, or clay blocks are not permissible.
C. Joint Dowel Bars: Plain-steel bars, ASTM A 615, Grade 60. Cut bars true to length with
ends square and free of burrs.
2.4 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I.
B. Fly Ash: ASTM C 618, Class C.
C. Normal-Weight Aggregate: ASTM C 33, uniformly graded, and as follows:
D. Class: Moderate weathering region, but not less than 3M.
E. Water: Potable and complying with ASTM C 94.
2.5 ADMIXTURES
A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-
soluble chloride ions by mass of cementitious material and to be compatible with other
admixtures and cementitious materials. Do not use admixtures containing calcium chloride.
B. Air-Entraining Admixture: ASTM C 260.
C. Water-Reducing Admixture: ASTM C 494, Type A.
D. High-Range, Water-Reducing Admixture: ASTM C 494, Type F.
E. Water-Reducing and Accelerating Admixture: ASTM C 494, Type E.
F. Water-Reducing and Retarding Admixture: ASTM C 494, Type D.
G. Moisture Retaining Film: Dayton Superior – Sure Film J-74.
2.6 CURING MATERIALS
A. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B.
B. Curing blankets approved by the Engineer.
2.7 REPAIR MATERIALS
A. Repair Underlayment: Cement-based, polymer-modified, self-leveling product that can be
applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent
elevations.
Utilities Line Relocation Cast-in-Place Concrete
03300-4
B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as
defined in ASTM C 219.
C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and
application.
D. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by
underlayment manufacturer.
E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C
109.
2.8 CONCRETE MIXES
A. Prepare design mixes for each type and strength of concrete determined by either laboratory
trial mix or field data bases, as follows:
(1) Proportion normal-weight concrete according to ACI 211.1 and ACI 301.
(2) Standard design mix to be used unless noted otherwise, provide normal weight concrete
with the following properties:
(3) Compressive Strength (28 days): 3000 psi
(4) Type I cement
(5) Fly Ash: Allow up to 25% of cementitious material
(6) Minimum Slump: 4 inches
(7) Maximum Slump: 6 inches
(8) Maximum Slump for Concrete Containing High-Range Water-Reducing Admixture: 8
inches after admixture is added to concrete with 2 to 4 inch slump.
(9) Maximum Water/Cementitious Materials Ratio: 0.55
(10) Add air-entraining admixture at manufacturer’s prescribed rate to result in concrete at
point of placement having an air content of five (5) to seven (7) percent, unless
otherwise indicated.
B. Cementitious Materials:
(1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials
other than Portland cement according to ACI 301 requirements.
(2) Limit percentage, by weight, of cementitious materials other than Portland cement in
concrete as follows:
(a) Fly Ash: 20 percent
(b) Do not air entrain concrete to trowel-finished interior floors and suspended slabs. Do
not allow entrapped air content to exceed 3 percent.
(c) Admixtures with chloride ions are prohibited.
C. Admixtures:
(1) Use admixtures according to manufacturer’s written instructions.
(2) Use water-reducing admixture or high-range water-reducing admixture (superplasticizer)
in concrete, as required, for placement and workability.
(3) Use water-reducing and retarding admixture when required by high temperatures, low
humidity, or other adverse placement conditions.
(4) Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial
slabs and parking structure slabs, concrete required to be watertight, and concrete with a
water/cementitious materials ratio below 0.50.
Utilities Line Relocation Cast-in-Place Concrete
03300-5
2.9 FABRICATING REINFORCEMENT
A. Fabricate steel reinforcement according to CRSI’s Manual of Standard Practice.
2.10 CONCRETE MIXING
A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94,
and as specified.
B. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce
mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air
temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60)
minutes.
PART 3 EXECUTION
3.1 FORMWORK
A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support
vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until
concrete structure can support such loads.
B. Construct formwork so concrete members and structures are of size, shape, alignment,
elevation, and position indicated, within tolerance limits of ACI 117.
C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as
follows:
(1) Class B, 1/4 inch
(2) Construct forms tight enough to prevent loss of concrete mortar.
(3) Fabricate forms for easy removal without hammering or prying against concrete surfaces.
(4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces.
(5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf
wood inserts form forming keyways, reglets, recesses, and the like, for easy removal.
(6) Do not use rust-stained steel form-facing material.
(7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required
elevations and slopes in finished concrete surfaces.
(8) Provide and secure units to support screed strips, use strike-off templates, or compacting
type screeds.
(9) Provide temporary openings for cleanouts and inspection ports where interior area of
formwork is inaccessible. Close openings with panels tightly fitted to forms and
securely braced to prevent loss of concrete mortar. Locate temporary openings in forms
at inconspicuous locations.
(10) Chamfer exterior corners and edges of permanently exposed concrete.
(11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and
bulkheads required in the Work. Determine sizes and locations from trades providing
such items.
(12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust,
dirt, and other debris just before placing concrete.
(13) Retighten forms and bracing before placing concrete, as required, to prevent mortar
leaks and maintain proper alignment.
(14) Coat contact surfaces of forms with form-release agent, according to manufacturer’s
written instructions, before placing reinforcement.
Utilities Line Relocation Cast-in-Place Concrete
03300-6
3.2 EMBEDDED ITEMS
A. Place and secure anchorage devices and other embedded items required for adjoining work
that is attached to or supported by cast-in-place concrete.
B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items
to be embedded.
C. Install anchor bolts, accurately located, to elevations required.
3.3 REMOVING AND REUSING FORMS
A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not
support weight of concrete may be removed after cumulatively curing at not less than 50
degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not
be damaged by form-removal operations and provided curing and protection operations are
maintained.
B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports
weight of concrete in place until concrete has achieved the following:
(1) At least 70 percent of 28-day design compressive strength.
C. Determine compressive strength of in-place concrete by testing representative field or
laboratory cured test specimens according to ACI 301.
D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or
otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply
new form-release agent.
E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints.
Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete
surfaces unless approved by Architect.
3.4 SHORES AND RESHORES
A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation,
and removal of shoring and reshoring.
B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and
provide adequate reshoring to support construction without excessive stress or deflection.
3.5 STEEL REINFORCEMENT
A. Comply with CRSI’s Manual of Standard Practice for placing reinforcement.
B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before
placing concrete.
C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials.
D. Accurately position, support, and secure reinforcement against displacement. Locate and
support reinforcement with bar supports to maintain minimum concrete cover. Do not tack
weld crossing reinforcing bars.
E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed
to drive over reinforcement.
3.6 JOINTS
A. Construction joints true to line with faces perpendicular to surface plane of concrete.
B. Install so strength and appearance of concrete are not impaired.
Utilities Line Relocation Cast-in-Place Concrete
03300-7
C. Place joints perpendicular to main reinforcement. Continue reinforcement across
construction joints, unless otherwise indicated. Do not continue reinforcement through sides
of strip placements of floors and slabs.
D. Form from preformed galvanized steel, plastic keyway-section forms, or bulkhead forms with
keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete.
E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in
girders a minimum distance of twice the beam width from a beam-girder intersection.
F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders
and at the top of footings or floor slabs.
G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near
corners, and in concealed locations where possible.
H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially
hardened concrete surfaces.
I. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning
concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-
fourth of concrete thickness, as follows:
(1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof
abrasive or diamond-rimmed blades. Cut 1/8 inch wide joints into concrete when
cutting action will not tear, abrade, or otherwise damage surface and before concrete
develops random contraction cracks.
(2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at
the tangent point on each return at intersections and at the end of each day’s concrete
pour.
(a) A construction or contraction joint shall be located at intervals corresponding to the
joint interval of the adjacent concrete pavement or as directed by the Owner’s
Representative.
(b) Joints in the new concrete pavement shall extend through the new curb and gutter
unless otherwise directed by the Owner’s Representative.
(c) All joints shall be perpendicular to the surface of the concrete and to the axis of the
section.
(d) The contraction joints shall be made by cutting into the curb and gutter sections with
a trowel a depth of 22 inches; these joints shall be finished as specified under
finishing.
(e) Expansion joint material shall be an approved preformed bituminous impregnated
non-extruding type jointing material, meeting the requirements of AASHTO M 213.
The joint material shall be 1/2 inch thick, and shaped to the section of the curb and
gutter or other work.
(3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet.
Expansion joints shall be placed between existing and new setting of concrete.
(4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at
joints where indicated.
(a) Use dowel sleeves or lubricate or asphalt-coat one-half of dowel length to prevent
concrete bonding to one side of joint.
3.7 CONCRETE PLACEMENT
A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded
items is complete and that required inspections have been performed.
Utilities Line Relocation Cast-in-Place Concrete
03300-8
B. Do not add water to concrete during delivery, at Project site, or during placement, unless
approved by the Engineer.
C. Before placing concrete, water may be added at Project site, subject to limitations of ACI
301.
D. Do not add water to concrete after adding high-range water-reducing admixtures to the mix.
E. Water may not be added beyond the limit of water withheld from the plant.
F. Deposit concrete continuously or in layers of such thickness that no new concrete will be
placed on concrete that has hardened enough to cause seams or planes of weakness.
G. If a section cannot be placed continuously, provide construction joints as specified.
H. Deposit concrete to avoid segregation.
I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to
avoid inclined construction joints. Place each layer while preceding layer is still plastic, to
avoid cold joints.
J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and
procedures for consolidating concrete recommended by ACI 309R.
(1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators
vertically at uniformly spaced locations no farther than the visible effectiveness of the
vibrator.
(2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer.
(3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity.
(4) At each insertion, limit duration of vibration to time necessary to consolidate concrete
and complete embedment of reinforcement and other embedded items without causing
mix constituents to segregate.
K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits
of construction joints, until placement of a panel or section is complete.
L. Consolidate concrete during placement operations so concrete is thoroughly worked around
reinforcement and other embedded items and into corners.
M. Maintain reinforcement in position on chairs during concrete placement.
N. Screed slab surfaces with a straightedge and strike off to correct elevations.
O. Slope surfaces uniformly to drains where required.
P. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface
plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface.
Do not further disturb slab surfaces before starting finishing operations.
Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work
from physical damage or reduced strength that could be caused by frost, freezing actions, or
low temperatures.
(1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit,
uniformly heat water and aggregates before mixing to obtain a concrete mix
temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees
Fahrenheit at point of placement.
(2) Do not use frozen materials or materials containing ice or snow. Do not place concrete
on frozen subgrade or on subgrade containing frozen materials.
(3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or
chemical accelerators, unless otherwise specified and approved in mix designs.
Utilities Line Relocation Cast-in-Place Concrete
03300-9
R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as
follows, when hot weather conditions exist:
S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees
Fahrenheit at time of placement.
T. Chilled mixing water or chopped ice may be used to control temperature, provided water
equivalent of ice is calculated to total amount of mixing water.
U. Using liquid nitrogen to cool concrete is Contractor’s option.
V. Cover steel reinforcement with water-soaked burlap so steel temperature will not exceed
ambient air temperature immediately before embedding in concrete.
W. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep
subgrade moisture uniform without standing water, soft spots, or dry areas.
3.8 MISCELLANEOUS CONCRETE ITEMS
A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated,
after work of other trades is in place.
B. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other
miscellaneous concrete filling indicated or required to complete Work.
3.9 CONCRETE PROTECTION AND CURING
A. Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures. Comply with ACI 306.1 for cold-weather protection and with
recommendations in ACI 305R for hot-weather protection during curing.
B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported
slabs, and other similar surfaces.
(1) Leave forms in place for a minim of 3 days.
(2) Upon removal of forms, apply approved curing compound.
C. Unformed Surfaces: Begin curing immediately after finishing concrete.
(1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other
surfaces, by the following method:
D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin
immediately after final finishing of slab surface and shall consist of continuous misting by
sprinkler or wet burlap.
(1) No work will be permitted on the slab during wet curing.
E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing
compound.
F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place
plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in
place for 3 days.
G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to
hardened concrete by power spry or roller according to manufacturer’s written instructions.
3.10 FIELD QUALITY CONTROL
A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be
permitted by the Engineer.
END OF SECTION
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.