HomeMy WebLinkAboutResolution - 2021-R0058 - Contract 15659 with MH Civil Contructors 2.23.2021Resolution No. 2021-R0058
Item No. 7.7
February 23, 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. 15659 for Lift Station
31 Force Main Reroute as per RFP 21-15659-JM, by and between the City of Lubbock and
MH Civil Constructors, Inc., of Amarillo, 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
February 23, 2021
('11-4
DANIEL M. POPE, MAYOR
ATTEST:
0 401.1 't K
Rebec a Garza, City Se reta
APPROVED AS TO CONTENT:
F'�hc?l Q -)
Jesica Mc achern, Assistant City Manager
APPROVED AS TO FORM:
r
peelli Leisu e, Assistant ity Attorney
ccdocs/RES.Contract 15659 — Lift Station 31 Force Main Reroute
February 2, 2021
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: January 21.2021
PROJECT NUMBER: RFP 21-15659-JM Lift Station 31 Force Main Reroute
Proposal of
called Offer
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
(hereinafter
The Offeror, in compliance with your Request for Proposals for the Lift Station 31 Force Main Reroute
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 fumish 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
Estimated
uantity
Unit
Unit Price
Extended Price
Mobilization/Demobilization — including
payment bond, and demobilization.
Provide and maintain a Traffic Control
Plan — including preparation, approval
and all other work considered incidental to
this item.
Provide and maintain a SWPPP —
including preparation.NOI NOT and all
other work considered incidental to this
item.
Trench Safety — including excavation for
all trenches that require trench safety in
accordance with OSHA excavation safetv
standards (29 CFR Part 1926 Subpart P
Safety and Health regulations for
Construction).
Alternate Bid -- Horizontal Directional Drilling
Price Sheet
M
=DESCRIPTIONS'T=_*A�iTITY.
(Ln7
, x
U1�iT
41,...�' �
�UN�T,gIGF r #{
sf
} '3f� { CE'
r
IA
Mobilization/Demobilization — including
contractor mobilization, insurance,
1
LS
$32,534.00
$32,534.00
payment bond, and demobilization.
Provide and maintain a Traffic Control
Plan — including preparation, approval
2A
from City of Lubbock Traffic Engineering,
1
LS
$5,000.00
$5,000.00
and all other work considered incidental to
this item.
Provide and maintain a SWPPP —
3A
including preparation, NOI, NOT, and all
1
LS
$4,000.00
$4,000.00
other work considered incidental to this
item.
Trench Safety — including excavation for
all trenches that require trench safety in
4A
accordance with OSHA excavation safety
755
LF
$1.00
$755.00
standards (29 CFR Part 1926 Subpart P
Safety and Health regulations for
Construction).
Demolition Asphalt — including saw
cutting removal, hauling to Owner
5A
specified site for salvage, disposal, tools,
19773
SF
$5.00
$8,865.00
equipment, labor and incidentals needed
to execute work per linear foot.
Demolition of Concrete Curb and
6A
Gutter — including saw cutting, removal,
102
LF
$16.00
$1,632.Q0
hauling, disposal, tools, equipment, labor
and incidentals needed to execute work.
Demolition of Sidewalk — including saw
7A
cutting, removal, hauling, disposal, tools,
642
SF
$7.00
$4,494.00
equipment, labor and incidentals needed
to execute work.
Demolition of Concrete Driveway —
8A
including saw cutting, removal, hauling,
78
LF
$33.00
$2,574.00
disposal, tools, equipment, labor and
incidentals needed to execute work.
Offeror's Initials
J
DES
TIMAED-
;
.UNIT
UNI'1C PRICE'
E TOTALPRICE.
:.sic �`.ix�
s.t.: f e 3CRIPTIONUA11`ITY
,`..ar,sr,;_,•. R:N . "
9A
14-in C900 Fusible PVC DR18 Green
Force Main — furnish and install,
including excavation, embedment,
41476
LF
$140.00
$626,640.00
backfill, low strength flowable fill,
compaction, testing, pipe, fittings, and all
other items for complete and in place.
10A
60-inch Fiberglass Manholes — Furnish
and install, including excavation,
embedment, backfill, compaction, testing,
1
EA
$17,600.00
$17,600.00
and all other items for complete and in
place.
11A
Sewer Abandonment Plug — including
all material, equipment and labor to install
2
EA
$1,600.00
$1,600.00
complete in place
12A
Clean abandoned Existing Force Main
— flush and dewater existing 14-inch cast
1
LS
$4,480.00
$4,480.00
iron force main.
Combination Air Valve — Furnishing and
install Combination Air Valve with all
appurtenances including isolation valve,
13A
Piping, testing, and all other items for
2
EA
$15,100.00
$30,200.00
complete and in place. Install valve vault,
hatch, vent pipe, gravel, embedment,
backfill, compaction, testing, and all other
items for complete and in place.
Asphalt Patch and Repair — furnishing
and placing all asphaltic materials, sawing
of existing paving edges, smoothing and
14A
preparation of the existing base, tack and
39897
SF
$8.00
$31,176.00
prime coats, compaction, and all
'incidentals necessary to complete the
work.
Replace Curb and Gutter — including all
material, equipment and labor to perform
15A
sub grade compaction and testing.
102
LF
$26.00
$2,652.00
Installation per COL Specifications and
all other work considered incidental to
this item.
aOfferor's Initials
10
ITEM
DESCRI.. .,
:ESTIMATED
PTION
UANTITY" �
TJIVIT
i1NIT PRIDE;
, TOTAL PRICE
Concrete Driveway Repair — including
all material, equipment, and labor to
16A
Perform sub grade compaction and
78
LF
$29.00
$2,262:00
testing. Installation per COL
Specifications and all other work
considered incidental to this item.
Replace Concrete sidewalk — including
all material, equipment and labor to
17A
Perform sub grade compaction and
642
SF
$8.00
$5,136.00
testing. Installation per COL
Specifications and all other work
considered incidental to this item.
Bypass Pumping (If Necessary) —
including mobilization/demobilization,
18Atransportation
and storage of pump(s),
1
LS
$2,500.00
$2,500.00
setup, fuel, any transmission piping or
trucking, and any wastewater discharge
accommodations.
Additional Low Strength Flowable Fill
— including all material, equipment and
19Alabor
to perform sub grade compaction
10
CY
$200.00
$2,000.00
and testing. Installation per COL
Specifications and all other work
considered incidental to this item.
Total: (IA-19A)
$ $787,700.00
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 180 (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 210 (to Final Completion)
(not to exceed 180 consecutive calendar days to Substantial Completion / 210 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 180 Consecutive Calendar Days
with final completion within 210 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 $100.00
for each consecutive calendar day after substantial completion and liquidated damages in the sum of $100.00
for each consecutive calendar day after final completion set forth herein above for completion of this project,
all as more fully set forth in the General Conditions of the Agreement.
Offeror's Initials
lI
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of six(60),calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and
he further agrees to commence work on the date specified in the written notice to proceed, and to substantially
complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (S%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
Offeror's Initials
12
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of five percent of contract price
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)
A TEST:
'6�5C�
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No.
'i
Date 2A lozl
Addenda No.
Z
Date oil
Addenda No.
3
Date 17,30
Addenda No. Date
21, 2021
Authorized
(Printed or
ccm
MH Civil Constructors, Inc.
Company
1100 S. Fillmore St, Suite 105
Address
Amarillo , Potter
City,
County
Texas , 79101
State
Zip Code
Telephone:
806 - 367-6043
Fax:
N/A
Email:
bid(a)nh-clvil.com
FEDERAL
TAX ID or SOCIAL SECURITY
No.
27-2016347
M/WBE Firm: I I Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
13
, VV - roos?
CERTIFICATE OF INTERESTED PARTIES FORM 1295
loft
Complete Nos. 1- 4 and 6 if there are interested parries.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6If there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
2021-727174
1 Name of business entity filing form, and the city, state and country of the business entity's place
o/bus .mesa.
MH Civil Constructors, Inc.
Amarillo, TX United States
Date Filed:
2 Name of governmental entity or state agency that is a parry tot the contract for which the forms
03/15/2021
being filed.
Lubbock, City of
Date Acknowledged:
a Provide the identification number used by the governmental entity or state agency to track or identity the contract, and provide
description of the services, goods, or other property to be provided under the contract.
15659
Lift Station 31 Force Main Reroute
4
Name of Interested Parry
City, State, Country (place of business)
Nature of Interest
(check applicable)
Controlling
Intermediary
Moreno, Juan
Amarillo, TX United States
X
Hernandez, Saul
Amarillo, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Saul S. Hernandez and my date or birth is OCtOber 12,1979
My address is 1100 S. Fillmore St., Ste 105 Amarillo Texas 79101 USA
,
(street) (chy) (crate) (alp wdo) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Potter County, State of Teas on the 15th day of March 20 21
(month) (year)
Dlplwlly BlBned ny caul B. Hamer.
yyy yJ7 Conan:fo(806)28xBB
Y Due 2 21e3.1n613ab9d50
Dale: J031 OJ.1516:1d:1]-05'W'
Signature of authorized agent of contracting business entity
Coderenp
Forms provided by Texas Ethics Commission www.ethiCsstaleAx.us Version VIA.ceffici
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: February 23, 2021
CITY OF LUBBOCK
SPECIFICATIONS FOR
Lift Station 31 Force Main Reroute
RFP 21-15659-JM
CONTRACT: 15659
PROJECT NUMBER: 92446.83 02.3 0000
Plans & Specifications may be obtained from
Bidsync. com
LCity of ubbock
TEXAS
CITY OF LUBBOCK
Lubbock, Texas
Pate Intentionally Left Blank
ADDENDUM
Page Intentionallv Left Blank
ADDENDUM 1
ibbock
'
f E X A S
RFP 21-15659-JM
Lift Station 31 Force Main
Reroute
Date Issued: January 21, 2021
NEW Close Date: January 27, 2021
The following items take precedence over specifications for the above named Request for Proposals. Where any item called
for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in
effect.
Please be advised of the following:
New close Date is January 27, 2021 @ 2:00 p.m.
All requests for additional information or clarification must be submitted in writing and directed to:
City of Lubbock
Marta Alvarez,
Director of Purchasing & Contract Management
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to (806)775-2164 or Emailed to malvarez@mylubbock.us
THANK YOU,
%M&F iV�
Director of Purchasing & Contract Management
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to
advise the City of Lubbock Director of Purchasing & Contract Management if any language, requirements, etc., or any combinations
thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in
writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid
close date. A review of such notifications will be made.
City
TEXAS
ADDENDUM 2
Clarifications
RFP 21-15659-JM
Lift Station 31 Force Main Reroute
DATE ISSUED: February 22, 2021
NEW CLOSE DATE: January 27, 2021 at 2:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals (RFP)
Where any item called for in the RFP documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
Please review, incorporate, and acknowledge the information in this addendum on the signature
page of the Revised Proposal Submittal Form.
Clarifications
Zoom Information
REVISION INFORMATION:
DELETE: Meeting ID 584 003 5702 Passcode 1314 Start Time 2:00 P.M. January 27, 2021
REPLACE WITH: Meeting ID 829 7715 8939 Passcode 1314 Start Time 2:00 P.M. January 27,
2021
All requests for additional information or clarification must be submitted in writing and directed to:
Jessie Montes, Buyer III
City of Lubbock
Purchasing and Contracts Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to JMontes(amylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
P"a 4gad
CITY OF LUBBOCK
Jessie Montes
Buyer
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals.
It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if anj language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to
a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing
and Contract Management no later than five (5) business days prior to the close date. A review of such notifications
will be made.
2
City
TEXAS
ADDENDUM 3
Clarifications/Extension
RFP 21-15659-JM
Lift Station 31 Force Main Reroute
DATE ISSUED: February 22, 2021
NEW CLOSE DATE: January 28, 2021 at 2:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals (RFP)
Where any item called for in the RFP documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
Please review, incorporate, and acknowledge the information in this addendum on the signature
page of the Revised Proposal Submittal Form.
Clarifications
Zoom Information
REVISION INFORMATION:
DELETE: Meeting ID 584 003 5702 Passcode 1314 Start Time 2:00 P.M. January 27, 2021
REPLACE WITH: Meeting ID 829 7715 8939 Passcode 1314 Start Time 2:00 P.M. January 28,
2021
Bid Extension
1. Bid Extension
REVISION INFORMATION:
DELETE: Opening 2:00 P.M. January 27, 2021
REPLACE WITH: Opening 2:00 P.M. January 28, 2021
All requests for additional information or clarification must be submitted in writing and directed to:
Jessie Montes, Buyer III
City of Lubbock
Purchasing and Contracts Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to JMontes(abmylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
�ed� wtog&d
CITY OF LUBBOCK
Jessie Montes
Buyer
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals.
It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to
a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing
and Contract Management no later than five (5) business days prior to the close date. A review of such notifications
will be made.
2
Pate Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP 21-15659-JM
Lift Station 31 Force Main Reroute
X Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL
FORM. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on
acceptance of his bid to execute a contract and any required bonds, according to the accompanying
forms, for performing and completing the said work within the time stated and for the prices stated
below. The bidder MUST submit his bid on forms furnished by the City, and all blank spaces in
the form shall be correctly filled in, stating the price in numerals for which he intends to do the
work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the unit price and the extended total
for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the
purpose of correcting an error in the bid price. Include corporate seal and Secretary's signature.
Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL
SECURITY number.
2. X Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a
bid surety WILL result in automatic rejection of your bid.
3. X Complete CITY OF LUBBOCK REFERENCE FORM.
4. X Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
Contractor's signature must be original.
5. X Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS
6. X Clearly mark the bid number, title, due date and time and your company name and address on the outside
of the envelope or container.
7. X 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.
8. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained
in detail and submitted with Bid.
9. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
10. X Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE.
11. X Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel
12. X Complete and submit the LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
13. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
DOCUMENTS REARED BEFORE CONTRACT IS FINALIZED:
14. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM
1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics
Commission website.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON-
RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS
COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
MH Civil Constructors, 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 21-15659-JM
Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of
Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, Citizens
Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, until 2:00 PM on January 21, 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:
Lift Station 31 Force Main Reroute
After the expiration of the time and date above first written, said sealed proposals will be opened in the
office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility
of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract
Management for the City of Lubbock, before the expiration of the date above first written.
The Contractor is only required to submit one original copy of every item listed on the Contractor
Checklist in the proposal submittal.
Proposals are due at 2:00 PM on January 21, 2021, and the City of Lubbock City Council will consider
the proposals on February 23, 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 January 13, 2021, at 10:00AM. The Zoom meeting information
is as follows:
Website: hqs://us02web.zoom.us/j/5840035702?pwd=QzZLTUJJdVhQVHIOdFRxZOlobmRGdz09
Meeting ID: 584 003 5702
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
Pate Intentionally Left Blank
NOTICE TO OFFERORS
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
PROPOSAL DELIVERY, TIME & DATE
The City of Lubbock is seeking written and sealed competitive proposals to furnish Lift Station 31 Force
Main Reroute per the attached specifications and contract documents. Sealed proposals will be received
no later than 2:00 PM, January 21, 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/5840035702?pwd=QzZLTUJJdVhQVHIOdFRxZOlobmRGdz09
Meeting ID: 584 003 5702
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 21-15659-JM, Lift Station 31 Force Main Reroute" 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
1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract
Management Office. Mailing of a proposal does not ensure that it will be delivered on time or
delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort
of delivery service that provides a receipt.
1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by
private courier service. Only written proposals submitted in conformance with the Instruction to
Offerors will be considered responsive and evaluated for award of a Contract.
1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through
an addendum.
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 January 21, 2021,
through BidSync.com or via email submission to: JMontes(a�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 January 28, 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 E, Floor 9
Lubbock, TX 79401
The outside of the envelope or container must state: RFP 21-15659-JM Lift Station 31 Force
Main Reroute
Submittals received later than the above date and time may be rejected and returned
unopened.
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, January 13, 2021, via
teleconference. The Zoom meeting information is as follows:
Website: h Vs://us02web.zoom.us/j/5840035702?pwd=QzZLTUJJdVhQVHIOdFRxZOlobmRGdzO9
Meeting ID: 584 003 5702
Passcode: 1314
All persons attending the meeting will be asked to identify themselves and the prospective
proposer they represent.
2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -
proposal meeting to offerors who do not attend the pre -proposal meeting.
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 REP with any individuals, employees, or
representatives of the City and any information that may have been read in any news media or seen
or heard in any communication facility regarding this proposal should be disregarded in preparing
responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with
all requirements before submitting a proposal to ensure that their proposal meets the intent of these
specifications.
4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and
examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Request for Proposals. Failure to make such investigations and examinations
shall not relieve the proposer from obligation to comply, in every detail, with all provisions and
requirements of the Request for Proposals.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Director of Purchasing and Contract Management and a
clarification obtained before the proposals are received, and if no such notice is received by
the Director of Purchasing and Contract Management prior to the opening of proposals,
then it shall be deemed that the proposer fully understands the work to be included and has
provided sufficient sums in its proposal to complete the work in accordance with these plans
and specifications. If proposer does not notify the Director of Purchasing and Contract
Management before offering of any discrepancies or omissions, then it shall be deemed for
all purposes that the plans and specifications are sufficient and adequate for completion of
the project. It is further agreed that any request for clarification must be submitted no later
than five (5) calendar days prior to the opening of proposals.
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(i�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:Hci.lubbock.tx.us/pages/Tublic-inforination-act
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer
is or may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their proposal submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror
has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the
receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
11 PLANS FOR USE BY OFFERORS
It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and
prepare a proposal without charge. The contract documents may be examined without charge as noted in
the Notice to Offerors.
12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals.
It shall be the offerors resaonsibility to advise the Director of Purchasing and Contract
Management if anv lanauaize. reauirements. etc.. or anv combinations thereof. inadvertentiv
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
4
Office no later than five (5) calendar days before the proposal closing date. A review of such
notifications will be made.
12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL
REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION
CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN
WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL
CLOSING DATE AND ADDRESSED TO:
Jessie Montes, Buyer III
City of Lubbock
Purchasing and Contract Management Office
1314 Avenue K, Floor 9,
Lubbock, Texas, 79401
Fax: 806-775-2164
Email: JMontes(cr�,mylubbock.us
Bidsync: www.bidsvnc.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 180
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 ONE year from
date of final acceptance of the work as a result of defective materials or workmanship, at no
cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor
represents and warrants fault -free performance and fault -free result in the processing date
and date -related data (including, but not limited to calculating, comparing and sequencing)
of all hardware, software and firmware products delivered and services provided under this
Contract, individually or in combination, as the case may be from the effective date of this
Contract. Also, the Contractor warrants calculations will be recognized and accommodated
and will not, in any way, result in hardware, software or firmware failure. The City of
Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the
procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor,
its sub -contractor or any third party involved in the creation or development of the products
and services to be delivered to the City of Lubbock under this Contract. Failure to comply
with any of the obligations contained herein, may result in the City of Lubbock availing itself
of any of its rights under the law and under this Contract including, but not limited to, its
right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified
in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor's liability which may be specified in this Contract, its appendices,
its schedules, its annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to a maximum of five sets of plans and
specifications and related contract documents for use during construction. Plans and specifications for use
during construction will only be furnished directly to the Contractor. The Contractor shall then distribute
copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution
of the work contemplated by the Contractor.
6
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction,
and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such
work, until the date the City issues its certificate of completion to Contractor. The City reserves the right,
after the proposals have been opened and before the contract has been awarded, to require of a proposer
the following information:
(a) The experience record of the proposer showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the proposer.
(c) Equipment schedule.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to
provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to
buy the materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents
in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility
lines, conduits or other underground structures which might or could be damaged by Contractor during
the construction of the project contemplated by these contract documents. The City of Lubbock agrees
that it will furnish Contractor the location of all such underground lines and utilities of which it has
knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned.
All such underground lines or structures, both known and unknown, cut or damaged by Contractor during
the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to
the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24 CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful proposer shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time that
the work contemplated by this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to
do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished
to the City and written notice of cancellation or any material change will be provided ten (10) days
in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost
and expense through the life of this contract, insurance protection as hereinafter specified.
Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be
carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor.
A certificate of insurance specifying each and all coverages shall be submitted before contract
execution.
26 LABOR AND WORKING HOURS
26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that must be paid on this project
shall not be less than specified in the schedule of general prevailing rates of per diem wages as
above mentioned. The proposer' attention is further directed to the requirements of Texas
Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage
schedules above mentioned and the proposer's obligations thereunder. The inclusion of the
schedule of general prevailing rate of per diem wages in the contract documents does not release
the Contractor from compliance with any wage law that may be applicable. Construction work
under this contract requiring an inspector will not be performed on Sundays or holidays unless the
following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sundays or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor
or subcontractor in the construction of the public work and the actual per diem wages paid to each
worker. This record shall be open at all reasonable hours to inspection by the officers and agents
of the City. The Contractor must classify employees according to one of the classifications set forth in
the schedule of general prevailing rate of per diem wages, which schedule is included in the contract
documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract
is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion
thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular
classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated proposal price due
to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the proposer without being considered.
29 PREPARATION FOR PROPOSAL
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the
form shall be correctly filled in, stating the price in numerals for which he intends to do the
work contemplated or furnish the materials required. Such prices shall be written in ink,
distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the
extended total for a bid item, the unit price will be taken. A bid that has been opened may
not be changed for the purpose of correcting an error in the bid price.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized
agent. If a proposal is submitted by a firm, association, or partnership, the name and address of
each member must be given and the proposal signed by a member of the firm, association or
partnership, or person duly authorized. If the proposal is submitted by a company or corporation,
the company or corporate name and business address must be given, and the proposal signed by
an official or duly authorized agent. Powers of attorney authorizing agents or others to sign
proposals must be properly certified and must be in writing and submitted with the proposal. The
proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's name_
29.3.2 Proposal "RFP 21-15659-JM Lift Station 31 Force Main Reroute"
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.
30
31
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.
BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and include
the following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Proposer's Submittal Form.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to proposer for his inspection in accordance with the Notice
to Offerors.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
QUALIFICATIONS OF OFFERORS
The proposer may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service
specified therein in a satisfactory manner. The proposer may also be required to give a past history and
references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the proposer
to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose
that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal
may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of
Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete
the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the proposer to perform the work or provide the service promptly or within the time
specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer.
(d) The quality of performance of previous contracts or services.
10
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of
ALL similar municipal and similar non -municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s)
that will be used to perform work on this project in compliance with City of Lubbock specifications herein.
32 BASIS OF PROPOSALS AND SELECTION CRITERIA
The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is
equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, 5
points for Safety Record Questionnaire, and 5 points for Construction Time. The selection criteria used
to evaluate each proposal includes the following:
32.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal
or, conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are evaluated.
One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the
price of the proposal being evaluated. That fraction is then multiplied by the maximum point value
of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x
Maximum Point Value = Price Score.
32.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's
qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and
past experience with the contractor. The City may also interview the job superintendent at a time
to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is
as follows: (Points = Score). 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
11
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 $550,000
32.7 Proposals shall be made using the enclosed Proposal Submittal Form.
33 SELECTION
33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors
included in this RFP.
33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER
UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY
COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE
REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.
33.3 The City shall select the offeror that offers the best value for the City based on the published
selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract
with the selected offeror. The City and its engineer or architect may discuss with the selected
offeror options for a scope or time modification and any price change associated with the
modification. If the City is unable to negotiate a contract with the selected offeror, the City shall,
formally and in writing, end negotiations with that offeror and proceed to the next offeror in the
order of the selection ranking until a contract is reached or all proposals are rejected.
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.
12
33.5 A proposal will be subject to being considered irregular and may be rejected if it shows
omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of
the items specified, if the unit prices are obviously unbalanced (either in excess of or below
reasonably expected values), or irregularities of any kind.
34 ANTI -LOBBYING PROVISION
34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND
REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH
ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE
REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE
OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.
34.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. This policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
35 PROTEST
35.1 All protests regarding the RFP process must be submitted in writing to the City Director of
Purchasing and Contract Management within 5 working days after the protesting party knows of
the occurrence of the action which is protested relating to advertising of notices deadlines,
proposal opening and all other related procedures under the Local Government Code, as well as
any protest relating to alleged improprieties with the RFP process. This limitation does not
include protests relating to staff recommendations as to award of contract. Protests relating to
staff recommendations may be directed to the City Manager. All staff recommendations will be
made available for public review prior to consideration by the City Council as allowed by law.
FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF
ANY PROTEST.
36 PREVAILING WAGE RATES
36.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the worker
is employed by the contractor or any subcontractor in the execution of the contract for the project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less
than the general prevailing rate of per diem wages for the work of a similar character in the locality
13
in which the work is performed, and not less than the general prevailing rate of per diem wages
for legal holiday and overtime work.
35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that
the worker is paid less than the wage rates stipulated in the contract.
14
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
Pate Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: January 21, 2021
PROJECT NUMBER: RFP 21-15659-JM Lift Station 31 Force Main Reroute
Proposal of MH Civil Constructors, 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 Lift Station 31 Force Main Reroute
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
Estimated
Quantity
Unit
Unit Price
Extended Price
Mobilization/Demobilization — including
ayment bond, and demobilization.
Provide and maintain a Traffic Control
Plan — including preparation, approval
and all other work considered incidental to
this item.
Provide and maintain a SWPPP —
including preparation, NOI NOT and all
other work considered incidental to this
item.
Trench Safety — including excavation for
all trenches that require trench safety in
accordance with OSHA excavation safet
standards (29 CFR Part 1926 Subpart P
'
Safety and Health regulations for
Construction).
Item
Description
Estimated
Quantity
Unit
Unit Price
Extended Price
Demolition Asphalt — including saw
cutting removal, hauling to Owner
equipment, labor and incidentals needed
to execute work per linear foot.
Demolition of Concrete Curb and
Gutter — including saw cutting, removal,
hauling, disposal, tools, equipment, labor
'
and incidentals needed to execute work.
Demolition of Sidewalk — including saw
cutting,removal hauling,disposal, tools
equipment, labor and incidentals needed
'
to execute work.
Demolition of Concrete Valley Gutter —
including saw cutting, removal hauling,
disposal, tools, equipment, labor and
incidentals needed to execute work.
Demolition of Concrete Driveway —
including saw cutting, removal haulin2.
disposal, tools, equipment, labor and
'
incidentals needed to execute work.
14-in C900 DR18 Green Force Main —
furnish and install, including excavation,
embedment backfill low strength
flowable fill, compaction, testing, pipe,
%put.
fittings, and all other items for complete
and in place.
60-inch Fiberglass Manholes — Furnish
and install, including excavation,
and all other items for complete and in
place.
Sewer Abandonment Plug — including
complete in place
Clean abandoned Existing Force Main
iron force main.
Offeror's Initials
Item
Description
Estimated
Quantity
Unit
Unit Price
Extended Price
Combination Air Valve — Furnishing and
install Combination Air Valve with all
appurtenances including isolation valve,
piping, testing,and all other items for
complete and in place. install valve vault,
hatch, vent pipe, gravel, embedment,
backfill, compaction, testing, and all other
items for complete and in place.
Asphalt Patch and Repair — furnishing
and placing all asphaltic materials, sawing
of existing paving edges, smoothing and
prime coats, compaction, and all
incidentals necessary to complete the
work.
Replace Curb and Gutter — including all
material, equipment and labor to perform
sub ade compaction and testin .
Installation per COL Specifications and
'
all other work considered incidental to
this item.
Replace Concrete Valley Gutter —
including all material, equipment and
labor to perform sub grade compaction
and testing. Installation per COL
60
Specifications and all other work
considered incidental to this item.
Concrete Driveway Repair — including
all material, equipment, and labor to
erform sub grade compaction and
testing. Installation per COL
Specifications and all other work
considered incidental to this item.
Replace Concrete sidewalk — including
all material, equipment and labor to
erform sub grade compaction and
testing. Installation per COL
'
Specifications and all other work
considered incidental to this item.
Offeror's Initials
Item
Description
Estimated
Quantity
Unit
Unit Price
Extended Price
Bypass Pumping (If Necessary) —
including mobilization/demobilization,
transportation and stora e of um s
setup, fuel, any transmission piping or
trucking, and any wastewater discharge
accommodations.
Additional Low Strength Flowable Fill
— including all material, equipment and
labor to perform sub grade compaction
and testing. Installation per COL
'
Specifications and all other work
considered incidental to this item.
`� Offeror's Initials
Alternate Bid — Horizontal Directional Drilling
Price Sheet
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
I
Mobilization/Demobilization — including
contractor mobilization, insurance,
1
LS
$32,534.00
$32,534.00
payment bond, and demobilization.
Provide and maintain a Traffic Control
Plan — including preparation, approval
2A
from City of Lubbock Traffic Engineering,
I
LS
$5,000.00
$5,000.00
and all other work considered incidental to
this item.
Provide and maintain a SWPPP —
3A
including preparation, NOI, NOT, and all
1
LS
$4,000.00
$4,000.00
other work considered incidental to this
item.
Trench Safety — including excavation for
all trenches that require trench safety in
4A
accordance with OSHA excavation safety
755
LF
$1.00
$755.00
standards (29 CFR Part 1926 Subpart P
Safety and Health regulations for
Construction).
Demolition Asphalt — including saw
cutting removal, hauling to Owner
5A
specified site for salvage, disposal, tools,
1,773
SF
$5.00
$8,865.00
equipment, labor and incidentals needed
to execute work per linear foot.
Demolition of Concrete Curb and
6A
Gutter — including saw cutting, removal,
102
LF
$16.00
$1,632.00
hauling, disposal, tools, equipment, labor
and incidentals needed to execute work.
Demolition of Sidewalk — including saw
7A
cutting, removal, hauling, disposal, tools,
642
SF
$7.00
$4,494.00
equipment, labor and incidentals needed
to execute work.
Demolition of Concrete Driveway —
8A
including saw cutting, removal, hauling,
78
LF
$33.00
$2,574.00
disposal, tools, equipment, labor and
incidentals needed to execute work.
Offeror's Initials
ITEM
DESCRIPTION
ESTIMATED
STE
UNIT
UNIT PRICE
TOTAL PRICE
9A
14-in C900 Fusible PVC DR18 Green
Force Main — furnish and install,
including excavation, embedment,
4,476
LF
$140.00
$626,640.00
backfill, low strength flowable fill,
compaction, testing, pipe, fittings, and all
other items for complete and in place.
10A
60-inch Fiberglass Manholes — Furnish
and install, including excavation,
embedment, backfill, compaction, testing,
1
EA
$17,600.00
$17,600.00
and all other items for complete and in
place.
11A
Sewer Abandonment Plug — including
all material, equipment and labor to install
2
EA
$1,600.00
$1,600.00
complete in place
12A
Clean abandoned Existing Force Main
— flush and dewater existing 14-inch cast
1
LS
$4,480.00
$4,480.00
iron force main.
Combination Air Valve — Furnishing and
install Combination Air Valve with all
appurtenances including isolation valve,
13A
Piping, testing, and all other items for
2
EA
$15,100.00
$30,200.00
complete and in place. Install valve vault,
hatch, vent pipe, gravel, embedment,
backfill, compaction, testing, and all other
items for complete and in place.
Asphalt Patch and Repair — furnishing
and placing all asphaltic materials, sawing
of existing paving edges, smoothing and
14A
preparation of the existing base, tack and
3,897
SF
$8.00
$31,176.00
prime coats, compaction, and all
incidentals necessary to complete the
work.
Replace Curb and Gutter — including all
material, equipment and labor to perform
15A
sub grade compaction and testing.
102
LF
$26.00
$2,652.00
Installation per COL Specifications and
all other work considered incidental to
this item.
Offeror's Initials
10
ITEM
DESCRIPTION
ESTIMATED QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
Concrete Driveway Repair — including
all material, equipment, and labor to
16A
perform sub grade compaction and
78
LF
$29.00
$2,262.00
testing. Installation per COL
Specifications and all other work
considered incidental to this item.
Replace Concrete sidewalk — including
all material, equipment and labor to
17A
perform sub grade compaction and
642
SF
$8.00
$5,136.00
testing. Installation per COL
Specifications and all other work
considered incidental to this item.
Bypass Pumping (If Necessary) —
including mobilization/demobilization,
18A
transportation and storage of pump(s),
1
LS
$2,500.00
$2,500.00
setup, fuel, any transmission piping or
trucking, and any wastewater discharge
accommodations.
Additional Low Strength Flowable Fill
— including all material, equipment and
19A
labor to perform sub grade compaction
10
CY
$200.00
$2,000.00
and testing. Installation per COL
Specifications and all other work
considered incidental to this item.
Total: (IA-19A)
$ $787,700.00
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 180 to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 210 (to Final Completion)
(not to exceed 180 consecutive calendar days to Substantial Completion / 210 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 180 Consecutive Calendar Days
with final completion within 210 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 $100.00
for each consecutive calendar day after substantial completion and liquidated damages in the sum of $100.00
for each consecutive calendar day after final completion set forth herein above for completion of this project,
all as more fully set forth in the General Conditions of the Agreement.
Offeror's Initials
11
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and
he further agrees to commence work on the date specified in the written notice to proceed, and to substantially
complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
— Offeror's Initials
12
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of five percent of contract price
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
SI TRMITT A T , FORM PRIOR TO PROPOSAL OPFNIN(i_
(Seal if Offeror is a Corporation)
A TEST:
C� Vu &wk
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No. Date 1v LA, loz
Addenda No. 1 Date Syl -71t Z G1
Addenda No. Date Z'7j Z%
Addenda No. Date
Date: January 21, 2021
Authorized Signature
Saul B. Hernandez, PE, CM
(Printed or Typed Name)
MH Civil Constructors, Inc.
Company
1100 S. Fillmore St, Suite 105
Address
Amarillo
City,
Texas
State
Telephone: 806
, Potter
County
, 79101
Zip Code
- 367-6043
Fax: - N/A
Email: bid&rnh-ciyil.com
v
FEDERAL TAX ID or SOCIAL SECURITY
No.
27-2016347
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
13
AIA DocumentA310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
MH Civil Constructors, Inc.
(Here insert full name and address or legal title of Contractor)
as Principal, hereinafter called Principal, and,
FCCI Insurance Company, 6300 University Parkway, Sarasota, FL 34240-8424
(Here insert lull name and address or legal title of Surety)
a corporation duly organized under the laws of the State of Florida
as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Lubbock, TX
(Here insert full name and address or legal title of Corporation
as Obligee, hereinafter called the Obligee, in the sum of
Five -Percent of the Total Contract Amount Dollars ($ 5% of Contract ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety,
bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
WHEREAS, the Principal has submitted a bid for
Lift Station 31 Force Main Reroute; RFP 21-15659-JM
(Here insert lull name and address description of project)
NOW THEREFORE, if the obligee shall accept the bid of the principal and the principal shall enter into Contract with the
Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the obligee 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.
Signed and sealed this 21st day of January , 20 21
jpuou�
(Witness)
MH Civil Constructors, Inc.
(Principal) (Seal)
12-�' D" '
Saul B. Hernandez (Title) Principal
FCCI Insurance Com an _
1 (Surety) (Seal)
(Witness)
Cory B. Bentley Att
crney=ln-Fact
FCCIGROUP INSURANCE
GENERAL POWER OF ATTORNEY
Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under
the laws of the State of Florida (the "Corporation") does make, constitute and appoint:
Cory B Bentley; Lauren Freeman; Robert B Bentley; Jarrett Hudson; Tracy Velasquez; Brian Herrera
Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and
as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed
under this authority shall exceed the sum of (not to exceed $10,000,000.00): $10,000,000.00
This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That
resolution also authorized any further action by the officers of the Company necessary to effect such transaction.
The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile
signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any
bond, undertaking or contract of surety to which it is attached.
In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized
officers and its corporate Seal to be hereunto affixed, this 23rd day of
July 2020.
Attest:
Christina D. Welch, President f =
SEAL
Christopher Shoucair,
FCCI Insurance Company
EVP, CFO, Treasurer, Secretary
FCCI Insurance Company
State of Florida ,.,,"
County of Sarasota
Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed
the foregoing document for the purposes expressed therein.
My commission expires: 2/27/2023
.a� �10'
EPA
Notary Public
State of Florida
County of Sarasota
Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed
the foregoing document for the purposes expressed therein.
My commission expires: 2/27/2023106 z�
py
��
�np°�7��0"
Notary Public
CERTIFICATE
I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the
foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020
Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force.
1 2021
Dated this 1 Si _ day of January
Christopher Shoucair, EVP, CFO, Treasurer, Secretary
FCCI Insurance Company
1-IONA-3592-NA-04, 7/2020
Page Intentionally Left Blank
City of Lubbock, TX
RFP 21-15659-JM
Lift Station 31 Force Main Reroute
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
Biggs & Mathews, Inc. (Monahans SW Sandhills WSC 2020 Water
Government/ Company Name: System Improvements 12" Water Dist. Line
Address: 2500 Brook Ave, Wichita Falls, TX 76301
Contact Person and Title: Kerry Maroney, P.E.
Phone: (325) 695-1070
Fax: N.A.
REFERENCE TWO
Enprotec I Hibbs & Todd (City of Stamford Contract A - Raw Water
Government/ Company Name: Transmission Pipeline)_
Address: 402 Cedar Street, Abilene, TX 79601
Contact Person and Title: Scot Haye, P.E.
Phone: (325) 698-5560 Fax: N.A.
REFERENCE THREE
Parkhill, Smith, & Cooper (City of Borger Main St. Water &
Government/ Company Name: Sewer McGee St. Sewer Improvements)
Address: 800 S Polk St #200. Amarillo. TX 79101
Contact Person and Title: Kole Glover, P.E.
Phone: (806)-473-3634
Fax: N.A.
14
Page Intentionally Left Blank
Contractors Statement of Qualifications
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the
Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate
evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following
Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of
the bid by the OWNER. Bidders are to'provide any additional information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER,
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. OUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well
as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their
work? If so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a
project? If so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to
require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non-
responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and
developments have in the opinion of the OWNER 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:
15
Contractor's General Information
Organization Doing Business As
MH Civil Constructors, Inc.
Business Address of Principle Office
1100 S. Fillmore St., Suite 105
Amarillo, TX 79109
Telephone Numbers
Main Number
(806) 367-6043
Fax Number
N.A.
Web Site Address
www.mh-civil.com
Form of Business (Check One)
If a Corporation
Date of Incorporation
X I A Corporation A Partnership An Individual
February 26, 2010
State of Incorporation
Texas
Chief Executive Officer's Name
Saul B. Hernandez, PE, CCM
President's Name
Juan A. Moreno
Vice President's Name(s)
N.A.
Secretary's Name
Treasurer's Name
Saul B. Hernandez, PE, CCM
Ifa Partnership
Date of Organization
N.A.
State whether partnership is general or
limited
If an lndi,%idual
Name N.A.
Business Address
Identify all individuals not previously named ivifich exert a significant amount of business control over the
organization
N.A.
Indicators of Organization Size
Average Number of Current Full Time 46 Average Estimate of Revenue for the $13,000,000.00
Employees I Current Year
Contractor's Organizational Experience
Organization Doing Business As
MH Civil Constructors, Inc.
Business Address of Regional Office
1100 S. Fillmore St., Suite 105
Amarillo. TX 79105
Name of Regional Office Manager
Saul Hernandez, PE, CCM
Telephone Numbers
Main Number
(806) 367-6043
Fax Number
N.A.
Web Site Address http-.Ilmh-civil.com/
Organization
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
MH Civil Constructors, Inc.
February 26, 2010
Present
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization
Percent Ownership
N.A.
Construction Experience
Years experience in projects similar to the proposed project:
As a General Contractor
12 I
As a Joint Venture Partner
N.A.
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.
17
Contractor's Proposed Key Personnel
Organization Doing Business As
MH Civil Constructors, 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.
Saul Hernandez serves as MH's General Manager in charge of pre -construction activities, project management,
and general day to day activities.
Juan Moreno services as MH's Construction Manager in charge of coordinating and scheduling projects,
materials deliveries, meeting with Owners, and serves as our ombudsman.
Manuel Flores serves as the MH's General Superintendent assisting project superintendents and foremen.
Raul Hernandez serves as MH's project and quality control engineer in charge of submittals, project
management, startup and testing, coordinating with suppliers and subcontractors.
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.
Saul B. Hernandez will serve as the project manager.
Juan A. Moreno serves as the project superintendent.
Manuel Flores will serve as the safety officer and will assist the project superintendent when needed.
Raul Hernandez will serve as the project engineer I quality control.
PersonnelExperience of Key
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
Saul B. Hernandez, PE
Raul B. Hernandez
Project Superintendent
Juan A. Moreno
Manuel A. Flores
Project Safety Officer
Manuel A. Flores
Juan A. Moreno
Quality Control Manager
Raul B. Hernandez
Saul B. Hernandez, PE
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.
18
Proposed Project Managers
Organization Doing Business As
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
City of Lubbock WTP
City of Borger LS & SSL Improvements
White River MWD SWTP
Reference Contact Information (listin names indicates
Name Kerry Marone , PE
Title/ Position Project Manager / President
Organization Biggs & Mathews
Telephone 940) 766-0156
E-mail skdm(oD.bmiwf.com
Project Archer City WTP
Candidate role on Project Engineer/Manager
Proiect
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
City of Monahans SW Sandhills WSC Water Line
City of Lubbock WTP
White River MWD SWTP
MH Civil Constructors, Inc.
Saul B. Hernandez, PE, CCM
15
10
45
30
Percent of Time Used for
this Project
Estimated Project
Completion Date
15
August 2021
5
July 2020
5
January 2021
oval to contactingthe
names individuals as a reference)
Name
Kirt Harle PE
Title/ Position
Project Manager
Organization
Jacob & Martin
Telephone
325 695-1070
E-mail
kirth acobmartin.com
Project
Snyder WTP
Candidates role
on Proiect
Project Engineer / Manager
Raul B. Hernandez
4
3
10
15
Percent of Time Used for Estimated Project
this Project Completion Date
5 June 2020
25 August 2021
20
Name I Scott D. Haye. PE Name I Dwight Brandt PE
Title/ Position I Proiect Manaaer Title/ Position I Prniart AAannnar
Orizanization
En rotec / Hibbs & Todd
Organization
Brandt Engineers
Telephone
325 698-5560
Telephone
806 353-7233
E-mail
scott.ha e-ht.com
E-mail
Project
Stamford Raw Water Trans. Line
Project
Canadian WWTP, Fritch WL
Candidate role on
Candidate role on
Project
Project Manager/Executive
Project I
Project Manager/Executive
IN
Proposed Project Superintendent
Organization Doing Business As
Name of Individual
MH Civil Constructors, Inc.
Juan A. Moreno
Years of Experience as Project Superintendent
14
Years of Experience with this organization
10
Number of similar projects as Superintendent
39
Number of similar projects in other positions
26
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
City of Lubbock WTP
25
August 2021
City of Borger LS & SSL Improvements
2
July 2020
White River MWD SWTP
15
January 2021
Reference Contact
Information(listing names indicates ap roval to contacting
the names individuals as a reference)
Name
Allen Phillips. PE
Name
Dwight Brandt, PE
Title/ Position
Project Manager
Title/ Position
Project Manager
Organization
Jacob & Martin
Organization
Brandt Enciineers
Telephone
325 695-1070
Telephone
806 353-7233
E-mail
kirth acobmartin.com
E-mail
DLBrandt@brandtengineers.com
Project
Buffalo Gap Sanitary Sewer S stem
Project
Post Water Line Improvements
Candidate role on
Pro' ect
Alternate Candidate
Name of Individual
project Superintendent
Candidate role on Project Superintendent
Project
Manuel A. Flores
Years of Experience as Project Superintendent
13
Years of Experience with this organization
9
Number of similar projects as Superintendent
24
Number of similar projects in other positions
16
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
City of Amarillo Martin Rd. Imps.
5
June 2020
City of Lubbock WTP
25
August 2021
Reference Contact
Name
Information (listing names indicates appro�,al
Scott D. Haye, PE
to contacting flie
Name
names individuals as a reference)
Allen Phillios, PE
Title/ Position
Project Manager
Title/ Position
Project Manager
Organization
En rotec / Hibbs & Todd
Organization
Jacob & Martin
Telephone
325 698-5560
Telephone
325 695-1070
E-mail
scott.ha e-ht.com
E-mail
a hilli sna iacobmartin.com
Project
Stamford Raw Water Trans. Line
Project
Stonewall Co. PS / Buffalo Gap San. Sys.
Candidate role oni
Prect
o'
Project Superintendent
Candidate role on
Project
Project Superintendent
0
Proposed Project Safety Officer
Organization Doing Business As MH Civil Constructors, Inc.
Name of Individual Manuel A. Flores
Years of Experience as Project Safety Officer
13
Years of Experience with this organization
9
Number of similar projects as Safety Officer
24
Number of similar projects in other positions
16
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
City of Amarillo Martin Rd. Imps.
5
June 2020
Ch of Lubbock WTP
25
August 2021
Reference Contact
Information (listing names indicates ap roval to contactingthe
names individuals as a reference)
Name
Scott D. Haye, PE
Name
Allen Phillips, PE
Title/ Position
Project Manager
Title/ Position
Project Manager
Organization
En rotec / Hibbs & Todd
Organization
& Marton
Telephone
325 698-5560
--Jacob
Telephone
E-mail
scott.ha e-ht.com
E-mail
at)hillips@.iacobmardn.com
Project
Stamford Raw Water Trans. Line
Project
Stonewall Co. PS I Buffalo Gap San. S s.
Candidate role on
Project
Alternate Candidate
Name of Individual
Project Su erintendent
p
Candidate role on
Project Project Superintendent
Juan A. Moreno
Years of Experience as Project Safety Officer
14
Years of Experience with this organization
10
Number of similar projects as Safety Officer
39
Number of similar projects in other positions
26
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
City of Lubbock WTP
25
August 2021
City of Borger LS & SSL Improvements
2
July 2020
White River MWD SWTP
15
L January 2021
Ret�i-ence Contact
Name
Information (IistinL, nanies indicates approval
Allen Phillips, PE
to contacting the
Name
names
Wlg
individuals
t ran t,
Title/ Position
Project Manager
Title/ Position
Project Manager
Organization
Jacob & Martin
Organization
Brandt Engineers
Tele hone
325 695-1070
Telephone
(806 353-7233
E-mail
kirth acobmartin.com
E-mail
D Lb rant ran tenglneers.com
Project
Buffalo Gap Sanitary Sewer System
Project
Past ater Line Improvemen
Candidate role on
Project
Project Superintendent
Candidate role on
Project
Project Superintendent
21
Proposed Project Quality Control Manager
Organization Doing Business As
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
City of Monahans SW Sandhills WSC Water Line
City of Amarillo Martin Rd. Improvements
White River MWD SWTP
Reference Contact Information(listing names indicates
Name Kerry Maroney, PE
Title/ Position Project Manager / President
Or anization Biggs & Mathews
Telephone 940 766-0156
E-mail skdm(dbmiwf.com
Candidate role on I project Engineer
Name of Individual
Years of Experience as Quality Control Managt
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
City of Lubbock WTP
City of Borger LS & SSL Improvements
White River MWD SWTP
MH Civil Constructors, Inc.
Raul B. Hernandez
4
2
2
10
Percent of Time Used for
this Project
Estimated Project
Completion Date
5
June 2020
5
May 2020
20
January 2021
oval to contactingthe
names individuals as a reference)
Name
Kirt Harle, PE
Title/ Position
Project Manager
Organization
Jacob & Martin
Telephone
325 695-1070
E-mail
kirth@jacobmartin.com
Project
—T5Te—ne-TnTPressure Planei Snyder VvTP
Candidate role on
Project
Project Engineer / Manager
Saul B. Hernandez, PE, CCM
15
10
45
30
Percent of Time Used for Estimated Project
this Project Completion Date
15 August 2021
5 July 2020
5 January 2021
Name I Scott D. Haye, PE Name I Dwight Brandt, HE
Title/ Position roject Manaqer Title/ Position I Proiect Manaaer
E-mail scatt.ha e-ht.com
Project Stamford Raw Water Trans.
Candidate role on
Project Project Manager/Executive
E-mail DLBrandt(a)brandtenaineers.com
Project Canadian WWTP, Fritch WL
Candidate role on
Project Project Manager/Executive
22
Contractor's Project Experience and Resources
❑rganizatiun L}i in Business As MH Civil Constructors. 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
Refer to SOQ.
9. Meeti HUB / MWBE Participation Goal
Equipnicnt
Provide a list of major equipment rp osed for use on this 2ro cct. Attach Additional Information if ncccssai
Equipment Item
Primary Use on Project
Own
B ill
Lease
CAT 345 Excavator
Excavation
X
CAT 320 Excavator
Backfill
X
Belly dump trailer and truck
Aaareoate delivery/haulingdelivery/hauling
X
Skid steer loaders
Remove asphalt and misc items
X
Trench rollers
Compaction of backfill materials
X
2000 gal water truck
Deliver water to site
X
Trench boxes and manhole shields
Excavation/safety
X
Concrete formwork
Form concrete structures
X
Beam and lag shoring
Excavation protection
X
Division of Work between •
What work will the organization complete using its own resources?
Installation of pipeline, valves, concrete paving
What work does the organization propose to subcontract on thisproject?
Traffic control, HMAC
23
Contractor's Subcontractors and Vendors
Organization Doing Business As
Project Subcomractors
Provide a list of subcontractors that will >> m itk, more than 10 percent of the work based on contract amounts
Name
Work to be Provided
Est. Percent
of Contract
HUB/MWBE
Firm
FC Traffic Control, Inc.
Traffic control
1%
NO
Provide information on the proposed key personnel, project experience and a description of past relationship and work
ex erience 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 recessary
Vendor Name
Equipment / Material Provided
Furnish
Only
y
Furnish
and
Install
HUB/M
WBE
Firm
Benmark Supply
I e, valves, and fittings
X
No
24
Attachment A
Current Projects and Project Completed within the last 10 Years
Project Owner
I City of Stamford I
Project Name
I TWDB Project 62685 Contract A Raw Water Transmission Pipeline
General Description of Project: 79,600 LF of 14" Fusible PVC, 19 gate vales, 28 air valves, gates
Project Cost $5,175,639.23
1Date Project Completed
August 2018
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Saul B. Hernandez
Juan A. Moreno
Manuel A. Flores
Raul Hernandez
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Alan Plumlee
City Manager
City of Stamford
(325) 773-2591
Alan.Plumlee@stamfordbc.net
Designer
Scott Haye, PE
Design Engineer
Enprotec / Hibbs & Todd
(325) 698-5560
scott.hay@e-ht.com
Construction Manager
N.A.
Project Owner
Town of Buffalo Gap
Project Name New Sanitary Sewer System
General Description of Project: The project consisted of construction a completely new sanitary sewer system including the installation of 29,034 LF of 8" and 16,985 LF of 6" gravity sanitary sewer pipe
Project Cost $3,749,252.87
1 Date Project Completed
I March 31, 2016
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Mana er
Name
Saul B. Hernandez, PE
Juan A. Moreno
I Manuel A. Flores
Raul Hernandez
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Dana Sowell
Public Works / Engineering
Town of Buffalo Gap
(325) 370-5796
buffalogap@taylortel.net
Designer
Allen Phillips, PE
Civil Engineer/PM
Jacob and Martin
(325) 695-1070
aphillips@jacobmartin.com
Construction Manager
N.A.
Project Owner I SW
Sandhills Water Supply Corporation
Project Name
1 2020 Water System Improvements 12" Water Dist. Line
General Description of Project: Installation of approximately five miles of 12" water transmission line, two pump stations with PEMB's. Water line includes various bores totaling 1355'.
Project Cost $2,245,000.00
1Date Project Completed
May 2020
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Raul B. Hernandez
Manuel Flores
Saul B. Hernandez
Raul B. Hernandez
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Loredia Potts
President
SW Sandhills WSC
(432) 943-9970
swsh@cebridge.net
Designer
Kerry Maroney
Design Engineer
Biggs & Mathews Inc.
(940) 766-0156
kdm@bmiwf.com
Construction Manager
N/A
25
Project Information
Attachment B
Project Owner I City of Stamford Project Name TWDB Project 62685 Contract A Raw Water Transmission Pipeline
General Description of Pioiect
79,600 LF of 14" Fusible PVC, 19 gate vales, 28 air valves, gates
Budge--t and Schedule Performansonow"WF
Budget History Schedule Performance
Amount
% of Bid
Amount
Date
Days
Bid
$5,152,000.00
100.0%
Notice to Proceed
Dec. 18, 2017
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Nov. 23, 2018
340
Owner Enhancements
$23,639.23
0.5%
Contract Final Completion Date at Notice to Proceed
Dec. 13, 2018
360
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Nov. 23, 2018
340
Design Issues
Change Order Authorized Final Completion Date
Dec. 18, 2018
360
Total
$23,639.23
0.5%
Actual / Estimated Substantial Completion Date
Aug. 23, 2018
248
Final Cost $5,175,639.23 100.5%
ProjectKev •
Actual / Estimated Final Completion Date Aug. 23, 2018
Project Manager Project Sup Safctv Officer Quality Control
248
Manager
Name
Saul B. Hernandez, PE
Juan A. Moreno
Manuel Flores
Saul B. Hernandez, PE
Percentage of Time Devoted to the Project
10%
100%
50%
10%
Proposed for this Project
Saul B. Hernandez, PE
Juan A. Moreno
Manuel Flores
Saul B. Hernandez, PE
Did Individual Start and Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for change,
Reference Contact Information
(listing names indicatcs approval to contacti-7199r1res
Name Title/ Position
individUals
Organization
as a rercrence) Abe.
Telephone E-mail
Owner
Alan Plumlee
City Manager
City of Stamford (325) 773-2591
Alan.Plumlee@stamfordb(.net
Designer
Scott Haye, PE
Design Engineer
Enprotec I Hibbs & Todd (325) 698-5560
scott.hay@e-ht.com
Construction Manager
N.A.
Sure Cm B. Bentley Attorney -In -Fact
ResolutionISSUes / Disputes Resolved or Pending .
Number of Issues Total Amount involved in
Resolved 0 Resolved Issues 0
Merchants Bonding Cam an 806 46 - 400 co b u Shaw-insurarice.cam
Boards
Number of Issues Total Amount involved in
Pending0 Resolved Issues F 0
16
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.
L -�' i-L'
Contractor (Original ignature)
CONTRACTOR'S BUSINESS NAME:
CONTRACTOR'S FIRM ADDRESS
Saul B. Hernandez, PE, CCM
Contractor (Print)
MH Civil Constructors, Inc.
(Print or Type)
1100 S. Fillmore St., Suite 105
Amarillo, TX 79101
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 21-15659-JM - Lift Station 31 Force Main Reroute
Pale 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.
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:
OUEST'ION 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 X NO
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
0 Offeror's Initials
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations,
of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO 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.
OUESTION 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:
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
0.77
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.
Signature
General Manager
Title
City of Lubbock, TX
RFP 21-15659-JM
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: MH Civil Constructors, Inc.
FEDERAL TAX ID or SOCIAL SECURITY No. 27-2016347
Signature of Company
Printed name of company official signing above:
Saul B. Hernandez, PE, CCM
Date Signed: January 21, 2020
City of Lubbock, TX
House Bill 89 Verification
RFP 21-15659-JM
I� Saul B. Hernandez, PE, CCM (Person name), the undersigned representative of (Company or
Business Name) MH Civil Constructors, 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.
January 21, 2020
DATE
4x, U`
SIGNATURE C
REPRESENTA'
ANY
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
PROPOSED LIST OF SUB -CONTRACTORS
Company Name Location Services Provided
FC Traffic Control, Inc. Amarillo, TX Traffic control
Minority Owned
Yes No
❑ x
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
MH Civil Constructors, Inc.
(PRINT NAME OF COMPANY)
REP 21-15659-3-M - Lift Station 31 Force Main Reroute
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
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
FINAL LIST OF SUB -CONTRACTORS
Company Name Location Services Provided
FC Traffic Control, Inc. Amarillo, TX Traffic control
SUBMITTED BY:
MH Civil Constructors, Inc.
(PRINT NAME OF COMPANY)
Minority Owned
Yes
No
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 21-15659-JM - Lift Station 31 Force Main Reroute
Page Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
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 MH Civil Constructors, Inc. (hereinafter called the Principal(s), as
Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Seven Hundred Ei hty Seven Thousand Seven Hundred Dollars ($787,700.00) lawful money
of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 23r' day of
February 2021, to RFP 21-15659-JM Lift Station 31 Force Main Reroute
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
*By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
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:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
PERFORMANCE BOND
Pate Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that M R Civil Constructors, Inc. (hereinafter called the Principal(s), as
Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Seven Hundred Eighty Seven Thousand Seven Hundred Dollars ($787,700.00) lawful money
of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 23 rd day of
February 2021, to RFP 21-15659-JM Lift Station 31 Force Main Reroute
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
* By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
an agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
Surety
By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
CERTIFICATE OF INSURANCE
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000,
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 provisions
f 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
11
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'S RISK
❑ 100% of the Total Contract Price
$
❑ INSTALLATIONFLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less
than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
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.
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior
to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing services
on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of coverage
of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission
rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish
and any other language common to the worker population. The text for the notices shall be the following
text provided by the commission on the sample notice, without any additional words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED
SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL
LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS
OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS
INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
COPIES OF THE ENDORSEMENTS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to report
an employer's failure to provide coverage." and contractually require each person with whom it contracts
to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of coverage
ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Page Intentionally Left Blank
CONTRACT
Pate Intentionally Left Blank
I
Contract 15659
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 23rd day of February. 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 MH Civil Constructors. Inc. of the City of Amarillo. County of Potter 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 21-15659-JM Lift Station 31 Force Main Reroute
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.MH Civil Constructors. Inc.'s proposal dated January 28, 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:
MH Civil Constructors. Inc.
By:
PRINTED N 5M), )WWJ
TITLE: C-mWal H R
COMPLETE ADDRESS:
MH Civil Constructors, Inc.
1100 S. Fillmore St, Suite 105
Amarillo, Texas 79101
ATTES
Co rate Secre
27t
CITY O LUBB , TEXAS (OWNER):
By:
Daniel M. Pope, yor
ATTEST:
RebecckGarza, City
APPROVED AS TO
Public orks, gin
Name (Printed) Date
7 W
AS FORM: i-
- ,
Ke i Leisure, Assistant City Attorney
Page Intentionally Left Blank
CONFLICT OF INTEREST OUESTIONNAIRE CHAPTER 176
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY
This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session
Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the
Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists.
The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a
business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets
the requirements under Section 176.006(a).
By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later
than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be
filled.
Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts
Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors).
The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase
of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire"
regarding the vendor's business relationships, if any, with Council Members or the City Manager.
Compliance is the responsibility of each individual, business or agent who is subject to the law's filing
requirement. Questions about compliance should be directed to your legal counsel.
Office of the City Secretary
1314 Avenue K, Floor 10
Lubbock, Texas, 79401
Questionnaire is available at https:Hci.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: httns://www.ethics.state.tx.us/whatsnew/elf info forml295.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.
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
Pate Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit MH Civil Constructors, 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, Assistant City Engineer 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.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment,
tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities
necessary for the execution and completion of the work covered by the contract documents. Unless otherwise
specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor
shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described
in words which so applied have well known, technical or trade meaning shall be held to refer such recognized
standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check
the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's
request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in
accordance with the Plans and Specifications.
it. 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.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative (as distinguished from Resident Project Representative(s))has the authority to review all work
included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be
necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine
the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and
shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide
every question which may arise relative to the execution of this contract on the part of said Contractor. The decision
of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's
Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project
Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work
done under this Agreement, and to see that said material is furnished and said work is done in accordance with the
specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate
engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall
regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed,
when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans
and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by
competent and reasonable representatives of the Contractor is essential to the proper performance of the work and
lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor
and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or 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
and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and
Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform
Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or
persons shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of workers or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure
shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation,
shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by
the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent
required by the contract documents. The Owner or Owner's Representative shall have the right at all times to
observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access
for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall
ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall
give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's
Representative may reject any such work found to be defective or not in accordance with the contract documents,
regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether
Owner's Representative has previously accepted the work. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner
or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform
such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in
accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable
organization as may be required by law or the contract documents.
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 ftom 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 Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
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
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.
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 (Any 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.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code)
- includes all persons or entities performing all or part of the services the Contractor has undertaken
to perform on the project, regardless of whether that person contracted directly with the Contractor
and regardless of whether that person has employees. This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor carriers, owner -operators,
employees of any such entity, or employees of any entity which furnishes persons to provide
services on the project. "Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage vendors, office
supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the project,
for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom
they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the duration
of the project, that the coverage will be based on proper reporting of classification codes and payroll
amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or,
in the case of a self -insured, with the commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the Contractor to administrative penalties,
criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor does
not remedy the breach within ten days after receipt of notice of breach from the governmental
entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
The name and address of the insured.
The location of the operations to which the insurance applies.
The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
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.
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.
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.
If policy limits are paid, new policy must be secured for new coverage to complete project.
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:
(1) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage
for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current coverage
and report failure to provide coverage. This notice does not satisfy other posting
requirements imposed by the Texas Worker's Compensation Act or other commission
rules. This notice must be printed with a title in at least 30-point bold type and text in at
least 19-point normal type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the following text
provided by the commission on the sample notice, without any additional words or
changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000
(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;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and
employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising
out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men
and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance
of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save
the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof,
except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and 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
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 obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning
and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be
done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the
work embraced in this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may
withhold permanently from Contractor's total compensation, the sum of $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 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.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to
economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business
day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in
the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor
received said determination in writing from the City. Further, when the Owner is having other work done, either by
contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative)
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and
the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement
weather shall be the only other reason consistent, daily prosecution of the work may not take place on those
inclement weather days.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules
which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor
will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion
of this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work
has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other
contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the
public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting
forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20)
calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor
shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request
for extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to 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
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.
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 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to
the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other
contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the
Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all
claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects,
attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or
relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account o£
(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 as provided for under
paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately
reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be
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 accounts,
certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his
Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance
due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when
the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then
all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the
Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner
to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the
Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such
sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private
sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools,
materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if
applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph
shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies
hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law,
equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34,
hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
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
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials
and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case
of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U. S.C. S. §9601(14)) and the regulations promulgated thereunder, as same may
be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any
form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project;
or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without
the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous
Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction
of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property
of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos,
Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior
to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever
requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of
Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the
receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for
the goods or services provided under the contract, the City will terminate the contract, without termination charge
or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current
year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds
are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30)
days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated
under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized
audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to
audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit
by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such
overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct
such amounts owing the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise,
including without limitation, the right to seek any and all forms of relief in a court of competent 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.
60. HOUSE BILL 2015
House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to
be imposed on a person who contracts for certain services with a governmental entity and who fails to properly
classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly
classify individuals performing work under a governmental contract will be penalized $200 for each individual that
has been misclassified (Texas Government Code Section 2155.001).
61. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908
requires a business entity entering into certain contracts with a governmental entity or state agency to file with the
governmental entity or state agency a disclosure of interested parties at the time the business entity submits the
signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be
signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under
oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the
governing body of the governmental entity or state agency before the contract may be signed or has a value of at
least $1 million. Instructions for completing Form 1295 are available at:
hItps:Hci.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.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1)
preserve all contracting information related to the contact as provided by the records retention requirements
applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body
any contracting information related to the contract that is in the custody or possession of the entity on request of the
governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body
all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve
the contracting information related to the contract as provided by the records retention requirements applicable to
the governmental body.
66. HB 89
The Contractor warrants that it complies with Chapter 2270.001 of the Texas Government Code by verifying that:
(1) The Contractor does not boycott Israel; and
(2) The Contractor will not boycott Israel during the term of the Agreement.
Pursuant to Section 2270.001, Texas Government Code:
1. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any
action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically
with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but
does not include an action made for ordinary business purposes; and
2. "Company" means a for profit sole proprietorship, organization, association, corporation, partnership,
joint venture, limited partnership, limited liability partnership, or any limited liability company, including
a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or
business associations that exist to make a profit.
CITY OF LUBBOCK WAGE DETERMINATIONS
EXHIBIT A
City of Lubbock
Building Construction
Prevailing Wage Rates
Craft Hourly Rate
Automatic Fire Sprinkle Fitter, Certified
28.00
Block, Brick, and Stone Mason
23.00
Carpenters -Acoustical Ceiling Installation
16.00
Carpenter -Rough
13.00
Carpenter -All other work
16.50
Caulker/Sealers
12.00
Cement & Concrete Finishers
16.67
Commercial Truck Drivers
10.26
Crane & Heavy Equipment Operator
20.00
Door & Hardware Specialist
16.00
Drywall and Ceiling Tile Installers
16.00
Drywall Finishers & Tapers
12.00
Electrician
21.21
Floor Layers -Carpet and Resilient
18.00
Floor Layers -Specialty
18.00
Floor Layers -Wood
18.00
Glaziers
17.00
Heating, Air Conditioning & Refrigeration Svc. Tech
21.31
HVAC Mechanic Helper
13.62
HVAC Sheet metal Ductwork Installer
19.30
HVAC Sheet metal Ductwork Installer Helper
13.85
Insulation Workers -Mechanical
12.00
Irrigator -Landscape Certified
13.50
Laborer: Common or General
11.65
Laborer: Mason Tender -Brick
17.00
Laborer: Mason Tender-Cement/Concrete
16.92
Laborer: Roof Tear off
11.09
Roofer
17.44
Painters (Brush, Roller & Spray)
12.00
Paper Hanger
13.00
Pipe Fitters & Steamfitters
24.10
Plaster, Stucco, Lather and EIFS Applicator
17.00
Plumber/Medical Gas Installer
22.83
Plumber Helper
14.20
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 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.
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.
v City of
ibbock
TEXAS
LIFT STATION 31 FORCE MAIN REROUTE
TECHNICAL SPECIFICATIONS
DECEMBER 2020
h4a.
FK
PROVENANCE
ENGINEERING
Rooted to Be UnrgaelyDffferew
No Text
INDEX FOR PROFESSIONAL REGISTRATIONS
SIGN AND SEAL SHEET
FOR
CITY OF LUBBOCK
LIFT STATION 31 FORCE MAIN REROUTE
PROVENANCE ENGINEERING FIRM NO. 20783
Kent W. Riker, PE 103730/Felicia W. Sanford, PE 105147
TECHNICAL SPECIFICATIONS
DIVISION 01 - GENERAL REQUIREMENTS
DIVISION 02 - SITE WORK
OF TF411t s'1\1�.•e e..Ae.e 9
*lkugf \N�KIKER e
..... .....
103730
1Z_ p 3—'qe)W
December 2020
OF
*..
01
FELLA W, ,;k FOCp
4 or'i
No Text
CITY OF LUBBOCK
LIFT STATION 31 FORCE MAIN REROUTE
TABLE OF CONTENTS
TECHNICAL SPECIFICATIONS
01100
SUMMARY OF WORK..................................................................................................1-3
01250
CONTRACT MODIFICATION PROCEDURES................................................................1-4
01290
PAYMENT PROCEDURES............................................................................................1-3
01310
PROJECT COORDINATION AND MEETINGS...............................................................1-4
01320
CONSTRUCTION PROGRESS DOCUMENTATION.......................................................1-5
01330
SUBMITTALS...............................................................................................................1-7
TRANSMITTAL OF CONTRACTOR'S SUBMITTAL
01350
SPECIAL PROJECT PROCEDURES..............................................................................1-5
01500
TEMPORARY FACILITIES AND CONTROLS.................................................................1-4
01570
STORM WATER POLLUTION PREVENTION PLAN......................................................1-2
01600
PRODUCT REQUIREMENTS........................................................................................1-6
01740
CLEANING...................................................................................................................1-3
01770
CLOSEOUT REQUIREMENTS......................................................................................1-5
01780
OPERATION AND MAINTENANCE DATA.....................................................................1-7
02100
SELECTIVE SITE DEMOLITION....................................................................................1-3
02110
UTILITY REMOVAL AND ABANDONMENT...................................................................1-2
02257
CONTROLLED LOW STRENGTH MATERIAL...............................................................1-5
02315
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL................................1-20
02530
SANITARY SEWER PIPING AND MANHOLES.............................................................1-14
02531
FUSIBLE PVC PIPING..................................................................................................1-12
02535
VALVES........................................................................................................................1-7
02553
SEWER AND MANHOLE TESTING..............................................................................1-5
02554
CLEANING OF SEWER MAINS....................................................................................1-5
02740
FLEXIBLE (ASPHALT) PAVING.....................................................................................1-3
02775
CONCRETE SIDEWALKS AND CURB AND GUTTER...................................................1-10
02960
BYPASS PUMPING OF EXISTING SEWER...................................................................1-5
No Text
SECTION 01100
SUMMARY OF WORK
PART 1. GENERAL
1.01. Summary
A. Section Includes: Summary of Work to be performed in accordance with the
Contract Documents.
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1- General Requirements
1.02. Price and Payment Procedures
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various
items bid. No separate payment will be allowed for this Item.
1.03. Administrative Requirements
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and
performing all Work necessary for the complete construction of the
Work as detailed in the Drawings and Specifications.
2. Work shall be performed in accordance with the most recent City of
Lubbock Design Standards for Water and Sanitary Sewer Construction.
3. The completed Work will provide Owner with a new, operational 12-
inch force main for City of Lubbock Lift Station No. 31.
4. The Work consists of the following:
a. Connection to existing City of Lubbock Lift Station No. 31.
b. Approximately 4,476 LF of 14-inch force main
C. Installation of new Fiberglass Manhole at 34t" Street
d. Abandonment of existing 14-inch force main
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements
for the project, such as conditions imposed by the Drawings or
Contract Documents in which no specific item for bid has been
provided for in the Proposal and the item is not a typical unit bid item
included on the standard bid item list, then the item shall be
considered as a subsidiary item of Work, the cost of which shall be
included in the price bid in the Proposal for various bid items.
October 2020 01100-1
C. Use of Premises
1. Coordinate uses of premises under direction of the Owner.
2. Assume full responsibility for protection and safekeeping of materials
and equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other
public places or other rights -of -way as provided for in the ordinances of
the Owner, as shown in the Contract Documents, or as may be
specifically authorized in writing by the Owner.
a. A reasonable amount of tools, materials, and equipment for
construction purposes may be stored in such space, but no
more than is necessary to avoid delay in the construction
operations.
b. Excavated and waste materials shall be stored in such a way as
not to interfere with the use of spaces that may be designated
to be left free and unobstructed and so as not to inconvenience
occupants of adjacent property.
C. If the street is occupied by railroad tracks, the Work shall be
carried on in such manner as not to interfere with the operation
of the railroad.
1) All Work shall be in accordance with railroad
requirements set forth in Division 0 as well as the
railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having
previously obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until
the specified approval of the property owner has been secured in
writing by the Contractor and a copy furnished to the Owner.
3. Unless specifically provided otherwise, clear all rights -of -way or
easements of obstructions which must be removed to make possible
proper prosecution of the Work as a part of the project construction
operations.
4. Preserve and use every precaution to prevent damage to, all trees,
shrubbery, plants, lawns, fences, culverts, curbing, and all other types
of structures or improvements, to all water, sewer, and gas lines, to all
conduits, overhead pole lines, or appurtenances thereof, including the
construction of temporary fences and to all other public or private
property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the
public or private lands of interest in lands which might be affected by
the Work.
October 2020 01100-2
a. Such notice shall be made at least 48 hours in advance of the
beginning of the Work.
b. Notices shall be applicable to both public and private utility
companies and any corporation, company, individual, or other,
either as owners or occupants, whose land or interest in land
might be affected by the Work.
C. Be responsible for all damage or injury to property of any
character resulting from any act, omission, neglect, or
misconduct in the manner or method or execution of the Work,
or at any time due to defective work, material, or equipment.
6. Fence
PART 2. PRODUCTS
(Not Used)
PART 3. EXECUTION
(Not Used)
a. Restore all fences encountered and removed during
construction of the Project to the original or a better than
original condition.
b. Erect temporary fencing in place of the fencing removed
whenever the Work is not in progress and when the site is
vacated overnight, and/or at all times to provide site security.
C. The cost for all fence work within easements, including removal,
temporary closures and replacement, shall be subsidiary to the
various items bid in the project proposal, unless a bid item is
specifically provided in the proposal.
AM101Z*1xWi71[i7101[oi]
October 2020 01100-3
No Text
SECTION 01250
CONTRACT MODIFICATION PROCEDURES
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. Contract Modification Procedures
B. Related Specification Sections, include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Proposal Requests
A. Owner may, in anticipation of ordering an addition, deletion, or revision to the
Work, request Contractor to prepare a detailed proposal of cost and times to
preform contemplated change.
B. Proposal requests will include reference number for tracking purposes and
detailed description of and reason for proposed change, and such additional
information as appropriate and as may be required for Contractor to
accurately estimate cost and time impact on Project.
C. Proposal request is for information only; Contractor is neither authorized to
execute proposed change nor to stop Work in progress as result of such
request.
D. Contractor's written proposal shall be transmitted to Engineer promptly, but
not later than 14 days after Contractor's receipt of Owner's written request.
Proposal shall remain firm for a maximum period of 45 days after receipt by
Engineer.
E. Owner's request for proposal or Contractor's failure to submit such proposal
within the required time period will not justify a Claim for an adjustment in
Contract Price or Contract Times (or Milestones).
1.03. Claims
A. Include, at a minimum:
1. Specific references including: a) Drawings numbers; b) Specifications
section and article/paragraph number; and c) Submittal type, number,
date reviewed, Engineer's comments, as applicable, with appropriate
attachments.
2. Stipulated facts and pertinent documents, including photographs and
statements.
3. Interpretations relied upon.
4. Description of:
October 2020 01250-1
a) Nature and extent of Claim,
b) Who or what caused the situation,
c) Impact to the Work and work of others, and
d) Discussion of claimant's justification for requesting a change to
price or times or both.
5. Estimated adjustment in price claimant believes it is entitled to with
full documentation and justification.
6. Requested Change in Contract Times: include at least:
a) Progress Schedule documentation showing logic diagram for
request,
b) Documentation that float times available for Work have been
used, and
c) Revised activity logic with durations including sub -network logic
revisions, duration changes, and other interrelated schedule
impacts, as appropriate.
7. Documentation as may be necessary as set forth below for Work
Change Directives, and as Engineer may otherwise require.
1.04. Work Change Directives
A. Procedures:
1. Engineer shall:
a) Initiate, including a description of Work involved and any
attachments.
b) Affix signature, demonstrating Engineer's recommendation.
c) Transmit five copies to Owner for authorization.
2. Owner shall:
a) Affix signature, demonstrating approval of the changes
involved.
b) Return four copies to Engineer, who will retain one copy, send
one copy to the Resident Project Representative or other field
representative, and forward two copies to Contractor.
3. Upon completion of Work covered by the Work Change Directive or
when final Contract Times and Contract Price are determined,
Contractor shall submit documentation for inclusion in a Change Order.
4. Contractor's documentation shall include but not be limited to:
a) Appropriately detailed records of Work performed to enable
determination of value of the Work.
October 2020 01250-2
b) Full information required to substantiate resulting change in
Contract Times and Contract Price for Work. On request of
Engineer, provide additional data necessary to support
documentation.
c) Support data for Work performed on a unit price or Cost of the
Work basis with additional information such as:
1) Dates Work was performed, and by whom.
2) Time records, wage rates paid, and equipment rental
rates.
3) Invoices and receipts for materials, equipment, and
subcontracts, all similarly documented.
B. Effective Date of Work Change Directive: Date of signature by Owner, unless
otherwise indicated thereon.
1.05. Change Orders
A. Procedures:
1. Engineer will prepare six copies of proposed Change Order and
transmit such with Engineer's written recommendation and request to
Contractor for signature.
2. Contractor shall, upon receipt, either:
a) Promptly sign copies, retaining one for its file, and returning
remaining five copies to Engineer for Owner's signature, or
b) Return unsigned five copies with written justification for not
executing Change Order.
3. Engineer will, upon receipt of Contractor signed copies, promptly
forward Engineer's written recommendation and partially executed five
copies for Owner's signature, or if Contractor fails to execute the
Change Order, Engineer will promptly so notify Owner and transmit
Contractor's justification to Owner.
4. Upon receipt of Contractor -executed Change Order, Owner will promptly
either:
a) Execute Change Order, retaining one copy for its file and
returning four copies to Engineer, or
b) Return to Engineer unsigned copies with written justification for
not executing Change Order.
5. Upon receipt of Owner -executed Change Order, Engineer will transmit
two copies to Contractor, one copy to Resident Project Representative
or other field representative, and retain one copy, or if Owner fails to
execute Change Order, Engineer will promptly so notify Contractor and
transmit Owner's justification to Contractor.
6. Upon receipt of Owner -executed Change Order, Contractor shall:
October 2020 01250-3
a) Perform Work covered by Change Order
b) Revise Schedule of Values to adjust Contract Price and submit
with next Application for Payment.
c) Revise Progress Schedule to reflect changes in Contract Times,
if any, and to adjust times for other items of Work affected by
change.
d) Enter changes in Project record documents after completion of
change related Work.
B. In signing a Change Order, Owner and Contractor acknowledge and agree
that:
1. Stipulated compensation (Contract Price or Contract Times, or both)
set forth includes payment for:
a) The Cost of the Work covered by the Change Order,
b) Contractor's fee for overhead and profit,
c) Interruption of Progress Schedule,
d) Delay and impact, including cumulative impact, on other Work
under the Contract Documents, and
e) Extended overheads.
2. Change Order constitutes full mutual accord and satisfaction for the
change to the Work.
3. Unless otherwise stated in the Change Order, all requirements of the
original Contract Documents apply to the Work covered by the Change
Order.
1.06. Field Order
A. Engineer will issue Field Orders, with three copies to Contractor.
B. Effective date of the Field Order shall be the date of signature by Engineer,
unless otherwise indicated thereon.
C. Contractor shall acknowledge receipt by signing and returning one copy to
Engineer.
D. Field Orders will be incorporated into subsequent Change Orders, as a no -cost
change to the Contract.
PART 2. PRODUCTS
(Not Used)
PART 3. EXECUTION
(Not Used)
END OF SECTION 01250
October 2020 01250-4
SECTION 01290
PAYMENT PROCEDURES
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. This section covers the method for the Contractor to request payment
for completed work.
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Submittals
A. Informational Submittals:
1. Schedule of Values: Submit on Contractor's standard form.
2. Schedule of Estimated Progress Payments:
a. Submit with initially acceptable Schedule of Values.
b. Submit adjustments thereto with Application for Payment.
3. Application for Payment.
4. Final Application for Payment.
1.03. Schedule of Values
A. Prepare a Schedule of Values for the Work under the Agreement and submit
within five days after receiving the bid tabulation.
B. Upon request of Engineer, provide documentation to support the accuracy of
the Schedule of Values.
C. Unit Price Work: Reflect unit price quantity and price breakdown from
Proposal Price Sheet.
D. An unbalanced or front-end loaded schedule will not be acceptable.
E. Summation of the complete Schedule of Values representing all the Work
shall equal the Contract Price.
F. Submit Schedule of Values electronically, in spreadsheet format compatible
with latest version of Excel.
G. Revise Schedule to include modifications to the Contract Document, with each
Application for Payment.
1.04. Schedule of Estimated Progress Payments
A. Show estimated payment requests throughout Contract Times aggregating
October 2020 01290-1
initial Contract Price.
B. Base estimated progress payments on initially acceptable progress schedule.
Adjust to reflect subsequent adjustments in progress schedule and Contract
Price as reflected by modifications to the Contract Documents.
1.05. Application for Payment
A. Transmittal Summary Form: Attached one Summary Form with each detailed
Application for Payment for each schedule and include Request for Payment
of Materials and Equipment on Hand as applicable. Execute certification by
authorized officer of Contractor.
B. Use detailed Application for Payment Form suitable to Owner.
C. Provide separate form for each schedule as applicable.
D. Include accepted Schedule of Values for each schedule or portion of lump
sum Work and unit price breakdown for the Work to be paid on a unit priced
basis.
E. Include separate line item for each Change Order and Work Change Directive
executed prior to date of submission. Provide further breakdown of such as
requested by Engineer.
F. Preparation:
1. Round values to nearest dollar.
2. Submit Application for Payment, including a Transmittal Summary
Form and detailed Application for Payment Form(s) for each schedule
as applicable, a listing of materials on hand for each schedule as
applicable, and such supporting data as may be requested by
Engineer.
G. 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 the job have
been settled and that all bills owed by the Contractor for the project
including materials and labor have been paid.
3. One-year Contractor warranty for work performed, signed and sealed
by a Notary Public.
1.06. Payment Retainage
A. The Owner will retain five percent of each payment.
B. Retainage will be released as final payment, upon completion of the Final
Punch List.
1.07. Nonpayment for Rejected or Unused Products
A. Payment will not be made for the following:
1. Loading, hauling, and disposing of rejected material.
October 2020 01290-2
2. Quantities of material wasted or disposed of in manner not called for
under Contract Documents
3. Rejected loads of material, including material rejected after it has been
placed by reason of failure of Contractor to conform to provisions of
Contract Documents.
4. Material not unloaded from transporting vehicle.
5. Defective Work not accepted by Owner.
6. Material remaining on hand after completion of Work
1.08. Partial Payment for Stored Materials and Equipment
A. Partial Payment: No partial payments will be made for materials and
equipment delivered or stored unless Shop Drawings and preliminary
operation and maintenance data is acceptable to Engineer.
B. Final Payment: Will be made only for products incorporated in Work;
remaining products, for which partial payments have been made, shall revert
to Contractor unless otherwise agreed, and partial payments made for those
items will be deducted from final payment.
PART 2. PRODUCTS
(Not Used)
PART 3. EXECUTION
(Not Used)
END OF SECTION 01290
October 2020 01290-3
No Text
SECTION 01310
PROJECT COORDINATION AND MEETINGS
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1.
Project Coordination
2.
Lift Station No. 31 Shutdown
3.
Construction Photographs
4.
Reference Points and Surveys
5.
Pre -Construction Meeting
6.
Progress Meetings
B. Related Specification Sections, include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Project Coordination
A. Coordinate scheduling, submittals, and Work of the Project to assure efficient
and orderly sequence of installation of interdependent construction elements,
with provisions for accommodating items installed at a later time.
B. Coordinate completion and cleanup of Work in preparation for Substantial
Completion.
C. Facility Operations:
1. Continuous operation of Owner's facilities is of critical importance.
Schedule and conduct activities to enable existing facilities to operate
continuously, unless otherwise specified.
2. Perform Work continuously during critical connections and
changeovers, and as required to prevent interruption of Owner's
operations.
3. When necessary, plan, design, and provide temporary services,
utilities, connections, temporary piping, temporary pumping, and
similar items to maintain continuous operation of Owner's facilities.
4. Do not close lines, open or close valves, or take other action which
would affect the operation of the existing system, except as specifically
required by the Contract Documents and after written authorization by
Owner and Engineer.
October 2020 01310-1
1.03. Lift Station No. 31 Shutdown
A. The Contractor shall submit a written request a minimum of 2 weeks prior to
any lift station shut down. The written request shall include an emergency
back-up plan submitted for approval. The lift station connection/shutdown
cannot be started without written approval from the Owner. Contractor shall
coordinate with Owner to allow for representatives to be onsite during shut
down.
B. Maximum allowable time for lift station shutdown is 45 minutes. If the
Contractor requires the lift station to be shutdown for more than 45 minutes,
the Contractor shall have a by-pass plan approved by the Owner prior to
beginning any work requiring the lift station to be shutdown. The anticipated
inflow into the lift station is approximately 360 gallons per minute.
C. If emergency back-up plan includes bypass pumping, all requirements of
Section 02960, Bypass Pumping of Existing Sewer Systems, shall be met.
D. All costs associated with the lift station shutdown and emergency backup
plan, including any and all cost associated with but not limited to bypass
pumping, power, lighting if required, shall be accounted for in Contractor's
Bid.
1.04. Construction Photographs
A. Photographically document all phases of the project including
preconstruction, construction progress, and post construction.
B. Engineer will have the right to select the subject matter and vantage point
from which photographs are to be taken.
C. Preconstruction and Post Construction
1. After Effective Date of the Agreement and before Work at Site is
started, and again upon issuance of Substantial Completion, take
photographs of Construction Site and property adjacent to perimeter of
Construction Site.
2. Particular emphasis shall be directed to structures both inside and
outside the Site.
3. Format: Digital, color
D. Construction Progress Photos
1. Photographically demonstrate progress of construction, showing every
aspect of Site and adjacent properties as well as interior and exterior
of new or impacted structures.
2. Frequency: weekly
3. Format: Digital, color
1.05. Reference Points and Surveys
A. Owner's Responsibility: Establish horizontal reference points or coordinate
system with bench marks and reference points for Contractor's use as
October 2020 01310-2
necessary to lay out Work.
B. Contractor's Responsibility:
1. Provide additional survey and layout required to layout the Work.
2. Notify the Engineer at least 3 working days in advance of time when
grade and line to be provided by Owner will be needed.
3. Check and establish exact locations of existing facilities prior to
construction of new facilities and any connections thereto.
4. In event of discrepancy in data or staking provided by Owner, request
clarification before proceeding with Work.
5. Retain professional land surveyor or civil engineer registered in state of
Project who shall perform or supervise engineering surveying
necessary for additional construction staking and layout.
6. Maintain complete accurate log of survey Work as it progresses as a
Record Document.
7. On request of Engineer, submit documentation.
8. Provide competent employee(s), tools, stakes and other equipment
and materials as Engineer may require to: establish control points,
lines, and easement boundaries; check layout, survey, and
measurement Work performed by others; and measure quantities for
payment procedures.
C. Locate and protect survey control and reference points.
1.06. Pre -Construction Meeting
A. Schedule meeting within ten (10) days of date of Notice to Proceed.
B. Contractor shall be prepared to discuss the following subjects, at a minimum:
1. Required schedules
2. Status of Bonds and insurance
3. Sequencing of critical path work items
4. Progress payment procedures
5. Project changes and clarification procedures
6. Use of site, access, office and storage areas, security and temporary
facilities
7. Major product delivery and priorities
8. Contractor's safety plan and representative
C. Attendees will include:
1. Owner's representative
2. Contractor's office representative
October 2020 01310-3
3. Contractor's resident superintendent
4. Contractor's quality control representative
5. Subcontractor's representatives whom Contractor may desire or
Engineer may request to attend
6. Engineer's representative
7. Others, as appropriate
D. Record minutes and distribute electronic copies within five (5) days after
meeting to Engineer, Owner, participants, and those affected by decisions
made.
1.07. Progress Meetings
A. Owner will schedule regular progress meetings, conducted monthly to review
the Work progress, Progress Schedule, Schedule of Submittals, Application for
Payment, contract modifications, and other matters needing discussion and
resolution.
B. Make arrangements for meetings, prepare agenda with copies for
participants, and preside at meetings.
C. Attendees will include:
1. Owner's representative(s), as appropriate
2. Contractor, subcontractors, and suppliers, as appropriate
3. Engineer's representative
4. Others, as appropriate
D. Record minutes and distribute electronic copies within five (5) days after
meeting to Engineer, Owner, participants, and those affected by decisions
made.
1.08. Other Meetings
A. As may be required by Owner and Engineer.
PART 2. PRODUCTS
(Not Used)
PART 3. EXECUTION
(Not Used)
END OF SECTION 01310
October 2020 01310-4
SECTION 01320
CONSTRUCTION PROGRESS DOCUMENTATION
PART 1 GENERAL
1.01. Summary
A. Section Includes: general requirements for the preparation, submittal,
updating, status reporting and management of the Construction Progress
Schedule.
1.02. Submittals
A. Information Submittals:
1. Preliminary Progress Schedule: Submit within 10 days after the
Effective Date of the Contract and in accordance with General
Conditions.
2. Detailed Progress Schedule:
a. Submit initial Detailed Progress Schedule within 60 days after
Effective Date of the Agreement.
b. Submit an Updated Progress Schedule at each update, in
accordance with Article Detailed Progress Schedule.
3. Submit with Each Progress Schedule Submission:
a. Contractor's certification that Progress Schedule submission is
actual schedule being utilized for execution of the Work.
b. Progress Schedule: electronic copy.
C. Narrative Progress Report: electronic copy.
4. Prior to final payment, submit a final Updated Progress Schedule.
1.03. Preliminary Progress Schedule
A. Show a detailed schedule, beginning with Notice to Proceed, for minimum
duration of 90 days, and a summary of balance of Project through Final
Completion.
B. Show activities including, but not limited to the following:
1. Notice to Proceed
2. Permits
3. Submittals, with review time. Contractor may use Schedule of
Submittals specified in Section 01330, Submittals
4. Early procurement activities for long lead equipment and materials
5. Initial Site work
6. Earthwork
7. Specified Work sequences and construction constraints
October 2020 01320-1
8. Contract Milestone and Completion Dates
9. System startup summary
10. Project close-out summary
11. Demobilization summary
C. Update Preliminary Progress Schedule monthly as part of progress payment
process. Failure to do so may result in the Owner withholding all or part of the
monthly progress payment until the Preliminary Progress Schedule is updated
in a manner acceptable to Engineer.
1.04. Detailed Progress Schedule
A. Submit Detailed Progress Schedule beginning with Notice to Proceed and
continuing through Final Completion.
B. Show the duration and sequences of activities required for complete
performance of the Work reflecting means and methods chosen by
Contractor.
C. When accepted by Engineer, Detailed Progress Schedule will replace
Preliminary Progress Schedule and become Baseline Schedule. Subsequent
revisions will be considered as Updated Progress Schedules.
D. Update monthly to reflect actual progress and occurrences to date, including
weather delays.
1.05. 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. Maintain monthly updates to schedule.
1.06. Progress of the Work
A. Updated Progress Schedule shall reflect:
1. Progress of Work to within 5 working days prior to submission.
2. Approved changes in Work scope and activities modified since
submission.
3. Delays in Submittals or resubmittals, deliveries, or Work.
4. Adjusted or modified sequences of Work.
5. Other identifiable changes.
6. Revised projections of progress and completion.
B. Produce detailed subschedules during Project, upon request of Owner or
Engineer, to further define critical portions of the Work such as facility
shutdowns.
October 2020 01320-2
C. If Contractor fails to complete activity by its latest scheduled completion date
and this Failure is anticipated to extend Contract Times (or Milestones),
Contractor shall, within 7 days of such failure, submit a written statement as
to how Contractor intends to correct nonperformance and return to
acceptable current Progress Schedule. Actions by Contractor to complete the
Work within Contract Times (or Milestones) will not be justification for
adjustment to Contract Price or Contract Times.
D. Owner may order Contractor to increase plant, equipment, labor force or
working hours if Contractor fails to:
1. Complete a Milestone activity by its completion date.
2. Satisfactorily execute Work as necessary to prevent delay to overall
completion of Project, at no additional cost to Owner.
1.07. Narrative Progress Report
A. Format:
1. Organize same as Progress Schedule.
2. Identify on cover letter the reporting period, date submitted, and name
of report author.
B. Contents:
1. Number of days worked over the period, work force on hand,
construction equipment on hand (including utility vehicles such as
pickup trucks, maintenance vehicles, stake trucks).
2. General progress of Work, including a listing of activities started and
completed over the reporting period, mobilization/demobilization of
subcontractors, and major milestones achieved.
3. Contractor's plan for management of Site (e.g., lay down and staging
areas, construction traffic), utilization of construction equipment,
buildup of trade labor, and identification of potential Contract changes.
4. Identification of new activities and sequences as a result of executed
Contract changes
5. Documentation of weather conditions over the reporting period, and
any resulting impacts to the work.
6. Description of actual or potential delays, including related causes, and
the steps taken or anticipated to mitigate their impact.
7. Changes to activity logic.
8. Changes to the critical path.
9. Identification of, and accompanying reason for, any activities added or
deleted since the last report.
10. Steps taken to recover the schedule from Contractor -caused delays.
October 2020 01320-3
1.08. Schedule Acceptance
A. Engineer's acceptance will demonstrate agreement that:
1. Proposed schedule is accepted with respect to:
a. Contract Times, including Final Completion and all intermediate
Milestones are within the specified times.
b. Specified Work sequences and constraints are shown as
specified.
C. Access restrictions are accurately reflected.
d. Startup and testing times are as specified.
e. Submittal review times are as specified.
2. In all other respects, Engineer's acceptance of Contractor's schedule
indicates that, in Engineer's judgement, schedule represents
reasonable plan for constructing Project in accordance with the
Contract Documents. Engineer's review will not make any change in
Contract requirements. Lack of comment on any aspect of schedule
that is not in accordance with the Contract Documents will not thereby
indicate acceptance of that change, unless Contractor has explicitly
called the nonconformance to Engineer's attention in submittal.
Schedule remains Contractor's responsibility and Contractor retains
responsibility for performing all activities, for activity durations, and for
activity sequences required to construct Project in accordance with the
Contract Documents.
B. Unacceptable Preliminary Progress Schedule:
1. Make requested corrections; resubmit within 10 days.
2. Until acceptable to Engineer as Baseline Progress Schedule, continue
review and revision process, during which time Contractor shall update
schedule on a monthly basis to reflect actual progress and
occurrences to date.
C. Unacceptable Detailed Progress Schedule:
1. Make requested corrections; resubmit within 10 days.
2. Until acceptable to Engineer as Baseline Progress Schedule, continue
review and revision process.
D. Narrative Report: All changes to activity duration and sequences, including
addition or deletion of activities subsequent to Engineer's acceptance of
Baseline Progress Schedule, shall be delineated in Narrative Report current
with proposed Updated Progress Schedule.
1.09. Adjustment of Contract Times
A. Reference Section 01250, Contract Modification Procedures.
B. Evaluation and reconciliation of Adjustments of Contract Times shall be based
October 2020 01320-4
on the Updated Progress Schedule at the time of proposed adjustment or
claimed delay.
C. Claims Based on Contract Times:
1. Where Engineer has not yet rendered formal decision on Contractor's
Claim for adjustment of Contract Times, and parties are unable to
agree as to amount of adjustment to be reflected in Progress
Schedule, Contractor shall reflect an interim adjustment in the
Progress Schedule as acceptable to Engineer.
2. It is understood and agreed that such interim acceptance will not be
binding on either Contractor or Owner, and will be made only for the
purpose of continuing to schedule Work until such time as formal
decision has been rendered as to an adjustment, if any, of the Contract
Times.
3. Contractor shall revise Progress Schedule prepared thereafter in
accordance with Engineer's formal decision.
PART 2 PRODUCTS
(NOT USED)
PART 3 EXECUTION
(NOT USED)
END OF SECTION 01320
October 2020 01320-5
No Text
SECTION 01330
SUBMITTALS
PART 1. GENERAL
1.01. Summary
A. Section includes:
1. General requirements of submissions applicable to the following
submittals:
a. Shop Drawings
b. Product Data
C. Samples
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Definitions
A. Action Submittal: Written and graphic information submitted by Contractor
that requires Engineer's approval.
B. Informational Submittal: Information submitted by Contractor that requires
Engineer's review and determination that submitted information is in
accordance with the Conditions of the Contract.
1.03. Procedures
A. Direct submittals to Owner Representative at the following, unless specified
otherwise.
1. For all submittals: Submit one (1) electronic copy to Project Sharepoint
Site.
2. For 0&M Data Submittals: In addition to the electronic copy uploaded
to Project Sharepoint, submit one (1) hard copy to:
a. Provenance Engineering
Attn: Felicia Sanford
5049 Edwards Ranch Road, 4t" Floor
Fort Worth, TX 76109
B. Transmittal of Submittal
1. Contractor shall:
a. Review each submittal and check for compliance with Contract
Documents.
b. Stamp each submittal with uniform approval stamp before
submitting to Engineer.
October 2020 01330-1
1) Stamp to include Project name, submittal number,
Specification number, Contractor's reviewer name, date
of Contractor's approval, and statement certifying
submittal has been reviewed, checked, and approved for
compliance with Contract Documents.
2) Engineer will not review submittals that do not bear
Contractor's approval stamp and will return them
without action.
2. Complete, sign and transmit with each submittal package, one
Transmittal of Contractor's Submittal form attached at the end of this
Section.
3. Identify each submittal with the following:
a. Numbering and Tracking System:
1) Sequentially number each submittal
2) Resubmission of submittal shall have original number
with sequential alphabetic suffix
b. Specification section and paragraph and Drawings sheet and
detail to which submittal applies
C. Project title and Engineer's project number
d. Date of transmittal
e. Names of Contractor, Subcontractor or Supplier, and
manufacturer as appropriate
4. Identify and describe each deviation or variation from Contract
Documents.
C. Format:
1. Do not base Shop Drawings on reproductions of Contract Documents.
2. Package submittal information by individual Specification section. Do
not combine different Specification sections together in one submittal
package, unless directed in Specification.
3. Present in a clear and thorough manner and in sufficient detail to show
kind, size, arrangement, and function of components, materials, and
devices.
4. Index with labeled tab dividers or bookmarks in orderly manner.
D. Timeliness: Schedule and submit in accordance Schedule of Submittals, and
requirements of individual Specification sections.
E. Processing Time:
1. Time for review shall commence on Engineer's receipt of submittal.
2. Engineer will act upon Contractor's submittal and transmit response to
October 2020 01330-2
Contractor not later than 30 days after receipt, unless otherwise
specified.
3. Resubmittals will be subject to same review time.
4. No adjustment of Contract Time or Price will be allowed due to delays
in progress of Work caused by rejection and subsequent resubmittals.
F. Resubmittals: Clearly identify each correction or change made.
G. Incomplete Submittals:
1. Engineer will return entire submittal for Contractor's revision if
preliminary review deems it incomplete.
2. When any of the following are missing, submittal will be deemed
incomplete:
a. Contractor's review stamp; completed and signed.
b. Transmittal of Contractor's Submittal; completed and signed.
H. Submittals not required by Contract Documents:
1. Will not be reviewed and will be returned and stamped "Not Subject to
Review."
1.04. Action Submittals
A. Prepare and submit Action Submittals required by individual Specification
sections.
B. Shop Drawings:
1. Copies: No hard copies required. Contractor shall submit one
electronic copy to the Project Sharepoint Site for Engineer's review.
Electronic copy shall contain all submitted data in PDF format and
shall have appropriate bookmarks to match submittals table of
contents.
2. Identify and Indicate:
a. Applicable Contract Drawing and Detail number, products, units
and assemblies, and system or equipment identification or tag
numbers.
b. Equipment and Component Title: Identical to title shown on
Drawings.
C. Critical field dimensions and relationships to other critical
features of Work. Note dimensions established by field
measurement.
d. Project specific information drawn accurately to scale.
3. Manufacturer's standard schematic drawings and diagrams as follows:
a. Modify to delete information that is not applicable to the Work.
October 2020 01330-3
b. Supplement standard information to provide information
specifically applicable to the Work.
4. Product Data: Provide as specified in individual Specifications.
5. Foreign Manufacturers: When proposed, include following additional
information:
a. Names and addresses of at least two companies that maintain
technical service representatives close to Project.
b. Complete list of spare parts and accessories for each piece of
equipment.
C. Samples
1. When required by the Engineer or where noted in other sections,
samples of materials shall be submitted for approval.
D. Action Submittal Disposition: Engineer will review, mark, and stamp as noted:
1. Approved: Contractor may incorporate product(s) or implement Work
covered by submittal.
2. Approved as Noted: Contractor may incorporate product(s) or
implement Work covered by submittal, in accordance with Engineer's
notations.
3. Partial Approval, Resubmit as Noted: Make corrections or obtain
missing portions, and resubmit. Except for portions indicated,
Contractor may begin to incorporate product(s) or implement Work
covered by submittal, in accordance with Engineer's notations.
4. Revise and Resubmit: Contractor may not incorporate product(s) or
implement Work covered by submittal.
1.05. Informational Submittals
A. General:
1. Copies: No hard copies required. Contractor shall submit one
electronic copy to the Project Sharepoint Site for Engineer's review.
Electronic copy shall contain all submitted data in PDF format and
shall have appropriate bookmarks to match submittals table of
contents.
2. Engineer will review each submittal. If submittal meets conditions of
the Contract, Engineer will notify appropriate parties. If Engineer
determines submittal does not meet conditions of the Contract and is
therefore considered unacceptable, Engineer will provide review
comments to Contractor, and require that submittal to be corrected
and resubmitted.
B. Application for Payment: In accordance with Section 01290, Payment
Procedures.
October 2020 01330-4
C. Certificates:
1. General:
a. Provide notarized statement that includes signature of entity
responsible for preparing certification.
b. Signed by officer or other individual authorized to sign
documents on behalf of that entity.
2. Welding: In accordance with individual Specification sections.
3. Installer: Prepare written statements on manufacturer's letterhead
certifying installer complies with requirements as specified individual
Specification sections.
4. Material Test: Prepared by qualified testing agency, on testing agency's
standard form, indicating and interpreting test results of material for
compliance with requirements.
5. Certificates of Successful Testing or Inspection: Submit when testing or
inspection is required by Laws and Regulations or governing agency or
specified in individual Specification sections.
6. Manufacturer's Certificate of Compliance
7. Manufacturer's Certificate of Proper Installation
D. Construction Photographs: In accordance with Section 01310, Project
Coordination and Meetings, and otherwise required in Contract Documents.
E. Closeout Submittals: In accordance with Section 01770, Closeout
Requirements.
F. Contractor -design Data (related to temporary construction):
1. Written and graphic information
2. List of assumptions
3. List of performance and design criteria
4. Summary of loads or load diagram, if applicable
5. Calculations
6. List of applicable codes and regulations
7. Name and version of software
8. Information requested in individual Specification sections
G. Manufacturer's Instructions: Written or published information that documents
manufacturer's recommendations, guidelines, and procedures in accordance
with individual Specification sections.
H. Operation and Maintenance Data: In accordance with Section 01780,
Operation and Maintenance Data.
October 2020 01330-5
Schedules:
1. Schedule of Submittals: Prepare separately or in combination with
Progress Schedule as specified in Section 01320, Construction
Progress Documentation.
a. Show for each, at a minimum, the following:
1) Specification section number
2) Identification by numbering and tracking system as
specified under Paragraph Transmittal of Submittal
3) Estimated date of submission to Engineer, including
review and processing time
b. On a monthly basis, submit updated schedule to Engineer if
changes have occurred or resubmittals are required.
2. On a monthly basis, submit updated schedule to Engineer if changes
have occurred or resubmittals are required.
3. Schedule of Values: In accordance with Section 01290, Payment
Procedures.
4. Schedule of Estimated Progress Payments: In accordance with Section
01290.
5. Progress Schedules: In accordance with Section 01320, Construction
Progress Documentation.
Special Guarantee: Supplier's written guarantee as required in individual
Specification sections.
K. Statement of Qualification: Evidence of qualification, certification, or
registration as required in Contract Documents to verify qualifications of
professional land surveyor, engineer, materials testing laboratory, specialty
subcontractor, trade, specialist, consultant, installer, and other professionals.
L. Submittals Required by Laws, Regulations, and Governing Agencies:
1. Promptly submit notifications, reports, certifications, payrolls, and
otherwise as may be required, directly to the applicable federal, state,
or local governing agency or their representative.
2. Transmit to Engineer for Owner's records one copy of correspondence
and transmittals (to include enclosures and attachments) between
Contractor and governing agency.
1.06. Product Warranties
A. The Contractor shall submit copies of complete manufacturer's warranty
against product defects for a period not less than one year from date of
installation for all products and equipment installed as part of this Contract.
1.07. Testing Data Certificates
A. Product testing shall comply with all respective AWWA or ASTM standards.
October 2020 01330-6
The certificates of compliance shall be electronically scanned and submitted
to the Engineer.
1.08. Test Reports
A. Submit certified test reports for each test required in accordance with
individual Specification sections.
1.09. Supplements
A. The supplement listed below, following "End of Section," is part of this
Specification.
1. From: Transmittal of Contractor's Submittal.
PART 2. PRODUCTS
(NOT USED)
PART 3. EXECUTION
(NOT USED)
END OF SECTION 01330
October 2020 01330-7
No Text
•hlfe
'= PROVENANCE
ENGINEERING
Rooted to Be UniquefyDOffereni
TRANSMITTAL OF CONTRACTOR'S SUBMITTAL
(ATTACHED TO EACH SUBMITTAL)
Date: Project:
To: Project No.:
From: Submittal No.:
Specification Section No.:
(Cover only one section with each transmittal)
Submittal Type: ❑Shop Drawing ❑Informational ❑Sample
The following items are hereby submitted:
Description of Item Submitted (Type,
Size, Model Number, Etc.)
Spec. and Para. No.
Drawing or
Brochure Number
Contains
Variation to
Contract
(YES OR NO)
CONTRACTOR hereby certifies that (i) CONTRACTOR has complied with the requirements of Contract
Documents in preparation, review, and submission of designated Submittal and (ii) the Submittal
is complete and in accordance with the Contract Documents and requirements of laws and
regulations and governing agencies.
By:
CONTRACTOR
(Authorized Signature)
No Text
SECTION 01350
SPECIAL PROJECT PROCEDURES
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. The procedures for special project circumstances that includes, but is
not limited to:
a. Coordination with the Texas Department of Transportation
b. Work near High Voltage Lines
C. Confined Space Entry Program
d. Air Pollution Watch Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Department Notification
g. Public Notification Prior to Beginning Construction
h. Coordination with United States Army Corps of Engineers
i. Coordination within Railroad permits areas
j. Dust Control
k. Employee Parking
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. References
A. Reference Standards
1. Reference standards cited in this Specification refer to the current
reference standard published at the time of the latest revision date
logged at the end of this Specification, unless a date is specifically
cited.
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety,
Chapter 752. High Voltage Overhead Lines.
3. City of Lubbock Minimum Design Standards and Specifications
1.03. Administrative Requirements
A. Coordination with the Texas Department of Transportation
1. When work in the right-of-way which is under the jurisdiction of the
Texas Department of Transportation (TxDOT):
October 2020 01350-1
a. Notify the Texas Department of Transportation prior to
commencing any work therein in accordance with the provisions
of the permit
b. All work performed in the TxDOT right-of-way shall be performed
in compliance with and subject to approval from the Texas
Department of Transportation
B. Work near High Voltage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (more than 600 volts
measured between conductors or between a conductor and the
ground) shall be in accordance with Health and Safety Code,
Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require
the following safety features
a. Insulating cage -type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or
dippers
C. Equipment must meet the safety requirements as set forth by
OSHA and the safety requirements of the owner of the high
voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: Lubbock Power & Light)
a) Maintain an accurate log of all such calls to power
company and record action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de -energize
the lines, or raise or lower the lines
C. No personnel may work within 6 feet of a high voltage line
before the above requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in
accordance with OSHA requirements.
2. Confined Spaces include:
October 2020 01350-2
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit
Required for Confined Spaces
D. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will
apply:
a. Public Notification
1) Submit notice to Owner and proof of adequate insurance
coverage, 24 hours prior to commencing.
2) Minimum 24-hour public notification in accordance with
Section 01310, Project Management Coordination.
E. Water Department Coordination
1. During the construction of this project, it might be necessary to
deactivate, for a period of time, existing lines. The Contractor shall be
required to coordinate with the Water Department to determine the
best times for deactivating and activating those lines.
2. Coordinate any event that will require connecting to or the operation of
an existing Owner water line system with the Owner's representative.
a. If needed, obtain a hydrant water meter from the Water
Department for use during the life of named project.
b. In the event that a water valve on an existing live system be
turned off and on to accommodate the construction of the
project is required, coordinate this activity through the
appropriate Owner representative.
1) Do not operate water line valves of existing water system.
a) Failure to comply will render the Contractor in
violation of Texas Penal Code Title 7, Chapter
28.03 (Criminal Mischief) and the Contractor will
be prosecuted to the full extent of the law.
b) In addition, the Contractor will assume all
liabilities and responsibilities as a result of these
actions.
F. Public Notification Prior to Beginning Construction
1. Prior to beginning construction on any block in the project, on a block
by block basis, prepare and deliver a notice or flyer of the pending
construction to the front door of each residence or business that will
be impacted by construction. The notice shall be prepared as follows:
a. Post notice or flyer 7 days prior to beginning any construction
activity on each block in the project area.
October 2020 01350-3
G
1) Prepare flyer on the Contractor's letterhead and include
the following information:
a)
Name of Project
b)
Owner Project No
c)
Scope of Project (i.e. type of construction activity)
d)
Actual construction duration within the block
e)
Name of the contractor's foreman and phone
number
f) Name of the Owner's inspector and phone number
g) Owner's after-hours phone number
2) Submit schedule showing the construction start and
finish time for each block of the project to the inspector.
3) Deliver flyer to the Owner Inspector for review prior to
distribution.
b. No construction will be allowed to begin on any block until the
flyer is delivered to all residents of the block.
Public Notification of Temporary Water Service Interruption during
Construction
1. In the event it becomes necessary to temporarily shut down water
service to residents or businesses during construction, prepare and
deliver a notice or flyer of the pending interruption to the front door of
each affected resident.
2. Prepared notice as follows:
a. The notification or flyer shall be posted 24 hours prior to the
temporary interruption.
b. Prepare flyer on the contractor's letterhead and include the
following information:
1) Name of the project
2) Owner Project Number
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor's foreman and phone number
6) Name of the Owner's inspector and phone number
C. Deliver a copy of the temporary interruption notification to the
Owner inspector for review prior to being distributed.
d. No interruption of water service can occur until the flyer has
been delivered to all affected residents and businesses.
October 2020 01350-4
e. Electronic versions of the sample flyers can be obtained from
the Project Construction Inspector.
H. Coordination with United States Army Corps of Engineers (USACE)
1. At locations in the Project where construction activities occur in areas
where USACE permits are required, meet all requirements set forth in
each designated permit.
I. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of
waste water.
b. If wet saw cutting is performed, capture and properly dispose of
slurry.
J. Employee Parking
1. Provide parking for employees at locations approved by the Owner.
PART 2. PRODUCTS
(Not Used)
PART 3. EXECUTION
(Not Used)
END OF SECTION 01350
October 2020 01350-5
No Text
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. Provide temporary facilities and controls needed for the Work
including, but not necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
C. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Price and Payment Procedures
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various
Items bid. No separate payment will be allowed for this Item.
1.03. Submittals
A. Information Submittals:
1. Copies of permits and approvals for construction as required by Laws
and Regulations and governing agencies.
2. Temporary Construction Submittals:
a. Contractor's field office, storage yard, and storage building
plans, including gravel surfaced area.
b. Staging area location plan.
1.04. Administrative Requirements
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for
temporary services.
b. Abide by rules and regulations of utility service companies or
authorities having jurisdiction.
October 2020 01500-1
C. Be responsible for utility service costs until Work is approved for
Final Acceptance.
1) Included are fuel, power, light, heat and other utility
services necessary for execution, completion, testing
and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with
Work to be performed and for specified tests of piping,
equipment, devices or other use as required for the completion
of the Work.
b. Provide and maintain adequate supply of potable water for
domestic consumption by Contractor personnel and Owner's
Project Representatives.
C. Coordination
1) Contact Owner one week before water for construction is
desired
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City of Lubbock for
payment as billed by City's established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for
Work, including testing of Work.
1) Provide power for lighting, operation of equipment, or
other use.
b. Electric power service includes temporary power service or
generator to maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by
Contractor personnel and others performing work or furnishing
services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or
completion of Work.
b. Provide temporary heat and ventilation to assure safe working
conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of
October 2020 01500-2
health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
C. Collect and store sewage and waste so as not to cause
nuisance or health problem.
d. Haul sewage and waste off -site at no less than weekly intervals
and properly dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained
throughout Project.
4. Remove facilities at completion of Project.
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage
facilities with floor above ground level for materials and equipment
susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on
blocks off ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for
identification, inspection and inventory.
4. Equip building with lockable doors and lighting and provide electrical
service for equipment space heaters and heating or ventilation as
necessary to provide storage environments acceptable to specified
manufacturers.
5. Fill and grade site for temporary structures to provide drainage away
from temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in
contract documents
E. Dust Control
1. Contractor is responsible for maintaining dust control through the
duration of the project.
a. Contractor remains on -call at all times
b. Must respond in a timely manner
October 2020 01500-3
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from
damage due to weather.
PART 2. PRODUCTS
(Not Used)
PART 3. EXECUTION
3.01. Installation
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities
as needed.
3.02. Closeout Activities
A. Temporary Facilities
1. Remove all temporary facilities and restore area after completion of
the Work, to a condition equal to or better than prior to start of Work.
END OF SECTION 01500
October 2020 01500-4
SECTION 01570
STORM WATER POLLUTION PREVENTION PLAN
PART 1. GENERAL
1.01. Summary
A. Section Includes: Procedures for Storm Water Pollution Prevention Plans
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms and Conditions of
the Contract
2. Division 1 - General Requirements
3. Section 01290, Payment Procedures
4. Section 01330, Submittals
1.02. Measurement and Payment
A. Measurement
1. Measurement of this Item will be by lump sum.
B. Payment
1. The Work performed and materials furnished in accordance with this
Item will be paid for at the lump sum price bid for "Provide and
Maintain a SWPPP".
1.03. References
A. Abbreviations and Acronyms
1. Notice of Intent: N01
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
B. Reference Standards
1. Reference standards cited in this Specification refer to the current
reference standard published at the time of the latest revision date
logged at the end of this Specification, unless a date is specifically
cited.
2. Integrated Storm Management (iSWM) Technical Manual for
Construction Controls
1.04. Administrative Requirements
A. Prior to disturbance of construction area, Contractor shall coordinate with the
City of Lubbock Engineering Department to develop a site -specific Storm
October 2020 01570-1
Water Pollution Prevention Plan.
B. SWPPP measures shall conform to the integrated Stormwater Management
(iSWM) criteria developed by the North Central Texas Council of Governments.
C. SWPPP measures shall be installed prior to construction and shall be
maintained throughout the construction until final stabilization.
D. General: Contractor is responsible for resolution and payment of any fines
issued associated with compliance to Stormwater Pollution Prevention Plan.
E. Construction Activities resulting in:
1. Small Construction Site
a. Provide SWPPP as noted on Drawings.
1.05. Submittals
A. SWPPP
1. Submit in accordance with Section 01330, Submittals except as stated
herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of
SWPPP to the Engineer and Owner as follows:
1) One copy to the Engineer
a) Engineer will forward to the Owner Project Manager
who will forward to the City Engineering Department
for review
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP
to the Engineer in accordance with this Section.
PART 2. PRODUCTS
(Not Used)
PART 3. EXECUTION
(Not Used)
END OF SECTION 01570
October 2020 01570-2
SECTION 01600
PRODUCT REQUIREMENTS
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. References for Product Requirements and City Standard Products List
2. Environmental Requirements
3. Preparation for Shipment
4. Delivery and Inspection
5. Storage, Handling and Protection
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Administrative Requirements
A. A list of Owner approved products for use is available through the Owner's
website at:
1. https://ci.lubbock.tx.us/storage/images/vNfCEvZUYWCN7zuCs5EWPL
S 13 Pgd pOevc E 1S9x9R. pdf
B. Only products specifically included on Owner's Standard Product List shall be
allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon
specific approval by the Owner.
C. The Owner reserves the right to not allow products to be used for certain
projects even though the product is listed on the Owner's Standard Product
List.
D. Although a specific product is included on Owner's Standard Product List, not
all products from that manufacturer are approved for use, including but not
limited to, that manufacturer's standard product.
E. See Section 01330, Submittals for submittal requirements of Product Data
included on Owner's Standard Product List.
1.03. Environmental Requirements
A. Altitude: Provide materials and equipment suitable for installation and
operation under rated conditions at approximately 3,200 feet above sea level.
B. Temperature: Provide equipment and devices installed outdoors or in
unheated enclosures capable of continuous operation within an ambient
temperature range of 25 degrees F to 110 degrees F.
October 2020 01600-1
1.04. Preparation for Shipment
A. When practical, factory assemble products. Mark or tag separate parts and
assemblies to facilitate field assembly. Cover machined and unpainted parts
that may be damaged by the elements with strippable protective coating.
B. Package products to facilitate handling and protect from damage during
shipping, handling, and storage. Mark or tag outside of each package or crate
to indicate its purchase order number, bill of lading number, contents by
name, name of Project and Contractor, equipment number, and approximate
weight. Include complete packing list and bill of materials with each shipment.
C. Extra Materials, Special Tools, Test Equipment, and Expendables:
1. Furnish as required by individual Specifications.
2. Schedule:
a. Ensure that shipment and delivery occurs concurrent with
shipment of associated equipment.
b. Transfer to Owner shall occur immediately subsequent to
Contractor's acceptance of equipment from Supplier.
3. Packaging and Shipment:
a. Package and ship extra materials and special tools to avoid
damage during longterm storage in original cartons insofar as
possible, or in appropriately sized, hinged -cover, wood, plastic,
or metal box.
b. Prominently displayed on each package, the following:
1) Manufacturer's part nomenclature and number,
consistent with Operation and Maintenance Manual
identification system.
2) Applicable equipment description.
3) Quantity of parts in package.
4) Equipment manufacturer.
4. Deliver materials to Site. Notify Owner upon arrival for transfer of
materials.
5. Replace extra materials and special tools found to be damaged or
otherwise inoperable at time of transfer to Owner.
D. Request a minimum 7-day advance notice of shipment from manufacturer.
Upon receipt of manufacturer's advance notice of shipment, promptly notify
Owner of anticipated date and place of equipment arrival.
E. Factory Test Results: Reviewed and accepted by Engineer before product
shipment as required in individual Specification sections.
October 2020 01600-2
1.05. Delivery and Inspection
A. Deliver products in accordance with accepted current Progress Schedule and
coordinate to avoid conflict with the Work and conditions at Site.
B. Deliver products in undamaged condition, in manufacturer's original container
or packaging, with identifying labels intact and legible. Include on label, date
of manufacture and shelf life, where applicable.
C. Unload products in accordance with manufacturer's instructions for unloading
or as specified. Record receipt of products at Site. Promptly inspect for
completeness and evidence of damage during shipment.
D. Remove damaged products from Site and expedite delivery of identical new
undamaged products, and remedy incomplete or lost products to provide that
specified, so as not to delay progress of the Work.
1.06. Handling, Storage, and Protection
A. Handle and store products in accordance with manufacturer's written
instructions and in a manner to prevent damage. Store in approved storage
yards or sheds provided in accordance with Section 01500, Temporary
Facilities and Controls. Provide manufacturer's recommended maintenance
during storage, installation, and until products are accepted for use by Owner.
B. Manufacturer's instructions for material requiring special handling, storage, or
protection shall be provided prior to delivery of material.
C. Arrange storage in a manner to provide easy access for inspection. Make
periodic inspections of stored products to assure that products are
maintained under specified conditions, and free from damage or
deterioration. Keep running account of products in storage to facilitate
inspection and to estimate progress payments for products delivered, but not
installed in the Work.
D. Store electrical, instrumentation, and control products, and equipment with
bearings in weather -tight structures maintained above 60 degrees F. Protect
electrical, instrumentation, and control products, and insulate against
moisture, water, and dust damage. Connect and operate continuously space
heaters furnished in electrical equipment.
E. Store fabricated products above ground on blocking or skids, and prevent
soiling or staining. Store loose granular materials in well -drained area on solid
surface to prevent mixing with foreign matter. Cover products that are subject
to deterioration with impervious sheet coverings; provide adequate ventilation
to avoid condensation
F. Store finished products that are ready for installation in dry and well -ventilated
areas. Do not subject to extreme changes in temperature or humidity.
G. After installation, provide coverings to protect products from damage due to
traffic and construction operations. Remove coverings when no longer
needed.
October 2020 01600-3
H. Hazardous Materials: Prevent contamination of personnel, storage area, and
Site. Meet requirements of product specification, codes, and manufacturer's
instructions.
PART 2. PRODUCTS
2.01. General
A. Provide manufacturer's standard materials suitable for service conditions,
unless otherwise specified in the individual Specifications.
B. Where product specifications include a named manufacturer, with or without
model number, and also include performance requirements, named
manufacturer's products must meet the performance specifications.
C. Like items of products furnished and installed in the Work shall be end
products of one manufacturer and of the same series or family of models to
achieve standardization for appearance, operation and maintenance, spare
parts and replacement, manufacturer's services, and implement same or
similar process instrumentation and control functions in same or similar
manner.
D. Do not use materials and equipment removed from existing premises, except
as specifically permitted by Contract Documents.
E. Provide interchangeable components of the same manufacturer, for similar
components, unless otherwise specified.
F. Equipment, Components, Systems, and Subsystems: Design and manufacture
with due regard for health and safety of operation, maintenance, and
accessibility, durability of parts, and shall comply with applicable OSHA, state,
and local health and safety regulations.
G. Regulatory Requirement: Coating materials shall meet federal, state, and local
requirements limiting the emission of volatile organic compounds and for
worker exposure.
H. Safety Guards: Provide for all belt or chain drives, fan blades, couplings, or
other moving or rotary parts. Cover rotating part on all sides. Design for easy
installation and removal. Use 16-gauge or heavier; galvanized steel, aluminum
coated steel, or galvanized or aluminum coated 1/2-inch mesh expanded
steel. Provide galvanized steel accessories and supports, including bolts. For
outdoors application, prevent entrance of rain and dripping water.
I. Authority Having Jurisdiction (AHJ):
1. Provide the Work in accordance with NFPA 70, National Electrical Code
(NEC). Where required by the AHJ, material and equipment shall be
labeled or listed by a nationally recognized testing laboratory or other
organization acceptable to the AHJ in order to provide a basis for
approval under NEC.
2. Materials and equipment manufactured within the scope of standards
published by Underwriters Laboratories, Inc. shall conform to those
October 2020 01600-4
standards and shall have an applied UL listing mark.
J. Equipment Finish:
1. Provide manufacturer's standard finish and color, except where
specific color is indicated.
2. If manufacturer has no standard color, provide equipment with gray
finish as approved by Owner.
K. Special Tools and Accessories: Furnish to Owner, upon acceptance of
equipment, all accessories required to place each item of equipment in full
operation. These accessory items include, but are not limited to, adequate oil
and grease (as required for first lubrication of equipment after field testing),
light bulbs, fuses, hydrant wrenches, valve keys, handwheels, chain operators,
special tools, and other spare parts as required for maintenance.
L. Lubricant: Provide initial lubricant recommended by equipment manufacturer
in sufficient quantity to fill lubricant reservoirs and to replace consumption
during testing, startup, and operation until final acceptance by Owner.
2.02. Fabrication and Manufacturer
A. General:
1. Manufacture parts to U.S.A. standard sizes and gauges.
2. Two or more items of the same type shall be identical, by the same
manufacturer, and interchangeable.
3. Design structural members for anticipated shock and vibratory loads.
4. Use 1/4-inch minimum thickness for steel that will be submerged,
wholly or partially, during normal operation.
5. Modify standard products as necessary to meet performance
specifications.
B. Lubrication System:
1. Require no more than weekly attention during continuous operation.
2. Convenient and accessible; oil drains with bronze or stainless steel
valves and fill -plugs easily accessible from the normal operating area
or platform. Locate drains to allow convenient collection of oil during oil
changes without removing equipment from its installed position.
3. Provide constant -level oilers or oil level indicators for oil lubrication
systems.
4. For grease type bearings, which are not easily accessible, provide and
install stainless steel tubing; protect and extend tubing to convenient
location with suitable grease fitting.
2.03. Source Quality Control
A. Where Specifications call for factory testing to be witnessed by Engineer,
October 2020 01600-5
notify Engineer not less than 14 days prior to scheduled test date, unless
otherwise specified.
B. Calibration Instruments: Bear the seal of a reputable laboratory certifying
instrument has been calibrated within the previous 12 months to a standard
endorsed by the National Institute of Standards and Technology (NIST).
C. Factory Tests: Perform in accordance with accepted test procedures and
document successful completion.
PART 3. EXECUTION
3.01. Inspection
A. Inspect materials and equipment for signs of pitting, rust decay, or other
deleterious effects of storage. Do not install material or equipment showing
such effects. Remove damaged material or equipment from the Site and
expedite delivery of identical new material or equipment. Delays to the Work
resulting from material or equipment damage that necessitates procurement
of new products will be considered delays within Contractor's control.
3.02. Installation
A. Equipment Drawings show general locations of equipment, devices, and
raceway, unless specifically dimensioned.
B. No shimming between machined surfaces is allowed.
C. Install the Work in accordance with NECA Standard of Installation, unless
otherwise specified.
D. Repaint painted surfaces that are damaged prior to equipment acceptance.
E. Do not cut or notch any structural member or building surface without specific
approval of Engineer.
F. Handle, install, connect, clean, condition, and adjust products in accordance
with manufacturer's instructions, and as may be specified. Retain a copy of
manufacturers' instruction at Site, available for review at all times.
G. For material and equipment specifically indicated or specified to be reused in
the work:
1. Use special care in removal, handling, storage, and reinstallation to
assure proper function in the completed Work.
2. Arrange for transportation, storage, and handling of products that
require offsite storage, restoration, or renovation. Include costs for
such work in the Contract Price.
3.03. Adjustment and Cleaning
A. Perform required adjustments, tests, operation checks, and other startup
activities.
END OF SECTION 01600
October 2020 01600-6
SECTION 01740
CLEANING
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning
of closed systems specified elsewhere.
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Price and Payment Procedures
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various
Items bid. No separate payment will be allowed for this Item.
1.03. Administrative Requirements
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants
disturbed by cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately
prior to final inspection.
1.04. Storage and Handling
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically
designed for those materials.
PART 2. PRODUCTS
2.01. Materials
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
October 2020 01740-1
PART 3. EXECUTION
3.01. Cleaning
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and
safety orders of governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint
thinner in storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal
site or in an alternate manner approved by Owner and regulatory
agencies.
6. Handle materials in a controlled manner with as few handlings as
possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment
associated with this project.
8. Remove all signs of temporary construction and activities incidental to
construction of required permanent Work.
9. If project is not cleaned to the satisfaction of the Owner, the Owner
reserves the right to have the cleaning completed at the expense of
the Contractor.
10. Do not burn on -site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety, or
convenience of personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris, and
rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
C. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as -needed basis, until Final
Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured
items, which may become airborne or transported by flowing water
during the storm.
October 2020 01740-2
C. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re -seed areas disturbed by location of trash and debris
containers to a condition equal to or better condition.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any
other object that may hinder or disrupt the flow of traffic along the
roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes,
structures, junction boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon
approval by Owner, remove erosion control from site.
5. Clean signs, lights, signals, etc.
END OF SECTION 01740
October 2020 01740-3
No Text
SECTION 01770
CLOSEOUT REQUIREMENTS
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. The procedure for closing out a contract.
2. Project Record Documents
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Price and Payment Procedures
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various
Items bid. No separate payment will be allowed for this Item.
1.03. Administrative Requirements
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees,
bonds, certificates, licenses and affidavits required for Work or
equipment as specified are satisfactorily filed with the Owner.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory
evidence of release of liens has been submitted to the Owner.
1.04. Submittals
A. Informational Submittals:
1. Submit prior to application for final payment.
a. Record Documents: Final complete annotated Record
Documents.
b. Approved Shop Drawings and Samples: As required in the
General Conditions.
C. Special bonds, Special guarantees, and Service Agreements.
d. Consent of Surety to Final Payment: As required in General
Conditions.
e. Releases or Waivers of Liens and Claims: As required in General
Conditions.
October 2020 01770-1
f. Release from Agreements.
g. Final Application for Payment: Submit in accordance with
Section 01290, Payment Procedures.
h. Extra Materials: As required by individual Specification sections.
1.05. Record Documents
A. Quality Assurance:
1. Furnish qualified and experienced person, whose duty and
responsibility shall be to maintain record documents.
2. Accuracy of Records:
a. Coordinate changes within record document, making legible
and accurate entries on each sheet of Drawings and other
documents where such entry is required to show change.
b. Purpose of Project Record Documents is to document factual
information regarding aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed
without lengthy and expensive Site measurement, investigation,
and examination.
3. Make entries within 24 hours after receipt of information that a change
in the Work has occurred.
4. Prior to submitting each request for progress payment, request
Engineer's review and approval or current status of record documents.
Failure to properly maintain, update, and submit record documents
may result in a deferral by Engineer to recommend whole or any part of
Contractor's Application for Payment, either partial or final.
PART 2. PRODUCTS
(Not Used)
PART 3. EXECUTION
3.01. Maintenance of Record Documents
A. General:
1. Promptly following commencement of Contract Times, secure from
Engineer at no cost to Contractor, one complete set of Contract
Documents. Drawings will be full size.
2. Label or stamp each record document with title, "RECORD
DOCUMENTS," in neat large printed letters.
3. Record information concurrently with construction progress and within
24 hours after receipt of information that change has occurred. Do not
cover or conceal Work until required information is recorded.
B. Preservation:
October 2020 01770-2
1. Maintain documents in a clean, dry, legible condition and in good
order. Do not use record documents for construction purposes.
2. Make documents and Samples available at all times for observation by
Engineer.
C. Making Entries on Drawings:
1. Using an erasable colored pencil (not ink or indelible pencil), clearly
describe change by graphic line and note as required.
a. Color Coding:
1) Green: information deleted from Drawings.
2) Red: information added to Drawings.
3) Blue: to show notes.
2. Date entries.
3. Call attention to entry by "cloud" drawn around area(s) affected.
4. Legibly mark to record actual changes made during construction,
including, but not limited to:
a. Depths of various elements.
b. Horizontal and vertical locations of existing and new
underground facilities and appurtenances, and other
underground structures, equipment or Work. Reference to at
least two measurements to permanent surface improvements.
C. Changes made by Addenda, Field Orders, Work Change
Directive, Change Order, and Engineer's written interpretation
and clarification using consistent symbols for each and showing
appropriate document tracking number.
3.02. Closeout Procedure
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with this Section.
2. Operation and Maintenance Data, if required, in accordance with
Section 01780, Operation and Maintenance Data.
B. Prior to requesting Final Inspection, perform final cleaning in accordance with
Section 01740, Cleaning.
C. Final Inspection
1. After final cleaning, provide notice to the Owner Project Representative
that the Work is completed.
a. The Owner will make an initial Final Inspection with the
Contractor present.
b. Upon completion of this inspection, the Owner will notify the
October 2020 01770-3
Contractor, in writing within 10 business days, of any particulars
in which this inspection reveals that the Work is defective or
incomplete.
2. Upon receiving written notice from the Owner, immediately undertake
the Work required to remedy deficiencies and complete the Work to
the satisfaction of the Owner.
3. Upon completion of Work associated with the items listed in the
Owner's written notice, inform the Owner, that the required Work has
been completed. Upon receipt of this notice, the Owner, in the
presence of the Contractor, will make a subsequent Final Inspection of
the project.
4. Provide all special accessories required to place each item of
equipment in full operation. These special accessory items include, but
are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of
the equipment
C. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and
operation of all equipment
D. Notice of Project Completion
1. Once the Owner Project Representative finds the Work subsequent to
Final Inspection to be satisfactory, the Owner will issue a Notice of
Project Completion.
E. Supporting Documentation
1. Coordinate with the Owner Project Representative to complete the
following additional forms:
a. Final Payment Request
b. Statement of Contract Time
C. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of Owner
October 2020 01770-4
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and
Supporting Documentation, in accordance with General Conditions,
Owner will issue Letter of Final Acceptance and release the Final
Payment Request for payment.
END OF SECTION 01770
October 2020 01770-5
No Text
SECTION 01780
OPERATION AND MAINTENANCE DATA
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. Detailed information for the preparation, submission, and Engineer's
review of Operations and Maintenance (0&M) Data, as required by
individual Specification sections.
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Price and Payment Procedures
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various
Items bid. No separate payment will be allowed for this Item.
1.03. Sequencing and Scheduling
A. Equipment and System Data:
1. Preliminary Data:
a. Do not submit until Shop Drawing for equipment or system has
been reviewed and approved by Engineer.
b. Submit prior to shipment date.
2. Final Data: Submit Instructional Manual Formatted data not less than
30 days prior to installation of equipment or system. Submit
Compilation Formatted and Electronic Media Formatted data prior to
Substantial Completion of Project.
B. Materials and Finishes Data:
1. Preliminary Data: Submit at least 15 days prior to request for final
inspection.
2. Final Data: Submit within 10 days after final inspection.
1.04. Submittals
A. Submittals shall be in accordance with Section 01330, Submittals.
B. Submittal Form
1. Prepare preliminary and final data in form of an instructional manual
for use by Owner personnel. Prepare final data in data compilation
format, on electronic media, as well as in form of an instructional
October 2020 01780-1
manual.
2. Format
a.
Size: 8
1/2 inches x 11 inches
b.
Paper
1)
40 pound minimum, white, for typed pages
2)
Holes reinforced with plastic, cloth or metal
C.
Text: Manufacturer's printed data, or neatly typewritten
d.
Drawings
1)
Provide reinforced punched binder tab, bind in with text
2)
Reduce larger drawings and fold to size of text pages.
e.
Provide fly -leaf for each separate product, or each piece of
operating
equipment.
1)
Provide typed description of product, and major
component parts of equipment.
2)
Provide indexed tabs.
f.
Cover
1)
Identify each volume with typed or printed title
"OPERATION AND MAINTENANCE DATA".
2)
List:
a) Project Title.
b) Designate applicable system, equipment,
material, or finish.
c) Identity of separate structure as applicable
d) Identify volume number if more than one volume.
e) Identity of equipment number and Specification
section.
g. Spine
1) Project Title.
2) Identify volume number if more than one volume.
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable
plastic covers
b. When multiple binders are used, correlate the data into related
consistent groupings.
4. If available, provide an electronic form of the 0&M Manual.
October 2020 01780-2
C. Manual Content
1. Title Page
a. Contractor name, address, and telephone number.
b. Subcontractor, Supplier, installer, or maintenance contractor's
name, address, and telephone number, as appropriate.
1) Identify area of responsibility of each.
2) Provide name and telephone number of local source of
supply for parts and replacement.
2. Table of Contents
a. Neatly typewritten for each volume, arranged in systematic
order with consecutive page numbers.
b. A list of each product required to be included, indexed to
content of the volume
C. List, with each product:
1) The name, address and telephone number of the
subcontractor or installer
2) A list of each product required to be included, indexed to
content of the volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying
symbols as set forth in Contract Documents.
3. Product Data
a. Include only those sheets which are pertinent to the specific
product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
4. Drawings
a. Supplement product data with drawings as necessary to clearly
illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record
Documents to assure correct illustration of completed
October 2020 01780-3
installation.
C. Do not use Project Record Drawings as maintenance drawings.
5. Written text, as required to supplement product data for the particular
installation:
a. Organize in consistent format under separate headings for
different procedures.
b. Provide logical sequence of instructions of each procedure.
6. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or
bonds
D. Manual for Materials and Finishes
1. Submit 1 copy of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special
manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning
agents and methods
2) Cautions against cleaning agents and methods which
are detrimental to product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance, and repair
E. Manual for Equipment and Systems
1. Submit 1 copy of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
October 2020 01780-4
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting
conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of
replaceable parts
b. Operating procedures
1) Start-up, break-in, routine, and normal operating
instructions
2)
Regulation, control, stopping, shutdown, and emergency
instructions
3)
Summer and winter operating instructions
4)
Special operating instructions
C. Maintenance procedures
1)
Routine operations
2)
Guide to "trouble shooting"
3)
Disassembly, repair and reassembly
4)
Alignment, adjusting and checking
d. Servicing
and lubrication schedule
1)
List of lubricants required
e. Manufacturer's
printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
i. Charts of valve tag numbers, with location and function of each
valve
j. List of original manufacturer's spare parts, manufacturer's
current prices, and recommended quantities to be maintained
in storage
k. Other data as required under pertinent Sections of
Specifications
3. Content, for each electric and electronic system, as appropriate:
October 2020 01780-5
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting
conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of
replaceable parts
b. Circuit directories of panelboards
1)
Electrical service
2)
Controls
3)
Communications
C. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's
current prices, and recommended quantities to be maintained
in storage
h. Other data as required under pertinent Sections of
Specifications
4. Prepare and include additional data when the need for such data
becomes apparent during instruction of City's personnel.
1.05. Quality Assurance
A. Provide operation and maintenance data by personnel with the following
criteria:
1. Trained and experienced in maintenance and operation of described
products
2. Skilled as technical writer to the extent required to communicate
essential data
3. Skilled as draftsman competent to prepare required drawings
October 2020 01780-6
PART 2. PRODUCTS
(Not Used)
PART 3. EXECUTION
(Not Used)
END OF SECTION 01780
October 2020 01780-7
No Text
SECTION 02100
SELECTIVE SITE DEMOLITION
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1.
Removing sidewalks (if necessary)
2.
Removing curb and gutters
3.
Removing valley gutters
4.
Removing concrete driveways
5.
Removing asphalt paving and salvage of removed paving
6.
Disposal of removed materials
B. Related
Specification Sections include, but are not necessarily limited to:
1.
Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2.
Division 1 - General Requirements
1.02. Price and Payment
Procedures
A. Measurement and Payment
1.
Measurement
a. Remove Sidewalk: Measure by square foot (if necessary).
b. Remove Curb and Gutter: measure by the linear foot.
C. Removing Valley Gutter: measure by the square foot.
d. Remove Concrete Driveway: measure by the square foot.
e. Remove Asphalt Paving and Salvage: measure by the linear
foot.
f. Disposal of waste material: measured as part of removal of
individual items.
2.
Payment
a. Remove Sidewalk: full compensation for saw cutting, removal,
hauling, disposal, tools, equipment, labor and incidentals
needed to execute work per square foot.
b. Remove Curb and Gutter: full compensation for saw cutting,
removal, hauling, disposal, tools, equipment, labor and
incidentals needed to execute work per linear foot.
C. Remove Valley Gutter: full compensation for saw cutting,
removal, hauling, disposal, tools, equipment, labor and
October 2020 02100-1
incidentals needed to execute work per square foot.
d. Remove Concrete Driveway: full compensation for saw cutting,
removal, hauling, disposal, tools, equipment, labor and
incidentals needed to execute work per square foot.
e. Remove Asphalt Paving: full compensation for saw cutting,
removal, hauling to Owner specified site for salvage, disposal,
tools, equipment, labor and incidentals needed to execute work
per linear foot.
PART 2. PRODUCTS
(Not Used)
PART 3. EXECUTION
3.01. Preparation
A. Obtain advance approval from Engineer for dimensions and limits of removal
work.
B. Identify known utilities below grade.
C. Paint, stake, and flag locations.
3.02. Protection
A. Protect the following from damage or displacement:
1. Adjacent public and private property.
2. Trees, plants, and other landscape features to remain.
3. Utilities not to be removed.
4. Pavement and utility structures not to be removed.
5. Benchmarks, monuments, and existing structures not be removed.
3.03. Removal
A. Remove by methods that will not damage underground utilities.
B. Any existing concrete damaged or destroyed beyond the neat lines shall be
replaced at the Contractor's expense.
C. Remove Sidewalk
1. Remove sidewalk to nearest existing dummy, expansion, or
construction joint.
2. Sawcut when removing to nearest joint is not practical.
D. Remove Curb and Gutter
1. Remove curb and gutter to nearest existing dummy, expansion, or
construction joint.
2. Sawcut when removing to nearest joint is not practical.
E. Remove Valley Gutter
October 2020 02100-2
1.
Remove valley gutter to nearest joint if possible.
2.
Sawcut when removing to nearest joint is not practical.
F. Remove
Driveway
1.
Where street and driveway sawcut locations coincide or fall within
three feet of existing construction or expansion joints, break out to
existing joint
2.
Sawcut when removing to nearest joint is not practical.
G. Sawcut
1.
Sawing Equipment
a. Power -driven
b. Manufactured for the purpose of sawing pavement
C. In good operating condition
d. Shall not spall or fracture the pavement to the removal area
2.
Sawcut perpendicular to the surface completely through existing
pavement.
3.04. Salvaged Asphalt Removal
A. Coordinate with Owner for location shown on Drawings to deliver salvaged
asphalt removal.
END OF SECTION 02100
October 2020 02100-3
No Text
SECTION 02110
UTILITY REMOVAL AND ABANDONMENT
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. Direction for the removal, abandonment, or salvaging of the following
utilities:
a. Sanitary Sewer Lines as shown on the Drawings.
1.02. Price and Payment Procedures
A. Sanitary Sewer Lines and Appurtenances
1. Abandonment of Sanitary Sewer Line by Cut and installation of
Abandonment Plug
a. Measurement
1) Measurement for this Item shall be per each cut and
abandonment plug installed.
b. Payment
1) The work performed and materials furnished in
accordance with this Item and measured as provided
under "Measurement" shall be paid for at the unit price
bid for each "Sewer Abandonment Plug".
C. The price bid shall include:
1) Furnishing and installing abandonment plug
2) Pavement removal
3) Excavation
4) Hauling
5) CLSM
6) Disposal of excess material
7) Furnishing, placement, and compaction of backfill
8) Clean-up
PART 2. PRODUCTS
(Not Used)
PART 3. EXECUTION
3.01. Removal, Salvage, and Abandonment
A. Sanitary Sewer Lines and Appurtenances
October 2020 02110-1
1. Sanitary Sewer Line Abandonment Plug
a. Excavate and backfill in accordance with Section 02315,
Utility Trench Excavation, Embedment, and Backfill.
b. Prior to plugging, clean and dewater the force main to be
abandoned per Section 02554, Cleaning of Sewer
Mains.
C. Plug with CLSM in accordance with Section 02257,
Controlled Low Strength Material.
END OF SECTION 02110
October 2020 02110-2
SECTION 02257
CONTROLLED LOW STRENGTH MATERIAL
PART 1. GENERAL
1.01. Summary
A. Section Includes: controlled low strength material (CLSM or low strength
flowable fill) for use in the following:
1. Flowable backfill: Furnish labor, materials, equipment, and incidentals
necessary to mix and place a flowable mortar fill, consisting of Portland
Cement, fine aggregate, fly ash, and water in the proper proportions as
specified herein. Flowable fill shall be used to bed and backfill around
piping and utilities where indicated.
B. Related Specifications Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Price and Payment Procedures
A. Measurement and Payment
1. Measurement
a. This Item is considered subsidiary to the structure or Items
being placed.
b. Measurement for "Additional Low Strength Flowable Fill" will be
by the cubic yard of completed and accepted CLSM in its final
position for various additional uses.
2. Payment
a. The work performed and the materials furnished in accordance
with this Item are subsidiary to the structure or Items being
placed and no other compensation will be allowed.
b. The Work performed and the materials furnished for "Additional
Flowable Fill" will be paid for at the unit price bid per cubic yard
of Flowable Fill.
1.03. References
A. Reference Standards
1. Reference standards cited in this Specification refer to the current
reference standard published at the time of the latest revision date
logged at the end of this Specification, unless a date is specifically
cited.
2. Materials shall meet recommendation for mix design and placement,
as published by National Ready Mixed Concrete Association.
October 2020 02257-1
B. ASTM International (ASTM):
1. C31- Standard Practice for Making and Curing Concrete Test
Specimens in the Field.
2. C33 - Standard Specification for Concrete Aggregates.
3. C39 - Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens.
4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete.
5. C231- Standard Test Method for Air Content of Freshly Mixed Concrete
by the Pressure Method.
6. C260 - Standard Specification for Air -Entraining Admixtures for
Concrete.
7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined
Natural Pozzolan for Use in Concrete.
1.04. Submittals
A. Provide submittals in accordance with Section 01330, Submittals.
B. Product Data
C. Sieve Analysis
1. Submit sieve analyses of fine and coarse aggregates being used.
a. Resubmit at any time there is a significant change in grading of
materials.
2. Mix: Submit full details, including mix design calculations for mix
proposal for use.
D. Trial Batch Test Data
1. Submit data for each test cylinder.
2. Submit data that identifies mix and slump for each test cylinder.
1.05. 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 requirements:
28-Day
Minimum
Fine
Maximum
Maximum
Compressive
Cement
Aggregate
Water
Fly Ash
Strength
Pounds
Pounds Per
Pounds Per
Pounds Per
psi
Per Cubic
Cubic Yard
Cubic Yard
Cubic Yard
(Min -Max)
Yard
70-150
50
2,720
290
150
October 2020 02257-2
2. Fluidity of the flowable fill shall be measured by the Corps of Engineers
Flow Cone Method, CRD-C611-80. Prior to filling the flow cone with
flowable fill, the mixture shall be passed through a 1/4-inch screen.
Time of efflux shall be approximately 12 seconds.
B. Factory Testing:
1. 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.
2. The testing laboratory shall submit verification that the materials and
proportions of the trial mix design meets the requirement of the
specifications.
3. 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.
4. 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.
5. 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:
1. Pre job testing with actual equipment and intended configuration of
concrete sample may be required to determine whether the material
can be excavated.
2. 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.
PART 2. PRODUCTS
2.01. Product Types and Materials
A. General
1. Flowable fill shall consist of a mixture of Portland cement, pea gravel
and sand with a cement content of 1-1/2 sacks per cubic yard.
a. Utility ditches in existing paved streets shall be backfilled with
compacted native material or flowable fill from the top of the
embedment material to the paving surface as specified in the
current City of Lubbock Streets Ordinance.
October 2020 02257-3
b. Alternatively, flowable fill can be used for full depth backfill in all
utility ditches within the right-of-way. iii. Use of concrete in place
of flowable fill is not acceptable, and if used in place of flowable
fill shall be removed by the Contractor at their own expense.
B. Materials
1. Cement: Portland Cement conforming to the specifications and test for
Type I Portland Cement per ASTM C-150.
2. 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-inchscreen 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
accordancewithASTMC40.
3. 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.
4. 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.
5. Additive: "Darafill" or approved alternate additive may be required to
meet these specifications.
2.02. 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;
October 2020 02257-4
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
3.01. Installation
A. Contractor shall give the Owner's Representative sufficient advance notice
before starting to place material in any area to permit inspection of the area
and to prepare for pouring.
B. Conduct the operation of depositing and compacting the material so as to
form a compact, dense, impervious mass.
C. Flowable fill shall be placed the full depth into the trenches. The fill shall be
brought up uniformly to the elevation shown in the Drawings. 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 02257
October 2020 02257-5
No Text
SECTION 02315
UTILITY TRENCH EXCAVATION. EMBEDMENT. AND BACKFILL
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. Excavation, Embedment and Backfill for:
a. Pressure Applications
1) Wastewater Force Main and Manholes
2. Including:
a. Excavation of all material encountered, including rock and
unsuitable materials
b. Disposal of excess unsuitable material
C. Site specific trench safety
d. Pumping and dewatering
e. Embedment
f. Concrete encasement for utility lines
g. Backfill
h. Compaction
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
3. Section 02100, Selective Site Demolition
1.02. Price and Payment Procedures
A. Measurement and Payment
1. Trench Excavation, Embedment and Backfill associated with the
installation of an underground utility or excavation:
a. Measurement
1) This Item is considered subsidiary to the installation of
the utility pipeline as designated in the Drawings.
b. Payment
1) The work performed and the materials furnished in
accordance with this Item are considered subsidiary to
the installation of the utility pipe for the type of
embedment and backfill as indicated on the plans. No
October 2020 02315-1
other compensation will be allowed.
2. Imported Embedment or Backfill
a. Measurement
1) Measured by the cubic yard as delivered to the site and
recorded by truck ticket provided to the Owner.
b. Payment
1) Imported fill shall only be paid when using materials for
embedment and backfill other than those identified in
the Drawings. The work performed and materials
furnished in accordance with pre -bid item and measured
as provided under "Measurement" will be paid for at the
unit price bid per cubic yard of "Imported
Embedment/Backfill" delivered to the Site for:
a) Various embedment/backfill materials
C. The price bid shall include:
1) Furnishing backfill or embedment as specified by this
Specification
2) Hauling to the site
3) Placement and compaction of backfill or embedment
3. Concrete Encasement for Utility Lines
a. Measurement
1) This Item is considered subsidiary to the installation of
the utility pipeline as designated in the Drawings.
b. Payment
1) The work performed and the materials furnished in
accordance with this Item are considered subsidiary to
the installation of the utility pipe as indicated on the
plans. No other compensation will be allowed.
C. The price bid shall include:
1) Furnishing, hauling, placing and finishing flowable fill in
accordance with Section 02257, Controlled Low
Strength Material.
2) Clean-up
4. Ground Water Control
a. Measurement
1) Measurement shall be lump sum when a ground water
control plan is specifically required by the Contract
Documents.
October 2020 02315-2
5
1.03. References
0
b. Payment
1) Payment shall be per the lump sum price bid for "Ground
Water Control" including:
a) Submittals
b) Additional Testing
c) Ground water control system installation
d) Ground water control system operations and
maintenance
e) Disposal of water
f) Removal of ground water control system
Trench Safety
a. Measurement
1) Measured per linear foot of excavation for all trenches
that require trench safety in accordance with OSHA
excavation safety standards (29 CFR Part 1926 Subpart
P Safety and Health regulations for Construction).
b. Payment
1) The work performed and materials furnished in
accordance with this Item and measured as provided
under "Measurement" will be paid for at the unit price
bid per linear foot of excavation to comply with OSHA
excavation safety standards (29 CFR Part 1926.650
Subpart P), including, but not limited to, all submittals,
labor and equipment.
Definitions
1. General - Definitions used in this section are in accordance with
Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653,
unless otherwise noted.
2. Definitions for trench width, backfill, embedment, initial backfill, pipe
zone, haunching bedding, springline, pipe zone and foundation are
defined as shown in the following schematic:
3. Deleterious materials - Harmful materials such as clay lumps, silts and
organic material
4. Excavated Trench Depth - Distance from the surface to the bottom of
the bedding or the trench foundation
5. Final Backfill Depth
a. Unpaved Areas - The depth of the final backfill measured from
October 2020 02315-3
the top of the initial backfill to the surface
b. Paved Areas - The depth of the final backfill measured from the
top of the initial backfill to bottom of permanent or temporary
pavement repair
B. Reference Standards
1. Reference standards cited in this Specification refer to the current
reference standard published at the time of the latest revision date
logged at the end of this Specification, unless a date is specifically
cited.
2. ASTM Standards:
a. ASTM C33-08 Standard Specifications for Concrete Aggregates
b. ASTM C88-05 Soundness of Aggregate by Use of Sodium
Sulfate or Magnesium Sulfate
C. ASTM C136-01 Test Method for Sieve Analysis of Fine and
Coarse Aggregate
d. ASTM D448-08 Standard Classification for Sizes of Aggregate
for Road and Bridge Construction.
e. ASTM C535-09 Standard Test Method for Resistance to
Degradation of LargeSize Coarse Aggregate by Abrasion and
Impact in the Los Angeles Machine
f. ASTM D588 - Standard Test method for Moisture -Density
Relations of SoilCement Mixture
g. ASTM D698-07 Test Method for Laboratory Compaction
Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600
Kn-m/M3)).
h. ASTM 1556 Standard Test Methods for Density and Unit Weight
of Soils in Place by Sand Cone Method.
i. ASTM 2487 - 10 Standard Classification of Soils for
Engineering Purposes (Unified Soil Classification System)
j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe
for Sewers and Other Gravity -Flow Applications
k. ASTM D2922 - Standard Test Methods for Density of Soils and
Soil Aggregate in Place by Nuclear Methods (Shallow Depth)
I. ASTM 3017 - Standard Test Method for Water Content of Soil
and Rock in place by Nuclear Methods (Shallow Depth)
M. ASTM D4254 - Standard Test Method for Minimum Index
Density and Unit Weight of Soils and Calculations of Relative
Density
3. OSHA
October 2020 02315-4
a. Occupational Safety and Health Administration CFR 29, Part
1926-Safety Regulations for Construction, Subpart P -
Excavations
1.04. Administrative Requirements
A. Coordination
1. Utility Company Notification
a. Notify area utility companies at least 48 hours in advance,
excluding weekends and holidays, before starting excavation.
b. Request the location of buried lines and cables in the vicinity of
the proposed work.
B. Sequencing
1. Sequence work for each section of the pipe installed to complete the
embedment and backfill placement on the day the pipe foundation is
complete.
2. Sequence work such that proctors are complete in accordance with
ASTM D698 prior to commencement of construction activities.
1.05. Submittals
A. Submittals shall be in accordance with Section 01330, Submittals.
B. All submittals shall be approved by the Engineer prior to construction.
C. Shop Drawings
1. Provide detailed drawings and explanation for ground water and
surface water control, if required.
2. Trench Safety Plan in accordance with Occupational Safety and Health
Administration CFR 29, Part 1926-Safety Regulations for Construction,
Subpart P - Excavations.
3. Submit a description of source, material classification and product
description, production method, and application of backfill materials.
4. Stockpiled excavation and/or backfill material
a. Provide a description of the storage of the excavated material
only if the Contract Documents do not allow storage of
materials in the right-of-way of the easement.
D. Informational Submittal
1. Certified test results from independent testing agency.
1.06. Delivery, Storage and Handling
A. Storage
1. Within Existing Rights -of -Way (ROW)
a. Spoil, imported embedment and backfill materials may be
October 2020 02315-5
stored within existing ROW, easements or temporary
construction easements, unless specifically disallowed in the
Contract Documents.
b. Do not block drainage ways, inlets or driveways.
C. Provide erosion control in accordance with the Drawings.
d. Store materials only in areas barricaded as provided in the
traffic control plans.
e. In non -paved areas, do not store material on the root zone of
any trees or in landscaped areas.
2. Designated Storage Areas
a. If the Contract Documents do not allow the storage of spoils,
embedment or backfill materials within the ROW, easement or
temporary construction easement, then secure and maintain an
adequate storage location.
b. Provide an affidavit that rights have been secured to store the
materials on private property.
C. Provide erosion control in accordance with the Drawings.
d. Do not block drainage ways.
e. Only materials used for 1 working day will be allowed to be
stored in the work zone.
B. Deliveries and haul -off - Coordinate all deliveries and haul -off.
1.07. Field Conditions
A. Existing Conditions
1. Any data which has been or may be provided on subsurface conditions
is not intended as a representation or warranty of accuracy or
continuity between soils. It is expressly understood that neither the
Owner nor the Engineer will be responsible for interpretations or
conclusions drawn there from by the Contractor.
2. Data is made available for the convenience of the Contractor.
PART 2. PRODUCTS
2.01. Materials and Products
A. Materials: In accordance with City of Lubbock Design Standards and
Specifications.
1. Bedding: Bedding material shall be fine graded select sand or
aggregate material conforming to the Materials of Construction section
of the City of Lubbock Design Standards and Specifications and shall
be a minimum of 2 inches thick.
2. Embedment: Embedment, including haunching under pipe and to a
October 2020 02315-6
point 12 inches above the top of the pipe shall be carefully placed and
shall be graded embedment material conforming to the Materials of
Construction section of the City of Lubbock Design Standards and
Specifications.
3. Compaction:
a. Bedding and embedment shall be compacted in accordance
with pipe manufacturer's specifications and approved
mechanical means.
b. Compactions shall be in maximum 6-inch compacted lifts.
4. Backfill:
a. The remained of the backfill shall conform to the current City of
Lubbock Street Ordinance, the City of Lubbock Utility Excavation
Manual, and the City of Lubbock Design Standards and
Specifications.
5. Acceptable Backfill Material
a. In -situ or imported soils classified as CL, CH, SC or GC in
accordance with ASTM D2487
b. Free from deleterious materials, boulders over 6 inches in size
and organics
C. Can be placed free from voids
d. Must have 20 percent passing the number 200 sieve
6. Blended Backfill Material
a. In -situ soils classified as SP, SM, GP or GM in accordance with
ASTM D2487
b. Blended with in -situ or imported acceptable backfill material to
meet the requirements of an Acceptable Backfill Material
C. Free from deleterious materials, boulders over 6 inches in size
and organics
d. Must have 20 percent passing the number 200 sieve
7. Unacceptable Backfill Material
a. In -situ soils classified as ML, MH, PT, OL or OH in accordance
with ASTM D2487
8. Select Fill
a. Classified as SC or CL in accordance with ASTM D2487
b. Liquid limit less than 35
C. Plasticity index between 8 and 20
9. Cement Stabilized Sand (CSS)
October 2020 02315-7
a. Sand
1) Shall be clean, durable sand meeting grading
requirements for fine aggregates of ASTM C33
and the following requirements:
a) Classified as SW, SP, or SM by the United
Soil Classification System of ASTM D2487
b) Deleterious materials
(1) Clay lumps, ASTM C142, less than
0.5 percent
(2) Lightweight pieces, ASTM C123,
less than 5.0 percent
(3) Organic impurities, ASTM C40,
color no darker than standard color
(4) Plasticity index of 4 or less when
tested in accordance with ASTM
D4318.
b. Minimum of 4 percent cement content of Type 1/11 portland
cement
C. Water
1) Potable water, free of soils, acids, alkalis, organic matter
or other deleterious substances, meeting requirements
of ASTM C94
d. Mix in a stationary pug mill, weigh -batch or continuous mixing
plant.
e. Strength
1) 50 to 150 psi compressive strength at 2 days in
accordance with ASTM D1633, Method A
2) 200 to 250 psi compressive strength at 28 days in
accordance with ASTM D1633, Method A
3) The maximum compressive strength in 7 days shall be
400 psi. Backfill that exceeds the maximum
compressive strength shall be removed by the
Contractor for no additional compensation.
f. Random samples of delivered product will be taken in the field
at point of delivery for each day of placement in the work area.
Specimens will be prepared in accordance with ASTM D1632.
10. Controlled Low Strength Material (CLSM)
a. Conform to Section 02257, Controlled Low Strength Material.
11. Trench Geotextile Fabric
October 2020 02315-8
a. Soils other than ML or OH in accordance with ASTM D2487
1) Needle punch, nonwoven geotextile composed of
polypropylene fibers
2) Fibers shall retain their relative position
3) Inert to biological degradation
4) Resist naturally occurring chemicals
5) UV Resistant
6) Mirafi 140N by Tencate, or approved equal
b. Soils Classified as ML or OH in accordance with ASTM D2487
1) High -tenacity monofilament polypropylene woven yarn
2) Percent open area of 8 percent to10 percent
3) Fibers shall retain their relative position
4) Inert to biological degradation
5) Resist naturally occurring chemicals
6) UV Resistant
7) Mirafi FW402 by Tencate, or approved equal
12. Concrete Encasement
a. Conform to Section 02257, Controlled Low Strength Material.
PART 3. EXECUTION
3.01. Examination
A. Verification of Conditions
1. Review all known, identified or marked utilities, whether public or
private, prior to excavation.
2. Locate and protect all known, identified and marked utilities or
underground facilities as excavation progresses.
3. Notify all utility owners within the project limits 48 hours prior to
beginning excavation.
4. The information and data shown in the Drawings with respect to
utilities is approximate and based on record information or on physical
appurtenances observed within the project limits.
5. Coordinate with the Owner(s) of underground facilities.
6. Immediately notify any utility owner of damages to underground
facilities resulting from construction activities.
7. Repair any damages resulting from the construction activities.
B. Notify the Owner immediately of any changed condition that impacts
October 2020 02315-9
excavation and installation of the proposed utility.
3.02. Preparation
A. Protection of In -Place Conditions
1. Pavement
a.
Conduct activities in such a way that does not damage existing
pavement that is designated to remain.
1) Where desired to move equipment not licensed for
operation on public roads or across pavement, provide
means to protect the pavement from all damage.
b.
Repair or replace any pavement damaged due to the negligence
of the contractor outside the limits designated for pavement
removal at no additional cost to the Owner.
2. Drainage
a.
Maintain positive drainage during construction and re-establish
drainage for all swales and culverts affected by construction.
3. Trees
a.
When operating outside of existing ROW, stake permanent and
temporary construction easements.
b.
Restrict all construction activities to the designated easements
and ROW.
C.
Flag and protect all trees designated to remain.
d. Conduct excavation, embedment and backfill in a manner such
that there is no damage to the tree canopy.
e. Prune or trim tree limbs as specifically allowed by the Drawings
or as specifically allowed by the City.
1) Pruning or trimming may only be accomplished with
equipment specifically designed for tree pruning or
trimming.
4. Above Ground Structures
a. Protect all above ground structures adjacent to the
construction.
5. Traffic
a. Maintain existing traffic, except as modified by the traffic
control plan in accordance with the Drawings.
b. Do not block access to driveways or alleys for extended periods
of time unless:
1) Alternative access has been provided
October 2020 02315-10
2) Proper notification has been provided to the property
owner or resident
3) It is specifically allowed in the traffic control plan
C.
Use traffic rated plates to maintain access until access is
restored.
6. Traffic Signal - Poles, Mast Arms, Pull boxes, Detector loops
a.
Notify the City's Traffic Services Division a minimum of 48 hours
prior to any excavation that could impact the operations of an
existing traffic signal.
b.
Protect all traffic signal poles, mast arms, pull boxes, traffic
cabinets, conduit and detector loops.
C.
Immediately notify the City's Traffic Services Division if any
damage occurs to any component of the traffic signal due to the
Contractor's activities.
d.
Repair any damage to the traffic signal poles, mast arms, pull
boxes, traffic cabinets, conduit and detector loops as a result of
the construction activities.
7. Fences
a.
Protect all fences designated to remain.
b.
Leave fence in the equal or better condition as prior to
construction.
3.03. Installation
A. Excavation: in accordance with City of Lubbock Design Standards and
Specifications.
1. Excavate to a depth indicated on the Drawings.
2. Trench excavations are defined as unclassified. No additional payment
shall be granted for rock or other in -situ materials encountered in the
trench.
3. Excavate to a width sufficient for laying the pipe in accordance with the
following, unless otherwise shown on the Drawings:
a. Pipe size 4" - 14"
1) Minimum trench width: Pipe O.D. + 12"
2) Maximum trench width: Pipe O.D. + 18"
b. The Owner shall review instances where trench widths are
required to be greater than the maximum allowable due to
installation techniques or shoring.
4. The bottom of the excavation shall be firm and free from standing
water.
October 2020 02315-11
a. Notify the Owner immediately if the water and/or the in -situ
soils do not provide for a firm trench bottom.
b. The Owner will determine if any changes are required in the
pipe foundation or bedding.
5. Unless otherwise permitted by the Drawings or by the Owner, the limits
of the excavation shall not advance beyond the pipe placement so that
the trench may be backfilled in the same day.
6. Over Excavation
a. Fill over excavated areas with the specified bedding material as
specified for the specific pipe to be installed.
b. No additional payment will be made for over excavation or
additional bedding material.
7. Unacceptable Backfill Materials
a. In -situ soils classified as unacceptable backfill material shall be
separated from acceptable backfill materials.
b. If the unacceptable backfill material is to be blended in
accordance with this Specification, then store material in a
suitable location until the material is blended.
C. Remove all unacceptable material from the project site that is
not intended to be blended or modified.
8. Rock - No additional compensation will be paid for rock excavation or
other changed field conditions.
B. Trench Protection
1. Trench excavations not exceeding five feet in depth shall be protected
in accordance with applicable OSHA, state and local requirements.
2. Trench excavations greater than five feet in depth shall be protected in
accordance with the City of Lubbock Design Standards and
Specifications.
C. Shoring, Sheeting and Bracing
1. Engage a Licensed Professional Engineer in the State of Texas to
design a site -specific excavation safety system in accordance with
Federal and State requirements.
2. Excavation protection systems shall be designed according to the
space limitations as indicated in the Drawings.
3. Furnish, put in place and maintain a trench safety system in
accordance with and required by Federal, State or local safety
requirements.
4. If soil or water conditions are encountered that are not addressed by
the current Excavation Safety Plan, engage a Licensed Professional
October 2020 02315-12
Engineer in the State of Texas to modify the Excavation Safety Plan
and provide a revised submittal to the Owner.
5. Do not allow soil, or water containing soil, to migrate through the
Excavation Safety System in sufficient quantities to adversely affect
the suitability of the Excavation Protection System. Movable bracing,
shoring plates or trench boxes used to support the sides of the trench
excavation shall not:
a. Disturb the embedment located in the pipe zone or lower
b. Alter the pipe's line and grade after the Excavation Protection
System is removed
C. Compromise the compaction of the embedment located below
the spring line of the pipe and in the haunching
D. Water Control
1. Surface Water
a. Furnish all materials and equipment and perform all incidental
work required to direct surface water away from the excavation.
2. Ground Water
a. Furnish all materials and equipment to dewater ground water
by a method which preserves the undisturbed state of the
subgrade soils.
b. Do not allow the pipe to be submerged within 24 hours after
placement.
C. Do not allow water to flow over concrete until it has sufficiently
cured.
d. Engage a Licensed Engineer in the State of Texas to prepare a
Ground Water Control Plan if any of the following conditions are
encountered:
1) A Ground Water Control Plan is specifically required by
the Contract Documents
2) If in the sole judgment of the Owner, ground water is so
severe that an Engineered Ground Water Control Plan is
required to protect the trench or the installation of the
pipe which may include:
a) Ground water levels in the trench are unable to
be maintained below the top of the bedding
b) A firm trench bottom cannot be maintained due
to ground water
c) Ground water entering the excavation
undermines the stability of the excavation.
October 2020 02315-13
d) Ground water entering the excavation is
transporting unacceptable quantities of soils
through the Excavation Safety System.
e. In the event that there is no bid item for a Ground Water Control
and the Owner requires an Engineered Ground Water Control
Plan due to conditions discovered at the site, the Contractor will
be eligible to submit a change order.
f. Control of ground water shall be considered subsidiary to the
excavation when:
1) No Ground Water Control Plan is specifically identified
and required in the Contract Documents
g. Ground Water Control Plan installation, operation and
maintenance
1) Furnish all materials and equipment necessary to
implement, operate and maintain the Ground Water
Control Plan.
2) Once the excavation is complete, remove all ground
water control equipment not called to be incorporated
into the work.
h. Water Disposal
1) Dispose of ground water in accordance with Owner
policy or Ordinance.
2) Do not discharge ground water onto or across private
property without written permission.
3) Permission from the Owner is required prior to disposal
into the Sanitary Sewer.
4) Disposal shall not violate any Federal, State or local
regulations.
E. Embedment and Pipe Placement
1. In accordance with City of Lubbock Design Standards and
Specifications.
2. Sanitary Sewer Lines and Storm Sewer Lines (HDPE and PVC)
a. The entire embedment zone shall be of uniform material.
b. Crushed rock shall be used for embedment.
C. Place evenly spread bedding material on a firm trench bottom.
d. Spread bedding so that lines and grades are maintained and
that there are no sags in the sanitary sewer pipeline.
e. Provide firm, uniform bedding.
October 2020 02315-14
1) Additional bedding may be required if ground water is
present in the trench.
2) If additional crushed rock is required which is not
specifically identified in the Contract Documents, then
crushed rock shall be paid by the pre -bid unit price.
f. Place pipe on the bedding according to the alignment shown in
the Drawings.
g. The pipeline shall be within ±0.1 inches of the elevation and be
consistent with the grade shown on the Drawings.
h. Place and compact embedment material to adequately support
haunches in accordance with the pipe manufacturer's
recommendations.
i. For sewer lines greater than 30 inches in diameter, the
embedment lift shall not exceed the spring line prior to
compaction.
j. Place remaining embedment including initial backfill to a
minimum of 6 inches, but not more than 12 inches, above the
pipe.
k. Compact the embedment and initial backfill to 95 percent
Standard Proctor ASTM D 698.
I. Density test may be performed by City to verify that the
compaction of embedment meets requirements.
M. Place trench geotextile fabric on top of the initial backfill.
n. Place marker tape on top of the trench geotextile fabric in
accordance with Section 02530, Sanitary Sewer Piping and
Manholes.
3. Sanitary Sewer Services
a. The entire embedment zone shall be of uniform material.
b. Crushed rock shall be used for embedment.
C. Place evenly spread bedding material on a firm trench bottom.
d. Spread bedding so that lines and grades are maintained and
that there are no sags in the sanitary sewer pipeline.
e. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is
present in the trench.
2) If additional crushed rock is required which is not
specifically identified in the Contract Documents, then
crushed rock shall be paid by the pre -bid unit price.
f. Place pipe on the bedding according to the alignment of the
October 2020 02315-15
Drawings.
g. Place remaining embedment, including initial backfill, to a
minimum of 6 inches, but not more than 12 inches, above the
pipe.
h. Compact the initial backfill to 95 percent Standard Proctor
ASTM D698.
i. Density test may be required to verify that the compaction
meets the density requirements.
F. Trench Backfill
1. At a minimum, place backfill in such a manner that the required in -
place density and moisture content is obtained, and so that there will
be no damage to the surface, pavement or structures due to any
trench settlement or trench movement.
a. Meeting the requirement herein does not relieve the
responsibility to damages associated with the Work.
2. Backfill Material
a. Final backfill depth less than 15 feet
1) Backfill with:
a) Acceptable backfill material
b) Blended backfill material, or
c) Select backfill material, CSS, or CLSM when
specifically required
b. Final backfill depth 15 feet or greater: (under pavement or
future pavement)
1) Backfill depth from 0 to15 feet deep
a) Backfill with:
(1) Acceptable backfill material
(2) Blended backfill material, or
(3) Select backfill material, CSS, or CLSM
when specifically required
2) Backfill depth from 15 feet and greater
a) Backfill with:
(1) Select Fill
(2) CSS, or
(3) CLSM when specifically required
C. Final backfill depth 15 feet or greater: (not under pavement or
future pavement)
October 2020 02315-16
1) Backfill with:
a) Acceptable backfill material, or
b) Blended backfill material
d. Backfill for service lines:
1) Backfill for water or sewer service lines shall be the
same as the requirement of the main that the service is
connected to.
3. Required Compaction and Density
a. Final backfill (depths less than 15 feet)
1) Compact acceptable backfill material, blended backfill
material or select backfill to a minimum of 95 percent
Standard Proctor per ASTM D698 at moisture content
within -2 to +5 percent of the optimum moisture.
2) CSS or CLSM requires no compaction.
b. Final backfill (depths 15 feet and greater/under existing or
future pavement)
1) Compact select backfill to a minimum of 98 percent
Standard Proctor per ASTM D 698 at moisture content
within -2 to +5 percent of the optimum moisture.
2) CSS or CLSM requires no compaction.
C. Final backfill (depths 15 feet and greater/not under existing or
future pavement)
1) Compact acceptable backfill material blended backfill
material, or select backfill to a minimum of 95 percent
Standard Proctor per ASTM D 698 at moisture content
within -2 to +5 percent of the optimum moisture.
4. Saturated Soils
a. If in -situ soils consistently demonstrate that they are greater
than 5 percent over optimum moisture content, the soils are
considered saturated.
b. Flooding the trench or water jetting is strictly prohibited.
C. If saturated soils are identified in the Drawings, Contractor shall
proceed with Work following all backfill procedures outlined in
the Drawings for areas of soil saturation greater than 5 percent.
d. If saturated soils are encountered during Work but not
identified in Drawings:
1) The Contractor shall:
a) Immediately notify the Owner
October 2020 02315-17
b) Submit a Contract Claim for Extra Work
associated with direction from Owner.
2) The Owner shall:
a) Investigate soils and determine if Work can
proceed in the identified location.
b) Direct the Contractor of changed backfill
procedures associated with the saturated soils
that may include:
(1) Imported backfill
(2) A site specific backfill design
5. Placement of Backfill
a. Use only compaction equipment specifically designed for
compaction of a particular soil type and within the space and
depth limitation experienced in the trench.
b. Flooding the trench or water setting is strictly prohibited.
C. Place in loose lifts not to exceed 12 inches.
d. Compact to specified densities.
e. Compact only on top of initial backfill, undisturbed trench or
previously compacted backfill.
f. Remove any loose materials due to the movement of any trench
box or shoring or due to sloughing of the trench wall.
6. Backfill Means and Methods Demonstration
a. Notify the Owner in writing with sufficient time for the Owner to
obtain samples and perform standard proctor test in
accordance with ASTM D698.
b. The results of the standard proctor test must be received prior
to beginning excavation.
C. Upon commencing of backfill placement for the project the
Contractor shall demonstrate means and methods to obtain the
required densities.
d. Demonstrate Means and Methods for compaction including:
1) Depth of lifts for backfill which shall not exceed 12
inches
2) Method of moisture control for excessively dry or wet
backfill
3) Placement and moving trench box, if used
4) Compaction techniques in an open trench
October 2020 02315-18
5) Compaction techniques around structure
e.
Provide a testing trench box to provide access to the recently
backfilled material.
f.
The Owner will provide a qualified testing lab full time during
this period to randomly test density and moisture continent.
1) The testing lab will provide results as available on the
job site.
7. Varying
Ground Conditions
a.
Notify the Owner of varying ground conditions and the need for
additional proctors.
b.
Request additional proctors when soil conditions change.
C.
The Owner may acquire additional proctors at its discretion.
d.
Significant changes in soil conditions will require an additional
Means and Methods demonstration.
3.04. Field Quality Control
A. Field Tests and Inspections
1. Proctors
a. The Owner will perform Proctors in accordance with ASTM
D698.
b. Test results will generally be available to within 4 calendar days
and distributed to:
1) Contractor
2) City Project Manager
3) City Inspector
4) Engineer
C. Notify the Owner if the characteristic of the soil changes.
d. Owner will perform new proctors for varying soils:
1) When indicated in the geotechnical investigation in the
Appendix, if applicable
2) If notified by the Contractor
3) At the convenience of the Owner
e. Trenches where different soil types are present at different
depths, the proctors shall be based on the mixture of those
soils.
2. Density Testing of Backfill
a. Density Tests shall be in conformance with ASTM D2922 and in
October 2020 02315-19
accordance with City of Lubbock Design Standards and
Specifications.
3. Density of Embedment
a. Storm sewer boxes that are embedded with acceptable backfill
material, blended backfill material, cement modified backfill
material or select material will follow the same testing
procedure as backfill.
b. The City may test fine crushed rock or crushed rock embedment
in accordance with ASTM D2922 or ASTM 1556.
B. Non -Conforming Work
1. All non -conforming work shall be removed and replaced.
END OF SECTION 02315
October 2020 02315-20
SECTION 02530
SANITARY SEWER PIPING AND MANHOLES
PART 1. GENERAL
1.01. Summary
A. This Specification includes sanitary sewer piping and manholes to be installed
as shown on the Drawings. The term piping as used herein shall include all
piping, fitting, and accessories as shown on the Drawings or specified herein.
B. Section Includes:
1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 36-inch for
potable water, wastewater, and reuse applications.
2. Ductile Iron Fittings 3-inch through 64-inch for potable water,
wastewater, and other liquids for use with Ductile Iron Pipe and
Polyvinyl Chloride (PVC) Pipe.
3. All mechanical joint fittings shall be mechanically restrained using
restrained wedge type retainer glands.
4. Fiberglass manholes for sanitary sewer service.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Price and Payment Procedures
A. Measurement and Payment
1. Sanitary Sewer Piping
a. Measurement
1) Measured horizontally along the surface from center line
to center line of the fitting, manhole, or appurtenance
b. Payment
1)
The work performed and materials furnished in
accordance with this Item and measured as provided
under "Measurement" will be paid for at the unit price
bid per linear foot of "Sewer Force Main" installed for
14-inch force main.
C. The price bid shall include:
1)
Furnishing and installing PVC Pressure Pipe with fittings
and joints as specified by the Drawings and this Section
2)
Excavation
3)
Hauling
October 2020 02530-1
4)
Disposal of excess material
5)
Furnishing, placement and compaction of embedment
6)
Furnishing, placement and compaction of backfill
7)
Low strength flowable fill encasement, as required by
Drawings
8)
Trench water stops
9)
Thrust restraint, if required by Contract Documents
10)
Gaskets
11)
Clean-up
12)
Cleaning
13)
Disinfection
14)
Testing
2. Sanitary Sewer Manholes
a. Measurement
1)
Measurement for this Item shall be per each "Fiberglass
Manhole" installed.
b. Payment
1)
The work performed and materials furnished in
accordance with this Item and measured as provided
under "Measurement" shall be paid for at the unit price
per each "Fiberglass Manhole".
C. The price bid shall include:
1)
Manhole structure completed in place
2)
Excavation
3)
Furnishing, placement and compaction of backfill
4)
Drop pipes
5)
Stubs
6)
Frame
7)
Cover
8)
Grade rings
9)
Pipe connections
10)
Pavement removal
11)
Hauling
12)
Disposal of excess materials
October 2020 02530-2
13) Clean-up
1.03. References
A. Reference Standards
1. Reference standards cited in this Specification refer to the current
reference standard published at the time of the latest revision date
logged at the end of this Specification, unless a date is specifically
cited.
2. American Association of State Highway and Transportation Officials
(AASHTO).
3. ASTM International (ASTM):
a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride)
(PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC)
Compounds.
b. D3139, Standard Specification for Joints for Plastic Pressure
Pipes Using Flexible Elastomeric Seals.
C. A307 - Standard Specification for Carbon Steel Bolts and
Studs, 60,000 psi Tensile Strength.
d. A615 - Standard Specification for Deformed and Plain Carbon -
Steel Bars for Concrete Reinforcement.
e. C76 - Standard Specification for Reinforced Concrete Culvert,
Storm Drain and Sewer Pipe.
f. C270 - Standard Specification for Mortar for Unit Masonry.
g. C478 - Standard Specification for Precast Reinforced Concrete
Manhole Sections.
h. C923 - Standard Specification for Resilient Connectors
Between Reinforced Concrete Manholes Structures, Pipes, and
Laterals.
i. C1107 - Standard Specification for Packaged Dry, Hydraulic -
Cement Grout (Non -Shrink).
j. C1244 - Standard Test Method for Concrete Sewer Manholes
by the Negative Air Pressure (Vacuum) Test Prior to Backfill.
k. C1628 - Standard Specification for Joints for Concrete Gravity
Flow Sewer Pipe, Using Rubber Gaskets.
I. D698 - Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Standard Effort (12 400 ft-Ibf/ft3
(600 kNm/m3)).
M. D2996 - Standard Specification for Filament -Wound Fiberglass
(Glass -Fiber -Reinforced Thermosetting -Resin) Pipe.
n. D2997 - Standard Specification for Centrifugally -Cast
October 2020 02530-3
Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe.
o. D3753 - Standard Specification for Glass -Fiber -Reinforced
Polyester Manholes and Wetwells.
P. D4258 - Standard Practice for Surface Cleaning of Concrete.
q. D4259 - Standard Practice for Abrading Concrete.
4. American Water Works Association (AWWA):
a. C600, Installation of Ductile -Iron Water Mains and their
Appurtenances
b. C605, Underground Installation of Polyvinyl Chloride (PVC)
Pressure Pipes and Fittings for Water.
C. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 4 IN through 12 IN, for Water Transmission and
Distribution.
d. C905, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 14 IN through 48 IN, for Water Transmission and
Distribution.
e. M23, PVC Pipe - Design and Installation.
f. M41, Ductile -Iron Pipe and Fittings.
5. NSF International (NSF):
a. 61, Drinking Water System Components - Health Effects.
6. Underwriters Laboratories, Inc. (UL).
1.04. Submittals
A. Submittals shall be in accordance with Section 01330, Submittals.
B. All submittals shall be approved by the Engineer prior to delivery.
C. Product Data
1. For PVC Pressure Pipe that is used for water distribution, wastewater
force mains or wastewater gravity mains, including:
a. PVC Pressure Pipe
b. DIP Fittings
C. Manufacturer
d. Dimension Ratio
e. Joint Types
2. Restraint, if required in Contract Documents
a. Retainer glands
b. Thrust harnesses
October 2020 02530-4
C. Any other means of restraint
3. Gaskets
4. For Fiberglass Manholes:
a. Design and fabrication details of manhole components
b. Installation instructions for Fiberglass Manholes
C. Drop connection materials
d. Pipe connections at manhole walls
e. Materials for stubs and stub plugs, if applicable
f. Grade ring materials
g. External coating materials
h. Plugs for hydrostatic testing
D. Shop Drawings: When restrained joints are required, furnish for PVC Pressure
Pipe used in the water distribution system or for a wastewater force main for
12-inch and greater diameters, including:
1. Wall thickness design calculations sealed by a Licensed Professional
Engineer in Texas including:
a. Working pressure
b. Surge pressure
C. Deflection
2. Provide thrust restraint calculations for all fittings and valves, sealed
by a Licensed Professional Engineer in Texas, to verify the restraint
lengths shown on the Drawings.
3. Lay schedule / drawing for 12-inch and greater diameters sealed by a
Licensed Professional Engineer in Texas including:
a. Pipe class
b. Joints type
C. Fittings
d. Stationing
e. Transitions
f. Joint deflection
E. Certificates
1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the
provisions of this Section, each run of pipe furnished has met
Specifications, all inspections have been made and that all tests have
been performed in accordance with AWWA C900 and C905.
1.05. Quality Assurance
October 2020 02530-5
A. Qualifications
1. Manufacturers
a. Finished pipe shall be the product of 1 manufacturer for each
size, unless otherwise approved by the Owner.
1) Change orders, specials, and field changes may be
provided by a different manufacturer upon Owner
approval.
b. Pipe manufacturing operations shall be performed under the
control of the manufacturer.
C. All pipe furnished shall be in conformance with AWWA C900
and C905.
1.06. Delivery, Storage, and Handling
A. Storage and Handling Requirements
1. Store and handle in accordance with the guidelines as stated in AWWA
M23.
2. Secure and maintain a location to store the material.
3. Protect pipe, pipe fittings, and seals from dirt and damage.
1.07. 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 Engineer no fewer than five days in advance of proposed
interruption of service.
2. Do not proceed with interruption of service without Engineer's written
permission.
B. The Contractor shall prepare a proposal to maintain sewer flow during
construction of the new force main.
PART 2. PRODUCTS
2.01. Equipment, Product Types, and Materials
A. Manufacturers
1. Only the manufacturers as listed in the Owners' Standard Products List
will be considered for sanitary sewer piping and manholes.
a. The manufacturer must comply with this Specification and
related Sections.
2. Any product that is not listed on the Standard Products List is
considered a substitution and shall be submitted as a substitution in
accordance with Section 01330, Submittals.
October 2020 02530-6
B. PVC Pipe - Pressure Rated
1. Pressure rated PVC sewer pipe and fitting shall conform to the
requirements of AWWA C900 and AWW C905.
2. The pipe shall be joined with an integral bell and spigot type rubber
gasketed joint.
a. Each integral bell joint shall consist of a formed bell complete
with a single rubber gasket.
b. Gaskets shall conform to ASTM F477.
3. Pressure rated PVC pipe shall be installed in accordance with the
manufacturer's recommendations and shall not exceed 80% of the
manufacturer's recommended maximum deflection.
4. Standard joint length shall be 20 feet +/- one inch.
5. Pressure rated sewer pipe shall be green.
6. Pressure Pipe shall be approved by the UL.
7. The pipe material shall be PVC, meeting the requirements of ASTM
D1784, with a cell classification of 12454. Outside diameters must be
equal to those of cast iron and ductile iron pipes.
8. As a minimum the following Dimension Ratio's apply:
Diameter (inch) Min Pressure Class (psi)
4 through 14 DR 18, 235
9. Pipe Markings
a. Meet the minimum requirements of AWWA C900 and AWWA
C905. Minimum pipe markings shall be as follows:
1) Manufacturer's Name or Trademark and
production record
2) Nominal pipe size
3) Dimension Ratio
4) AWWA C900 or C905
5) Seal of testing agency that verified the
suitability of the pipe
C. Pressure and Deflection Design
1. Pipe design shall be based on trench conditions and design pressure
class specified in the Drawings. Pipe shall be designed according to
the methods indicated in AWWA M23 for trench construction, using the
following parameters:
a. Unit Weight of Fill (w) = 130 pcf
b. Live Load = AASHTO HS 20
October 2020 02530-7
C. Trench Depth = 12 feet minimum, or as indicated in Drawings
d. Maximum E' = 1,000 max
e. Deflection Lag Factor = 1.0
f. Working Pressure (Pw) = 150 psi
g. Surge Allowance (Ps) = 100 psi minimum
h. Test Pressure =
1) No less than 1.25 times the stated working pressure
(187 psi minimum) of the pipeline measured at the
highest elevation along the test section.
2) No less than 1.5 times the stated working pressure (225
psi minimum) at the lowest elevation of the test section.
Maximum Calculated Deflection = 3 percent
Restrained Joint Safety Factor (SF) = 1.5
k. Maximum Joint Deflection = 80 percent of the manufacturer's
recommendations.
2. Verify trench depths after existing utilities are located.
a. Accommodate vertical alignment changes required because of
existing utility or other conflicts by an appropriate change in
pipe design depth.
b. In no case shall pipe be installed deeper than its design allows.
3. Provisions for Thrust
a. Thrusts at bends, tees, plugs or other fittings shall be
mechanically restrained joints when required by the Drawings.
b. No thrust restraint contribution shall be allowed for the
restrained length of pipe within the casing.
C. Restrained joints, where required, shall be used for a sufficient
distance from each side of the bend, tee, plug, valve, or other
fitting to resist thrust which will be developed at the design
pressure of the pipe. For the purpose of thrust the following
shall apply:
1) Calculate valves as dead ends.
2) Design pressure shall be greater than the pressure class
of the pipe or the internal pressure (Pi), whichever is
greater.
3) Restrained joints shall consist of approved mechanical
restrained or pushon restrained joints as listed in the
City's Standard Products List.
4) Restrained PVC pipe is not allowed for pipe greater than
October 2020 02530-8
14 inches.
d. The Pipe Manufacturer shall verify the length of pipe with
restrained joints to resist thrust in accordance with the
Drawings and the following:
1) Calculate the weight of the earth (We) as the weight of
the projected soil prism above the pipe, for unsaturated
soil conditions.
2) Soil density = 115 pcf (maximum value to be used), for
unsaturated soil conditions
3) In locations where ground water is encountered, reduce
the soil density to its buoyant weight for the backfill
below the water table.
a) Reduce the coefficient of friction to 0.25.
4. Joints
a. Joints shall be gasket, bell and spigot and push -on type
conforming to ASTM D3139.
b. Since each pipe manufacturer has a different design for push -
on joints, gaskets shall be part of a complete pipe section and
purchased as such.
C. Lubricant must be non -toxic and NSF approved for potable
water applications.
d. Push -On Restrained Joints shall only be as approved in the
Standard Products List in Section 01600, Product
Requirements.
5. Detectable Markers
a. 3-inch width, Sewer - green
b. Manufacturers
1) Presco Prodcuts
2) Terra Tape
D. Ductile Iron Fittings
1. 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 with a minimum
pressure rating of 150 psi.
2. All ductile iron fittings shall have an external bituminous coating and
shall be cement epoxy lined in accordance with AWWA C104.
3. Ductile iron fittings shall conform to AWWA C153 110 and shall be
mechanical joint or push -on joint unless otherwise specified or shown
on the Drawings.
October 2020 02530-9
4. 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 in accordance with the City of Lubbock Design
Standards and Specifications.
5. When 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 are
not acceptable.
E. Fiberglass Manholes
1. Provide Prefabricated Fiberglass Manholes conforming in shape, size,
and dimensions and details as shown in the Drawings.
2. Unless modified in the Drawings, use manhole sections conforming to
ASTM D3753.
3. Mark date of manufacture and name of trademark of manufacturer in
1-inch tall stenciled letters on the inside of the barrel.
4. Provide wall section thickness for depth of manhole according to ASTM
D3753, but not less than 0.5 inches in thickness.
5. Provide fabricated reducer bonded at factory to form 1 continuous unit
at top of manhole barrel to accept concrete grade rings and cast iron
frame and cover.
a. Reducer design shall be of sufficient strength to safely support
HS-20 loading in accordance with AASHTO.
6. Concrete Manhole Base:
a. Concrete shall be made with Portland Cement which conforms
to ASTM C150.
b. Form base so that joint with fiberglass barrel is sealed against
leakage.
7. Cones and Grade Rings:
a. Cones and grade rings shall maintain a clear 30-inch opening.
b. Grade rings shall be reinforced with the same percentage of
steel as risers and tops and shall meet ASTM C478
specifications.
8. Manhole Frame and Cover
a. Manhole frames and covers shall be of good quality gray iron
casting and conform to ASTM Designation A48, having a clear
opening of not less than 30 inches.
b. Casting shall be designed with a full bearing ring so as to
provide a continuous seat between frame and cover.
October 2020 02530-10
C. Cover shall be furnished with lifting ring or pick bar cast into the
cover in such a manner as to prevent water leaking through.
d. Frame and cover shall have a weight of not less than 275
pounds, shall include lettering as shown on the Drawings, and
shall comply with the City of Lubbock Approved Materials List.
9. Pipe Connections
a. Conform to ASTM C923 or ASTM C1628.
PART 3. EXECUTION
3.01. Installation
A. General
1. Install pipe, fittings, specials and appurtenances as specified herein,
as specified in AWWA C600, AWWA C605, AWWA M23 and in
accordance with the pipe manufacturer's recommendations.
2. Lay pipe to the lines and grades as indicated in the Drawings.
3. Excavate and backfill trenches in accordance with Section 02315,
Utility Trench Excavation, Embedment and Backfill.
4. Embed PVC Pressure Pipe in accordance with Section 02315, Utility
Trench Excavation, Embedment and Backfill.
B. Pipe Handling
1. Haul and distribute pipe and fittings at the project site.
2. Handle piping with care to avoid damage.
a. Inspect each joint of pipe and reject or repair any damaged pipe
prior to lowering into the trench.
b. Use only nylon ropes, slings or other lifting devices that will not
damage the surface of the pipe for handling the pipe.
3. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash
- during and after the laying operation.
b. Effectively seal the open end of the pipe using a gasketed night
ca p.
C. Joint Making
1. Mechanical Joints
a. In accordance with this Section.
2. Push -on Joints
a. Install Push -On joints as defined in AWWA C900.
b. Wipe clean the gasket seat inside the bell of all extraneous
matter.
October 2020 02530-11
C. Place the gasket in the bell in the position prescribed by the
manufacturer.
d. Apply a thin film of non -toxic vegetable soap lubricant to the
inside of the gasket and the outside of the spigot prior to
entering the spigot into the bell.
e. When using a field cut plain end piece of pipe, refinish the field
cut to conform to AWWA C605.
3. Joint Deflection
a. Deflect the pipe only when necessary to avoid obstructions, or
to meet the lines and grades shown in the Drawings.
b. Joint deflection shall not exceed 80 percent of the
manufacturer's recommendation.
D. Detectable Markers
1. Marking tape shall be installed in the same trench with all pipe during
pipe installation.
2. Marking tape for sewer mains shall be 3-inch, green in color and
clearly labeled "Caution: Buried Sewer Line" for gravity mains or
"Caution: Buried Sewer Force Main" for force mains.
3. Marking tape shall be installed directly above the centerline of the pipe
a minimum of 24 inches above top of pipe.
4. Depth of bury shall be 18 inches below top of trench.
3.02. Fiberglass Manholes
1. Manhole:
a. Construct manhole to dimensions on Drawings.
b. Construct manhole base section in accordance with this Section
and as shown on Drawings.
C. Seal with manufacturer's gasket or approved sealant.
d. Wrap joint with external sealing material a minimum of 12
inches in width.
e. Where cast -in -place base is used, support manhole barrel in
place and brace it from sides of excavation to prevent any
movement of barrel during concrete placement and while
concrete is setting.
1) Provide minimum clearance between reinforcing steel
and manhole barrel bottom as shown on Drawings.
2) Do not support manhole barrel on reinforcing steel.
3) Place bead of water swelling sealant around inside of
barrel near bottom to form seal.
October 2020 02530-12
2. Pipe connections at Manhole:
a. Cut manhole barrel for pipe penetrations following curvature of
pipe and with maximum of 1-inch clearance.
1) Seal cut edges with resin.
2) Hole may be circular or cutout with semi -circular top,
which extends to bottom of barrel.
b. Place continuous bead of water swelling sealant around pipe
penetrations on interior of manhole barrel.
1) Roughen surface of fiberglass prior to placement to
improve bond with sealant.
2) Allow sealant to completely cure before placing concrete
against it.
3) Test connections for watertight seal before backfilling.
3. Invert
a. Construct invert channels to provide a smooth waterway with no
disruption of flow at pipe -manhole connections.
b. For direction changes of mains, construct channels tangent to
mains with maximum possible radius of curvature.
1) Provide curves for side inlets.
4. Drop Manhole Connection
a. Install drop connection when sewer line enters manhole higher
than 24 inches above the invert.
b. At drop pipe connections through fiberglass barrel, cut circular
hole sized to requirements of manufactured connector.
1) Seal cut edge with resin.
2) Install watertight connector according to manufacturer's
recommendations.
5. Grade Rings:
a. Grade rings shall be used for adjusting the top elevation.
b. Grade rings shall be set to the elevations shown on the
Drawings or established by the Owner's Inspector.
C. Each manhole shall have a minimum of 6 inches of grade
adjustment.
d. Total height of the grade rings shall not exceed 18 inches at any
manhole.
e. Non -shrink grout shall be placed around and under the rings to
provide a seal and properly seat the rings at the required
October 2020 02530-13
elevation.
6. Manhole Frame and Cover
a. Manhole frame and cover shall be set to the elevation shown
on the Drawings.
b. Non -shrink grout shall be placed around and under the frame to
provide a seal and properly seat the frame at the required
elevation.
3.03. Field Quality Control
A. Wastewater Lines
1. Closed Circuit Television (CCTV) Inspection
a. Provide a Post -CCTV Inspection.
B. Sanitary Sewer Manholes
1. Field Tests and Inspections
a. Perform testing in accordance with Section 02553, Sewer and
Manhole Testing.
END OF SECTION 02530
October 2020 02530-14
SECTION 02531
FUSIBLE POLYVINYL CHLORIDE (PVC) PIPE
PART 1. GENERAL
1.01 Description
A Scope
1. This section specifies fusible polyvinyl chloride (PVC) pipe for horizontal
direction drill as part of the Additive Alternate, including standards for
dimensionality, testing, quality, acceptable fusion practice, safe handling
and storage.
B Pipe Description
1. Pipe supplier shall furnish fusible polyvinyl chloride (PVC) pipe conforming
to all standards and procedures, and meeting all testing and material
properties as described in this specification.
2. Pipe shall conform to the following dimensions and designations:
Nominal
Required
Pipe Name &
Diameter (in.) &
Dimension
Pressure
Inside
Convention (e.g..
Reference Standard
Class or
Rating (psi)
Diameter
Ratio DR
CIOD. IPS. or
other)in.
AWWA C900 or
14 DIPS
18
235
13.50
C905
1.02 Measurement and Payment
A Measurement
1. Measure horizontally along the surface from center line to center line of
the fitting, manhole, or appurtenance.
B Payment
1. The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the
unit price bid per linear foot of "Additive Alternate - Fusible PVC Pipe"
installed for 14-inch force main.
2. The price bid shall include:
1) Furnishing and installing Fusible PVC Pressure Pipe by horizontal
directional drill with fittings and joints in the alignment as shown on
the Drawings.
2) Thrust restraint, if required by Contract Documents
3) Cleanup
4) Cleaning
5) Testing
October 2020 02531-1
1.03 Submittals
A Submittals shall be in accordance with Section 01330, Submittals.
B All submittals shall be approved by the Engineer prior to delivery.
C Pre -Construction Submittals
I. The following PRODUCT DATA is required from the pipe supplier and/or
fusion provider:
1) Pipe Size
2) Dimensions
3) Pressure Class or Pressure Rating per applicable standard
4) Color
5) Recommended Minimum Bending Radius
6) Recommended Maximum Safe Pull Force
7) Fusion technician qualification indicating conformance with this
specification
D Shop Drawings: When restrained joints are required, furnish for Fusible PVC
Pressure Pipe used in the water distribution system or for a wastewater force
main for 12-inch and greater diameters, including:
1. Wall thickness design calculations sealed by a Licensed Professional
Engineer in Texas including:
1) Working pressure
2) Surge pressure
3) Deflection
2. Provide thrust restraint calculations for all fittings and valves, sealed by a
Licensed Professional Engineer in Texas, to verify the restraint lengths
shown on the Drawings.
3. Lay schedule / drawing for 12-inch and greater diameters sealed by a
Licensed Professional Engineer in Texas including:
1) Pipe class
2) Joints type
3) Fittings
4) Stationing
October 2020 02531-2
5) Transitions
6) Joint deflection
E Certificates
1. Furnish an affidavit certifying that all Fusible PVC Pressure Pipe meets the
provisions of this Section, each run of pipe furnished has met
Specifications, all inspections have been made and that all tests have
been performed in accordance with AWWA C900 and C905.
F Post -Construction Submittals
1. The following is required from the contractor and/or fusion provider to the
owner or pipe supplier upon request:
1) Approved datalogger device reports
2) Fusion joint documentation containing the following information:
a) Pipe Size (Diameter) and Wall Thickness
b) Fusion Machine Make, Model and Serial Number
c) Fusion Technician Identification and Qualification Level
d) Job Identification (Name, Location and/or Project Number)
e) Fusion Joint Number
f) Fusion, Heating, and Drag Pressure Settings
g) Heat Plate Temperature
h) Time Stamp
i) Fusion Heating Time and Cool Down Time
j) Ambient Temperature and Weather Conditions
1.04 Quality Assurance
A References:
1. This section contains references to the following documents. They are a
part of this section as specified and modified. In the event of a conflict
between the requirements of this section and those of the listed
documents, the requirements of this section take precedent.
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of design.
October 2020 02531-3
Reference
Title
ANSI/AWWA
Standard for Ductile -Iron and Gray -Iron Fittings
C110/A21.10
ANSI/AWWA
Standard for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and
C111/A21.11
Fittings
ANSI/AWWA
Standard for Ductile -Iron Compact Fittings
C153/A21.53
Standard for Underground Installation of Polyvinyl Chloride (PVC) and
AWWA C605
Molecularly Oriented Polyvinyl Chloride (PVCO) Pressure Pipe and Fittings
AWWA C651
Standard for Disinfecting Water Mains
AWWA C900
Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 4 in. through 60 in. (100mm Through 1,500mm)l
Standard for Injection -Molded Polyvinyl Chloride (PVC) Pressure Fittings, 4
AWWA C907
In. Through 12 In. (100 mm Through 300 mm), for Water, Wastewater,
and Reclaimed Water Service
AWWA M23
Manual of Practices for PVC Pipe —Design and Installation
ASTM C923
Standard Specification for Resilient Connectors Between Reinforced
Concrete Manhole Structures, Pipes and Laterals
ASTM D1784
Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds
and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds
ASTM D1785
Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe,
Schedules 40, 80, and 120
ASTM D2241
Standard Specification for Poly (Vinyl Chloride) (PVC) Pressure -Rated Pipe
(SDR Series)
ASTM D2665
Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste,
and Vent Pipe and Fittings
ASTM D3034
Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer
Pipe and Fittings
ASTM F477
Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic
Pipe
ASTM F679
Standard Specification for Poly (Vinyl Chloride) (PVC) Large Diameter
Plastic Gravity Sewer Pipe and Fittings
ASTM F1417
Standard Practice for Installation Acceptance of Plastic Non -pressure
Sewer Lines Using Low -Pressure Air
1 Prior to 2017, AWWA C905 was the standard for PVC pipe and fabricated fittings larger than 12 in. (300
mm). "AWWA C905" marking on pipe larger than 12 in. is acceptable.
October 2020 02531-4
Reference
Title
UNI-B-6
Recommended Practice for Low -Pressure Air Testing of Installed Sewer
Pipe
UNI-PUB-08
PVC Pressure Pipe Tapping Guide
NSF/ANSI - 61-G
Drinking Water System Components --Health Effects
PPI TR-2
PVC Range Composition Listing of Qualified Ingredients
B Manufacturer Requirements
All piping shall be made from PVC compound conforming to cell classification
12454 per ASTM D1784.
C Fusion Technician Requirements
Fusion Technician shall be qualified by the pipe supplier to install fusible
polyvinyl chloride pipe of the type(s) and size(s) being used. Qualification shall
be current as of the actual date of fusion performance on the project.
D Specified Fusion Process and Pipe Suppliers
1. The pipe manufacturer shall be fully experienced, reputable, and qualified
in the manufacture of fusible polyvinyl chloride (PVC) products.
2. Fusible polyvinyl chloride (PVC) pipe marking shall include either Fusible
PVC®, Fusible C-900®, or FPVC°.
E Warranty
1. The pipe shall be warranted for one year per the pipe supplier's standard
terms.
2. In addition to the standard pipe warranty, the fusion services shall be
warranted for one year per the fusion service provider's standard terms.
PART 2. PRODUCTS
2.01 Fusible Polyvinyl Chloride (PVC) Pipe for Potable Water, Reclaimed Water, and
Wastewater
A Fusible polyvinyl chloride (PVC) pipe shall conform to AWWA C900, ASTM D2241
or ASTM D1785, as applicable. Testing shall be in accordance with the test
methods provided or referenced in the applicable pipe standard.
B Fusible polyvinyl chloride (PVC) pipe shall be extruded with plain ends. The
ends shall be square to the pipe and without any bevel or chamfer. There shall
be no bell or gasket of any kind incorporated into the pipe unless specified for
connections with appurtenances or for connections at the fusible pipeline
termination locations.
C Fusible polyvinyl chloride (PVC) pipe shall be manufactured in a standard 40'
or 45' nominal length, or custom lengths as specified.
October 2020 02531-5
D Fusible polyvinyl chloride (PVC) pipe for sewer force main use shall be green in
color.
E Marking on the pipe shall include:
1. Pipe size (nominal diameter)
2. PVC
3. Pipe Dimension Ratio (DR), Standard Dimension Ratio (SDR), or Schedule
(SCH)
4. AWWA pressure class or ASTM pressure rating, as applicable
5. Designation of the applicable AWWA or ASTM standard (e.g., "AWWA
C900")
6. NSF-61-G mark, designation of suitability for potable water service (when
applicable)
7. Extrusion production -record code
8. Trademark or trade name
9. Cell Classification 12454 and/or PVC material designation code 1120
F Pipe shall be homogeneous throughout and be free of visible cracks, holes,
foreign material, blisters, or other visible deleterious faults.
2.02 Fusion Joints
A Unless otherwise specified, fusible polyvinyl chloride (PVC) pipe lengths shall
be assembled in the field with butt -fused joints. The Contractor shall follow the
pipe supplier's written guidelines for this procedure. All fusion joints shall be
completed as described in this specification.
2.03 Connections and Fittings for Pressure Applications
A Ductile Iron Mechanical and Flanged Fittings
Acceptable fittings for use with fusible polyvinyl chloride (PVC) pipe shall
include standard ductile iron fittings conforming to AWWA/ANSI
C110/A21.10, or AWWA/ANSI C153/A21.53 and AWWA/ANSI C111/A21.11.
1. Connections to fusible polyvinyl chloride pipe may be made using a
restrained or non -restrained retainer gland product for PVC pipe, as well
as for MJ or flanged fittings.
2. Ductile iron fittings shall be restrained with the use of thrust blocking or
other means as indicated in the construction documents.
3. Ductile iron fittings and glands shall be installed per the manufacturer's
guidelines.
B PVC Gasketed, Push -on Fittings
PVC fittings for use with fusible polyvinyl chloride pipe shall include standard
PVC pressure fittings conforming to AWWA C900 or AWWA C907.
October 2020 02531-6
1. Fittings for use joining fusible polyvinyl chloride pipe to other sections of
fusible polyvinyl chloride pipe or other sections of PVC pipe shall include
gasketed PVC, push -on type couplings and fittings, including bends, tees,
and couplings as shown in the construction documents.
2. PVC gasketed, push -on fittings and mechanical restraints, if used, shall be
installed per the manufacturer's guidelines.
C Fusible Polyvinyl Chloride (PVC) Sweeps or Bends
1. Fusible polyvinyl chloride (PVC) sweeps or bends shall be manufactured
from the same fusible polyvinyl chloride (PVC) pipe being used for the
installation, and be of the same sizing convention, diameter, wall
thickness and pressure class as that of the pipe being joined using the
sweep or bend.
2. Fusible polyvinyl chloride (PVC) sweeps or bends shall have at least 2 feet
of straight section on either end of the sweep or bend to allow for fusion of
the sweep to the pipe. Unless otherwise specified, there shall be no
gasketed connections utilized with a fusible polyvinyl chloride (PVC)
sweep.
3. Standard fusible polyvinyl chloride (PVC) sweep or bend angles shall not
be greater than 22.5 degrees and, unless otherwise specified, shall be
used with fusible polyvinyl chloride (PVC) pipe with nominal diameters
ranging from 4-inch through 16-inch.
D Sleeve -Type Couplings
1. Sleeve -type mechanical couplings shall be manufactured for use with PVC
pressure pipe.
2. Sleeve -type couplings shall be rated at the same or greater pressure
carrying capacity as that of the fusible polyvinyl chloride (PVC) pipe.
E Expansion and Flexible Couplings
1. Expansion -type mechanical couplings shall be manufactured for use with
PVC pipe.
2. Expansion -type mechanical couplings shall be rated at the same or
greater pressure carrying capacity as that of the fusible polyvinyl chloride
(PVC) pipe.
F Connection Hardware
Unless otherwise specified, bolts and nuts for buried service shall be made of
non -corrosive, high -strength, low -alloy steel having the characteristics
specified in ANSI/AWWA C111/A21.11, regardless of any other protective
coating.
G Connection to Sanitary Sewer Manholes and Structures
1. Fusible polyvinyl chloride (PVC) pipe shall be connected to manholes and
other structures to provide leak -free, properly graded flow into or out of
October 2020 02531-7
the manhole or structure.
2. Connections to existing manholes and structures shall be as indicated in
the construction documents.
1) For a cored or drilled opening provide a flexible, watertight
connection meeting the requirements of ASTM C923.
2) For a knock out opening, provide a watertight connection
(waterstop or other method) meeting the material requirements of
ASTM C923 that is securely attached to the pipe with stainless
steel bands or other approved means.
3) Grout opening in manhole wall with non -shrink grout. Pour
concrete collar around pipe and outside manhole opening.
Provide flexible pipe joint or approved flexible connector within 2
feet of the collar.
3. Connections to a new manhole or structure shall be as indicated in the
construction documents.
1) A flexible, watertight gasket per ASTM C 923 shall be cast
integrally with riser section(s) for all precast manhole and
structures.
2) Drop connections shall be required where shown on drawings.
3) Grout internal joint space with non -shrink grout.
PART 3 . EXECUTION
3.01 Delivery and Off -Loading
A All pipe shall be bundled or packaged in such a manner as to provide
adequate protection of the ends during transportation to the site. Any pipe
damaged in shipment shall be replaced as directed by the owner or engineer.
B Each pipe shipment shall be inspected for damage and to determine if the
load has shifted prior to unloading. The owner or engineer shall be notified
immediately if more than immaterial damage is found. Each pipe shipment
should be checked for quantity and proper pipe size, color, and type.
C Pipe should be loaded, off-loaded, and otherwise handled in accordance with
all pipe supplier guidelines.
D Off-loading devices such as chains, wire rope, chokers, or other pipe handling
implements that may scratch, nick, cut, or gouge the pipe are strictly prohibited.
E During off-loading and handling, care shall be taken to avoid the pipe striking
hard objects. Significant impact could cause damage, particularly during
freezing weather.
F If appropriate unloading equipment is not available, pipe may be unloaded by
removing individual pieces. Care shall be taken to ensure that pipe is not
dropped or damaged. Pipe shall be carefully lowered, not dropped, from trucks.
October 2020 02531-8
3.02 Handling and Storage
A Visibly damaged pipe sections and sections with suspected damage, shall be
cut out. Cutting shall be performed according to the pipe supplier's
recommendations.
B Any scratch or gouge greater than 10% of the wall thickness will be
considered significant and shall be rejected unless determined acceptable by
the owner or engineer.
C Pipe lengths should be stored and placed on level ground. Pipe should be
stored at the job site in the unit packaging provided by the manufacturer. The
interior of the pipe, as well as all end surfaces, should be kept free from dirt
and foreign matter.
D Pipe shall be handled and supported with the use of woven fiber pipe slings or
approved equal. Care shall be exercised when handling the pipe to not cut,
gouge, scratch or otherwise abrade the piping.
E If pipe is to be stored for periods longer than 1 year, the pipe should be
shielded from direct sunlight. The pipe cover should be opaque and provide for
adequate air circulation above and around the pipe to prevent excessive heat
accumulation.
F Pipe shall be stored and stacked per the pipe supplier's guidelines.
3.03 Fusion Process
A General
1. Fusible polyvinyl chloride (PVC) pipe shall be handled in a safe manner
before, during, and after the fusion process and in accordance with this
specification and pipe supplier's guidelines.
2. Fusible polyvinyl chloride pipe shall be fused by qualified fusion
technicians, as documented by the pipe supplier.
3. Each fusion joint shall be recorded and logged by an electronic monitoring
device (data logger) connected to the fusion machine.
4. Only appropriately sized and outfitted fusion machines that have been
approved by the pipe supplier shall be used for the fusion process. Fusion
machines must incorporate the following elements:
1)Heat Plate - Heat plates shall be in good condition with no deep
gouges or scratches. Plates shall be kept clean and free of any
debris or contamination. Heater controls shall function properly;
cord and plug shall be in good condition. The appropriately sized
heat plate shall be capable of maintaining a uniform and consistent
heat profile and temperature for the size of pipe being fused, per
the pipe supplier's guidelines.
2)Carriage - Carriages shall travel smoothly with no binding at low
pressure. Jaws shall be in good condition with proper and clean
October 2020 02531-9
inserts for the pipe size being fused. Insert pins shall be installed
with no interference to carriage travel.
3)General Machine - All fusion machines shall be inspected for
obvious defects, missing parts, hydraulic leaks, or potential safety
issues prior to fusion.
4)Data Logging Device - An approved, fully functional datalogging
device, with the current version of the pipe supplier's software,
shall be used. Datalogging device operations and maintenance
manual shall be kept with the unit at all times. If fusing for
extended periods of time, an independent 110V power source shall
be available to extend battery life.
5. Other equipment specifically required for the fusion process shall include
the following:
1)Pipe rollers shall be used for support of pipe to either side of the
machine
2)An infrared (IR) pyrometer with an accuracy of 1% or better, shall be
used to check pipe and heat plate temperatures.
3)Fusion machine operations and maintenance manual shall be kept
with the fusion machine at all times.
4)Facing blades specifically designed for cutting fusible polyvinyl
chloride pipe shall be used.
5)For fusion in inclement weather and/or windy conditions, a weather
protection canopy with sides that allows full machine motion of the
heat plate, fusion assembly and carriage shall be provided per the
pipe supplier's recommendations. When the pipe temperature is
below 40 ° F, the pipe supplier's cold weather operating procedures
shall be followed.
B Joint Recording
Each fusion joint shall be logged by an approved electronic monitoring device
(data logger) connected to the fusion machine hydraulic system. The fusion
data logging report shall be generated by software developed specifically for
the butt -fusion of fusible polyvinyl chloride (PVC) pipe. The software shall
register and/or record the parameters required by the pipe supplier and these
specifications. Required data not logged by the data logger shall be logged
manually and included in the Fusion Technician's joint report.
3.04 General Installation
A Installation guidelines from the pipe supplier shall be followed for all
installations.
B The bend radii for fusible polyvinyl chloride (PVC) pipe shall not be less than
the allowable minimums published in AWWA C605.
October 2020 02531-10
C Where fusible polyvinyl chloride pipe is installed by pulling in tension, the
recommended allowable pulling force established by the pipe supplier shall not
be exceeded.
3.05 Preparation Prior to Making Connections into Existing Piping Systems
A Prior to making connections into existing piping systems, the contractor shall:
1. Field verify location, size, piping material, and piping system of the existing
pipe.
2. Obtain all required fittings, which may include saddles, sleeve type
couplings, flanges, tees, or others as shown in the construction
documents.
3. Have installed all temporary pumps and/or pipes in accordance with
established connection plans.
B Unless otherwise approved, new piping systems shall be completely
assembled and successfully tested prior to making connections into existing
pipe systems.
3.06 Pipe System Connections
Pipe connections shall be installed per applicable standards and regulations, as well
as per the connection manufacturer's guidelines and as indicated in the construction
documents. Pipe connections to structures shall be installed per applicable
standards and regulations, as well as per the connection manufacturer's guidelines.
3.07 Tapping for Potable and Non -Potable Pressure Water Applications
A Tapping shall be performed using standard tapping saddles designed for use
on PVC piping in accordance with AWWA C605. Tapping shall be performed
only with use of tap saddles or sleeves. DIRECT TAPPING SHALL NOT BE
PERMITTED. Tapping shall be performed in accordance with the applicable
sections for Saddle Tapping per UNI-PUB-B, PVC Pressure Pipe Tapping Guide".
B All connections requiring a larger diameter than that recommended by the
pipe supplier, shall be made with a pipe connection as specified and indicated
on the drawings.
C Equipment used for tapping shall be made specifically for tapping PVC pipe:
1. Tapping bits shall be slotted "shell" style cutters, specifically made for PVC
pipe. `Hole saws' made for cutting wood, steel, ductile iron, or other
materials are strictly prohibited.
2. Manually operated or power operated drilling machines may be used.
D Taps may be performed while the pipeline is filled with water and under
pressure (`wet' tap,) or when the pipeline is not filled with water and not under
pressure (`dry' tap).
3.08 Testing
A Testing shall comply with all applicable jurisdictional building codes, statutes,
standards, regulations, and laws.
October 2020 02531-11
B Hydrostatic Testing and Leakage Testing for Fusible Polyvinyl Chloride (PVC)
Pressure Piping
1. Hydrostatic and leakage testing for piping systems that contain
mechanical jointing as well as fused PVC jointing shall be conducted in
accordance with the requirements of AWWA C605.
2. Unless specified or otherwise designated by the owner or engineer, for a
simultaneous hydrostatic and leakage test following installation, a
pressure equal to 150% of working pressure at point of test, but not less
than 125% of normal working pressure at highest elevation shall be
applied. However, in no case shall the test pressure exceed the rated
working pressure for any joint, thrust restraint, valve, fitting, or other
connected appurtenance of the test section. Unless otherwise specified,
the duration of the pressure test shall be two (2) hours.
3. If hydrostatic testing and leakage testing are performed at separate times,
follow the procedures outlined in AWWA C605.
4. In preparation for pressure testing the following steps must be followed:
1) All air must be vented from the pipeline prior to pressurization.
This may be accomplished with the use of the air relief valves or
corporation stop valves, vent piping in the testing hardware or end
caps, or any other method which adequately allows air to escape
the pipeline at all high points. Venting may also be accomplished
by `flushing' the pipeline in accordance with the parameters and
procedures as described in AWWA C605.
2) The pipeline must be fully restrained prior to pressurization. This
includes complete installation of all mechanical restraints per the
restraint manufacturer's guidelines, whether permanent or
temporary to the final installation. This also includes the
installation and curing of all required thrust blocking. All
appurtenances included in the pressure test, including valves,
blow -offs, and air -relief valves shall be checked for proper
installation and restraint prior to beginning the test.
3) Temporary pipeline alignments that are being tested, such as those
that are partially installed in their permanent location shall be
configured to provide for the removal of trapped air in the pipeline.
C Leakage Testing for Non -Pressure Fusible Polyvinyl Chloride (PVC) Piping
1. Gravity sanitary sewers that contain mechanical jointing in addition to
fused PVC joints may be tested for excessive leakage.
2. Gravity sanitary sewer leakage testing may include appropriate water or
low-pressure air testing. The leakage outward or inward (exfiltration or
infiltration) shall not exceed 25 gallons per inch of pipe diameter per mile
per day for any section of the system. An exfiltration or infiltration water
test shall be performed with a minimum positive head of two feet. The air
October 2020 02531-12
test, if used, shall be conducted in accordance with one of the following
Standards:
1) ASTM F1417
2) U N I-B-6
3. The testing method selected shall properly consider the existing
groundwater elevations during the test.
D Deflection Testing for Non -Pressure Fusible Polyvinyl Chloride (PVC) Piping
1. After completion of the backfill, the engineer or owner may require that a
pipe-ovality deflection test be performed.
2. Deflection tests can be conducted using a go/no-go mandrel. The
mandrel's outside dimension shall be sized to permit passage through no
more than 7.5 percent deflection. The percent deflection shall be
established from the pipe base inside diameter. The base inside diameter
shall include the internal bead clearance as well. The mandrel shall be
approved by the owner or engineer prior to use. Other deflection test
options, such as direct measurements, are permitted for lines large
enough for safe entry.
E Disinfection of the Pipeline for Potable Water Piping
1. Chlorine granules shall not be used or present near the pipe ends while
the pipe sections are being joined.
2. After installation, the pipeline, having passed all required testing, shall be
disinfected prior to being put into service. Unless otherwise directed by
the owner or engineer, the pipeline shall be disinfected per AWWA C651.
F Intermediate Testing
Segments of the pipe may be tested separately in accordance with
standard testing procedure, as approved by the owner and engineer.
END OF SECTION 02531
October 2020 02531-13
No Text
SECTION 02535
VALVES
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. Combination Air -Release and Air/Vacuum Valve Assemblies
(Combination Air Valves) for sanitary sewer force mains to include:
a. Combination air -release and air/vacuum valve
b. Tap to force main
C. Inlet piping and appurtenances
d. Vent piping and appurtenances
e. Vault enclosure and appurtenances
2. Combination Air Valves shall be designed to:
a. Release accumulated air or gas from the force main/lift station
while the system is in operation and under pressure,
b. Discharge large quantities of air during pipe filling operations,
and
C. Intake large quantities of air during pipe draining and water
column separation.
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Price and Payment Procedures
A. Combination Air Valves: Measurement and Payment
1. Measurement
a. Measurement for Combination Air Valves shall be per each.
2. Payment
a. The work performed and materials furnished in accordance with
this Item shall be paid for at the unit price bid per each
"Combination Air Valve" installed.
3. The price bid shall include:
a. Furnishing and installing Combination Air Valves with
appurtenances as specified herein and as shown in the
Drawings
October 2020 02535-1
b. Air valve vault and appurtenances
C. Tapping the main
d. Isolation valves
e. Fittings
f. Vent piping
g. Vent cover and enclosure/pipe bollard protection, if required
h. Vault enclosure and appurtenances
i. Excavation and backfill
1.03. References
A. Definitions
1. Combination Air Valve: A device having the features of both an air -
release valve and an air/vacuum valve
2. Inlet: The opening at the base of the Combination Air Valve mechanism
through which air from the force main enters
3. Inlet Piping: The piping and appurtenances between the force main
and the valve inlet
4. Orifice: The opening in the Combination Air Valve mechanism through
which air is expelled from or admitted into the force main
5. Outlet: The opening at the top of Combination Air Valve mechanism,
including the orifice, through which air enters or exits the force main
6. Vent Piping: The piping and appurtenances from the Combination Air
Valve vault to its termination point outside the vault
B. Reference Standards
1. Reference standards cited in this Specification refer to the current
reference standard published at the time of the latest revision date
logged at the end of this Specification, unless a date is specifically
cited.
2. American Association of State Highway and Transportation Officials
(AASHTO.
3. American Iron and Steel Institute (AISI).
4. ASTM International (ASTM):
a. A536, Standard Specification for Ductile Iron Castings.
b. B117, Standard Practice for Operating Salt Spray (Fog)
Apparatus.
5. American National Standards Institute (ANSI)/American Water Works
Association (AWWA):
a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe
October 2020 02535-2
Systems
b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure
Pipe and Fittings
C. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or
Gray -Iron Threaded Flanges
d. ANSI/AWWA C512 - Air -Release, Air/Vacuum Valves, and
Combination Air Valves for Waterworks Service.
e. AWWA Manual of Water Supply Practices M51 (AWWA Manual
M51) - Air Release, Air/Vacuum, and Combination Air Valves
6. American Water Works Association (AWWA):
a. C509, Resilient -Seated Gate Valves for Water Supply Service
b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water
Supply Service
C. C550, Protective Interior Coatings for Valves and Hydrants
d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 4 IN through 12 IN, for Water Transmission and
Distribution
1.04. Submittals
A.
B.
C.
Submittals shall be in accordance with Section 01330, Submittals.
All submittals shall be approved by the Engineer prior to delivery.
Combination Air Valves:
1. Product Data
a. Combination Air Valves, air/vacuum valves, or combination air
valves stating:
1)
Application type
2)
Working pressure rating
3)
Test pressure rating
4)
Surge pressure rating
5)
Inlet size
6)
Small orifice size
7)
Large orifice size
8)
Cleaning ports
b. Valve vault and appurtenances
C. Tapping appurtenances
d. Isolation
valves
October 2020 02535-3
e. Fittings
f. Vent piping
g. Vent cover and/or enclosure
1.05. Quality Assurance
A. Qualifications
1. Manufacturers
a. Combination Air Valves of the same size shall be the product of
one manufacturer.
b. All valves shall be new.
1.06. Delivery, Storage, and Handling
A. Storage and Handling Requirements
1. Protect all parts such that no damage or deterioration will occur during
a prolonged delay from the time of shipment until installation is
completed and the units and equipment are ready for operation.
2. Protect all equipment and parts against any damage during a
prolonged period at the site.
3. Protect the finished surfaces of all exposed flanges by wooden blank
flanges, strongly built and securely bolted thereto.
4. Protect finished iron or steel surfaces not painted to prevent rust and
corrosion.
5. Prevent plastic and similar brittle items from being directly exposed to
sunlight or extremes in temperature.
6. Secure and maintain a location to store the material in accordance
with Section 01600, Product Requirements.
1.07. Warranty
A. Manufacturer Warranty
1. Manufacturer's Warranty shall be in accordance with Division 1.
PART 2. PRODUCTS
2.01. Equipment, Product Types and Materials
A. Manufacturers and Model
1. ARI D26TSS02NSLP 2" or approved equal
a. Approved equal must meet the minimum working pressure of
0.3 psi and have non -slam or anti -surge device.
b. Only the manufacturers as listed on the City's Standard
Products List will be considered.
1) The manufacturer must comply with this Specification
October 2020 02535-4
and related Sections.
C. The Combination Air Valve shall be new and the product of a
manufacturer regularly engaged in the manufacturing of air
release/air vacuum valves having similar service and size.
B. Combination Air Valves
1. Performance / Design Criteria
a. Capacities
1) Application = Sanitary Sewer
2) Working Pressure from 0.3 psi to 150 psi
3) Test Pressure = 1.5 times the maximum working
pressure
4) Size
a) Each orifice size must be sufficient to meet the
requirements set forth in AWWA Manual M51 and
indicated on the Drawings.
b. Function
1) High volume discharge during force main filling.
2) High volume intake through the large orifice.
3) Pressurized air discharge.
4) Surge Dampening/Controlled discharge rates
a) The valve shall have an integral surge alleviation
mechanism (non -slam or anti -surge) which shall
operate automatically to limit transient pressure
rise or shock induced by closure due to high
velocity air discharge or the subsequent rejoining
of the separated water columns. The limitation of
the pressure rise shall be achieved by
decelerating the approaching water prior to valve
closure.
5) Must operate effectively with the presence of solids
encountered in sanitary sewer.
2. Materials
a. Internal parts
1) Non -corroding material such as stainless steel or high -
density polyethylene
b. Valve body
1) SAE 304 or SAE 316 stainless steel
October 2020 02535-5
2)
Equipped with intake and discharge flanges
C.
Inlet/Discharge orifice area
1)
Equal to the nominal size of the valve or greater
3. Accessories
a.
Inlet Piping
1)
Shall be in accordance with Drawings.
2)
Ductile iron pipe shall conform to ANSI/ASTM A746.
3)
AWWA C151 Minimum Thickness Class 50.
4)
Ductile iron pipe shall have an external bituminous
coating and shall be cement epoxy lined in accordance
with AWWA C104.
b.
Isolation
Valves
1)
Gate valve (flanged) in accordance with the Drawings:
a) 2-inch operating nut, non -rising stem with
enclosed miter gearing for 3-inch and larger gate
valves
C.
Vent Piping
1)
4-inch minimum Ductile Iron Pipe in accordance with
Drawings and ANSI/ASTM A746.
2)
AWWA C151 Minimum Thickness Class 50.
3)
Ductile iron pipe shall have an external bituminous
coating and shall be cement epoxy lined in accordance
with AWWA C104.
4)
No galvanized piping allowed.
d.
Vent Screen
1)
Stainless Steel (AISI 304)
e.
Dropover
Enclosure
1)
Channell SPH-1420 thermoplastic enclosure, or
approved equal.
4. Vault
a. Provide a flat top, precast concrete valve vault in accordance
with the Drawings.
1) Precast Vault:
a) In accordance with ASTM C478 and the
Drawings.
b) Manufacturers
October 2020 02535-6
i. Hanson Pipe and Products
ii. Vaughn Concrete Products
b. Manhole dimensions shall be in accordance with Drawings.
C. Provide a cover and hatch in accordance with Drawings.
d. Secure Air Valve to vault wall using a stainless steel bracket
manufactured by Grinell, or approved equal, in accordance with
the Drawings.
5. Source Quality Control
a. Tests and Inspections
1) Testing and inspection of Combination Air Valves shall
be in accordance with AWWA C412.
PART 3. EXECUTION
3.01. Installation
A. General
1. Install in accordance with manufacturer's recommendations and as
shown on the Drawings.
2. All ductile iron piping and valves above ground or within the vault
interior shall be painted in accordance with Owner requirements,
unless otherwise stated in the Drawings.
3.02. Field Quality Control
A. Field Inspections
1. The valve shall perform as intended with no deformation, leaking or
damage of any kind for the pressure ranges indicated.
2. Before acceptance of the installed valve, the Owner shall have the
opportunity to inspect and operate the valve.
3. The Owner will assess the ease of access to the operating nut within
the valve box and ease of operating the valve from a fully closed to
fully opened position.
4. If access and operation of the valve and its appurtenances meet the
Owner's criteria, then the valve will be accepted as installed.
5. The Combination Air Valve assembly shall be free from any leaks.
B. Non -Conforming Work
1. If access and operation of the valve or its appurtenances does not
meet the Owner's criteria, the Contractor will remedy the situation until
it meets the Owner's criteria, at the Contractor's expense.
END OF SECTION 02531
October 2020 02535-7
No Text
SECTION 02553
SEWER AND MANHOLE TESTING
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. Testing for sanitary sewer pipe and manholes prior to placing in service
a. Low Pressure Air Test or Hydrostatic Exfiltration Test for sanitary
sewer piping
b. Vacuum Testing for sanitary sewer manholes
2. Before any newly constructed sanitary sewer pipe and manholes are
placed into service it shall be cleaned and tested.
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
3. Section 02554, Cleaning of Sewer Mains
1.02. Price and Payment Procedures
A. Measurement and Payment
1. Pipe Testing
a. Measurement
1) This Item is considered subsidiary to the sanitary sewer
main (pipe) completed in place.
b. Payment
1) The work performed and the materials furnished in
accordance with this Item are subsidiary to the unit price
bid per linear foot of sanitary sewer main complete in
place, and no other compensation will be allowed.
2. Manhole Testing
a. Measurement
1) This Item is considered subsidiary to the sanitary sewer
manhole completed in place.
b. Payment
1) The work performed and the materials furnished in
accordance with this Item are subsidiary to the unit price
bid per each manhole complete in place, and no other
compensation will be allowed.
October 2020 02553-1
C. The price bid shall include:
1) Plugs
2) Clean-up
1.03. Submittals
A. Submittals shall be in accordance with Section 01330, Submittals.
B. All submittals shall be approved by the Engineer prior to delivery.
1.04. Closeout Submittals
A. Test and Evaluation Reports
1. All test reports generated during testing (pass and fail).
1.05. Quality Assurance
A. Certifications
1. Mandrel Equipment
a. If requested by Owner, provide Quality Assurance certification
that the equipment used has been designed and manufactured
in accordance to the required specifications.
2. Joint Testing
a. Testing Service - Engage a qualified independent testing agency
to perform joint evaluation tests
b. Equipment - If requested by Owner, provide Quality Assurance
certification that the equipment used has been designed and
manufactured in accordance to the required specifications.
1.06. References
A. Reference Standards
1.
Reference standards cited in this Specification refer to the current
reference standard published at the time of this Specification, unless a
date is specifically cited.
2.
ASTM International (ASTM):
a. C969 Infiltration and Exfiltration Acceptance Testing of Installed
Sewer Lines
b. C828 Low Pressure Air Test of Sewer Lines
C. C1244 Standard Test Method for Concrete Sewer Manholes by
the Negative Air Pressure (Vacuum) Test Prior to Backfill
3.
UNI B 6 Recommended Practice for Low Pressure Air Testing of
Installed Sewer Pipe
PART 2. PRODUCTS
2.01. Materials
October 2020 02553-2
A. In accordance with City of Lubbock Design Standards and
Specifications.
PART 3. EXECUTION
3.01. Preparation
A. In accordance with City of Lubbock Design Standards and Specifications.
B. Contractor shall notify the Owner Inspector a minimum of 24 hours in advance
of any testing. Testing shall be accomplished in the presence of the Owner
Inspector or his authorized representative.
C. Testing shall not commence on any portion of the pipeline until all field placed
concrete in contact with the pipe, fittings or appurtenances is adequately
cured.
D. Low Pressure Air Test (Pipe 60 inch and smaller)
1. Clean the sewer main before testing, as outlined in Section 02554,
Cleaning of Sewer Mains.
2. Plug ends of all branches, laterals, tees, wyes, and stubs to be
included in test.
E. Deflection (mandrel) test (Pipe)
1. Perform as last work item before final inspection. Testing shall be
conducted after the pipe has been installed and backfilled. Deflection
test cannot be performed until 30 days after final backfill per Title 30
Texas Administrative Code Chapter 217.57(b)(4).
2. Clean the sewer main and inspect for offset and obstruction prior to
testing.
3. Materials
a. Mandrel used for deflection test
1) Use of an uncertified mandrel or a mandrel altered or
modified after certification will invalidate the deflection
test.
2) Mandrel requirements
a) Odd number of legs with 9 legs minimum
b) Effective length not less than its nominal
diameter
c) Fabricated of rigid and nonadjustable steel
d) Fitted with pulling rings and each end
e) Stamped or engraved on some segment other
than a runner indicating the following:
(1) Pipe material specification
October 2020 02553-3
(2) Nominal size
(3) Mandrel outside diameter (OD)
f) Mandrel diameter must be 95 percent of inside
diameter (ID) of pipe.
g) Mandrel equipment shall be suitable for the pipe
material to prevent damage to the pipe. Consult
manufacturer for appropriate mandrel
equipment.
F. Vacuum test (Manhole)
1. Plug lifting holes and exterior joints.
2. Plug pipes and stubouts entering the manhole.
3. Secure stubouts, manhole boots, and pipe plugs to prevent movement
while vacuum is drawn.
4. Plug pipes with drop connections beyond drop.
5. Manhole opening shall be sealed by a method approved by the Owner
Inspector.
6. Place test head inside the frame at the top of the manhole.
2.02. Installation
A. Low pressure air test (Pipe 60" Inch and Smaller):
1. In accordance with City of Lubbock Design Standards and
Specifications.
2. Stop test if no pressure loss has occurred during the first 25 percent of
the calculated testing time.
B. Deflection (mandrel) test (Pipe)
1. In accordance with City of Lubbock Design Standards and
Specifications.
2. For pipe 36 inches and smaller, the mandrel is pulled through the pipe
by hand to ensure that maximum allowable deflection is not exceeded.
3. Maximum percent deflection by pipe size is as follows:
Nominal Pipe Size Inches Percent Deflection Allowed
12 and smaller 5.0
14 through 30 4.0
Greater than 30 3.0
C. Vacuum test (Manhole)
1. Manholes shall be tested for leakage separately and independently of
October 2020 02553-4
the sanitary sewer pipes by vacuum testing, or other methods
approved by the Owner.
2. In accordance with City of Lubbock Design Standards and
Specifications.
3. Test manhole prior to coating with epoxy or other material.
4. Vacuum test shall be in accordance with ASTM 1244-11.
5. Contractor shall have the option to repeat the vacuum test one time
after repairs.
6. If a vacuum test is failed twice, the manhole shall be repaired and an
exfiltration test shall be performed.
7. All repairs required shall be at the Contractor's expense.
2.03. Field Quality Control
A. Non -Conforming Work
1. Low pressure air test (Pipe 60 Inch and smaller)
a. Should the air test fail, find and repair leak(s) and retest.
2. Deflection (mandrel) test (Pipe)
a. Should the mandrel fail to pass, the pipe is considered over
deflected.
b. Uncover over deflected pipe. Reinstall if not damaged.
C. If damaged, remove and replace.
3. Vacuum test (Manhole)
a. Should the vacuum test fail, repair suspect area and retest.
1) Leaks at pipe connection to manhole may be repaired
externally.
2) Leaks within the manhole structure may be repaired
internally or externally.
b. Contractor shall have the option to repeat the vacuum test one
time after repairs.
C. If a vacuum test is failed twice, the manhole shall be repaired
and an exfiltration test shall be performed.
d. All repairs required shall be at the Contractor's expense.
END OF SECTION 02553
October 2020 02553-5
No Text
SECTION 02554
CLEANING OF SEWER MAINS
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. Cleaning of abandoned force main.
2. Cleaning of new force main: Before any television inspection, any
sewer main shall be cleaned to remove all debris, solids, sand, grease,
grit, etc. from the sewer and manholes.
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
3. Section 02110, Utility Removal and Abandonment
4. Section 02530, Sanitary Sewer Piping and Manholes
5. Section 02553, Sewer and Manhole Testing
1.02. Price and Payment Procedures
A. Cleaning of Abandoned Force Main
1. Measurement and Payment
a. Measurement
1) Measurement for this Item will be by lump sum.
b. Payment
1) The work performed and materials furnished in
accordance with this Item will be paid for at the lump
sum price bid for "Clean Abandoned 14-inch Force
Main".
B. Cleaning of New Force Main
1. Measurement and Payment
a. Measurement
1) This Item is considered subsidiary to the sewer main
being cleaned.
b. Payment
1) The work performed and the materials furnished in
accordance with this Item are subsidiary to the unit price
bid per linear foot of sewer pipe complete in place, and
no other compensation will be allowed.
October 2020 02554-1
PART 2. PRODUCTS
2.01. Product Types
A. Use only the type of cleaning material which will not create hazards to health
or property or affect treatment plant processes.
PART 3. EXECUTION
3.01. Cleaning of Abandoned Force Main
A. Existing 14-inch force main shall be drained, cleaned and dewatered prior to
abandonment per Section 02110, Utility Removal and Abandonment.
B. Draining and cleaning per this Section similar to cleaning of new force main.
C. Force main shall be cleaned and dewatered prior to plugging for
abandonment.
3.02. Cleaning of New Force Main
A. General
1. All materials, equipment, and personnel necessary to complete the
cleaning of the sanitary sewer main and manholes must be present on
the jobsite prior to isolating the sewer manhole or line segment and
beginning the cleaning process.
2. Maintain clean work and surrounding premises within the work limits
so as to comply with Federal, State, and local environmental and anti-
pollution laws, ordinances, codes, and regulations when cleaning and
disposing of waste materials, debris, and rubbish.
3. Keep the work and surrounding premises within work limits free of
accumulations of dirt, dust, waste materials, debris, and rubbish.
4. Suitable containers for storage of waste materials, debris, and rubbish
shall be provided until time of disposal.
a. It is the sole responsibility of the Contractor to secure a licensed
legal dump site for the disposal of this material.
b. Under no circumstances shall sewage or solids removed from
the main or manhole be dumped onto streets or into ditches,
catch basins, storm drains, or sanitary sewers.
5. The cleaning process shall remove all grease, sand, silts, solids, rags,
debris, etc. from each sewer segment, including the manhole(s).
6. Selection of cleaning equipment and the method for cleaning shall be
based on the condition of the sanitary sewer mains at the time work
commences and will be subject to approval by the Owner.
7. All cleaning equipment and devices shall be operated by experienced
personnel.
8. Satisfactory precautions shall be taken to protect the sanitary sewer
mains and manholes from damage that might be inflicted by the
October 2020 02554-2
improper use of the cleaning process or equipment.
9. Any damages done to a sewer main and/or structure by the Contractor
shall be repaired by the Contractor at no additional cost and to the
satisfaction of the Owner.
10. Cleaning shall also include the manhole wall washing by high pressure
water jet.
11. The Contractor may be required to demonstrate the performance
capabilities of the cleaning equipment proposed for use on the project.
a. If the results obtained by the proposed sanitary sewer cleaning
equipment are not satisfactory, the Contractor shall use
different equipment and/or attachments, as required, to meet
Owner satisfaction.
b. More than 1 type of equipment/attachments may be required
at a location.
12. When hydraulic or high velocity cleaning equipment is used, a suitable
sand trap, weir, dam, or suction shall be constructed in the
downstream manhole in such a manner that all the solids and debris
are trapped for removal.
13. Whenever hydraulically -propelled cleaning tools which depend upon
water pressure to provide their cleaning force, or any tool which retard
the flow of water in the sanitary sewer lines are used, precautions shall
be taken to insure that the water pressure created does not cause any
damage or flooding to public or private property being served by the
manhole section involved.
14. Any damage of property, as a result of flooding, shall be the liability
and responsibility of the Contractor.
15. The flow of wastewater present in the sanitary sewer main shall be
utilized to provide necessary fluid for hydraulic cleaning devices
whenever possible.
16. When additional quantities of water from fire hydrants are necessary to
avoid delay in normal working procedures, the water shall be
conserved and not used unnecessarily.
a. No fire hydrant shall be obstructed or used when there is a fire
in the area.
b. It is the responsibility of the Contractor to obtain the fire
hydrant, water meter and all related charges for the set-up,
including the water usage bills from respective water purveyor
agency.
C. All expenses shall be considered incidental to the cleaning of
the existing sanitary sewer mains.
October 2020 02554-3
B. Methods
1. Hydraulic Cleaning
a. Hydraulic -propelled devices which require a head of water to
operate must utilize a collapsible dam.
b. The dam must be easily collapsible to prevent damage to the
sewer main, property, etc.
C. When using hydraulically -propelled devices, precautions shall
be taken to ensure that the water pressure created does not
cause damage or flood public or private property.
d. Do not increase the hydraulic gradient of the sanitary sewers
beyond the elevation that could cause overflow of sewage into
area waterways or laterals.
e. The flow of wastewater present in the sanitary sewer main shall
be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible.
2. High -Velocity Cleaning
a. Cleaning equipment that uses a high velocity water jet for
removing debris shall be capable of producing a minimum
volume of 50 gpm, with a pressure of 1,500 psi, for the sanitary
sewer line and 3,500 psi for the (manhole) structure at the
pump.
1)
Any variations to this pumping rate must be
approved, in advance, by the Owner.
2)
To prevent damage to older sewer mains and
property, a pressure less than 1500 psi can
be used.
3)
A working pressure gauge shall be used on
the discharge of all high-pressure water
pumps.
4)
For sewers 18 inches and larger in diameter,
in addition to conventional nozzles, use a
nozzle which directs the cleaning force to the
bottom of the pipe.
5)
Operate the equipment so that the
pressurized nozzle continues to move at all
times.
6)
The pressurized nozzle shall be turned off or
reduced anytime the hose is on hold or
delayed in order to prevent damage to the
line.
October 2020 02554-4
3. Mechanical Cleaning
a. Mechanical cleaning, in addition to normal cleaning when
required, shall be with approved equipment and accessories
driven by power winching devices.
b. Submit the equipment manufacturer's operational manual and
guidelines to the Owner, which shall be followed strictly unless
modified by the Owner.
C. All equipment and devices shall be operated by experienced
operators so that they do not damage the pipe in the process of
cleaning.
d. Buckets, scrapers, scooters, porcupines, kites, heavy duty
brushes, and other debris -removing equipment/accessories
shall be used as appropriate and necessary in the field, in
conjunction with the approved power machines.
e. The use of cleaning devices such as rods, metal pigs,
porcupines, root saws, snakes, scooters, sewer balls, kites, and
other approved equipment, in conjunction with hand winching
device, and/or gas, electric rod propelled devices, shall be
considered normal cleaning equipment.
END OF SECTION 02554
October 2020 02554-5
No Text
SECTION 02740
FLEXIBLE (ASPHALT) PAVING REPAIR
PART 1. GENERAL
1.01. Summary
A. Section includes:
1. Flexible pavement repair to include, but not limited to:
a. Utility cuts (water, sanitary sewer, drainage, franchise utilities,
etc.)
b. Warranty work
C. Repairs of damage caused by Contractor
d. Any permanent asphalt pavement repair needed during the
course of construction
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
3. Section 02100, Selective Site Demolition
4. Section 02315, Utility Trench Excavation, Embedment and Back Fill
5. City of Lubbock Design Standards and Specifications
1.02. Price and Payment Procedures
A. Measurement and Payment
1. Asphalt Pavement Repair
a. For utility trench repair, repair width is to include the width
beyond the trench shown in the Drawings as well as any
additional width required around structures.
b. Measurement
1) Measurement for this Item will be by the square foot of
Asphalt Patch and Repair based on the defined width
and roadway classification specified in the Drawings.
C. Payment
1) The work performed and materials furnished in
accordance with this Item and measured as provided
under "Measurement" will be paid for at the unit price
bid price per square foot of Asphalt Patch and Repair.
d. The price bid shall include:
1) Furnishing and placing all asphaltic materials, sawing of
October 2020 02740-1
existing paving edges, smoothing and preparation of the
existing base, tack and prime coats, compaction, and all
incidentals necessary to complete the work.
1.03. References
A. Definitions
1. HMAC - Hot Mix Asphalt Concrete
1.04. Administrative Requirements
A. Permitting
1. Obtain Street Use Permit to make utility cuts in the street from the
Owner in conformance with current ordinances.
2. The Owner will inspect the paving repair after construction.
1.05. Submittals
A. Asphalt Pavement Mix Design: submit for approval.
1.06. Field Conditions
A. Place mixture when the roadway surface temperature is 60 degrees F or
higher and rising unless otherwise approved.
PART 2. PRODUCTS
2.01. Materials
A. Backfill
1. See Section 02315, Utility Trench Excavation, Embedment and Backfill
B. Subgrade and Base Material
1. In accordance with City of Lubbock Design Standards and
Specifications, Streets and Drainage Specifications, 8.08 Subgrade
and Base.
C. H.M.A.0
1. In accordance with City of Lubbock Design Standards and
Specifications, Streets and Drainage Specifications, 8.09 Hot Mix
Asphalt Concrete Surface (HMAC).
PART 3. EXECUTION
3.01. Preparation
A. Surface Preparation
1. Mark pavement cut for repairs for approval by the Owner.
2. Contractor and Owner meet prior to saw cutting to confirm limits of
repairs.
3. In accordance with City of Lubbock Standards and Specifications.
October 2020 02740-2
3.02. Installation
A. General
1.
Equipment
a. Use machine intended for cutting pavement.
b. Milling machines may be used as long as straight edge is
maintained.
2.
Repairs: In true and straight lines to dimensions shown on the
Drawings.
3.
Utility Cuts
a. In a true and straight line on both sides of the trench
b. Minimum of 12 inches outside the trench walls
C. If the existing flexible pavement is 2 feet or less between the lip
of the existing gutter and the edge of the trench repair, remove
the existing paving to such gutter.
4.
Limit dust and residues from sawing from entering the atmosphere or
drainage facilities.
B. Removal
1.
Use care to prevent fracturing existing pavement structure adjacent to
the repair area.
C. Base
1.
Install replacement base material in accordance with City of Lubbock
Standards and Specifications.
D. Asphalt
Paving
1.
H.M.A.0 placement: In accordance with City of Lubbock Standards and
Specifications.
a. Type C surface mix for street widths greater than 36 feet.
b. Type D surface mix for street widths 36 feet or less.
2.
Depth: In accordance with City of Lubbock Design Standards and
Specifications.
a. Place surface mix in lifts not to exceed 3 inches.
b. Last or top lift shall not be less than 2 inches thick.
END OF SECTION 02740
October 2020 02740-3
No Text
SECTION 02775
CONCRETE SIDEWALKS, GUTTERS AND DRIVEWAYS
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1.
Concrete sidewalks
2.
Concrete curbs and gutters
3.
Concrete valley gutters
4.
Concrete driveways
B. Related Specification Sections include, but are not necessarily limited to:
1.
Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2.
Division 1- General Requirements
3.
Section 02100, Selective Site Demolition
1.02. Price and Payment Procedures
A. Measurement
and Payment
1.
Concrete Sidewalk
a. Measurement
1) Measurement for this Item shall be by the square foot of
completed and accepted Concrete Sidewalk in its final
position.
b. Payment
1) The work performed and materials furnished in
accordance with this Item and measured as provided
under "Measurement" will be paid for at the unit price
bid per square foot of Replace Concrete Sidewalk.
C. The price bid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and placing all materials per City of Lubbock
Specifications.
2.
Concrete Curb and Gutter
a. Measurement
1) Measurement for this Item shall be by the linear foot of
Concrete Curb and Gutter.
October 2020 02775-1
b. Payment
1) The work performed and materials furnished in
accordance with this Item and measured as provided
under "Measurement" will be paid for at the unit price
bid per linear foot of Replace Concrete Curb and Gutter
complete and in place by curb height.
C. The price bid shall include:
1) Preparing the subgrade
2) Furnishing and placing all materials, including
foundation course, reinforcing steel, and expansion
material.
3. Concrete Valley Gutter
a. Measurement
1) Measurement for this Item shall be by the square foot of
Concrete Valley Gutter.
b. Payment
1) The work performed and materials furnished in
accordance with this Item and measured as provided
under "Measurement" will be paid for at the unit price
bid per square foot of Replace Concrete Valley Gutter
complete and in place.
C. The price bid shall include:
1) Preparing the subgrade
2) Furnishing and placing all materials, including
foundation course, reinforcing steel, and expansion
material
4. Concrete Driveway Repair
a. Measurement
1) Measurement for this Item shall be by the linear foot of
Concrete Driveway Repair.
b. Payment
1) The work performed and materials furnished in
accordance with this Item and measured as provided
under "Measurement" will be paid for at the unit price
bid per linear foot of Concrete Driveway Repair complete
and in place.
C. The price bid shall include:
1) Preparing the subgrade
October 2020 02775-2
2) Furnishing and placing all materials, including
foundation course, reinforcing steel, and expansion
material
1.03. References
A. Abbreviations and Acronyms
1. TAS - Texas Accessibility Standards
2. TDLR - Texas Department of Licensing and Regulation
B. Reference Standards
1. Reference standards cited in this Specification refer to the current
reference standard published at the time of the latest revision date
logged at the end of this Specification, unless a date is specifically
cited.
2. American Society for Testing and Materials (ASTM)
a. D545, Test Methods for Preformed Expansion Joint Fillers for
Concrete Construction (Non -extruding and Resilient Types)
b. D698, Test Methods for Laboratory Compaction Characteristics
of Soil Using Standard Effort (12,400 ft-Ibf/ft3)
1.04. Submittals
A. Mix Design: submit for approval in accordance with Drawings and City of
Lubbock Design Standards.
PART 2. PRODUCTS
2.01. Equipment and Materials
A. Forms: wood or metal straight, free from warp and of a depth equal to the
thickness of the finished work.
B. Concrete: see Drawings and City of Lubbock Design Standards.
1. Unless otherwise shown on the Drawings or detailed specifications, the
standard class for concrete is shown in the following table:
Standard Classes of Concrete
Class of
Typical Use
Min. Compressive
Min. Compressive
Concrete
Strength (7 Day), psi
Strength (28 Day), psi
A
Curb and Gutter
2,100
3,000
Sidewalks
B
Valley Gutters
3,000
3,600
Driveways
October 2020 02775-3
2. Mix design for various classes of concrete shall conform to the
following:
Mix Design for Classes of Concrete
Class of
Concrete
Minimum
Sacks Cement
per cubic yard
Water/Cement
Ratio
Maximum Slump
(inches)
A
5.0
0.40 - 0.58
5
B
5.5
0.40 - 0.58
5
C
6.0
0.35 - 0.45
3
D
4.5
0.40 - 0.60
5
E
As required for specific cure time and strength
C. Cement:
1. Cement shall be Type I, Type 11, or Type 1-11 cements, conforming to
ASTM C150.
D. Aggregate:
1. Concrete aggregate shall consist of natural, washed and screened
sand, and washed and screened gravel or clean crushed stone
conforming to ASTM C33.
2. All aggregate shall be free of injurious amounts of clay, soft or flaky
materials, loam, organic impurities, or other deleterious materials.
3. Fine aggregate shall be graded from fine to coarse and shall conform
to ASTM C136.
a. The gradation for fine aggregates shall meet the following
requirements:
Fine Aggregate
Cumulative Percent Passing
(by weight)
3/8" Sieve
100
No. 4 Sieve
95-100
No. 8 Sieve
80-100
No. 16 Sieve
50-85
October 2020 02775-4
No. 30 Sieve
25-65
No. 50 Sieve
10-35
No. 100 Sieve
0-10
No. 200 Sieve
0-3
4. Coarse aggregates shall be well graded from coarse to fine with a
maximum size of 1-1/2 inches, and shall conform to ASTM C136.
a. The gradation for coarse aggregates shall meet the following
requirements:
Coarse Aggregate
Cumulative Percent Passing
(by weight)
1-3/4" Sieve
100
1-1/2" Sieve
95-100
3/4" Sieve
60-90
1/2" Sieve
25-60
No. 4 Sieve
0-5
5. Aggregate shall comply with the following limits:
Material Property
Maximum Allowable Limit
Deleterious Material
2.0%
Decantation
1.5%
Flakiness Index
17
Magnesium Sulfate
Soundness
25%
E. Reinforcement:
1. Curb and Gutter: horizontal paving steel shall extend to within 2 inches
of back of curb. When poured monolithically with adjacent concrete
pavement.
2. Sidewalk: Fiber reinforcement, or as required by the City of Lubbock
Building Official, or design approved in writing by the City Engineer.
October 2020 02775-5
3. Valley Gutter: minimum of #4 deformed bars 12 inches on center both
ways.
4. Commercial Driveways: #3 deformed steel bars through the gutter
section as indicated on the detail sheets and either #4 deformed bars
12 inches on center both ways or 6-inch x 6-inch - 6-gauge welded
wire fabric.
5. Steel:
a. All steel shall be securely held in proper position with devices
appropriate to the type of reinforcement used, subject to
approval by the Engineer.
b. Welded wire reinforcement shall conform to ASTM A1064, and
shall be 6-inch x 6-inch- 6-gauge welded wire fabric as
specified.
C. Reinforcing bars shall be grade 60 (60 KSI), open-hearth, basic
oxygen or electric furnace new billet steel manufactured in
accordance with ASTM A615.
1) Steel reinforcing materials shall be stored off the ground
in a manner as to be protected from accumulations of
grease, mud, other foreign matter and rust producing
materials.
2) When incorporated into construction, steel
reinforcement shall be free from rust, scale, oil, mud,
and structural defects.
d. Dowels for slip joints shall be smooth plain round bars free from
burrs, rough surfaces, and deformations. Caps, sleeves, or
wrapping shall be as indicated on plan sheets.
e. Chairs shall be used to support the reinforcing steel in the
correct position while concrete is being placed. Chairs shall be
made of plastic (preferred) or steel, and shall be of adequate
size to positively hold the reinforcing materials in position.
6. Fiber:
a. Fiber reinforcement shall be either 100 percent virgin
polypropylene, collated, fibrillated fibers specifically
manufactured for use as concrete reinforcement, containing no
reprocessed olefin materials, or steel fibers.
b. The manufacturer shall provide calculations for equivalent
amounts of fiber to replace steel reinforcement, with a
minimum of 1.5 pounds per cubic yard. The amount of fiber
used may be less than the equivalent steel for residential
streets if approved by the City Engineer or designee. When
submitting less fiber than the equivalent steel, the design must
be stamped by a licensed engineer.
October 2020 02775-6
C. Fiber calculations must be done in accordance with ACI
standards.
d. The physical characteristics on the fiber shall be as follows:
Physical Characteristic
Value
Specific Gravity
0.91
Tensile Strength
70,000 to 110,000 psi
Minimum Length
3/4 inch
A. Joint Filler
1. Zip Strip or Bituminous Pre -Molded expansion joint board
material shall conform to ASTM D1751.
2. Elastomeric sealant for contraction joints shall be, or shall be
equivalent to, W.R Meadows "SOF'SEAL", W.R. Meadows #158
cold applied, or "GARDOX".
3. Valley gutter joints shall be sealed with an elastomeric sealer
per City of Lubbock Design Standards and Specifications.
a. Joints shall be cleaned thoroughly with high pressure
air prior to installation of any sealant materials.
4. Joint Sealing Materials: in accordance with City of Lubbock
Design Standards and Specifications.
PART 3. EXECUTION
3.01. Preparation
A. Surface Preparation
1. Excavation: Excavation required for the construction of sidewalks and
curbs and gutters shall be to the lines and grades as shown on the
Drawings or as established by the Owner.
2. Fine Grading
a. The Contractor shall do all necessary filling, leveling and fine
grading required to bring the subgrade to the exact grades
specified and compacted to at least 90 percent of maximum
density as determined by ASTM D698.
b. Moisture content shall be within minus 2 to plus 4 of optimum.
C. Any over -excavation shall be repaired to the satisfaction of the
Owner.
B. Demolition / Removal
October 2020 02775-7
1. See Section 02100, Selective Site Demolition.
3.02. Installation
A. General
1. Concrete sidewalks shall have a minimum thickness of 4 inches.
2. Sidewalks constructed in driveway approach sections shall have a
minimum thickness equal to that of driveway approach or as called for
by Drawings and specifications within the limits of the driveway
approach.
3. All pedestrian facilities shall comply with provisions of TAS including
location, slope, width, shapes, texture and coloring. Pedestrian
facilities installed by the Contractor and not meeting TAS must be
removed and replaced to meet TAS (no separate pay).
B. Placing and Finishing Concrete: In accordance with City of Lubbock Design
Standards and Specifications.
C. Forms: Forms shall be securely staked to line and grade and maintained in a
true position during the depositing of concrete.
1. Extend forms the full depth of concrete.
2. Wood forms: minimum of 1-1/2 inches in thickness
3. Metal Forms: a gauge that shall provide equivalent rigidity and strength
4. Use acceptable wood or metal forms for curves with a radius of less
than 250 feet.
5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line
shall be rejected.
D. Reinforcement:
1. Place all necessary reinforcement for Owner approval prior to
depositing concrete.
2. All steel must be free from paint and oil and all loose scale, rust, dirt
and other foreign substances.
3. Remove foreign substances from steel before placing.
4. Wire all bars at their intersections and at all laps or splices.
5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches,
whichever is greater.
E. Concrete Placement:
1. Concrete placement for all concrete work, including but not limited to
concrete sidewalks, curb and gutter, valley gutters, and driveways,
shall meet the requirements of the City of Lubbock Design Standards
and Specifications.
2. Deposit concrete to maintain a horizontal surface.
October 2020 02775-8
3. Work concrete into all spaces and around any reinforcement to form a
dense mass free from voids.
4. Work coarse aggregate away from contact with the forms
5. Hand -Laid Concrete - Curb and gutter
a. Shape and compact subgrade to the lines, grades and cross
section shown on the Drawings.
b. Lightly sprinkle subgrade material immediately before concrete
placement.
C. Deposit concrete into forms.
d. Strike off with a template 1/4 to 3/8 inch less than the
dimensions of the finished curb, unless otherwise approved.
6. Machine -Laid Concrete - Curb and Gutter
a. Hand -tamp and sprinkle subgrade material before concrete
placement.
b. Provide clean surfaces for concrete placement.
C. Place the concrete with approved self-propelled equipment.
1) The forming tube of the extrusion machine or the
form of the slipform machine must easily be
adjustable vertically during the forward motion of the
machine to provide variable heights necessary to
conform to the established gradeline.
d. Attach a pointer or gauge to the machine so that a continual
comparison can be made between the extruded or slipform
work and the grade guideline.
e. Brush finish surfaces immediately after extrusion or slipforming.
F. Finishing
1. Concrete sidewalks shall be finished to a true, even surface.
2. Trowel and then brush transversely to obtain a smooth uniform brush
finish.
3. Provide exposed aggregate finish if specified.
4. Edge joints and sides shall with suitable tools.
G. Expansion Joints -Sidewalks
1. Expansion joints for sidewalks shall be formed using redwood.
2. Expansion joints shall be placed at 40-foot intervals for 4-foot-wide
sidewalk and 50-foot intervals for 5-foot-wide and greater sidewalk.
3. Expansion joints shall also be placed at all intersections, sidewalks
with concrete driveways, curbs, formations, other sidewalks and other
October 2020 02775-9
adjacent old concrete work. Similar material shall be placed around all
obstructions protruding into or through sidewalks or driveways.
4. All expansion joints shall be 1/2 inch in thickness.
5. Edges of all construction and expansion joints and outer edges of all
sidewalks shall be finished to approximately a 1/2-inch radius with a
suitable finishing tool.
6. Sidewalks shall be marked at intervals equal to the width of the walk
with a marking tool.
7. When sidewalk is against the curb, expansion joints shall match those
in the curb.
H. Expansion Joints - Curb and Gutter
1. Place expansion joints in the curb and gutter at 200-foot intervals and
at intersection returns and other rigid structures.
2. Place tooled joints at 15-foot intervals or matching abutting sidewalk
joints and pavementjoints to a depth of 1-1/2 inches.
3. Place expansion joints at all intersections with concrete driveways,
curbs, buildings and other curb and gutters.
4. Make expansion joints no less than 1/2 inch in thickness, extending
the full depth of the concrete.
5. Make expansion joints perpendicular and at right angles to the face of
the curb.
6. Neatly trim any expansion material extending above the finished to the
surface of the finished work.
7. Make expansion joints in the curb and gutter coincide with the
concrete expansion joints.
8. Longitudinal dowels across the expansion joints in the curb and gutter
are required.
9. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at
each expansion joint.
10. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel
cap that provides a minimum of 1-inch free expansion.
11. Support dowels by an approved method.
END OF SECTION 02775
October 2020 02775-10
SECTION 02960
BYPASS PUMPING OF EXISTING SEWER SYSTEMS
PART 1. GENERAL
1.01. Summary
A. Section Includes:
1. Bypass pumping (if necessary) of the existing sewer system to
complete the Work.
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of
the Contract
2. Division 1 - General Requirements
1.02. Price and Payment Procedures
A. Measurement and Payment
1. Measurement
a. Measurement for this Item will be by lump sum.
2. Payment
a. The work performed and materials furnished in accordance with
this Item will be paid for at the lump sum price bid for "Bypass
Pumping", if necessary.
3. The price bid shall include:
a. Mobilization
b. Development of bypass plans
C. Transportation and storage
d. Setup
e. Confined space entry
f. Plugging
g. Pumping
h. Clean up
i. Manhole restoration
i. Surface restoration
1.03. References
A. Reference Standards
1. Reference standards cited in this Specification refer to the current
reference standard published at the time of the latest revision date
October 2020 02960-1
logged at the end of this Specification, unless a date is specifically
cited.
2. Occupational Safety and Health Organization (OSHA).
1.04. Administrative Requirements
A. Coordination
1. Schedule meeting with Owner to review sewer shutdown prior to
replacing or rehabilitating any facilities.
2. Owner reserves the right to delay schedule due to weather conditions,
or other unexpected emergency within the sewer system.
3. Review bypass pumping arrangement or layout in the field with Owner
prior to beginning operations. Facilitate preliminary bypass pumping
run with Owner staff present to affirm the operation is satisfactory to
the Owner.
4. After replacement or rehabilitation of facilities, coordinate the
reestablishment of sewer flow with Owner 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
1.05. Submittals
A. Submittals shall be in accordance with Section 01330, Submittals.
B. All submittals shall be approved by the Engineer prior to delivery.
C. Submit a detailed plan and description outlining all provisions and
precautions that will be taken with regard to the handling of sewer flows.
Submit the plan to the Owner for approval a minimum of 7 days prior to
commencing work. Include the following details:
1. Schedule for installation and maintenance of the 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
October 2020 02960-2
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, mobile)
13. A contingency plan to implement in the event the replacement or
rehabilitation has unexpected delays or problems
PART 2. PRODUCTS
2.01. 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 the system.
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 Owner noise ordinance.
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.
October 2020 02960-3
e. Never over inflate the plug beyond its pressure rating.
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 Owner that may be
used on specific structures.
PART 3. EXECUTION
3.01. Preparation
A. Locate the bypass pipelines in area to minimize disturbance to existing
utilities and obtain approval of those locations from the Owner.
B. Make preparations to comply with OSHA requirements when working in
the presence of sewer gases, oxygen -deficient atmospheres and
confined spaces.
C. Do not begin bypass preparation and operation until Owner approval of
the submittals requested per this Specification.
3.02. 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 the 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
protrusions that may damage the plug.
e. Use pressure gauges for measuring inflation pressures.
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.
October 2020 02960-4
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.
3.03. Field Quality Control
A. Field Tests and Inspections
1. Perform leakage and pressure tests of the bypass pumping pipe
and equipment before actual operation begins. Owner staff
shall be on site during tests.
3.04. Closeout Activities
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 02960
October 2020 02960-5