HomeMy WebLinkAboutResolution - 4232 - Contract - Rhode Construction - Lewters Lift Station Replacement - 08_26_1993Resolution No. 4232
August 26, 1993
Item #16
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract by and
between the City of Lubbock and Rhode Construction Company for the replacement
of the Lewters Lift Station, attached herewith, which shall be spread upon the
minutes of the Council and as spread upon the minutes of this Council shall
constitute and be a part of this Resolution as if fully copied herein in
detail.
Passed by the City Council this 26th
ATTEST:
etty,.N.- johreson, City Secretary
APPROVED AS TO CONTENT:
&w�
ctor m"PurcFasirg Manager
APPROVED AS TO FORM:
Do"Id G. Vanalver, First ASSIS
City Attorney
DGV:Js/RH0DEC0N.REs
D2-Agenda/rev. August 27, 1993
of --August 1993.
1
q23�
CITY OF LUBBOCK
SPECIFICATIONS FOR
LEWTERS LIFT STATION
BID # 12619
j
«� raim.�
CITY OF LUBBOCK
Lubbock, Texas
I
7
F
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract by and
between the City of Lubbock and Rhode Construction Company for the replacement
of the Lewters Lift Station, attached herewith, which shall be spread upon the
minutes of the Council and as spread upon the minutes of this Council shall
constitute and be a part of this Resolution as if fully copied herein in
detail. -
Passed by the City Council this
ATTEST:
Betty M. Johnson, City Secretary
APPROVED AS TO CONTENT:
Vw�
ctor m urc as ng Manager
APPROVED AS TO FORM:
DOWC1 G. Vandiver,
City Attorney
If MN., .1
DGV:js/RHODEOON.RES
D2-Agenda/rev. August 27, 1993
day of , 1993.
F
r
to
City of Lubbock
P.O. Box 2000
Lubbock, Texas 72457
606-767-2167
Office of
Purchasing
MAILED TO VENDOR: JUNE 10, 1993
CLOSE DATE: JUNE 18, 1993 AT 2 P.M.
BID #12619, LEWTERIS LIFT STATION
ADDENDUM # i
The following items take precedence over drawings and
specifications for the above named project. Where any item
called for in the bid documents is supplemented here, the
original requirements, not affected by this addendum, shall
remain in effect.
Please modify or amend the contract documents as follows:
1. Backfill around manholes, pump sump and valve box shall be
compacted to 95% standard proctor density.
2. Water stops shall be installed between valve box and pump
sump. Water stops shall also be installed between sump
floor and walls.
3. Slope valve box floor to sump wall and install 2 inch drain
pipe with plug in center of valve box.
4. Substitute 2 inch diameter openings in concrete lids at
location where lifting loops are shown.
All requests for additional information or clarification
concerning this RFQ should be submitted in writing and directed
to:
Laura Ritchie
Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
F
i
Questions may be faxed to: (806) 767-2164
i
r'
Thank you,
A
r
Laura Ritchie
Buyer
PLEASE RETURN ONE COPY WITH YOUR BID
ram+
t
r
t
1.
I
e
i
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: LEVTERS LIFT STATION
ADDRESS: SANITARY SEWER
r LUBBOCK, TEXAS
7
7
roll
i
BID NUMBER: 12619
PROJECT NUMBER: 2134-553103-9849
C
r' CONTRACT PREPARED BY: PURCHASING DEPARTMENT
is
ti
l-
1
1.
2.
3.
4.
S.
6.
7.
B.
9.
10.
11.
12.
INDEX
PAGE
NOTICETO BIDDERS..........................................................................................5
GENERALINSTRUCTIONS TO BIDDERS............................................................................7
BIDPROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................15
PAYMENTBOND..............................................................................................21
PERFORMANCEBOND ..................................................................... ...............25
CERTIFICATEOF INSURANCE..................................................................................29
CONTRACT..................................................................................................33
GENERALCONDITIONS OF THE AGREEMENT.......................................................................37
CURRENTWAGE DETERMINATIONS...............................................................................55
SPECIFICATIONS............................................................................................57
SPECIALCONDITIONS........................................................................................59
NOTICEOF ACCEPTANCE......................................................................................61
2
NOTICE TO BIDDERS
r
4
NOTICE TO BIDDERS
BID R 12619
Sealed bids addressed to Laura Ritchie, Buyer, City of Lubbock, Texas, wilt be received at the
office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until
2:00 o'clock p.m. on the 18th day of June. 1993, 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:
LEWTERS LIFT STATION
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Buyer at his office and publicly read aloud.
i
It is the sole responsibility of the bidder to insure that his bid is actually in the office of
Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the $th day of July, 1993, at Municipal Bldg.,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the arm)unt of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should
be issued by a company carrying a current ftst Rating of 11 or superior, as the rating of the bond company is
a factor that will be considered in determination of the lowest responsible bidder. If the contract price
does not exceed $25,000.00 the said statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a 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 bid submitted as a guarantee that bidder will enter into a contract and
execute all necessary bonds (if required) within 10 days after notice of award of the! contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that
all such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is
further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained
therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
0
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, disability, or national origin in consideration for an award.
There will be a pre -bid conference on 9th day of June. 1993, at 10:00 o'clock a.m., Conference Room
108, 1625 13th Street, Lubbock, Texas.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -
bid meetings and bid openings are available to all persons regardless of disability. If you would like bid
information made available in a more accessible format or if you require assistance, please contact the
Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at
least 48 hours in advance of the meeting.
CITY OF LUBBOCK
Caw_ I� Lvc
Laura Ritchie
BUYER
r.,
ADVERTISEMENT FOR BIDS
BID 0 12619
sealed bids addressed to Laura Ritchie, Buyer, Purchasing Department,, City of Lubbock, Texas, will
be received at the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401
until 2:00 o'clock a.m. on the 18th day of June, 1993, 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:
LEWTERS LIFT STATION
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Buyer at his office and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per
Diem pages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's
Ann. Civil St., and the requirements contained therein concerning such wage scales end payment by the
contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
r' The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
ti
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, disability, or national origin in consideration for an award.
f
E
There will be a prebid conference on 9th day of June. 1993, et 10:00 o'clock a.m., Conference Room
108, Municipal Building, 1625 13th Street, Lubbock, Texas.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -
bid meetings and bid openings are available to all persons regardless of disability. If you would like bid
information made available in a more accessible format or if you require assistance, please contact the
Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street, Roan L-04 at
least 48 hours in advance of the meeting.
CITY OF LUBBOCK
I -
Laura Ritchie
Buyer
r,
r
F
GENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General
Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the
construction of this project and shall be responsible for the satisfactory completion of all work contemplated by
said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with on interest in submitting a bid on the project covered
by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to
Bidders.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 180 (one hundred eighty) calendar
days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
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 insure completion of the project within the time
specified.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
6. 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.
7. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will be ti
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.
r^
8. GUARANTEES
All equipment and materials incorporated in the project and alt 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).
9. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction wilt 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.
10_ PROTECTION OF THE WORK ,
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the
proposed contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
11. TEXAS STATE SALES TAX
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.
The Contractor must obtain a limited sates, 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.
0
k
4
I ONO
i 12. 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
r 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
r Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
` Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
r 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.
14. EXPLOSIVES
�h The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from
l the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume
full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in
all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger
life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms,
or corporations engaged in similar type of construction activity.
Explosive materials shell not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract,
it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground)
in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given
sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their
property from injury. Such notice, however, shell not relieve the Contractor of responsibility for any damage
resulting from his blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by this
contract is in progress.
16. INSURANCE
J 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 insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
Contractor to the effect that no work on this particular i Oproject shall be subcontracted.
F
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate which must be paid on this project shall not be less than
specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention
is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the
payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the
schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor
from compliance with any wage law that may be applicable. Construction work under this contract requiring an
inspector will not be performed on weekends or holidays unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service
to its citizens.
(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.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must
notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's
Representative.
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.
Is. 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 then once each week. The Contractor and each of his subcontractors engaged at the site of the work shall
not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a
certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification,
the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true
and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the
future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the
classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included
in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars
for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such taborer, 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.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Poposals submitted containing any conditions which provide for changes in the stated bid 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 bidder without being considered.
2o.
21.
PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the
work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly,
or typewritten. In case of discrepancy between the price written in words and the price written in figures, the
price written in words shall govern. 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 shell be executed in ink.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed
on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
proposal may be withdrawn or altered thereafter.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(e) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) insurance Certificates.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
12
r
BID PROPOSAL
r
14
BID PROPOSAL
BID FOR UNIT PRICE CONTRACT
PLACE: SANITARY SEWER, LUBBOCK, TEXAS
DATE: C�l1Yl G g, 1993
PROJECT NUMBER: 12619 - LEWTERS/RS��LIFT STATTION 11
Proposal of �L7 Q dC? (� CU A?5'�r CJ C T / D //� �O . (hereinafter called Bidder)
To the Honorabte Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a
L. W7Ler,5 474 cS 47L/'00
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding the
construction of the proposed project including the availability of materials and labor, hereby proposes 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.
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
•Notice to Proceed" of the owner and to fully complete the project within 180 (One Hundred Eighty) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to owner as
Liquidated damages the sun of $100.00 (one Hundred Dollars) for each consecutive calendar day in excess of the time set forth
hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction
number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
r bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to comme
work on or before the date specified in the written notice to proceed, and to substantially complete the work on whi
bid; as provided in the contract documents.
r
16
r
t
Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars
(t ) or a Proposal Bond in the sum of 15- 0/1 Dollars (f ), 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 and the required bond (if any) with the owner within
ten (10) 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.
rM
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
2�, a cue CCP7S �-r1/G 727/OtJ,!:�-
Contractor
e
(Seal if Bidder is a Corporation)
ATT
Secr ry
17
r
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
No. & Units Description of Item & Unit Prices Unit Amount
---------------------------------------------------------------------------------
1. 1 Lump Sum Lift station furnished and installed,
including excavation, pumps, piping,
guard post, fittings, valves, controls
and all other incidentals required for
a complete installation, lump sum,;
SERVICES: Srxry,I�y� / s.,wb Srx Hc,,r,-� '�'59 c4$�
sr,csy /.'LGM> Tiaovs.f,✓� '�v %�.ri��
MATERIALS:-'�'/u�
CNi= cs5 Tifs�2�� �w ✓5.� T lfC cS�w/ t�
TOTAL: ,E. Grfr //�,rr�.e r� '�'`��� 1���c- ($137, $ /37.,?Cd.c
2. 47 L.F. 10" Class 150 ductile iron pipe force
main, furnished and installed complete
in place, including fittings, per
linear foot;
SERVICES: 6'II op
MATERIALS:. 5,S-,00) $ 2 'TRS-.M
TOTAL: LS� -.zc- i ��no%iEx��4z�(S ��,Oa)S �l4 �p-0
3. 17 L.F. 8" approved sewer pipe, including embed-
ment, furnished and installed complete in
place, 16-18' cut, per linear foot;
SERVICES:c— �,'"__ 4:1 . V, ($ 35:00 )$ Sys-'Db
MATERIALSe a d- .^e e,n G-o&ate (S 160 )$9'5A0
TOTAL; �7- "Zz. d- .Yw�� o.� ��-e �P1tc.�— _(S 0• 00 )$ 60001010
4. 43 L.F. 15" approved sewer pipe, including embed-
ment, furnished and installed complete in
place, 16-18' cut, per linear foot;
SERVICES Au, �r�<,- a �o /Ors c�ru,�(S 2f?_Ob )S LD O�
ll
MATERIALS: py )$ 387,oti
TOTAL- :. is Ln - 1a ,etcl, ,c -;,t.o /o o 370i� )$ l,S c? %,OZ
7
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
No. & Units Description of Item & Unit Prices Unit Amount
---------------------------------------------------------------------------------
5. 1 Each 10" Gate valve and box, furnished and
installed complete in place, per each;
SERVICES: C J_ � /�oQ r ($ 3o4,611S3o4,on
MATERIALS:
TOTAL: �u c%.o� de a,,u- ($ 8oD,00 )S
6. 60 L.F. Trench shoring, including all materials and
labor, furnished and installed complete in
place, 16-18', cut, per linear foot;
SERVICESzr 4 4- /ia 3 6b.oa
MATERIALS:
TOTAL: �5,�,-�,oy aitai (S )S 9
7. 1 Each Emergency pump connection including 6"
D.I., fittings, gate valve, concrete and
any other incidentals necessary for
furnishing and installing a complete
insrna�lla�ion, per each;��
SERVICES: wvz� u �(Sai�,00)S 900,n2�'
MATERIALS:
TOTALu��v�Lti. �.z.er �ycE,�mv�o LFa,(Sr Gm.oa)S 1,Dd
8. 2 Each Standard manhole, 4 feet depth, 4 foot
diameter.,/ complete in place, per each;
SERVICES:
MATERIALS: cL �L .�� //oc> �.► �r i (S 400,f)o )S co }
TOTAL:
r
u
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
No. & Units Description of Item & Unit Prices Unit Amount
---------------------------------------------------------------------------------
9. 25 Vert. Ft. Extra vertical feet of standard manhole,
4 foot diameter, complete in place, per
vertical foot;
SERVICES; ?j,
MATERIALS:�Srr�,� /ran do-��c�-Q� _(S 6m,op )$ /,sao,oa
�'►'Ze� ��s� �i
TOTAL: ,� /�eo ��v (S /�d•ao )S 2,Sc��
10. 1 Each Tie to existing standard manhole, 16 feet
deep, complete in place, per each;
&— L.
SERVICES:
MATERIALS:
r
t
,✓ N c�Sa.tl� emu:
Sry
TOTAL SERVICES._ �� ��✓% ��o� �nt���c'� s .7-74 06
I TOTAL MATERIALS n��, v� •Z S 7S i7 , Oy
c»itll v�vcYr�,c� i'r'�ry �ulC+
TOTAL BID (Items 1 through 87.O0
.Ill �� � ���./Yr7iCZ�j � � � � o-� �• (_- it a-y.. ,�.,. /t i�-�` ��_
I
i
I LIST Of SUBCONTRACTORS
r
I
This form shall be completed and submitted with the Bidder's Proposal.
Minority Owned a
Yes No
�" 1. q//eh �Do y¢letfi Cor/S�r�1G��DvILd. — +�
2. f%mco '/&c71r/G
3.
4.
5.
r' 6. —
7.
9.
t 10.
r
r
19
F
PAYMENT BOND
21
r
1'
G.
CNA INSURANCE COMPANIES
BID BOND
KNOW ALL MEN BY THESE PRESENTS: That we Rhode Construction Company
Lubbock, Texas
Principal,
and Continental Casualty Company Surety, are held and firmly bound unto
CITY OF LUBBOCK, TEXAS
Obligee,
in the sum of Five Percent of Greatest Amount Bid -----
Dollars ($ ----5%--------)
for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for
LEWTERS LIFT STATION
NOW, THEREFQRE, if the said contract be awarded to Principal and Principal shall, within such time
as may be specified" nter into the contract in writing and give such bond or bonds as may be specified
In the bidding or contract documents with surety acceptable to Obligee; or If Principal shall fail to do so,
pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty
of this bond, then this obligation shall be void; otherwise to remain in full force and effect.
Signed, sealed and dated
JUNE 18, 1993
G-1Q<68"
Rhode Construction Comaan
(Principal) /
by d A-,2-r 12 ,' ���c�- (Seal)
CARMAN G. RHODE, PRESIDENT
Continental Casualty Company
(Surety)
by �c-
MARLA 11 HILL AttomeyAn-Fact
CIA
Continental Casualty Company
4
CNA
I
4 For 1111h,r( ontit i(nvi-al.lau 51Hk4-
A N ILLINOIS CORPORATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the
laws of the State of Illinois, and having its principal office In the City of Chicago an State of Illinois, does hereby make, constitute
andap oint Howard Cowan Mike Henthorn, Ron Stroman, Carla Ro ers, Pete Binggeli,
Min J. Dunn, Angie Goff, Mara Hill, Individually
of Lubbock, Texas
Its true and lawful Attorney -in -fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings
^ and other obligatory instruments of similar nature
i
� - In Unlimited Amounts -
and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and'to the same extent as if such Instruments were signed by the
duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby
given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of
Directors of the Company.
"Article IX —Execution of Documents
Section 3. Appointment of Attorney -in -fact. The President or a Vice President may, from time to time, appoint by writtencertificates
attorneys -in -fact to act In behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory
r instruments of like nature. Such attomeys•in-fact, subject to the limitations set forth in their respective certificates of authority, shall
have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given
to any attorney -in -tact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
r" Board of Directors of the Company at a meeting duly called and held on the 3rd day of April. 1957.
"Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any
power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary
and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing
1.., such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified
by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
bmdina on the Company."
In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its
corporate seal to be hereto affixed on this 24th day of November . 19 92
CONTINENTAL CASUALTY COMPANY
i `� ascot `\
State of Illinois I `� ca'O'•�.'
County of Cook ( ss s1
°� SEAI � Gl
"•' J. E. Purtell Vice President.
24th November 92
On this day of . 19 .before me personalty came
J. E. Purtell, to me known, who. being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois: that he Is
7 a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument. that he knows
the seal of said Corporation; that the seal affixed to the said instrument Is such corporate seal. that it was so affixed pursuant to the said instrument
is such corporate seal: that It was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name
thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
De'zi
MOTARY M
r. PUBLIC
t
W- ` Linda C. 13empsey N Public.
My Commission Expires Octob 19,
CERTIFICATE
1. Robert E. Ayo. Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney h rei above set forth
is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Resolution of the Board actors, set forth
in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said
Company this 18TH day of JUNE .19 93
Z '�o.•a..,,^os` Ro rt E. Ayca Assistant Secretary
\°� SEA( /%I
r■ Form 1.23142•B INV. NO_ G-57443-8
F1
f7,fAh
All W. c,=A,mtel• 1w.,.�.
rr
IMPORTANT INFORMATION
FOR TEXAS POLICYHOLDERS
TO OBTAIN INFORMATION OR MAKE A COMPLAINT, YOU MAY CALL
OUR TOLL -FREE TELEPHONE NUMBER
1-800-262-1113
ALSO
YOU MAY CONTACT
THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION
ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT
1-800-252-3439
YOU MAY WRITE
THE TEXAS DEPARTMENT OF INSURANCE
PO BOX 149104
AUSTIN TX 78714 9104
FAX (512) 475-1771
PREMIUM OR CLAIM DISPUTES
Should you `have a dispute concerning your premium or about a claim. you should contact
your agent or the company first. If the dispute is not resolved. you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or condition of the attached
document.
r__c^;c2r1d�-D
PERFORMANCE BOND
25
i-
0
�1, • V, • i r
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
KNOW ALL MEN BY THESE PRESENTS, that RHODE C" SjR ItCT Io led the as Principal(s), and
CONTINENTAL CASUALTY C0MPANY
(hereinafter called the Surety( s S �gty( eh��ly bound unto the pCity of Lubbock (hereinafter called the
Obligee) in the amount o �ti. J„ p�,.1. nL�,ca le> >o o tars (S�q_g9 -T 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 Princi 1 has entered into a certain written contract with the Obligee, dated thva day of
JAI 19, to
f
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 Article 5160 of the Revised Civil
., Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, 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 thisP7 1y of
1 , 191:
1 CONTINENTAL CASUALTY COMPANY RHODE CONSTRUCTION COMPANY
ram+ Surety _ BOND CHECK Principal
k * By. BEST RATING ey./t✓/ a,�,r,,,,.,� /C�
LICENSED IN TEXAS
(Title) ,-e5i deo� f-
ARLA HILL DATE :1 3 BY "`- (Title)
ATTY IN FACT
By:
.- ..�.. - ,. (Title)
By:
r.. r (Title)
r -
r
r 27
0
�1, • V, • i r
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
KNOW ALL MEN BY THESE PRESENTS, that RHODE C" SjR ItCT Io led the as Principal(s), and
CONTINENTAL CASUALTY C0MPANY
(hereinafter called the Surety( s S �gty( eh��ly bound unto the pCity of Lubbock (hereinafter called the
Obligee) in the amount o �ti. J„ p�,.1. nL�,ca le> >o o tars (S�q_g9 -T 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 Princi 1 has entered into a certain written contract with the Obligee, dated thva day of
JAI 19, to
f
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 Article 5160 of the Revised Civil
., Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, 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 thisP7 1y of
1 , 191:
1 CONTINENTAL CASUALTY COMPANY RHODE CONSTRUCTION COMPANY
ram+ Surety _ BOND CHECK Principal
k * By. BEST RATING ey./t✓/ a,�,r,,,,.,� /C�
LICENSED IN TEXAS
(Title) ,-e5i deo� f-
ARLA HILL DATE :1 3 BY "`- (Title)
ATTY IN FACT
By:
.- ..�.. - ,. (Title)
By:
r.. r (Title)
r -
r
r 27
OW AR D C ,Ihe,�mdersigned surety company represents that it is duly qualified to do business in Texas, and'hereby designates
UWW AA1IVVan 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. --
CONTINENTAL CASUALTY W61PANY
Surety
*By:
{{e
MARLA► HILL
Approved as to Form ATTY IN FACT,
City of Lubbock
1
By:
City Attorney
• Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by -lows 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.
-- r
28
CNA
For All the Commitn"th You Makr'
BOND NO. 800845052
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF THE 71ST LEGISLATURE, REGULAR SESSION 1989
(McGREGOR ACT — PUBLIC WORKS)
(Penalty of this Bond must be 100% of Contract Amount)
KNOW ALL MEN BY THESE PRESENTS, That RHODE CONSTRUCTION COMPANY
(hereinafter called the Principal), as Principal, and CONTINENTAL CASUALTY COMPANY
' 4
(hereinafter called Surety), as Surety,
- are held and firmly bound unto - "_CITY OF LUBBOCK- _
r
(hereinafter called the Obligee), in the amount of ONE HUNDRED THIRTY NINE THOUSAND NINE HUNDRED
EIGHTY—SEVEN AND NO/100--------------------------- -------- — DOLLAR'S($ 139,987.00 )
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 26TH
day of AUGUST 19 93 to BID #12619 — LEWTERS LIFT STATION
k -
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.
r" PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of Article 5160 of the Revised Civil
I Statutes of Texas as amended by Acts of the 71st Legislature, Regular Session, 1989, 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 and Surety have signed and sealed this instrument this 27TH day of
AUGUST ,19 93
L,
G-23272•B
RHODE CONSTRUCTION COMPANY (Principal)
tG�.a by4 -,1' / dCT. &0-�
ONTINEEENN�TAAL�} CASUALTY COMPANY -1surety)
MARLA by
HILL -Attorney4n-Fact
IMPORTANT INFORMATION
FOR TEXAS POLICYHOLDERS
TO OBTAIN INFO R MATIOWOR -- MAKE =COMPLAINT,..YQU MAY CALL
OUR TOLL -FREE TELEPHONE NUMBER
1-800-252-1113
ALSO
YOU MAY CONTACT
THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION
ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT
1-800-252-3439
YOU MAY WRITE
THE TEXAS DEPARTMENT OF INSURANCE
POL HOX 449104
AUSTIN TX 76714 9104
FAX (5121 4751771
F
PREMitJM FOR :CLAIM wDISPUTES
r St�oaid !+r to =da' dte Cc merning your premium or about a claim. you should contact
{yoazs .a..
a eni oc;ttse.tgenway first K the -dispute is not resolved, you may contact the Texas
Departraen# .ot h�susatucr_
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not becone a part or condition or the attached
document.
Continental Casualty Company
r
a
CNA
Few All IN-( oKnmucorns.lism Mrkr
A N ILLINOIS CORPORATION
-
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the
laws of the State of Illinois, and having its principal office In the City of Chicago an¢ St to of Illinois, does hereby make. constitute
and appDint. Howard Cowan, Mike Henthorn, Ron Stroman, Carla KO�ers, Pete Binggel i ,
KeYln J. Dunn, Angie Goff, Maria Hill, Individual y
of Lubbock, Texas
Its true and lawful Attorney -in -fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings
and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the
duty authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney pursuant to the authority hereby
_.__:__given are hereby ratified and confirmed.- This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of
Directors of the Company.
jr
t.
"Article IX —Execution of Documents
Section 3. Appointment of Attorney -In -fact. The President or a Vice President may, from time to time, appoint by writtencertificates
attomeys-in-fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory
instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall
have full power to bind the Company by their signature and execution of any such Instruments and to attach the seal of the Company
thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given
to any attorney-fn-fact."
This Power of Attomey is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duty called and held on the 3rd day of April, 1957.
"Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any
power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary
and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing
such facsimile signatures and seat shall be valid and binding on the Company. Any such power so executed and sealed and certified
by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
bindtna on the Company."
In W'driess Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its
corporate seat to be hereto affixed on this 24th day of November 1992
CONTINENTAL CASUALTY COMPANY
State of Illinois ) i n"0'�►.
County of Cook I ss
'v SEAL
J. E. Purteli Vice President.
On this 24th day of November 19 92, before me personally came
J. E. Purtetl, to me known, who. being by me duly sworn, did depose and say: that he resides in the Vdlage of Glenview. State of Illinois: that he is
a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above inistrunent: that he knows
the seal of said Corporation; that the seat affixed to the said Instrument is such corporate seal: that it was so affixed pursuant to the said instrument
is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said ccrporation and that he signed his name
thereto pursuant to kke authority. and acknowledges same to be the act and deed of said corporation.
e
Ueda C. De. y copse=irs,
My Commission Expires Octo
CERTIFICATE
1, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorneyh
is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Resolution of the Boardh
in said Power of Attorney arestill In Morse. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said
Company this 7TH day Of AUGUST 14 93
in—i � RO rt E. Ayo Assistant Secretary
r
SEAL
'M
Form 1.23142-B
INV. NO. G-57443-8
CERTIFICATE OF INSURANCE
29
t1,Iola1/•
PRODUCER
The Inbiest Group, Inc.
6 Desta Drive, Quito 5550
Midland, Texas 797CG5
INSURED
RHODE CONSTRUCTION COMPANY
P . O. Box 53370
Lubbock TX 79453
i
1,1C•
ISSUE DATE MM/DD/YY)
8/27/93
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY A
LETTER pC.Ceptance InSI_Arance C 0
COMPANYg
LETTER -National Surety Corporation
COMPANY `.
LET_tS a1 Surplus Lines Ins. Co.
COMPANY D
LET Paul Insurance Co.
COMPANY E
LETTER
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
n co
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DDNY)
POLICY EXPIRATION
DATE (MM/DD/YY)
LIMITS
A
CX
GENERAL
LIABILITY G92CGQ
COMPREHENSIVE FORM
123
0/0 1 /92
0/0 1 /`i3
BODILY INJURY OCC.
$
BODILY INJURY AGO.
$
PREMISESIOPERATIONS
X
PROPERTY DAMAGE OCC.
E
UNDERGROUND
EXPLOSION 3 COLLAPSE HAZARD
>y
PROPERTY DAMAGE AGG.
$
X
BI 6 FD COMBINED OCC.
$ 1 000000
PRODUCTS/COMPLETED OPER.
Y
CONTRACTUAL
BI 3 PO COMBINED AGG.
$*} U U 131] U 0
INDEPENDENT CONTRACTORS
PERSONAL INJURY AGG.
$ 1LJJU�JJ
BROAD FORM PROPERTY DAMAGE
}(
PERSONAL INJURY
X
13
AUTOMOBILE
LIABILITY
ANY AUTO
XA6843632
0/0 1 /92
0/0 1 /9+ 3
BODILY INJURY
(Per person)
E
}(
ALL OWNED AUTOS ( Priv. Pass. )
Other Than
ALL OWNED AUTOS ( Priv. Pass. )
BODILY INJURY
(per e:eident)
$
"X
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
BODILY INJURY 6
PROPERTY DAMAGE
COMBINED
$
I OUGLIGO
C
EXCESS LIABILITY KHN005699
0/0 1 /92
0/0 1 /93
EACH OCCURRENCE
$ 11:1U00000
iqUMBRELLA FORM
AGGREGATE
$ 1 U li LJ I� iJ l I L
OTHER THAN UMBRELLA FORM
D
WORKER'S COMPENSATION
SJA9 1 0 1 0 7 1
C)/C) 1 /93
Y STATUTORY LIMITS
EACH ACCIDENT
$ SUGGUG
AND
DISEASE —POLICY LIMIT
8 :,606170
EMPLOYERS' LIABILITY
DISEASE —EACH EMPLOYEE I
$ 500 0 G L)
OTHER
7
*Pertaining to Pr
ducts/Comp. Ops. 4rily
DESCRIPTION Of OPERA TIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS
RE: CITY OF LUBBOCK - BID #12619 - LEWTERS LIFT STATION.
ADDITIONAL INSURED IN FAVOR OF THE CITY OF LUBBOCK
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
CITY OF LUBBOCK EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
P. O. BOX 2000 MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LUBBOCK, TEXAS 79457 LEFT, BUT FAILURE TO MAIL SUCH NOTICE: LIMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMP AGEN 05 REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE • 1
Az Vry,
•'� r CACORD CORPORATION
f
I'
6
CONTRACT
l
i
r
r
r
r
1
as
r-s
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 26th day of August. 1993 by and between the City of Lubbock, County of
Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred
to as OWNER, and Rhode Construction Company of the City of LUBBOCK, County of LUBSOCK and the State of TEXAS, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed
by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees
with OWNER to commence and complete the construction of certain improvements described as follows:
BID #12619 - LEWTERS LIFT STATION 1N THE AMOUNT OF $139,987.00
and all extra work in connection therewith, underthe terms as stated in the contract docum=nts 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.
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
year and day first above written.
ATTEST:
Secretary
APPROVED TO CO TENT:
lop
APPROVED AS TO FORM:
r
ATTES
Cor rate Secret y
RHODE CONSTRUCTION COMPANY
By� R�a.r✓��L�L3�6�
TITLE: /'G S/ d ey
COMPLETE ADDRESS:
P.O. Box 53370
Lubbock. Texas 79453
as in the
r 35
r
a
C
r�
E
/'n
GENERAL CONDITIONS OF THE AGREEMENT
d:
r
1
l
37
.M
7. GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or the expression Party of the First Part, 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 the expression Party of the Second Part, or Second Party, is used, it shall be
° understood to mean the person, persons, copartnership or corporation, to -wit: RHOOE CONSTRUCTION COMPANY who has
agreed to perform the work embraced in this contract, or to his 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 RICHARD BARTON, Water Utilities Engineering, Protect Engineer, City of Lubbock, under whose supervision
these contract documents, including the plans and specifications, were prepared, and who will inspect constructions;
r^ or to such other representative, supervisor, or inspector as may be authorized by said owner to act in any
particular under this agreement. Engineers, supervisor or inspectors will act for the owner under the direction of
( Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed
r. Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement
(if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his
inspection in accordance with the Notice to Bidders.
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.
' Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their nature, be
specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of
which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said
Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his
interpretations of the meaning of the words, terms, or clauses defining the character of the work.
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.
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 him who gives the notBice.
r.
r8. WORK
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
l necessary for the execution and completion of the work covered by the contract documents. Unless otherwise
specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor
shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work
described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED --
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has
been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
r" Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check
the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's
request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in
accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of ell Plans, Profiles and Specifications without expense to him
and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
p, The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not
be required to make exhaustive or continuous onsite Inspections to check the quality or quantity of the work, nor
will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety
d precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the
completed project will conform to the requirements of the contract documents, but he will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his onsite
observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner
against defects and deficiencies in the work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever 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 his 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 him, his Subcontractors, or his employees, such
stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense.
r
F39
P`"
i
.t•
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
r. Unless otherwise specified, it is mutually agreed between the 'parties to this Agreement that the Owner's
Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage
may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to
discourage litigation, it is further agreed that the Owner's Representative shall, in all cases, determine the
ramounts and quantities of the several kinds of work which are to be paid for under this contract. He 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 Owner's
r" Representatives's estimates and findings shall be conditions precedent to the right of the parties hereto to
arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this
contract; provided, however, that should Owner's Representative render any decision or give any direction, which in
r the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party
may file with said Owner's Representative within 30 days his written objection to the decision or direction so
rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter
provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore,
I^ written decisions or direction of the Owner's Representative as rendered shall be promptly carried out, and any
claim arising therefrom shall be thereafter adjusted to arbitration as hereinafter provided.
r., The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor
a written decision on all claims of the parties hereto and on ell questions which may arise relative to the
execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's
r Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his
9 decision had been rendered against the party appealing.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any
subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent
with the obligations of this Agreement and accompanying plans and specifications provided, however, should the
Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six
(6) days make written appeal to the Owner's Representative for his decision.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
C 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 his absence and all directions given
to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable
f 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.
F
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and
all risk in correction therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work.
40
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself 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 effect the work under this contract.
No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the
execution of this contract, shall effect or modify any of the terms or obligations herein contained.
is. CHARACTER OF WORKMEN
The Contractor agrees to employ,only orderly and competent men, 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 him
in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's
Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all
times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation,
shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the
Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable 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 work is in preparation or progress. Contractor shall ascertain the scope of any
observation which 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 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 Observer has previously accepted the
work through oversight or otherwise. If any 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.
41
r
r
If any 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 approval, and any work which meets the requirements of any such tests or approval but
does not meet the requirements of the contract documents shall be considered defective. Such defective work 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,
r. Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or
approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements
of the contract documents.
22. DEFECTS AND THEIR REMEDIES
it is further 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 Owners' Representative as unsuitable or not in
conformity with plans, specification and 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 this contract. 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 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 any actual loss
occasioned by such change, due to 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 ail 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 herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when
presented with
a written work order signed by the Owner's Representative; subject,
however, to the right of the
Contractor to
require written confirmation of such extra work order by the Owner.
It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
r'■
Method (A)
- By agreed unit prices; or
Method (B)
- By agreed lump sum; or
r.,
Method CC)
- If neither Method (A) or Method (B) be agreed upon before
the! extra work is commenced, then
the Contractor shall be paid the actual field cost of the
work, plus fifteen (15%) per
cent.
42
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall
apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the
time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together
with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits,
Maintenance Bonds, Public liability and Property Damage and Workmen's 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
him for his 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 he should receive compensation
or an adjustment in the construction time, he shall 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). The Contractor will thereby
preserve the right to submit the matter of payment to arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract 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. if the Contractor finds any discrepancies or omissions
in these plans, specifications,,or contract documents, he should notify the Owners' Representative and obtain a
clarification before the bids are received, and if no such request is received by the Owner's Representative prior
to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included
and has provided sufficient sums in his proposal to complete the work in accordance with these plans and
specifications. it is further understood that any request for clarification must be submitted no later than five
days prior to the opening of bids.
26. MIGHT 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 his force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
: 43
r"
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
p. The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's
` 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
end 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, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its
t
officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on
account of any injuries or damages received or sustained by any person or persons or property, on account of any
negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and
j supervision of said contract, and the project which is the subject matter of this contract, on account of the
failure of Contractor or any subcontractor to provide necessary barricades, warning bights, or signs and will be
required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or
r employees including attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his 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 his duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of his subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. 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. Comprehensive General liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of S300,000 Bodily Injury
and $300,000 Property Damage per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products i Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
F
F 44
S. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the
City of Lubbock as insured and the amount of such policy shall be as follows
For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury $2501500,000
Property Damage $100,000
to include all owned and nonowned cars including: Employers Honownership Liability Hired and Honowned
Vehicles. The City is to be named as an additional insured on this policy for this specific Job and copy of
the endorsement doing so is to be attached to the Certificate of insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss)
naming the City of Lubbock as insured.
E. Excess or Umbrella Liability Insurance
The Contractor shalt have Excess or Umbrella Liability Insurance in the amount of ($1,000,000
minimum) with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile
Liability coverages.
The City is to be named as an additional insured on this policy for this specific job and copy of the
endorsement doing so is to be attached to the Certificate of insurance.
F. Worker's Compensation and Employers Liability Insurance
As required by State statute covering all employees whether employed by the Contractor or any Subcontractor
on the Job with Employers Liability of at least $100,000 limit.
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:
Cl) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by maiting written notice to the named insured at
the address shown in the bid specifications.
45
r-�
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the
Job specifications. No substitute of nor amendment thereto will be acceptable.
29. DISABLED EMPLOYEES
Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and
r 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 priviliges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS. MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND
SUPPLIES
The Contractor agrees that he will indemnify and save the owner harmless from all claims growing out of any demands
of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof,
equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance 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.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
rthose designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
l (5) days after demand is made, then owner may, during the period for which such indebtedness shall remain unpaid,
withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may
r apply the sum so withheld to discharge any such indebtedness.
F
Any and all communications between any party under this paragraph must be in writing.
M . PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the we of any design, device,
material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner
thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall
indemnify and save the Owner 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 harmless from any loss on,account thereof. If the material or
process specified or required by owner is an infringement, the Contractor shall be responsible for such loss unless
he promptly gives written notice to the Owner of such infringement.
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 effect the contract or the work, and shall indemnify and save harmless the Owner
against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the
Contractor or his employees. If the Contractor observes that the plans and specifications are at variance
therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be
adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be
contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he
shall bear all costs arising therefrom.
46
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. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his 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 his full
obligations to the owner, as provided by this contractual agreement.
34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the data of beginning
and time for completion as specified in the contract 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 on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any
proper extension thereof granted by the Owner, 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 $100.00 (ONE HUNDRED Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract
as herein set forth for each and every calendar day that the Contractor shall be in default after the time
stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of
the work described herein is reasonable time for the completion of the same, taking into consideration the average
climatic change 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 of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the owner would in such event sustain, and the amount
is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates
for payments or from final payment.
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 his work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided,' however, that the order and time of prosecution shall
be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the
plans and specifications, and within the time of completion designated in the proposals; provided, also, that when
the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct
the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules
which shall show the order in which the Contractor proposes 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.
47
r,. 36. EXTENSION OF TIME
The Contractor agrees that he has submitted his 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
r" locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he
¢ shall not be entitled to, nor will he request, an extension of time on this contract, except when his 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, arts of God or the public enemy,
fire or flood. The Contractor may apply in writing for an extension of time, submitting therewith all written
justification as may be required by Owner's Representative for such an extension as requested by Contractor. The
Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the
r Contractor supported by all requested documentation shall then submit such written request to the City Council of
the City of Lubbock for their consideration. Should the Contractor disagree with the action of City Council on
granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
37. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time
herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays in securing material or workmen or otherwise. 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
1 convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
I
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 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. 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 paynx>nt under this contract is the
unit price method, payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under this
agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and
all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees
to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any
adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall
not apply to any claim of any kind arising out of the existence or character of the work.
48
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 him 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 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 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; said statement shall also include the value of all sound materials delivered on site of the work
that are to be fabricated into the work.
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 this agreement. it is understood, however, that in case the whole work be near to completion,
and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no
fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's
Representative pay a reasonable and equitable portion of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work
has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and
within said time, if the work be found to be completed or substantially completed in accordance with the contract
documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and
thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the
work to the Contractor.
49
F
l 44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished under the terms
of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day
r after the date of certificate of completion, the balance due Contractor under the terns of this agreement, provided
he has fully performed his contractual obligations under the terms of this contract; and said payment shall become
due in any event upon said performance by the Contractor. Neither the certificate of acceptance 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 special conditions (if any) of this contract or required in the
specifications made a part of this contract.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on
account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor
shall at his own expense promptly replace such condemned materials with other materials conforming to the
requirements of the contract. Contractor shall also beer the expense of restoring all work of other contractors
damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work
within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and
replace it at Contractor's expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he 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
substantial completion. The Owner or the Owner's Representative shell give notice of observed defects with
reasonable promptness.
47. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) failure of the Contractor to slake payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. TIME OF FILING CLAIMS
' It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
r shall be in writing and filed with the Owner's Representative within fifteen (15) days, after the Owner's
Representative has given any directions, order or instruction to which the Contractor desires to take exception.
The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in
writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for
arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the
date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final
acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any
claim by either party, except where noted otherwise in 5 he contract documents.
49. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to
the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by
each party and the third chosen by the two arbiters selected; or if the arbiters fail to select a third within ten
(10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a
resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10)
days of the demand, his right to arbitrate shall lapse, and the decision of the Owner's Representative shall be
final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's
Representative shall appoint such arbiter. Should either party refuse or neglect to supply the arbiters with any
papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract,
unless either or both parties shall appeal within ten (10) days from date of the award by the arbiters, and it is
hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed
by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF
THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY
RIGHT OF LEGAL ACTION.
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained,
such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken
without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own
compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon
either or both parties. The award of the arbiters must be made in writing and shall not be open to objection on
account of the form of proceedings or award.
50. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of
the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the
Specifications hereto attached, 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.
After receiving said notice of abandonment, 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for
within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either
of the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, toots, 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 due, or that may thereafter at any time become due to the
Contractor under and byevirtue 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
his Surety shall pay the amount of such excess to the Owner; or
51
l'
a
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
P 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. However, 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, thie Contractor or his Surety shall
be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and
certificates of completion and acceptance, as provided in paragraph 42 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, 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
certificate of completion.
r In the event the statement of accounts shows that the cost to complete the work is less than that which would have
11 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 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. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety
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 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 subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15)
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. 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 which remain on the «jobsite and belong to persons other than
the Contractor or his Surety, to their proper owners.
r
51. ABANDONMENT BY OWNER
in case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with
said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or
wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the
ground that have not been included in payments to the Contractor and have not been incorporated into the work.
Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which
estimate shall include the value of all work actually completed by said Contractor at the prices stated in the the
attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all
Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum
to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot
be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by
deducting from the above estimate all previous payments by the Owner and all other suns that may be retained by the
Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or
before thirty (30) days after the date of the notification by the Contractor the balance shown by said final
statement as due the Contractor, under the terms of this Agreement.
52
52. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article
5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said
contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not
be required. All bonds, if required, shall be submitted on forms supplied by the owner, and executed by an approved
Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall
not be in effect until such bonds are so furnished.
53. 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.
54. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss 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 and the prosecution of the same, or
from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be
sustained and borne by the Contractor at his own cost and expense.
55. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control his 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
his performance and to carryout 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.
56. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and
shall leave the work roan 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.
53
CURRENT WAGE DETERMINATIONS
54
r"
i
r"
r-
DGV:da
RESOLUTION
Resolution #2502
January 8, 1987
Agenda Item #18
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
.contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day of January 1987.
Ranett6,Boyd, City Secretary `
APPROVED 7 T ONTENT:
Bi 1 P yne, 0 rector of Building
Services
r
B.C. McMINN, MAYOR
APPROVED AS TO FORM:
e-- TIAA-%-en
�Idandiver, First
Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft dourly Rate
Acoustical Ceiling Installer
$11.60
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper
5.50
Bricklayer
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
Carpenter -Helper
5.50
Cement Finisher
7.35
Drywall Hanger
8.70
Electrician -
10.50
Electrician -Helper
5.25
Equipment Operator -
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00
Iron Worker
7.30
Laborer, General
4.75
Mortar Mixer
5.60
Painter
8.75
Plumber
9.25
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper
4.75
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
- Welder -`Certified
8.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
.Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft dourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
' The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate,
The rate for weekend and holiday is.1 1/2 times base rate.
SPECIFICATIONS
a ,
t:
t,
r
56
CITY OF LUBBOCK, TEXAS
WATER UTILITIES DEPARTMENT
SPECIFICATIONS FOR SANITARY SEWER MAIN
MATERIALS AND CONSTRUCTION
INDEX
Title Page
General.............................................................I
Approved Plans......................................................I
Inspection..........................................................I
Guarantee and Acceptance............................................I
Specifications......................................................I
Materials..........................................................I
Vitrified Clay Pipe and Fittings ......... ...... ..................2
Polyvinyl Chloride Pipe (Gravity Flow) ............. ................2
Polyvinyl Chloride Pipe (Force Main)..... .........................2
Ductile Iron Pipe (Gravity Flow)....................................2
Ductile Iron Pipe (Force Main)......................................3
GateValves (Double Disc)...........................................3
Gate Valves (Resilient Seat) ............................... .........4
CheckValves .................................................. ....4
CastIron Fittings ....................................... .........4
Precast Reinforced Concrete Manholes................................4
ManholesFrames and Covers ..................... ...................5
Concreteand Mortar...............................................5
ReinforcingSteel...................................................6
Forms.............................................................6
CuringCompound..................................................6
Embedment...........................................................6
Gravity Flow Sanitary Sewer Pipe Installation .......................7
SurfacePreparation ......................... .......................8
Barricades and Safety Measures......................................9
Protection of Existing Underground Utilities ........................9
TrenchExcavation................................................9
Dewatering......................................................... 11
Laying, Aligning and Joining Pipe .... .............................11
Backfilling Around Pipe............................................13
SurfaceRestoration................................................13
CleanUp ............................ ...........................13
Manhole Construction.............................................14 —
Connection to City Sewerage System.................................16
Teesfor Service Connection........................................16
Inspection, Testing, Approval and Acceptance
of Gravity Flow Sanitary Sewers..... .............................16
Inspection, Testing, Approval and Acceptance
ofManholes ........................... ............................21
Restoration and Clean Up........................................22
Construction Details -
Standard Manhole. ..... ..... ...... .... ......................24
DropManhole..........................................25
Drop Tie To Existing Manhole....................................... 26
Tees and Wyes...................................................... 27
Double Wye Branches. .. .... . ............................28
Junction or Bend In Manhole........................................29
Special Bedding for VCT Pipe.. ..... ...... ................ ...30
Special Bedding for PVC Pipe.....................................31
Trench Shoring Minimum Requirements ................ ..............32-34
Industrial Waste Monitoring Manhole................................35 -
iro
1-
LEWTERS LIFT STATION SPECIFICATIONS
The Contractor shall furnish and install two submersible pumps, three
guiderails, pump mounting plates with discharge elbow and bottom rail
supports, access frame with cover for each pump and top guiderail
supports to be installed in concrete sump including discharge and check
valves to be installed in concrete valve box as shown on plans.
Each pump shall have a capacity of 600 GPM at a total dynamic head of 26
feet. Pump motors shall be 10 H.P., 3 Phase, 230 Volts, 60 cycle.
Discharge outlet shall be 6 inch. The pumps shall be capable of
handling raw, unscreened sewage. The design shall be such that the
pumps will be automatically connected to the discharge piping when
lowered into place. The pump guide lug shall be designed to either cut
or do away with rags that may get in between the guide bars on its
downward travel. The pump discharge flange and base elbow will be
arranged to mate positively and will not be dislodged or leak resulting
from (back pressure) in the force main and mating area. The pumps shall
be easily removable for inspection or service, requiring no bolts, nuts,
or other fastenings to be removed for this purpose, nor need personnel
to enter pump well. The pumps shall be fitted with a stainless steel
chain for each pump, of adequate strength and length to permit raising
the pump for inspection and removal.
The stator casing, oil casing and impeller shall be of grey iron
construction, with all parts coming into contact with sewage protected
by a coat of rubber -asphalt paint. All external bolts and nuts shall be
of stainless steel. The wear ring between impeller and pump housing
shall be bronze. The impeller shall be Flygt, neva-clog design or
approved equal, capable of passing solids, fibrous material, and heavy
sludge. A sliding bracket shall be an integral part of the unit and the
pump casing shall have a machined angle connection with yoke to connect
with cast iron discharge connection, which shall be bolted to the floor
of the sump and so designed as to receive the pump angle connection
without the need of any bolts or nuts. The pump shall be provided with
two mechanical seals with oil chamber between the seals. Each seal
consisting of one fixed and one rotating tungsten -carbide ring held in
contact by spring pressure. The seal shall require neither maintenance
[ nor adjustment, and shall be easily replaced.
The pump motors shall be coupled with the pumps and suitable for
operation under continuous operation. Motor construction shall conform
L: to NEMA design Class B and incorporating Class F insulation; air filled
and not requiring cooling jacket or other means of auxiliary cooling
during normal continuous operation; capable of a minimum of 10 starts
l per hour without sustaining excessive wear; oil filled motors are not
acceptable.
The rotor shall be solid cast, dynamically balanced and free of
vibration. Power cable shall be adequate length for installation in 23-
feet depth wet well, water proof, totally flexible and properly sized to
prevent voltage drop along its length during peak operation.
The pump motors shall conform to the following safety features:
a) Completely watertight motor casing and suitable for operation under
continuous submerged condition.
b) Completely watertight cable entry seal and suitable for operation
under continuous submerged condition.
c) Moisture switch to cut off current as soon as leakage penetrates
into the motor windings.
d) Thermal switch -overheat protection device(s).
e) Circuit breakers.
f) Overload relays.
g) Phase protection device(s).
A triple door access frame assembly shall be supplied of adequate size
to remove pump system. Access frame and covers shall be "stainless
steel. Frame shall support guiderails and electrical wiring channel or
Nema 1 non corrosive, explosion proof, quick disconnect junction box. A
separate hinged cover shall be provided for each pump. Cover shall be
provided with lifting handle and safety latch to hold cover in the open
position. Recessed locking hasps shall be furnished for each cover.
Control panel shall have a Nema 3 weatherproof enclosure and shall be
dead front with separate removable inside panel to protect electrical
equipment. A lock hasp shall be provided on outside door. A circuit
breaker shall be provided for each pump and a magnetic starter with 3
leg overload protection shall be supplied for each pump. An alternating
relay shall be provided to alternate pumps on each successive cycle of
operation. Starters shall have auxiliary contacts to operate both pumps
on override condition. H-07A switches and run lights shall be supplied
for each pump. Terminal strip shall be provided for connecting pump and
control wires. Additional terminals shall be provided to connect alarm,
heat sensors and seal failure wires.
Sump level shall be measured by an electronic pressure switch type level
controller as manufactured by the,Gorman-Rupp Company or approved equal.
The level controller shall be provided with solid state, stainless
steel, non -clogging submersible transducer. The level controller shall
be preset at the factory for the following measurements.
Page 2
36
inches above bottom of sump (shut off pumps)
84
inches above bottom of sump (start lead pump)
r<
96
inches above bottom of sump (start lag pump)
r..
108
inches above bottom of sump (activate high level alarm)
The
following accessories shall be included with level controller.
r'
1.
Operating wet well levels shall be field adjustable
►
2.
Alternator to alternate the pumps including sequence selector
3.
User functions shall be mounted on a rugged stainless steel panel
7
4.
The panel shall feature a window type LCD indicator to permit the
determination at a glance, the wet well water level
5.
The panel shall be housed in a NEMA 3R enclosure. The enclosure
shall be provided with the following:
a) Door locking device
b) Arranged to be pole mounted
c) Pole mounting kit
d) Provided with a plain door; without windows
6.
Motor starters.
7.
Pump motor selection switch (manual and automatic)
8.
9.
Pump "Run" indicator pilot light
Hour to indicate total "Run" hours for
meters each pump
10.
Resettable event counter for each pump
11.
Output for remote high water alarm
12.
Circuit breakers
13.
Provision for future addition of third pump.
�-
The
contractor shall furnish and install all fittings, check valves,
shut-off
valves, etc., with cast iron flanges drilled to ANSI B-16.1
`
Class
125.
The
following items shall be included as part of the lift station
package assembly.
r"
1.
Ventilation pipe
2.
2 feet length stainless steel chains, including stainless steel
guide cable and steel guide plate as shown on plans
3.
Shut-off valves (8") shall be resilient seat gate valves and shall
comply with latest revision of AWWA C-509 standards. Valves shall
be Mueller, M. & H., Darling or Clow.
4.
Check valves (Red Valve Series #33 or approved equal) (8")
5.
Discharge piping (8" Ductile Iron)
l
6.
Control unit
7.
Power cables (Wet well depth 23 ft.)
8.
Level regulator (as specified)
9.
Pumps
10.
Access covers and frames (stainless steel)
11.
Schedule 40 stainless steel guide bars and guide bar bracket.
r,.
12.
Stainless steel connectors including bolts, etc.
Page 3
i
13. The contractor shall furnish and install complete assembly for
future installation of third pump, including guiderail, pump
mounting plates,` discharge elbow, bottom rail supports and level
controller and any other incidentals needed for future addition
of pump and motor only.
NOTE: Please furnish the following:
1. Three sets of instructions and parts list for level controller
2. Power cable disconnect
3. Drawing for approval
4. Five sets of approved drawings
5. Reset event meters for numbering starts
6. R.P.M. and pump curves
Concrete Wetwell
The concrete wetwell shall be constructed in accordance with
specifications on concrete and.reinforcing steel for reinforced concrete
structures. Refer to pages 5 and 6 in the specifications for Sanitary
Sewer Main Materials and Construction.
Protective Coatings for Concrete Wetwell
The Contractor shall apply a primer coating of 5 mils thickness and a
topcoat of 15 mils thickness on all interior surfaces of the wetwell.
The primer shall be Polibrid 670 or approved equal as manufactured by
Polibrid Coatings, Inc. The topcoat shall be Polibrid 705 or approved
equal as manufactured by Polibrid Coatings, Inca
Applications of protective coatings shall be by spraying as recommended
by the manufacturer.
Page 4
r' CITY OF LUBBOCK, TEXAS
SPECIFICATIONS FOR SANITARY SEWER MAIN MATERIALS AND CONSTRUCTION
General: All sanitary sewer main construction within the City of Lubbock
sanitary sewerage system or for future connections to the City of Lubbock
sanitary sewerage system shall be accomplished in accordance with the
requirements of these specifications.
Approved Plans: Sanitary sewer main construction shall be done in
accordance with engineered construction plans for the work, prepared
under the direction of a Professional Engineer and approved by the City
of Lubbock Water Utilities Department prior to construction. Plans shall
conform with the City of Lubbock's Minimum Design Standards for Sanitary
Sewer and shall show all information called for on the "City of Lubbock
Check List for Sanitary Sewer Main Construction Plans."
Inspection: All work shall be inspected by a representative of the Water
Utilities Department, hereinafter called "City Inspector," who shall have
the authority to halt construction when, in his opinion, construction is
being performed contrary to these specifications or other approved plans,
specifications and materials. Whenever any portion of these
specifications is violated, the Director of Water Utilities, by written
notice, may order that portion of construction which is in violation of
these specifications or other approved plans, specifications and material
to cease until such violation is corrected.
Guarantees and Acceptance: 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).
The determination of the necessity during the warranty period for the
Contractor to repair or replace the work in whole or in part shall rest
with the Director of Water Utilities.
�^
Specifications: All standard specifications and quality standards; i.e.,
ASA, AWWA, ASTM, etc., which are made a portion of these specifications
by reference shall be the latest edition and revision thereof.
Materials: Materials approved for sewer line construction are as
described in the following paragraphs.
Vitrified Clay Pipe and Fittings
Vitrified clay sewer pipe and fittings shall conform to the requirements
of the latest revision of A.S.T.M. Specifications C-700 for Clay Sewer
Pipe.
The Diameters of every acceptable hub or socket shall be ample to permit
the insertions of the spigot to the full depth of the socket and to
provide an annular space around the entire circumference of sufficient
size to permit the proper jointing of the pipe. Any projection on the
end of a.spigot or on the shoulder of a socket may be removed by
chipping, if this can be done without injury to the pipe.
Pipes intended to be straight shall have a maximum deviation 1/8 inch per
foot of length as measured from a,chord across the concave side.
Acceptable pipe sha W be laid with the curvature in a horizontal plane.
All clay pipe shall be tested and inspected in accordance with A.S.T.M.
specifications at the factory and shall be inspected by the Engineer
prior to installation. The Engineer shall inspect the pipe for
roundness, cracks, broken sockets, broken blisters, glaze faults and
dimension variations and shall reject all pipe that does not conform to
the A.S.T.M. specifications.
Polyvinyl Chloride Pipe (Gravity Flow)
PVC pipe shall conform to the requirements of the latest revisions of
A.S.T.M F-679 and D-3034 for SDR 41 and SDR 35 sewer pipe. The pipe
shall be jointed with an integral bell, bell and spigot type rubber
gasketed joint. Each integral bell joint shall consist of a formed bell
complete with a single rubber gasket. Gaskets shall conform to ASTM
F477. The length of joints shall be 20 feet t one inch.
PVC pipe shall be installed in accordance with the manufacturer's
recommendations and shall not exceed five percent (5%) deflection. PVC
pipe exceeding 5% deflection shall be replaced by the contractor at his
expense. The minimum pipe stiffness factor shall be 46 p.s.i.
Polyvinyl Chloride Pie (Force Main)
PVC (Pressure Rated Pipe) shall conform to the requirements for SDR 26,
1PS, 160 p.s.i. pipe. The pipe shall be joined with an integral bell,
bell and spigot type rubber gasketed joint. Each integral bell joint
shall consist of a formed bell complete with a single rubber gasket.
Gaskets shall conform to ASTM F477. The length of joints shall be 20
feet t one inch.
Ductile Iron Pipe (Gravity Flow)
The pipe shall conform to ANSI/ASTM specifications A746-77 or
revision for Ductile Iron Sewer Pipe and shall have a ceramic
interior and exterior coating of coal tar pitch conforming to
requirements of Federal Specifications WW-P-421. Ductile iron
not be less than Class 52k
latest
epoxy _
pipe shall
2-
r
F
r
l
All joints for Ductile Iron shall be of the rubber gasket bell and
spigot, except when otherwise shown on the plans and where connecting to
flanged fittings, and shall conform to the base specifications to which
the pipe is manufactured.
Fittings shall be A.W.W.A. Standard Class "D" bell and spigot type or an
approved gasket joint for the particular type of pipe used and designed
for the pressures of the pipe except as shown on the plans. Flangged
fittings where required, shall be 125 pound American Standard. All
fittings shall be lined with cement of coal -tar and coated with an
asphalt paint.
Ductile Iron Pipe (Force Maim
Ductile iron pipe to be furnished shall conform to the following standard
specifications or latest revision:
ANSI/AWWA C150/A21.50 LATEST REVISION
ANSI/AWWA C104/121.4 LATEST REVISION
ANSI/AWWA C151/121.51 LATEST REVISION
All ductile iron pipe shall be have a ceramic epoxy lining on the
interior. The external surface shall be coated with a bituminous base
paint.
All joints for ductile iron pipe shall be of the rubber gasket bell and
spigot type, except where connecting flanged fittings, and shall
otherwise conform to the base specifications to which the pipe is
manufactured. The joint shall be the latest approved type of rubber
gasket joint for ductile iron pipe. All joints of ductile iron pipe and
fittings shall be sealed with a continuous ring rubber gasket meeting
standards specified by AWWA CIII-72 (ANSI A21.11) or its latest revision.
Flanged fittings were required, shall be 125 pounds American Standard.
Gate Valves (Double Disc)
Gate values 12" and smaller shall be double disc, parallel seat, iron
body, bronze mounted throughout. In line valves, 12" and smaller shall
be flanged or mechanical joint as shown on plans. All side outlets on
lines 12" and larger shall,be flanged. Valves connected to flange
outlets shall be flanged on both ends or combination flange and
mechanical joint. The valves shall have non -rising stems, shall open by
turning to the left (counter -clockwise), and shall be furnished with a 2"
operating nut. Valves shall comply with the latest revision of AWWA C-
500 standards. Valves shall be Mueller, M & H, Darling, or Clow.
All parts for valves furnished must be standard and completely
interchangeable with valves of the same brand. The successful bidder may
be required to furnish the owner with a letter stating what type of valve
he proposes to use and a letter from the manufacturer stating the parts
are standard and interchangeable as herein specified.
Gate Valves (Resilient Seat)
3-
Gate valves 12" and smaller shall be cast or ductile iron with resilient
seats. In line valves, 12" and smaller, shall be flanged or mechanical
joint as shown on the plans. ,All side outlets on lines 12" and larger
shall be flanged. Valves connected to flange outlets shall be flanged on
both ends or combination flange and mechanical joint. The valves shall
have -non -rising stems, shall open by turning to the left (counter-
clockwise), and shall be furnished with a 2" operating nut. Valves shall
comply with the latest revision of AWWA C-509 standards. Valves shall be
Mueller, M & N, Darling, or Clow.
All parts for valves furnished must be standard and completely
interchangeable with valves of the same brands. The successful bidder
may be required to furnish the owner with a letter stating what type of
valve he proposes to use and a letter from the manufacturer stating the
parts are standard and interchangeable as herein specified.
Check Valves
Check valves are to be the flow operated check type with flanged joint
ends on both check sleeve and metal body and shall be suitable for
sanitary sewer service. Port areas shall be 100% of the mating area.
The port shall contour down to a duckbill which shall allow passage in
one direction of flow and prevent reverse flow and prevent reverse flow.
The flexible duckbill sleeve shall be one piece construction with one
flange drilled to ANSI 124 #standard. The duckbill check tube shall be
nylon reinforced with an exterior wrapping 1/8" thick EPDM. The valve
body shall be drilled and tapped fro a flushing connection on top and
bottom of housing. The valve body shall be two piece split body
construction with internal epoxy coating. The two halves shall be sealed
by diamond shaped cross section rubber gasket permanently locked by a
groove machined in the valve body. Static and inlet pressure will be
approximately 50 feet. The valves shall be series 33 as manufactured by
Red Valve Co., Inc., or approved equal.
Cast Iron Fittings
Fittings shall be mechanical joint or rubber gasket AWWA Class D bell
with transition gasket for the type pipe used. Flanged fittings, where
required, shall be 125 pound American Standard. All fittings shall be
lined with cement or coallar and coated with an asphaltic paint.
Fittings shall conform to AWWA C104, AWWA C110'and,AWWA C111 latest
revision:
Precast Reinforced Concrete Manholes
Manhole barrel, cone, and extension sections shall be constructed of
precast 'concrete. A plant inspection may be required for production
facility inspection and to review record -keeping for material
certification. The manufacturer must provide certification that all
materials used for manufacturing meet with the following ASTM
Specifications.
La
Aggregates
ASTM
C- 33
Cement
ASTM
C-150
Sampling Specimens
ASTM
C- 39
Reinforcing
ASTM
C-185
Sand and Mortar
ASTM
C-144
Precast concrete sections for manholes shall conform to ASTM C-478
1 specifications. Compressive strength test results must verify concrete
strengths meet or exceed 4,000 psi. Aggregate shall be crushed limestone
and shall conform to ASTM C-33 specifications.
Joints, excepting grade rings, shall b
equivalent male and female type joint
joints shall be effectively jointed to
All connections between wall sections
Sealant or approved equal to provide a
will be provided by supplier and will
f ` each shipment.
e tongue and groove or an
as approved by the Engineer. All
prevent leakage and infiltration.
shall be joined with Conseal Joint
watertight manhole. This sealant
be considered an essential part of
All cones and adjusting rings shall maintain a clear 24" opening.
Adjusting rings shall be reinforced with the same percentage of steel as
risers and tops and will also meet ASTM C-478 specifications. Adjusting
rings, as well as all precast concrete manhole products, shall be smooth,
uniform in size and dimensions, consistent in components throughout and
free of voids or honeycombs.
All manholes shall be designed to withstand H-20 AASHTO loading. They
shall also have lifting holes that do not protrude through manhole wall;
one full inch of concrete thickness must remain between lift hole and
outside wall of manhole.
Manhole Frames and Cover
Manhole frames and covers shall be of good quality gray iron casting and
j� conform to A.S.T.M. Designation A48 (latest revision), having a clear
l opening of not less than 22 inches. The casting shall be designed with a
full bearing ring so as to provide a continuous seat between frame and
cover. The cover shall be furnished with lifting ring cast into the
cover in such manner as to prevent water leaking through. Frame and
cover shall have a weight of not less than 275 pounds. The manhole ring
r. and cover shall be Western Iron Works'#40 or approved equal. The cover
shall include lettering, City of Lubbock, Texas sanitary sewer.
r Concrete and Mortar
{ Cement - Portland cement shall conform to A.S.T.M. C-150 specifications.
Aggregate - Fine and coarse aggregate to be used in concrete shall
conform to A.S.T.M. C-33 specifications.
Mortar and Sand - Sand to be used in cement mortar shall conform to ASTM
C-144 specifications.
I.
,.-.
5 -
All concrete (Class A) for 'manhole bottoms, sump, collection box and
other reinforced concrete structures shall contain not more than 7.0
gallons of water'per.sack of cement. All concrete (Class B) for pipe
cradling, blocking of fittings, and other non -reinforced concrete shall
contain not more than 9.0 gallons of water per sack of cement. Surface
moisture or moisture carried by the aggregates shall be included as part
of the mixing water. Class A concrete shall have a.minimum 28 day
compressive strength of 3,000 p.s.i. and Class B shall have 2,500 p.s.i.
Reinforcing Steel
All reinforcing,steel shall conform to current A.S.T.M. specifications A-
15, A-16, or A-305. Wire mesh shall be woven or electrically welded,
cold -drawn mild steel wire fabric. Reinforcing bars shall be in the
deformed bar type.
All reinforcement shall be permanently marked with grade, identification
marks or shall, on delivery, be accompanied by a manufacturer's
guarantee.
Forms
Forms for all concrete work shall be of wood or approved metal forms.
Wood sheeting forming surfaces exposed to sight or weather shall be`
plywood or plywood lined of a quality to produce smooth surface, free
from excessive form marks and shall meet the approval of the Engineer
before use. The same type of form 'shall be used for all exposed portions
of the work.
Forms shall be constructed true to lines, grades and sections shown on
the plans and shall be mortar -tight and sufficiently rigid to prevent
displacement of sagging between supports. Wall forms shall be set plumb
and true and rigidly braced to maintain them in correct position and
alignment. Temporary openings for cleaning and inspection shall be
provided at the base of vertical forms or other places where necessary.
Such openings shall be neatly and securely closed before concrete is
placed.
Form ties approved by the Engineer shall be adjustable in length and of
such type as to leave no metal closer than l inch of the surface, and
shall not be fitted with lugs, cones, washers, or other devices acting as
a spreader which will leave a hole larger than 7/8 inch in diameter or
depth back of the exposed surface of the concrete. Wire ties will not be
permitted.
Curing Compound
Compounds used to form an air 'tight membrane over a fresh concrete
surface shall be in accordance with Texas Highway Department Item 531.2.
Embedment
The embedment shall be crushed stone with irregular surfaces and comply
with the following gradation requirements.
6-
%-ByJWeight
Retained
on
I" Sieve
0
r-
Retained
on
7/8" Sieve
0 -
2
Retained
on
3/4" Sieve
15 -
35
Retained
on
5/8" Sieve
55 -
100
Retained
on
3/8" Sieve
95 -
100
Retained
on
No. 10 Sieve
99 -
100
Gravity Flow Sanitary
Sewer Pipe Installation
SCOPE
The work covered by this Specification consists of constructing
gravity Flow sanitary sewers, including appurtenances normally
installed as a part of this system. Construction may include
surface preparation; trench excavation; shoring, dewatering; lay,
align and join pipe installation of appurtenances; bedding and
backfilling; surface restoration and other related work.
QUALITY STANDARDS
The latest published revision of the quality standards in effect
shall apply.
AASNTO T 99: Moisture -Density Relations of Soils, using
a 5.5 lb. Rammer and a 12 inch Drop
ASTM A 746: Ductile Iron Gravity Sewer Pipe
(ANSI)
ASTM C 12: Installing Vitrified Clay Pipe
Lines
AWWA C 600: Installation of Gray and Ductile
Cast Iron
(ANSI) Watermains and Appurtenances
AWWA M 23: Polyvinyl Chloride (PVC) Pipe Design and
Installation
UNI B 5: Recommended Practice for Installation of
Polyvinyl Chloride (PVC) Sewer Pipe
ACPA Concrete Pipe Installation Manual
(Published by American Concrete Pipe
Association)
NCSPA Installation
Manual Installation Manual for Corrugated Steel
Drainage Structures
(Published by National Corrugated Steel
Pipe Association)
r
r'
LCP-4781 Semi -Rigid Truss Pipe Handbook
(Published by Armco, Construction Products
Division)
Vitrified Clay Pipe (Published by National Clay Pipe
Handbook Institute)
MATERIALS
The Contractor shall install sanitary sewer pipe of the type, diameter,
wall -thickness an protective coating that is defined in the Special
Provisions or designated by the City of Lubbock Water Utilities
Department.
Surface Preparation
One or more acceptable types of pipe may be used. As such, the
Contractor shall have the option of installing any of the acceptable
types, provided only one type is used throughout any single size
designation or run of pipe.
WITHIN EASEMENTS, CULTIVATED OR AGRICULTURAL AREAS
All vegetation, such as brush, sod, heavy growth or grass or weeds,
decayed vegetable matter, rubbish and other unsuitable material
within the area of excavation and trench side storage shall be
stripped and disposed of.
Topsoil shall be removed from the area to be excavated and
stockpiled, or, the Contractor may elect to import topsoil to
replace that lost during excavation. Topsoil shall be removed to a
depth of 8 inches or the full depth of the topsoil, whichever is
less.
WITHIN UNPAVED ROADWAY AREA
The Contractor shall strip that cover material from graveled
roadways or other developed, but unpaved traffic surfaces to the
full depth of the existing surfacing. The surfacing shall be
stockpiled to the extent that it is acceptable for restoration
purposes.
WITHIN PAVED AREA
The removal of pavement, sidewalks, driveways or curb and gutter
shall be performed in a neat and workmanlike manner. The width of
the cut shall exceed the width of the trench at the subgrade by at
least 12 inches on each side of the trench.
Concrete pavement, sidewalks, driveways or curb and gutter shall be
cut with a power saw to a depth of 2 inches prior to breaking. The
concrete shall be cut vertically in straight lines and avoiding
acute angles.
8-
1
i
T
Any overbreak, separation or other damage to the existing bitumen
or concrete outside the designated cut lines shall be replaced at
the Contractor's expense. Excavated paving materials shall be
removed from the jobsite and shall not be used as fill or backfill.
Crossings under sidewalks, curbs and gutters or other utility lines
�..
i
may be made by tunneling only if approved by the City Inspector.
Barricades and Safety -Measures
�-
The Contractor shall, at his own expense, furnish and erect such
ti
barricades, fences, lights, and'danger signals, and shall take such other
precautionary measures for the protection of persons, property and the
works as may be necessary. All safety measures shall meet the
requirements of The Manual on Uniform Traffic Control Devices.
The Contractor shall be held responsible for all damage to the work due
to failure of barricades, signs, and lights to protect it, and when
f
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 days of issuance to Contractor of City's certificate of
acceptance of the project.
Rules and regulations of local, state and Federal authorities regarding
safety provisions shall be observed.
OSHA's regulations for excavations, trenching, and shoring shall be
included in the Special Specifications.
r-
Protection of Existing Underground Utilities:
The Contractor shall proceed with caution in the excavation and
preparation of the trench so that the exact location of underground
structures, both known and unknown, may be determined. If required, the
Contractor shall excavate and locate existing underground utilities ahead
of trench excavation in order that necessity for grade changes may be
ascertained in advance. The Contractor shall be held responsible for the
repair of such structures when broken or otherwise damaged because of
carelessness on his part. Hand excavation shall be used where necessary.
The Contractor shall notify local utilities whenever working near gas
mains or services or near electrical or telephone cables or when the
presence of these utilities is suspected in the area of construction.
Trench Excavation:
The Contractor shall excavate as necessary to attain the lines and grades
at the locations shown on the Plans or as staked in the field. All
trench excavations shall be open cut, unless otherwise shown on the Plans
or approved by the City's Inspector. There will be no classification of
materials excavated.
The Contractor shall protect adjoining private and public property and
facilities, including underground and overhead utilities, curbs,
E
sidewalks, driveways, structures and fences. Disturbed or damaged
facilities or property shall be suitably restored or replaced at the
Contractor's expense.
Excavated materials unsuitable for backfill or not required for backfill
shall be disposed of by the Contractor.
The Contractor shall prevent surface water from flowing into excavations.
Water shall not be permitted to rise in trenches that have not been
backfilled. Any pipe having its alignment or grade changed as a result
of a flooded trench shall be relaid at the Contractor's expense.
Repose of excavation and use of shoring, sheathing, or trenching boxes
shall conform to current OSHA regulations and all state and local safety
requirements.
TRENCH DIMENSIONS
Width
The width of the trench shall provide adequate working room for
installation, joining and proper compaction along both sides of the
pipe. Trenches shall conform to the following dimensions, unless
otherwise shown on the Plans.
NOMINAL SIZE
OF PIPE
Less than 18"
MAXIMUM TRENCH WIDTH MINIMUM TRENCH WIDTH
AT TOP OF PIPE AT PIPE SPRINGLINE
Pipe O.D. + 18" Pipe O.D. + 12"
`18"
thru
36"
Pipe
O.D.
+ 24"
Pipe
O.D.
+ 18"
37"
thru
60"
Pipe
O.D.
+ 30"
Pipe
O.D.
+ 24"
The width of the trench above the top of the pipe may as wide as
necessary for shoring, bracing or proper installation of the pipe.
Excavation in paved areas shall be confined to a minimum practical
width.
The Contractor may be required to take remedial actions defined by
the Water Utilities Engineer if the maximum trench width exceeds
that shown in the table. The specified remedy shall be at the
expense of the Contractor.
Depth
Trench depth shall be_shown on the Plans as depth of bury or invert
grade: Pipe trenches shall be'excavated to provide a trench bottom
that is firm for its full length and width. Care shall be taken to
prevent excavation below the required depth.
Spongy material, organic matter, or fill material containing
concrete, asphalt or debris that is encountered during trenching
shall be excavated to the depth designated by the Engineer.
10-
i
r" Areas over -excavated for the Contractor's convenience shall be
backfilled with suitable material and compacted to a density
approximately equal to the density of the adjacent soil, or
backfilled with approved bedding material at the Contractor's
expense.
TRENCH GRADING AND FINE GRADING
In order to obtain a true, even grade, the trench shall be fine -
graded. The material for fine grading shall be free of rocks,
roots, grass or any other debris. The depth of the fine grading
material shall not exceed three (3) inches. Where the trench is
excavated in excess of three (3) inches below grade, the material
shall be compacted to 95% Proctor Density or shall be replaced with
bedding material. If rock or other unyielding material shall be
removed to a depth of three (3) inches below grade and replaced
with the bedding material to grade. The grade shall be such that
the pipe will rest firmly on the bottom of the trench throughout
the entire length of the pipe cylinder.
EXCAVATION FOR STRUCTURES AND APPURTENANCES
Excavation for manholes, structures and other appurtenances shall
be sufficient to provide clearances adequate for proper backfill
and compacting on all sides. The depth of excavation, provisions
for dewatering, shoring and other applicable portions of these
Specifications shall apply to excavation for structures and
appurtenances.
All excavated material shall be stockpiled so as not to endanger
the work or workmen, and in a manner that will avoid obstructing
sidewalks and driveways.
Dewatering:
All pipe trenches and excavation for structures and appurtenances shall
be kept free of water during pipe laying and other related work. The
method of dewatering shall provide for a dry foundation at the final
grades of the excavation. Water shall be disposed of in a manner that
does not inconvenience the public or result in a menace to public health.
Pipe trenches shall contain enough backfill to prevent pipe flotation
before dewatering is discontinued. Dewatering shall continue until such
time as it is safe to allow the water to rise in the excavation.
Laying, Aligning and Joining Pipe:
Sanitary sewer pipe shall be installed in accordance with the
manufacture's recommendations for installing the type of pipe used,
unless otherwise shown on the Plans or as directed by the Water Utilities
Department.
Proper equipment, implements, tools and facilities shall be provided and
used by the Contractor for safe and convenient installation of the type
of pipe being installed.
i
F 11-
RESPONSIBILITY FOR MATERIAL
The Contractor shall be responsible for all materials intended for
the Work that are delivered to the construction site and accepted
by him. Payment shall not be made for materials found to be
defective or damaged in handling after,delivery and acceptance.
Defective or damaged materials shall be removed and replaced with
acceptable materials at the Contractor's expense.
The Contractor.shall be responsible for the safe and proper storage
of such materials, until incorporated into the Work.
HANDLING
Pipe and accessories furnished by the Contracting Agency shall be
unloaded and distributed at the site by the Contractor. Each pipe
shall be unloaded adjacent to or near the intended laying location.
Pipe, fittings, specials, valves and appurtenances shall be
unloaded and stored in a manner that precludes shock or damage.
Such materials shall not be dropped.
Pipe shall be handled so as to prevent damage to thepipeends or
to any coating or,lining.; Pipe shall not be skidded or rolled
against adjacent pipe. Damaged coatings or linings shall be
repaired by the Contractor, at his expense in accordance with the
recommendations of the manufacturer, and in a manner satisfactory
to the City's Inspector.
LAYING PIPE
The pipe and pipe coatings shall be inspected for damage or defects
before being placed in the trench. Damaged or defective pipe shall
not be installed. Damage to the coatings, linings, or pipe shall
be repaired in accordance with pipe manufacturer's recommendations.
After the trench has been properly fine graded, the pipe shall be
laid in accordance with the following specifications. Each length
of pipe shall be inspected for defects and shall be thoroughly
cleaned before being lowered into the trench. Pipe laying shall
proceed up -grade with the spigot ends pointing in the direction of
flow. All pipe shall be laid true to the lines and grades as
established by the Engineer, batter boards or laser beam shall be
used and each length of pipe set to grade. Bell holes shall be dug
at each joint of sufficient depth to allow the entire length of the
barrel of the pipe to rest on the bottom of the trench and to allow
ample space for properly jointing the pipe.
The jointing shall be completed for all pipe laid each day, in
order not to leave open joints in the trench overnight. At times
when pipe laying is not in progress,:then open ends.of-the pipe
shall be -properly plugged. No pipe shall be laid in water, or when
trench conditions or weather is unsuitable for such work. If the
pipe is disturbed from line and grade after being laid, the pipe
12-
shall be removed from trench, the joints cleaned and the pipe
relaid.
The Water Utilities Department shall be notified at least 24 hours
in advance of when pipe is to be laid in any trench. No pipes
shall be covered or authorized for cover until they have been
inspected by the City's Inspector.
Backfillinq Around Pipe:
The backfill around the pipe and to a point 12" above the top of the pipe
shall be carefully placed and shall be loose top soil or finely divided
caliche free of organic matter, rocks or hard clods larger than two
inches.
The remainder of the backfill that is above twelve inches (120) higher
than the top of the pipe at all locations, except under highway crossings
and railroad crossings, shall be backfilled with loose excavated material
in 12" maximum layers and compacted by forcing water into the backfill at
the level of the top of pipe until the water level rises to within
eighteen inches of the natural ground surface. The water shall be forced
into the backfill at locations not more than ten feet apart.
In areas to be capped with concrete, the remainder of the backfill that
is above twelve inches (12") higher than the top of the pipe shall be
backfilled with select excavated material in 6 inch to 12 inch layers and
compacted to 95% standard proctor density. The moisture content shall be
attained by prewetting and thoroughly mixing before applying appropriate
layers to accomplish desired compaction. All surplus material shall be
loaded and wasted at the Contractor's expense, at locations approved by
the Engineer.
Following the completion of the backfilling the Contractor shall maintain
the street and trench surfaces, in a satisfactory manner until final
completion and acceptance of the work. The maintenance to include
blading from time to time as necessary, filling depressions caused by
settlement, sprinkling to settle dust, brooming or flushing at the
request of the Engineer and other work required to keep the streets and
roads in satisfactory condition for traffic. The Contractor shall
maintain and be responsible for all paving cuts until such time as City
Forces shall repair cuts with asphalt.
Surface Restoration:
All streets, alleys, driveways, sidewalks, curbs or other surfaces
broken, cut or damaged by the Contractor shall be resurfaced in kind or
as shown on the Plans.
Clean Up:
All rubbish, unused materials and other non-native materials shall be
removed from the jobsite. All excess excavation shall be disposed of as
specified by the City's Inspector, and the right-of-way shall be left ih
a state of order and cleanliness.
13-
Manhole Construction:
SCOPE
The work covered by this Subsection, consists of constructing
precast; pre -assembled or field assembled manholes for sanitary
sewers. Construction consists of excavation; shoring; dewatering;
subgrade preparation; construction of base; placement and assembly
of risers, cone, or tops; installation of ring, cover and adjusting
rings; backfilling; surface restoration and other related work.
QUALITY STANDARDS
The latest published revision of:
ASTM C 891: Installation of Underground Precast Concrete Utility
Structures shall apply.;
MATERIALS
The Contractor shall install manholes of the dimensions shown on
the Plans.
MANHOLE BASE
Field poured concrete bases shall be at least 12 inches thick and
not less than 1 (one) foot greater diameter than the outside
diameter of the manhole riser section. Concrete shall be minimum
3000 psi. Concrete placement shall conform to ACI and good
construction practices. Concrete shall be consolidated and struck -
off to a horizontal surface within the forms or pouring rings.
Field poured concrete bases shall be reinforced as detailed on the
Plans or as shown in the Standard Details.
Precast reinforced concrete bases shall be of the size and shape
detailed on the Plans or as Shown in the Standard Details.
MANHOLES BARRELS
Manhole barrels shall be assembled of precast riser sections.
Riser sections shall be placed vertically with tongues and grooves
properly keyed.
Invert channels shall be smooth and ,semi -circular in shape
conforming to the inside of the adjacent sewer section. Changes in
direction of flow shall be made with a smooth curve of as large
radius as the size of the manhole will permit. Changesinsize and
grade of the channels shall be made gradually and evenly. The
invert channels may be formed directly in the concrete.of the
manhole base or may be half -pipe laid in concrete. The floor of
the manhole outside the channel shall be smooth and shall slope
toward the channel not less than one inch per foot, nor more than
two inches per foot.
14-
r
i
f
Free drop inside the manhole shall not exceed 30" measured from the
invert of the inlet pipe to the invert of the outlet pipe. Where
the drop exceeds 30", drop manholes shall be constructed as
.• detailed on the Plans or as shown in the Standard Details.
All connections between the riser or base sections and the sewer
pipe shall be joined in such a manner as to make the manholes
watertight. Preformed rubber waterstop gaskets cast into the riser
or base section methods. Preformed flexible plastic sealing
compounds similar or equal to "Ramnek" or "Kent Seal" are also
acceptable, provided acceptable watertightness is achieved.
TOP OR CONE SECTIONS
Flat top sections may be used on shallow lines where standard cone
sections will not conform to specified elevations.
Cone shaped top section shall be assembled on top of the manhole
barrel with tongues and grooves properly keyed.
Adjusting rings or brick may be used for adjusting the top
elevation, except that the total height of the adjusting rings
shall not exceed 12 inches at any manhole. Each manhole shall have
a minimum of 6 inches of grade adjustment.
Rings shall be set to the elevations shown on the Plans or
established by the City's Inspector. Concrete shall be placed
around and under the ring to provide a seal and properly seat the
ring at the required elevation. Concrete shall be rounded -off in
accordance with the Standard Details.
WATERTIGHTNESS
The finished manhole is expected to be as watertight as the pipe
system it is incorporated into. Infiltration or exfiltration shall
not exceed the limits established in Subsection 602-3.14.
All connections between riser sections, bases and tops shall be
sealed with preformed flexible plastic joint sealing compound.
Application of primer and sealing compound shall be accomplished in
conformance with the manufacturer's recommendations. Grade of
materials, quantity,of materials and application temperatures
recommended by the manufacturer shall govern. Sealing compound
similar or equal to "Ramnek" or "Kent Seal" shall be used.
BACKFILLING
Backfilling around manholes shall conform to the requirements as
specified for backfilling. Bedding material shall be placed up to
a point equal to that required for the adjacent pipe.
7
SURFACE RESTORATION
Surface restoration shall conform to the requirements of Subsection
602-3.8.
QUALITY CONTROL
Inspection, testing,.approval and acceptance shall conform to the
requirements of Subsection 602-3.13.
Materials not inspected by the City's Inspector or damaged by an
action of the Contractor may be subsequently rejected and replaced
at the Contractor's expense.
CLEAN UP
All rubbish, unused materials and other non-native materials shall
be removed from the jobsite. All excess excavation shall be
disposed of as specified, and the right-of-way shall be left in a
state of order and cleanliness.
Connection to City Sewerage System:
Flow of any kind into the existing sewerage system shall not be allowed
until the sewer has been satisfactorily completed and accepted for use by
the Water Utilities Department.
Tees for Service Connections:
The Contractor shall place wyes and tees for service connections where
required by the approved construction plans. Watertight plugs shall be
installed in each branch pipe or stub. Tee locations shall be marked
with a piece of two inch by four inch lumber extended from the end of the
pipe to above ground level. Service lines shall be installed to property
line.
Inspection. Testing. Approval and Acceptance of Gravity Flow Sanitary
Sewers:
SCOPE
The work covered by this Specification consists of the inspection,
testing, approval and acceptance of gravity flow sanitary sewers,
including appurtenances normally installed as part of the system.
The work may include leakage testing, deflection testing of
flexible pipe system and television inspection of the interior of
the finished sewer system.
16-
I
E
QUALITY STANDARDS
The latest published revision of the Quality Standards in effect at
the time of bid shall apply.
ASTM C 969: Infiltration and Exfiltration Acceptance Testing
of Installed Sewer Lines
ASTM C 828: Low Pressure Air Test of Sewer Lines.
UNI B 6: Recommended Practice for Low -Pressure Air
Testing of Installed Sewer Pipe.
(Published by Uni-Bell Plastic Pipe Association)
MATERIALS
Water used for exfiltration tests shall be potable or as otherwise
approved by the City's Inspector.
Equipment necessary for any of the tests shall be of the type,
quality and capacity to perform the operations required and to
1. execute the tests specified, and shall be furnished by the
Contractor along with all labor and materials including water.
INSPECTION
The City's Inspector shall inspect and approve all work
accomplished. Deflection testing shall be performed at the
discretion of the City's Inspector.
CLEANING
Prior to testing any section of sewer, the Contractor shall remove
all foreign matter from the interior of the system. Flushing a
cleaning ball, pressure jetting or other appropriate cleaning
method approved by the City's Inspector may be used. watertight
plugs or other methods approved by the City's Inspector shall then
be used to prevent dirt or debris from entering the system.
TESTING
Testing shall be conducted by the Contractor and at this own
expense.
All testing shall be accomplished in the presence of the City's
Inspector or his authorized representative. The City's Inspector
shall be notified 24 hours in advance of the testing.
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.
The Contractor shall have the option of conducting a. water
exfiltration test, a low-pressure air test, or an infiltration test
f.
F 17-
if the pipeline is continuously subjected to an exterior
hydrostatic head.
The sewer line being tested may be filled with water for a period
long enough to allow water absorption in the pipe wall. The
saturation period shall be a minimum of 4 hours and not more than
72 hours.
Exfiltration Test
Each section of the pipeline shall be tested between
successive manholes or other structures. The lower end of
the section shall be closed with a watertight device. The
inlet end of the section to be tested shall be filled with
water to a point 4 feet above the pipe invert at the
centerline of the upper manhole or structure. If the ground
water level is above the pipe invert, the water level in the
upper manhole shall be 4 feet above the adjacent ground water
level. Ground water level shall be determined by the City's
Inspector.
The allowable leakage by exfiltration shall not exceed 200
gallons/inch diameter/mile/day. The leakage shall be
measured by checking the drop in the water level in the upper
manhole or structure over a period of 4 hours. The
Contractor shall repair obvious or concentrated leaks and
whatever repairs are necessary to reduce exfiltration leakage
to an acceptable rate. The Contractor shall repeat the 4
hour exfiltration test after repairs until an acceptable
leakage rate is attained. All repairs required shall be at
the Contractor's expense.
Low -Pressure Air Test
The low-pressure air test shall be conducted in accordance to
the provisions of UNI-B-6, "Recommended Practice for Low -
Pressure Air Testing of Installed Sewer Pipe," published by
Uni-Bell Plastic Pipe Association.
The Contractor shall repeat the low-pressure air test after
repairs until an acceptable pressure drop for the test is
attained. All repairs required shall be at the Contractor's
expense.
Infiltration Test
Infiltration tests are required only if the pipeline is
continuously subjected to an external hydrostatic head
(ground water 'level) of at least 2 feet above the top of the
pipe at the upstream manhole or structure. Ground water
level shall be determined by the City's Inspector. —
Is-
r..
r' Infiltration test shall be made by sealing the inlet and
outlet ends of this pipeline and measuring the volume of
water that infiltrates into the section being tested. Flow
�. measurement may be measured by collecting the discharge into
a volumetric measuring container, weir or other approved
method.
The allowable infiltration shall not exceed 200 gallons/inch
diameter/mile/day. The test shall be continued over a period
of at least 4 hours. Time shall be allowed to soak lines and
manholes in advance of performing test. The! Contractor shall
repair obvious or concentrated leaks and whatever repairs
that are necessary to reduce the infiltration to an
acceptable rate.
The Contractor shall repeat the 4 hour infiltration test
after repairs until an acceptable infiltration rate is
r' attained. All repairs required shall be at the Contractor's
expense.
r.. Whenever the rate of infiltration is found to exceed the
prescribed amount, the Contractor shall be notified in
writing. The Contractor may then be required, by the water
Utilities Department, to provide at his own expense,
electronic or photographic visual inspection of the interior
l.' of the conduit. The Contractor shall make appropriate
repairs by methods approved by the Water Utilities Department
and shall continue to test the conduit until it is proven
satisfactory.
GENERAL
Final acceptance of the sewer line shall be based on an inspection
covering all items in this specification. The inspection shall be
done in an appropriate manner by representatives of the Water
Utilities Department. The Contractor shall remedy, at his own
expense, any poor alignment or any other defects in workmanship or
materials revealed by final inspection. Final acceptance will be
based on reinspection of the sewer after the appropriate repairs
and corrections are completed.
T.V. INSPECTION
Where determined necessary by the City's Inspector, the sewer shall
be inspected by T.Y. camera prior to final acceptance of the
pipeline.The costs incurred in making the initial inspection by
T.V. camera shall be borne by the Contracting Agency.
T.V. equipment expressly designed for pipeline inspection purposes
and operated by experienced and qualified personnel shall be pulled
through the entire pipeline. The T.Y. operator shall maintain a
log of all inspections and note location, type and extent of any
deficiencies. The T.Y. operator shall also photograph all
r 19-
l
deficiencies and not less than one "typical" location per each 500
feet of pipeline inspected.
The Contractor shall bear all costs
deficiencies found during the T.V.
additional T.V. inspection required
deficiencies.
incurred in correcting
inspection, including cost of
to verify correction of noted
T.Y. inspection conducted solely for the Contractor's benefit shall
be at the Contractor's expense.
DEFLECTION TEST
Where determined necessary by the City's Inspector, sewer pipe
shall be subjected to a deflection test. Deflection tests shall be
conducted in the presence of the City's Inspector and after the
pipe has been installed and backfilled.
The deflection test shall be conducted by pulling a mandrel (go -no
go device) through the pipe. The mandrel shall be designed and
sized for each size of pipe and shall be at least 1.5 pipe
diameters in length. The mandrel shall be constructed with an odd
number of runners placed parallel to the pipe centerline and
equally spaced around the perimeter of the mandrel. Mandrels for 8
inch pipe shall be constructed with at least 9 runners, and more
runners shall be utilized for larger pipe sizes. Test mandrel
shall be furnished by the Contractor. All test equipment,
calibration data and procedures shall be subject to the approval of
the City's Inspector.
Ring or diametric deflection of the installed pipe shall not exceed
5% of the design internal diameter of the pipe. Pipe sections that
restrict free passage of the mandrel shall be removed and replaced
or excavated, rebedded, backfilled and retested.
All such repairs, replacement, remedial work and retesting
performed by the Contractor shall be at his expense.
The deflection test may be conducted concurrently with the T.Y.
inspection of the pipe interior, subject to approval by the City's
Inspector.
ACCEPTANCE
Flow of any kind into the existing sewerage system shall not be
allowed until the sewer has been satisfactorily completed and
accepted for use by the water Utilities Department.
Portions of the work completed may be placed in operation after all
cleaning, testing and inspection requirements have been fulfilled.
Such partial use or partial acceptance shall be subject to approval
of City Inspector.
20-
• Inspection. Testing, Approval and Acceptance of Manholel:
SCOPE
The work covered by this Specification consists of the inspection,
testing, approval and acceptance of manholes. The work may include
leakage testing.
QUALITY STANDARDS
UNI- B-6: Recommended Practice for Low -Pressure Air
Testing of Installed Sewer Pipe
(Published by Uni-Bell Plastic Pipe Association)
ASTM C 969: Infiltration and Exfiltration Acceptance Testing
of Installed Concrete Pipe Manholes.
MATERIALS
Water used for exfiltration tests shall be potable or as otherwise
approved by the City's Inspector.
Equipment necessary for any of the tests shall be of the type,
quality and capacity to perform the operations required to execute
the tests specified, and shall be furnished by they Contractor along
with all labor and materials including water.
INSPECTION
The City's Inspector shall inspect and approve all work
accomplished.
CLEANING
Prior to testing any manhole, the Contractor shall remove all
foreign matter from the interior of the manhole. Chunks of
concrete, mortar, or other debris (including dirt that may have
intruded into the interior of the manholes) shall be removed by
mechanical means. Small gravel or grit may be removed by flushing,
pressure jetting or other appropriate cleaning methods approved by
the City's Inspector. After cleaning, the manhole cover shall be
positioned to prevent dirt or debris from entering the manhole.
Other means of preventing intrusion of dirt or debris may be
employed if approved by the City's Inspector.
TESTING
All manholes shall be tested for leakage by an exfiltration test.
Manholes may also be tested for infiltration when, in the opinion
of the City's Inspector, high ground water levels indicate the
possibility of excessive infiltration leakage at the manhole.
7,
F 21-
Exfiltration Test
All inlet and outlet pipes in the manhole shall be plugged
with a watertight device. The manhole shall be filled with
water to a point 4 feet above the outlet pipe invert,
measured at the centerline of the manhole. If the ground
water level is above the pipe invert, the test level shall be
4 feet above the adjacent ground water level. Ground water
level shall be determined by the City's Inspector.
The allowable leakage shall not exceed 0.1 gallon/foot
diameter/foot of head during a 4 hour test. The manhole may
be allowed to remain saturated to allow absorption into the
manhole wall for 4 to 12 hours prior to testing.
The Contractor shall repeat the 4 hour exfiltration test
after repairs until an acceptable leakage rate is attained.
All repairs required shall be at the Contractor's expense.
Infiltration Test
Infiltration tests are acceptable only if the connecting
conduit is continuously subjected to an external hydrostatic
head (ground water level) at least 2-feet above the top of
the conduit. Ground water level shall be determined by the
procedures set forth in Section 8 of UNI-6-6.
All inlet and outlet pipes in the manhole shall be plugged
with a watertight device. The volume of water that
infiltrates into the manhole during a 4 hour period shall be
measured in a manner determined by the City's Inspector. The
test shall be conducted after the manhole has been subjected
to the maximum ground water level for at least 4 hours to
thoroughly saturate the manhole wall.
The allowable infiltration shall not exceed 0.1 gallon/foot
of diameter/foot of head during a 4 hour test.
The Contractor shall repeat the 4 hour infiltration test
after repairs until an acceptable leakage rate is attained.
All repairs required shall be at the Contractor's expense.
Restoration and Clean UP:
The Contractor shall restore or replace all removed or damaged paving,
curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation ditches,
pipe, or other structures or surfaces to a condition equal to that before
the work began and to the satisfaction of the Water Utilities Department.
When pavement must be replaced and hot -mix asphalt paving is not
available, the Contractor shall install cold -mix asphalt over the trench
and replace it with hot -mix as soon as possible. The construction site
shall be left clean and orderly:
22-
A minimum base course
of six inches shall be placed in trench areas prior
to either permanent or
temporary asphalt placement. The base course
material shall conform
to the following gradation:
Percent by Weight
Sieve Designation
Passing Lab Sieves
r
1-1/2"
0- 5
r
7/8"
8-30
1/2"
30-55
!!
#4
50-70
#40
70-90
LL shall not exceed 45
PI shall not exceed 15
LS shall not exceed 5
i
L
r
23-
H
4
I P
I
C
T
COVER
a M RING 5�••--
►Mx 72"
�.rr� rho
4' TO 16'
6•.Tole••
MIN, 48"
IAlfi. 4"
-r `�`.� '•%lY--'t: .._,., ,I �v,,��` �Y�
21"8OVER
MIN. 60"
tAtN. S"
MORTAR
16•AOEEP�R
ALL SIZES
MIN. 60'
MIN.$"
6L. IG` ADJUST 't'T
GRADE RINGS OR
BRICKS
FOR GRADE ADJUSTMENT
F
s
\\,4,
!''•,
.SS ECCENTRIC CONE SECTION
of
o�
° `'1-`SEAL ALL JOINTS
(•�• j `
+o INSIDE 8 OUT
ICE` t
j- ll
- 1 1•si SEALS a GROUT TO BE
JosWATERTIGHT a OF PORTLAND CEMENT
Ia • 1 1' Gl MORTAR OR SUITABLE MASTIC
it 0 •'
�--- • .°' I _ MATERIAL
�.pj
r'' I 'A
RISER SECTION
•� :d•� (TONGUE S GROOVE)
I, I
f. ��r�' BOTTOM RISER SECTION
v (BUTT a GROOVE)
4.
6 ++ �'.: I" TO 2" GROUT SPACE
MIN. p.� /
`�a c;'• aD I .a CONCRETE BASE
FORMED SURFACES
77.
6"OR 1/4 PIPE DIA. (P)
'e . ; 0! . .. p . �• WHICHEVER IS LARGER
4 BARS' 12"0C EA. WAY
2" BELOW BOTTOM OF PIPE
PRECAST REINFORCED. CONCRETE MANHOLE
A S T M C- 478 SPECIFICATION
Page 24
-DROP MANHOLE
I: IUII =1U1 =, 1j_ I T .
=1111= UI11=lIIlll bto 12" ADJUSTMENT
y
1 IIII-IIII c '
llll_1111
o:.
•i'
::. MIN. OROP 2'-6"
a° EI., F11
III�II I
�'�� •: IIII=IIIIi�
GROUT HALF
•'
PIPE
.e
a'
I
A•
IL
.,
—IIII '
lllf _ ;I11
rlll
0 till VIIII=Jill
N
W
CC
CONSTRUCTION OF THE DROP MANHOLE IS IDE14TICAL WITH THE STANDARD
MANHOLE IN EVERY RESPECT EXCEPT THE METHOD OF ENTRANCE OF THE SEWAGE
IS FROM THE LATERALS. THIS ENTRANCE SHALL 8E CONSTRUCTED AS SHOWN
ABOVE. NO REINFORCEMENT WILL BE REQUIRED IN THE CONCRETE FOR
PIPE ENCASEMENT.
WHEN ENTERING AN EXISTING MANHOLE WITH A NEW LINE AND THE
DIFFERENCE IN ELEVATION OF THE TWO INVERTS EXCEEDS 2.5* FEET
THE METHOD OF ENTRANCE SHALL BE AS ABOVE.
Page 25
DROP TIE TO
.. _ EXISTING MANHOLE
STANDARD 275 LB. MANHOLE
FRAME 6 COVER
m3r- Ali'lilt FI 1= 11l6" to 12" AWUSTMENT
Mg
.l
IIII=Ii.••: � •• I•ll`-1i;1LI
= /
111IN9
Illll�o�•• �.� � t ,
IIII •o ►•' t = _
` I I+i fill
,
ilil� ::•'
!Ul = • .1=III=III, ...
I IIII_Illl ► ',;-IIII =IIII CONCRETE BLOCK
III-IIII • = �•► • I= i1.111I
#4 BARS AT 12
�.. s :. A ► ; ..•• ti. . IIII =IIII
IA=7•_i1�1=IIII.--.lii _IIII—J u� � 11_ 11L..111�1�f=1�ll
IIII—IIII-1J11 II;.-=��Ill�tll�lll=illl=IIII =IIII =IIII.=
Page 26
o SELECT. BACKFILL '
0
• x �I
-^-� 4 VCT PLUG
4" VCT• RISERoil
� o
't 4'@ TEE
- TEE & RISER
SELECT BACKFiLL e, N
•�' e , H
• 4„ 1YYE 8 PLUG' G
.�VYE & RISER
Page 27
Pu
(SINGLE 5
DOUBLE IIYII BRANCHES
WITH 500 BENDS
FALL BE RESPON-
QUST RISER PIPE
�N Of DESIRED
INSTALL DOUBLE
(30° ) SHALL BE
TYING INTO WYE:
age 28
L-Y CLAY TILE
THROUGH MANHOLE CUT OR BREAK OUT
TOP OF PIPE
STFR:,IGHT THROUGH MANHOLE
CLAY TILE STRAIGHT RU
TILE SEND OR
ED CONCRETE INVERT
BEND AT MANHOLE
t 1
1 �
t CLAY TILE WYE WITH 300 BEND
OR SHAPED CONCRETE INVERT
FLOW
JUNCTION AT MANHOLE
Page 29
SrECIAL BEDDING
FOR VCT PIPE
JI
L_;i
=11T=if'1
� ills
-"11.42",VAX. FCR 24" 8 gl"
(�)
Illi=PIPE, 36" MAX FOR 18
Iil)
11111PIPE. FOR I8 PIPE 0. D.
I+16" MAX. OTHER SIZES
(! •'',SELEC7� '•BACKFILL
e°oe ao�o,
wee e
(24' -281CUT "'" D '0',
spar
(18' -24' )CUT D/2 a,a o :as°oa
}}
1 00' '8 (14'-18')CUT
D/4
^i11=;i GRADATION =l�q_I= 1111 =fill=IIIl=11=-�i11=
1ilF-Rill{ =11 - ill = till 11
NII--=11=�111
ROCK=111I-�,{I{� I11 � 1111=i111=1111 Illl==
NOTE: RVOVE ALL LOOSE MATERIAL BEFORE PLACING BEDDING OR
SHAPING TRENCH
WHERE CUTS EXCEED 28' REINFORCED CONCRETE E,MBECh-ENT
WILL BE REQUIRED
Page
EMBEDMENT OF PVC PIPE
000,
?Zo0"?/,//,
X,
REMAINDER OF
BACKFILL COMPACTED
\ BY JETTING
SELECT BACKFILL N
CAREFULLY PLACED
GRADED GRAVEL
AS SPECIFIED IN
�/� Et�BEDNS�TI�
3"'MIN.
MAX. TRENCH WIDTH
la D+18'
NOTE: ALL PVC SEWER PIPE, REGARDLESS OF
DEPTH, WILL BE COMPLETELY EMBEDDED IN
GRAVEL AS SHOWN ABOVE
Page ji
.d
co
114
M
w
N
r
r TABLE P-2—TRENCH SHORING�—MINIMUM REQUIREMENTS
Size and spacing of membors
Uprights
Stringers
Cross bracus : Width of trench
Ma.unum spacing
Depth of
Kind at eonditiorl of earth
trench
Minimum
A,uimum
AUrumum
A1a.imum
Up to 2
31061001
61091061
910 12
12 to Is
Vertical
Horizontal
dimension
Inches
spacing
Feet
dimension
Inches
spacing
Feet
laol
Inches
Inches
luul
reel
Feet
Inct;os
Inches
Inches
Feel
Feet
Hard, compact ......_..M.......—..
S to 10
3 x 4 at
2x6
]xa or
6
.,.
2x6
4x4
axe
6x6
axe
4
6
Likely to crack _ _ r w ..
2x6
]
4x6
4
2x6
4x4
4x6
'6x6
axe
4
e
Close
Soft, sandy, at tiMed
9x4 or
2xa
sheering
4xe
4
4x4
4x6
axe
axe
axe
4
a
Close
Hydrostatic pressure
3x4 or
2xa
sheeting
axe
4
4x4
4x6
6x6
axe
axe
a 4
6
1010 1S
Hard. .. -- --
3x4 or
2x6
4
axe
4
4x4
06
axe
axe
axe
4
a
Likely 10 crack...,
3x4 or
2x6
2
4xa
4
4xi
4xe
ax6
axe
axe
...
e
Soil, sandy, or tilled-.
axe or
Close
2x6
sheeting
4x3
4
4xa
axe
axe
axe
exto
4
a
Close
Ifydroslalrepressure .............. _...
2xe
sheeting
Ox10
4
4x6
Ox6
axe
axe
6xla
4
6
r
Close
15 10 20
AN kinds or condrbns,
3x6
sheuing
4x 12
4
4x12
axe
axe
ex10
1ox1O
4
a
dose
Over20
ANAindsor:ondrlydnf -
8x6
sheeting
axe
4
4X12
axe
OX10
10x10
1Ox12
4
a
'Trench laths may be used In lieu of, or In ctxnbirution with, cross dazes.
S►,orng ,s NO requ,rud in st lid lock, bald shale, Of herd stag
Where desaaLb. sleul Sheol pang and bracing of equal strength may be substituted for wood.
P1
zr
Q
'1)
0
1
x
C
O
n
C
0
0
a
N
n
n_
e
LL
z
0
S
D
a
3
TRENCH )ACKS IN
TRUE HORIZONTAL
POSITION AND SPACED
VERTICALLY
Uprights
AVOID DANGEROUS OVERHANGS'.
ALL MATERIALS USED FOR SHORING SHALL BE IN GOOD CONDITION,FREE
OF DEFECTS AND OF AT LEAST MINIMUM SIZE SHOWN IN ACCOMPANING
CHART.
SHORING SHALL CLOSELY FOLLOW THE EXCAVATION.
Paoe 33
Cleats
Stringers
ONE EXrhP L E OF
S':'-P. +L TYPES
OF SHEETING �_ Sheet Pilings
Uprights
/ Braces
Spoil
I
Trench shield —Tamper
1 fIi i 1w
Trenching machine I I
TRENCH SHIELD
r�
r _ Page 34
t
Ic
m
k.o
m
w
w
rl+
FOR INSTALLATIONS OVER 6' DEEP
WESTERN IRON WCRKS ! 40
• 275 lb MANHOLE FRAME AND COVER
• S � ;--CEMENT MORTAR
BRICK OR CONCRETE \
ADJUSTMENT GRADE RINGS
1 ins
• j
NOTE NHERE EXISTING SANITARY
CCNNECTIONS ARE t6" CIA. b•�
' TRANSITION PIPES TO o
SHOULD QE INSTALLED AT
LEAST 2 OUTSIDE THE
MANHOLE. WHERE EXISTING
CONNECTIONS ARET6` DIA•
TRANSITION PIPES a FLUME
SIZES SHALL BE DETERMINED
BY THE WATER UTILITY DEPT.
r'
JOINT TO BE SEALED 'MITH
APPROVED WATERPROOF
SfFPS BITUMINOUS MATERIAL
'6 O.C. lK EQUIPMENT BENCH
:, ' 14-
. .l'-O�
'ANDARO 6" DIA:
iLMER-SOWLUS
FLUME
NDEO 1/8
UPA GRATE
T MORTAR
�,
FOR INSTALLATIONS UNDER 6' DEEP
WESTERN IRON WORKS •.40
275 lb MANHOLE FRAME AND COVER
r— CEMENT MORTAR
BRICK OR CONCRETE ADJUSTMENT
-- GRADE RINGS :.
JOINTS TO 3E SEAL23 KITH APPROVE
o' WATERPROOF 31TUMINOS MATERIAL
-.z ''""STEPS
I L i6" QC. I► ;ECUIPMENT 3E!+CH ,
CEMENT MCRTAR
SECTION A-
h
•:: 100 WATT
EXPLOSION -
RESISTANT
"'INCANDESCENT •,
LIGHT 9 FIXTURE
` GALVANIZED
3q" CONDUIT
�..
1 110 VOLT
�._ 2• 60 HZ.3-WIRE
• AC SUPPLY WITH
.4 1 ... CIRCUIT BREAKER
•' I" MORT
NOTE. ALL BRACES. LEGS. 9 SUPPORTS
FOR EQUIPMENT BENCH SHALL
BE OF 3" X 2" X 3/8'
ALUMINUM ANGLE -IRON
//SECTION B—B
tp _"PLOS10N-RESISTANT BOX 9 LIGHT
SWITCH 9 2 OUTLETS WITH
GROUND
'`.. NOTE:LOCATE LIGHT S'�I
r• CN MANHOLE WAL _
TE AFTER INSTALL• RIGHT OF FIRST
TION THE
(HIGHEST) MANHOL
STEP
..
NO
A
►'
SHALL BE CALIBRATED
AND CERTIFIED
` 1
'ANOARO 6"DtA. PALMS
)WLUS FLUME TO BE
STALLED IN STRICT
ACCORDANCE WITH
C7 L_ L;. (`-'—� MANUFACTURER
� RECOMMENDATION _
-NOTE: ALL ELECTRICAL INSTALLATIONS
SHALL COMPLY WITH NATIONAL
ELECTRICTRICAL CODE . CLASS I
ARTICLE SDI, 1987 EDITION.
MONITORING MANHOLE DETAIL
CITY OF LUBBOCK
WATER 5 SEWER DEPARTMENT
I
F
r
F
MEASUREMENT AND PAYMENT
1. GENERAL
The unit price bid on each item, as stated in the proposal, shall
include furnishing all labor, superintendence, machinery, equipment
and materials, except materials specifically specified to be
furnished by others, necessary or incidental to complete the various
items of work in accordance with the plans and specifications. Cost
of work or materials shown on the plans or called for in the
specifications and on which no separate payment is made shall be
included in the bid prices on the various pay items.
2. PIPE LINES (FORCE MAIN)
The length of pipe lines of the various sizes and types to be paid
for will be determined by measurement along the center line of the
pipe installed, measurement being made from center of fitting to
center of fitting without any deduction for the length of
intermediate fittings or valves.
Furnishing and installing pipe of the type and class as called for
in these specifications as shown on the plans and as the various
depths of cut as required will be paid for as the unit price per
linear foot for furnishing and installing the pipe complete in
place. The unit price bid shall be complete compensation, including
all materials, excavation, gravel embedment, fittings, grading,
backfilling, and any and all incidental work in connection with the
pipe lines not otherwise included in the bid items or otherwise
provided for in the specifications.
3. FITTINGS
The fittings or specials required in construction of the various
sizes of pipe lines and those specials required to tie into existing
lines as shown on the plans will be included in the unit price bid
per linear foot for furnishing and installing approved pipe.
4. SEWER LINES (GRAVITY FLOW)
A. Measurement
The length of the sewer lines of t
be paid for will be determined by
centerline of the pipe installed;
center of manhole to end of pipe.
for the space occupied by manholes
he various sizes and types to
measurement along the
measurement being made from
No deductions will be made
or fittings. The various
Page 1
depths of cut to be paid for will be determined from final
profiles of the lines as constructed, the depth of cut being the
vertical distance from the original ground surface to the invert
of the pipe.
B. Payment
Installing or furnishing and installing sewer pipe at the
various depths of cut, in the locations shown on the plans or as
required will be paid for the unit price bid per linear foot for
installing or furnishing and installing the pipe at the various
depths of cut, complete in place. The unit price bid shall be
complete compensation for furnishing and installing the pipe
complete in place, including all materials, excavation,
encasement or embedment, grading, backfilling, and any and all
incidental work in connection with the pipe lines not otherwise
included in the bid items or otherwise provided for in the
specifications.
5. SHORING
Shoring as required will be paid for as the unit price bid per
linear foot at the various depths,of cut. The unit price bid shall
be complete compensation for furnishing and installing shoring,
complete in place, including all materials labor and all incidental
work in connection with the shoring not otherwise included in the
bid items or otherwise provided for in the specifications.
6. CLASS "B' CONCRETE
The furnishing and installing of Class "B" concrete shall be
subsidiary to the various items for which it is necessary, and the
cost will be included in the unit price bid for the particular item.
No separate payment will be allowed for concrete blocking or
cradling.
7. LIFT STATIONS
Payment for the lift station shall include all the incidentals
necessary for a complete lift station, including labor, materials,
excavation, backfilling, suction and discharge piping, guard post,
pumps, guide rails, hatches, gate valves, check valves, fittings,
wet well, valve box, controls and all other incidentals between the
influentsewerand the 0+00 station of the 10" force main.
Page 2
Flo
r
S. MANHOLES
d A. Measurement
The depth of all standard and drop manholes will be determined
by measurement of the vertical distance from the top of the
manhole frame to the flow line of the pipe. Additional depths
of manholes greater than the base depth as called for in the
proposal shall be paid for as extra vertical feet of manholes.
B. Payment
7
(1) Manholes. Base Depth
7 The construction of manholes at the various locations shown
on the plans or as required will be paid for at the unit
price bid each for construction manholes - base depth,
complete in place. The unit price bid shall be complete
compensation for constructing the manhole base depth,
complete in place, including all materials, excavation,
backfilling and other incidental work necessary for
constructing the manhole in accordance with the plans and
specifications.
r, (2) Extra Vertical Feet of Manholes
The extra vertical feet of manholes will be paid for at the
unit price bid per extra vertical foot for constructing the
additional depth of manhole over the base depth complete in
place. The unit bid price shall be complete compensation
for constructing the extra vertical feet complete in place,
including all materials, excavation, backfilling and other
incidental work.
9. TIE-INS TO EXISTING MANHOLES
At existing manholes where the existing stub -out cannot be used, or
there is no existing stub -out, the CONTRACTOR shall be paid at the
unit price bid for breaking into the manhole and constructing the
necessary new manhole invert.
10. FINAL CLEANUP
The cost of the cleanup shall be included as a part of the cost of
the various items of work involved and no direct compensation will
be made for this work.
r
F Page 3
SPECIAL CONDITIONS
58
NOTICE OF ACCEPTANCE
TO:
The City of Lubbock, having considered the proposals submitted and opened on the _day of
199, for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it
appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal
was accepted by the City Council of the City of Lubbock on the day of 199_ at the bid price contained
therein, subject to the execution of and furnishing of all contract documents, bonds, certificates of insurance, and all
other documents specified and required to be executed and furnished under the contract documents. It will be necessary for
you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your relceipt of this Notice.
The five percent (5%) bid security, submitted with your proposal, wilt be returned upon the execution of such
contract documents and bonds within the above specified ten (10) day period. 1n the event you should fail to execute and
furnish such contract documents and bonds within the time limit specified, said bid security will be retained by the City of
Lubbock.
CITY OF LUBBOCK
Owner's Representative