HomeMy WebLinkAboutResolution - 2010-R0332 - Contract For Relocating Sewer Lines W/Contractors Of America LTD - 07/22/2010 (2)Resolution No. 2010-RO332
July 22, 2010
Item No. 5.11
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 9595 for relocating sewer
lines ahead of roadway construction, by and between the City of Lubbock and Utility
Contractors of America LTD., and related documents. Said Contract is attached hereto
and incorporated in this resolution as if fully set forth herein and shall be included in the
minutes of the City Council.
Passed by the City Council on July 22, 2010
TOM MARTIN, MAYOR
ATTEST:
n
Rebe a Garza, City Secretary
APPROVED AS TO CONTENT:
ni
/ / J11,; 0
Mars a Reed P.E., Chief Operating Officer
PROVED AS TO FO
Assistant City Attorney
bg:ccdocs: RES.Util Contractors K 7.2. 10
7-2-10
D. 2 D lD 1g 033 z
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE
CITY OF LUBBOCK
SPECIFICATIONS FOR
Re -Route Sewer Line on East US 62
ITB 10-089-FO
CONTRACT 9595
PROJECT NUMBER: 91039.9242
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
www. thereproductioncompany.com
Phone: (806) 763-7770
city of
lubbock
t k=
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
-
July 30, 2010
lubb'ko
NOTICE OF AWARD
Utility Contractors of America, Inc.
Mr. Ty Lane
927 Hwy 62
Wolfforth, Texas 79382
Subject: ITB 10-089-FO — Re -Route Sewer Line on East US 62
Dear Mr. Lane:
Official notice that award of the above -referenced project is made to your firm in
accordance with the terms and conditions of the bid and subject to contract. The value of
the award is ONE HUNDRED NINETY-TWO THOUSAND AND SEVEN
DOLLARS AND 00/100 ($192,007) including tax.
This award does not constitute a contract. You have ten (10) business days from
this notice, exclusive of the day of notice, to provide a contract with the duly authorized
signatures affixed thereto, your original Insurance Certificate and original Insurance
Certificates for all sub -contractors. All Insurance Certificates must be in compliance with
"CONTRACTOR'S INSURANCE" Section of the bid and with the following
additional insured endorsement: "City of Lubbock, its officers, agents and employees are
named as primary additional insured's on General Liability policies, with respect to ITB
10-089-170, Endorsement #: ". The endorsement number must be included in
this statement. The Insurance Certificates must include a Waiver of Subrogation in favor
of the City of Lubbock on General Liability, Automobile Liability, and Worker's
Compensation policies. The Certificate Holder is City of Lubbock, c/o City of Lubbock
Purchasing and Contract Management Office, 1625 13th Street, Suite 204, Lubbock,
Texas 79401. Upon satisfactory fulfillment of these requirements, a written Notice To
Proceed will be issued.
THIS LETTER IS NOT A NOTICE TO PROCEED. A NOTICE TO
PROCEED WILL BE ISSUED BY THE PURCHASING AND CONTRACT
MANGEMENT OFFICE AND OWNER'S REPRESENTATIVE UPON RECEIPT
OF THE EXECUTED CONTRACTS, ALL APPLICABLE INSURANCE
CERTIFICATES IN COMPLIANCE WITH SPECIFIED INSURANCE
REQUIREMENTS, REQUISITE BOND(S), AND SIGNED NOTICE OF AWARD.
No Text
The time for completion of work is SIXTY (60) CALENDAR DAYS from the date of
commencement specified in the Notice to Proceed and with the understanding that time is
of the essence. Liquidated damages is the sum of ONE THOUSAND AND NO/100
DOLLARS ($1,000.00) for each day in excess of the time set forth herein above for
completion of this project, as more fully set forth in the general conditions of the contract
documents.
Please to acknowledge receipt and acceptance of this Notice of Award by
signing in the space provided on the second page and RETURNING BOTH
ORIGINAL PAGES to the City of Lubbock Purchasing and Contract Management
Office within TEN (10) BUSINESS DAYS as specified in the proposal documents.
Congratulations on your efforts and we look forward to working with you on this
prof ect.
ISSUED BY
Owner: CITY OF LUBBOCK this 29th da o� f July, 2010
by: Victor Kilman Signature
wl-4 LD&ffI4
Title: Director of Purchasi g & Contract Management
ACCEPTANCE OF NOTICE
Receipt of the foregoing Notice of Award is hereby acknowledged
Company: Utility Contractors of American, Inc.
Proposal: ITB-10-089-FO
Contract # 9-5 95
by:_ X
y:—T
Signature:
Title:
Date:
m
July 30, 2010
V
ty ofock
TEXAS
NOTICE OF AWARD
Utility Contractors of America, Inc.
Mr. Ty Lane
927 Hwy 62
Wolfforth, Texas 79382
Subject: ITB 10-089-FO — Re -Route Sewer Line on East US 62
Dear Mr. Lane:
Official notice that award of the above -referenced project is made to your firm in
accordance with the terms and conditions of the bid and subject to contract. The value of
the award is ONE HUNDRED NINETY-TWO THOUSAND AND SEVEN
DOLLARS AND 00/100 ($192,007) including tax.
This award does not constitute a contract. You have ten (10) business days fiom
this notice, exclusive of the day of notice, to provide a contract with the duly authorized
signatures affixed thereto, your original Insurance Certificate and original Insurance
Certificates for all sub -contractors. All Insurance Certificates must be in compliance with
"CONTRACTOR'S INSURANCE" Section of the bid and with the following
additional insured endorsement: "City of Lubbock, its officers, agents and employees are
named as primary additional insured's on General Liability policies, with respect to ITB
10-089-FO, Endorsement #: ". The endorsement number must be included in
this statement. The Insurance Certificates must include a Waiver of Subrogation in favor
of the City of Lubbock on General Liability, Automobile Liability, and Worker's
Compensation policies. The Certificate Holder is City of Lubbock, c/o City of Lubbock
Purchasing and Contract Management Office, 1625 131" Street, Suite 204, Lubbock,
Texas 79401. Upon satisfactory fulfillment of these requirements, a written Notice To
Proceed will be issued.
THIS LETTER IS NOT A NOTICE TO PROCEED. A NOTICE TO
PROCEED WILL BE ISSUED BY THE PURCHASING AND CONTRACT
MANGEMENT OFFICE AND OWNER'S REPRESENTATIVE UPON RECEIPT
OF THE EXECUTED CONTRACTS, ALL APPLICABLE INSURANCE
CERTIFICATES IN COMPLIANCE WITH SPECIFIED INSURANCE
REQUIREMENTS, REQUISITE BOND(S), AND SIGNED NOTICE OF AWARD.
No Text
The time for completion of work is SIXTY (60) CALENDAR DAYS from the date of
commencement specified in the Notice to Proceed and with the understanding that time is
of the essence. Liquidated damages is the sum of ONE THOUSAND AND N0/100
DOLLARS ($1,000.00) for each day in excess of the time set forth herein above for
completion of this project, as more fully set forth in the general conditions of the contract
documents.
Please to acknowledge receipt and acceptance of this Notice of Award by
signing in the space provided on the second page and RETURNING BOTH
ORIGINAL PAGES to the City of Lubbock Purchasing and Contract Management
Office within TEN (10) BUSINESS DAYS as specified in the proposal documents.
Congratulations on your efforts and we look forward to working with you on this
project.
ISSUED BY
Owner: CITY OF LUBBOCK this 29th day of July, 2010
by: Victor Kilman Signature
u'kt4- ffafA&
Title: Director of Purchase g & Contract Management
ACCEPTANCE OF NOTICE
Receipt of the foregoing Notice of Award is hereby acknowledged
Company: Utility Contractors of American, Inc.
Proposal: 1TB-10-089-FO
Co
by:
No Text
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE
CITY OF LUBBOCK
SPECIFICATIONS FOR
Re -Route Sewer Line on East US 62
ITB 10-089-FO
CONTRACT 9595
PROJECT NUMBER: 91039.9242
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
www.thereproductioncompan
Phone: (806) 763-7770
ty of
lubvock
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
No Text
Contractor Checklist
Before submitting your bid, please ensure you have completed and included the following documents in the
order they are listed. The contractor is only to submit (1) one original copy of every item listed.
1. _l Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by
typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds
himself on acceptance of his bid to execute a contract and any required bonds, according to
the accompanying forms, for performing and completing the said work within the time
stated and for the prices stated below. In case of a discrepancy between the Unit Price and the
Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and
Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID
number or Owner's SOCIAL SECURITY number.
2. ` Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to
provide a bid surety WILL result in automatic rejection of your bid.
3. l Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
This must include the signature of the agent or broker. Contractor's signature must be original.
4. Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management
Office prior to the deadline. Late bids will not be accepted.
6. _/ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
This must include the signature of the agent or broker. Contractor's signature must be original.
JR7, 7. /Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
8. _� Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
9. / Complete and submit the LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED
NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS
c.:
COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
vf
Type orlPrint Company Name--�
2
2.
3.
_g 4.
5.
6.
7.
8.
9.
10.
11.
12.
INDEX
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL — (must be submitted by published due date & time)
3-1. UNIT PRICE BID SUBMITTAL FORM
3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-3. SAFETY RECORD QUESTIONNAIRE
3-4. SUSPENSION AND DEBARMENT CERTIFICATION
LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
DAVIS BACON WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
91
NOTICE TO BIDDERS
ITB 10-089-FO
Sealed bids addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be received
in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204,
Lubbock, Texas, 79401, until 2:00 P.M. on June 22, 2010 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:
Re -Route Sewer Line on East US 62
After the expiration of the time and date above first written, said sealed bids will be opened in the City
Hall, Council Chambers and publicly read aloud. It is the sole responsibility of the bidder to ensure that
his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock,
before the expiration of the date above first written.
Bids are due at 2:00 P.M. on June 22, 2010 and the City of Lubbock City Council will consider the
bids on July 8, 2010 at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be
reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful
bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code,
in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and
the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
- Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of
"A" or better. THE BONDS MUST IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND
MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED.
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 bid 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 ten (10) business days after notice of award of the contract
to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL
SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF
THE BID SUBMITTAL.
It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself
`t 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. There
will be a non -mandatory pre -bid conference on June 15, 2010 at 9:00 A.M. in the City Hall, Council
Chambers,1625-13`h Street, Lubbock, Texas.
Bidders may view the plans and specifications without charge at The Reproduction Company, 2102
Avenue Q, Lubbock, Texas 79405 or at wNvw.tiiereproductioncompany.com. ONE SET OF PLANS AND
SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE
REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770.
Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if
documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets
of plans and specifications may be obtained at the bidder's expense.
4
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 and Contract Management
Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each
bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and
the requirements contained therein concerning the above wage scale and payment by the contractor of the
prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises shall 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.
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 require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
PURCHASING AND CONTRACT MANAGEMENT OFFICE
GENERAL INSTRUCTIONS TO BIDDERS
l BID DELIVERY TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Re -Route Sewer Line on
East US 62 per the attached specifications and contract documents. Sealed bids will be received no later
than 2:00 P.M. on June 22, 2010 at the office listed below. Any bid received after the date and hour
specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation
must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB 10-089-FO,
Re -Route Sewer Line on East US 62" and the bid opening date and time. Bidders must also include
their company name and address on the outside of the envelope or container. Bids must be addressed to:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management
4 Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder
does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
'_. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid
meeting will be held at June 15, 2010 at 9:00 A.M. in the City Hall, Council Chambers, 1625-13th
Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the
prospective bidder they represent.
2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
3 ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of
forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET
ACCESS may use computers available at most ,public libraries.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing and Contract Management Office. At the request of
the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be
substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract
Management Office. Such addenda issued by the Purchasing and Contract Management Office will be
available over the Internet at www.bidsync.com and will become part of the bid package having the same
binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR
INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the
request must be submitted in writing and must be received by the City of Lubbock Purchasing and
Contract Management Office no later than five (5) calendar days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
i supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB
i -- should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt
of this ITB with any individuals, employees, or representatives of the City and any information that may
have been read in any news media or seen or heard in any communication facility regarding this bid
should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Purchasing and Contract Management Office and a clarification obtained before the
bids are received, and if no such notice is received by the Purchasing and Contract Management
Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the
work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If bidder does not notify Purchasing and Contract
Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all
purposes that the plans and specifications are sufficient and adequate for completion of the project.
It is further agreed that any request for clarification must be submitted no later than five (5)
calendar days prior to the bid closing date.
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or
a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
6.3 Marking your entire bid CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open
Records Act. i
7 LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or
may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with
any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment,
advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of
discretion concerning this bid.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All 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.
11 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
4- the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice
to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Purchasing and Contract Management Office if any language,
requirements etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in
this ITB to a single source. Such notification must be submitted in writing and must be received by the
City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before
the bid closing date. A review of such notifications will be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO
BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Felix Orta, Senior Buyer
City of Lubbock
Purchasing and Contract Management
1625 131" Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: forta@mylubbock.us
r
Bidsync: www.bidsync.com
13 TIME AND ORDER FOR COMPLETION -_
14
15
UR
17
13.1 The construction covered by the contract documents shall be substantially completed within 60 (SIXTl�
CALENDER DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to
the successful bidder.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
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.
MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately
until incorporated into the project. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and
methods set forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
;
GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will '
be recognized and accommodated and will not, in any way, result in hardware, software or firmware i
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related
contract documents for use during construction. Plans and specifications for use during construction will only be
furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to
suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the
Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the 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 intended 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.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures 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.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades,
signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the
project.
23 EXPLOSIVES
I
i° 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from 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.
10
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24
25
26
23.3 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, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
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.
INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN
THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE
CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE
ENGINEER AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW,
OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM
THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR
PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE
FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT
SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
LABOR AND WORKING HOURS
26.1 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 that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258,
Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the
bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in the contract documents does not release the Contractor from compliance with any wage law that
may be applicable. Construction work under the contract requiring an inspector shall not be performed on
weekends or holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sunday 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 Sunday or
holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor or
subcontractor in the construction of the public work and the actual per diem wages paid to each
worker. This record shall be open at all reasonable hours to inspection by the officers and agents of
the City. The Contractor must classify employees according to one of the classifications set forth in the
schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty
dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such
laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth
in the schedule of general prevailing rate of per diem wages included in these contract documents
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids 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.
29 PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be
correctly filled in, stating the price in numerals for which he intends to do the work contemplated or
furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten.
In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be
(_ taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid
price.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
29.3 Each bid 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:
12
i
29.3.1 Bidder's name
30
31
29.3.2 Bid for 10-089-FO, Re -Route Sewer Line on East US 62
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL
FORM PRIOR TO BID OPENING.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
0) 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.
QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the
bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs with
City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar
municipal and similar non -municipal current and completed projects for the past three (3) years for review. This
list shall include the names of supervisors and type of equipment used to perform work on these projects. In
addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work
on this project in compliance with City of Lubbock specifications herein.
13
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items 1 through 14 plus the sum of any Alternate Bids or Options the City may select.
32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
_4 Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
33 ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN BID SUBMISSION DATE AND THE CONTRACT
AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL
NOT DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK
CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF
LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED
INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.
33.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. The policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the ITB
process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and
materials at the lowest practicable price, for the best interests and benefit of the taxpayers and
property owners. Violation of this provision may result in rejection of the bidder's proposal.
. 34 PREVAILING WAGE RATES
34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project
14
34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to
and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the
U. S. Department of Labor web site at the following web address to obtain the rates to be used in
Lubbock County:
http://www.g,po.gov/davisbacon/allstates.html
34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the
web site for the type of work defined in the bid specifications. r_
34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the wage rates stipulated in the contract.
15
I
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
SAFECO INSUMNCE COMP
Sure/(Atle)OWA
ERIC
* By
JARD COWAN
ATTORNEY —IN —FACT
Approved as to form:
City of L o
By:
City Attorney
* Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
6
BID SUBMITTAL FORM
BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE: 6.2'L- i o
PROJECT NUMBER: ITB 10-089-FO Re -Route Sewer Line on East US 62
Bid of oo (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the Re -Route Sewer Line on East US 62, having carefully
examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and
the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended
project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to
construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein
and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated below.
ITEM
DESCRIPTION
QTY
(More
or
Less
U/M
UNIT
COST
EXTENDED
COST
1.
Furnish and install 10 inch SDR 35 6-8 ft of
355
LF
$
$
depth pipe including detection wire, tape,
excavation, gravel embedment, backfilled to 95%=-
proctor, testing, pavement cuts, disposal of spoils
and all necessary accessories, complete and in
lace, per linear foot.
2.
Furnish and install 10 inch SDR 35 8-10 ft of
556
LF
$
$
depth pipe including detection wire, tape,
excavation, gravel embedment, backfilled to 95%
? , �,o
30
'(o � $Q
proctor, testing, pavement cuts, disposal of
spoils and all necessary accessories, complete
and in place, per linear foot.
0A
3.
Furnish and install 10 inch SDR 35 10-12 ft of
107
LF
$
$
depth pipe including detection wire, tape,
excavation, gravel embedment, backfilled to 95%
proctor, testing, pavement cuts, disposal of spoils
and all necessary accessories, complete and in
place, per linear foot.
4.
Furnish and install 10 inch AWWA C-900 DR 14
227
LF
$
$
6-8 ft of depth green pipe by jack and boring pipe
including excavation, trench protection, any
0
required shoring of launching and receiving pits,
_
backfilling and compaction of pits, injection
grouting and disposal of spoils and complete
with all necessary appurtenances and testing.
5.
Furnish and install 48 inch standard 4' deep
6
EA
$
$
manhole including 30 inch lid, excavation, gravel
embedment, backfilled to 95% proctor, testing,
2q,
pavement cuts, disposal of spoils and all°O
necessary accessories, complete and in place, per
linear foot.
6.
Furnish and install extra vertical feet of manhole
25
EVF
$
$
past 4' for 48 inch standard manhole including
excavation, gravel embedment, backfilled to 95%
proctor, testing, pavement cuts, disposal of spoils
and all necessary accessories, complete and in
place, per linear foot.
7.
Furnish and install Traffic Control Plan,
1
LS
$
$
including signs, barricades, arrow boards as
.O"*
1=.
�v'�
required by TMUTCD complete in place with all
°��
necessary appurtenances.
8.
Provide and maintain a Storm Water Pollution
1
LS
$
$
Prevention Program to prevent silt runoff into
existing storm water systems and playa lakes.
'L 10 0 �,
Z ► Coo ,
This item shall include all equipment, tools, fees,
required documents and labor
9.
Conduct a field survey of all proposed water
1
LS
$
$
mains adjustment installation and valves and
provide the x, y, and z coordinates of all the
sewer mains and valve locations. In both state
2 i S 00
plane coordinates and TxDOT surface
coordinates
10.
Tie New 48" manhole to existing 8 inch Vitrified
3
EA
$
$
Clay line 6-8 ft of depth pipe including any
Vo
Q°O
, o 0
excavation, temporary plugging of upstream
manholes and appurtenences.
3
11.
Tie New 48" manhole to existing 6 inch Vitrified
2
EA
$
$
Clay line 6-12 ft of depth pipe including any
excavation, temporary plugging of upstream
manholes and appurtenences.
12.
Provide and maintain a Trench Safety System as
1,018
LF
$
$
per OSHA regulations, include all equipment,
y, ¢!.
y, 0 -7 2-
tools and labor.
13.
Pavement repair to the asphalt or concrete as
700
Sy
$ oo
$ do
26, ado —
needed.
,38�-"
14.
Equipment Mobilization/Demobilization.
1
LF
$
$
Provide all equipment and tools to complete
project, insurance, bonds, move in/out related
costs and preparation of NOI and NOT complete.
TOTAL BASE BID, ITEMS (1-14)
$
/S, Bidder's Initials
4
Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within 60 (SIXTY) CALENDER DAYS thereafter as
stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated
damages the sum of $1,000 (ONE THOUSAND) for each calendar day in excess of the time set forth herein above for
completion of this project, all as more fully set forth in the general conditions of the contract documents.
Liquidated damages is the reasonable amount of anticipated or actual damages for each day the completion of
work is delayed, generally not enforceable under Texas common law if damages are intended to serve as a penalty or are
far in excess of the amount of damages that may be reasonably forecast. The basis for liquidated damages of $1,000 per
calendar day is the Texas Department of Transportation could fine the City of Lubbock if not completed in time.
Contractors are required under Texas Local Government Code § 252.044 to provide in the full amount of the contract
price payment bonds for public works contracts more than $50,000 and performance bonds for public works contracts
more than $100,000, and the City withholds 5% of each progress payment as security for completion of the project.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction
number 28 of the General Instructions to Bidders.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
B The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30) calendar
days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and
execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him
off. Bidder's Initials
_ _ Enclosed with this bid is a Cashier's Check or Certified Check for Dollars
($ ) or a Bid Bond in the sum of S ems- % Dollars (S ), which
it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by
the Owner and the undersigned falls to execute the necessary contract documents, insurance certificates, and the
required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification
of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand.
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.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
_-
Secretary
Bidder acknowledges receipt of the following addenda:
J
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
M/WBE Firm: I Woman
Hispanic American
Black American
Asian Pacific Ai
Date: (n - Z2 - to
Au h iz d Signature
L
(Printed or TypedName)
r
Company
Iq 7-7
Address
Wa► <fo iC ixi , L �+•%r ect
City, County
?St 79 38-2.-
State Zip Code
Telephone: &r- - 8,G - 93 go
Fax: JS of� - 8G 6- y_S-'3 0
FEDERAL TAX ID or SOCIAL SECURITY No.
-1 c' 2ZI - Y/9r 3
EMAIL: y
Native American
Other (Snecifv)
Conforms with The American Institute of
Architects, A.I.A. Document No. A-310
KNOW ALL BY THESE PRESENTS, That we, UTILTIY CONTRACTORS OF AMERICA, LTD.
as Principal, hereinafter called the Principal,
and the Safeco Insurance Company of America
of 1001 4th Avenue, Suite 1700, Seattle, WA 98154 , a corporation duly organized under
the laws of the State of Washington , as Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF LUBBOCK as Obligee, hereinafter called the Obligee,
in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID --------------------------------
Dollars ($-------- ------- -5%----------------- ) , for the payment of which sum well and truly to be made, the said Principal and the said
Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for RE-ROUTE SEWER LINE ON EAST US 62
PROJECT NO.: 91039.9242; ITB 10-089-FO
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in
accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in
the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount
for which the Obligee may in good faith contract with another party to perform the Work covcrcd by said bid, then this obligation shall
be null and void, otherwise to remain in full force and effect.
Signed and sealed this 22nd day of
CARLA ROGER'S_Witness
JUNE , 2010
UTILTIY CONTRACTORS OF AMERICA,
LTD (Seal)
-��� ...—... Principal
�-�
Title
S co Insurance Comp America
B
MA LA HILL Attorney -in -Fact
S-0054/SA 12/00
XDP
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
2796094
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent
herein stated.
SAFECO INSURANCE COMPANY OF AMERICA
SEATTLE, WASHINGTON
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Safeco Insurance Company of America (the "Company"), a Washington stock insurance company,
pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint HOWARD COWAN,
MARLA HILL, ALL OF THE CITY OF LUBBOCK, STATE OF TEXAS ..........................................................................................
each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as
surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
ONE HUNDRED MILLION AND 00/100****** ******DOLLARS ($ 1003000,000.00*************** ******) each, and the execution of such
undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed
by the president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following By-law and Authorization:
ARTICLE IV - Execution of Contracts: Section 12. Surety Bonds and Undertakings.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitations
as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make,
p execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in-
fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and
Cexecuted, such instruments shall be as binding as if signed by the president and attested by the secretary.
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact:
tM Pursuant to Article IV, Section 12 of the By-laws, Garnet W. Elliott, Assistant Secretary of Safeco Insurance Company of America, is authorized to
appoint such attorneys -in -fact as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
D R any and all undertakings, bonds, recognizances and other surety obligations.
6
to That the By law and the Authorization set forth above are true copies thereof and are now in full force and effect.
m �
- ' = IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of
iSafeco Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this 8th day of March
C 2010
p;41 ��xcr Y4 SAFECO INSURANCE COMPANY OF AMERICA
By IAI-
L. � Garnet W. Elliott, Assistant Secretary
r c COMMONWEALTH OF PENNSYLVANIA ss
€ = COUNTY OF MONTGOMERY
On this 8th day of March , 2010 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and
acknowledged that he is an Assistant Secretary of Safeco Insurance Company of America; that he knows the seal of said corporation; and that he
executed the above Power of Attorney and affixed the corporate seal of Safeco Insurance Company of America thereto with the authority and at the
direction of said corporation.
IN TESTIMONY WHEREO �I�v6fege o subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year
first above written. ��i pNW olc � n
J O ` Nalarra Seat
U 7 . Tcxesa Pnte' a Notary Purilic
OF 't fniout?r , %P , Montgor ory County By
S':y Commission Expires Mar. 28.2M Tereda Pastella, Notary Public
CERTIFICATE Member; PenriryN&Na Association of Notaries
I, the undersigned, Assis Pfov Safeco Insurance Company of America, do hereby certify that the orighai power of attorney of which the
foregoing is a full, true and C-15tre, py, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who
executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as
provided in Article IV, Section 12 of the By-laws of Safeco Insurance Company of America.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the
following vote of the board of directors of Safeco Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified
copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the
same force and effect as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my na mart xed the corporate seal of the said company, this 22ND day of
JUNE 2010.
s 1,95,6
David M. Carey, A sistant Secretary
ff
L
IL
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Offeror and Agent
Must be submitted with Proposal
1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been
reviewed by me with the below identified Insurance Agent/Broker. If 1 am awarded this contract by the City of Lubbock,
will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid
insurance certificate to the City meeting all of the requirements defined in this•proposal.
�T4 4F1t �6 ----
Co ra r ( lginal Signature) Contractor (Print)
CONTRACTOR'S FIRM NAME:
(Prine or Type)
CONTRACTOR'S FIRM ADDRESS: !Ayl . — f
)
City/State/Zip: �''OC �' u�i1� 74
Agent/Broker Telephone Number:(
Date: 4 M1 O
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Purchasing Manager for the City of Lubbock at (806) 375-2163.
BID 10-089-FO Re -Route Sewer Line on East US 62
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
r The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereoL The
City may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it
related or caused by environmental, mechanical, operational, supervision or any other cause or factor.
Specifically, the City may consider, among other things:
[ `> a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
IMI,
C.
Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death.
Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES
NO�
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
,
assessed.
jzBidder's Initials
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted from serious bodily injury or death?
YES NO
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire shall be
investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
Sign to
Title
ME
i
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-] 02 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $50,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $50,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY NAME: U1117;
FEDERAL TAX ID or SOCIAL
Signature of Company Official:
Printed name of company official
Date Signed:
No. S
ing above:
3
LIST OF SUB -CONTRACTORS
U
BID # ITB 10-089-FO Re -Route Sewer Line on East US 62
2.
3.
4.
5.
6.
7.
8.
--J 9.
71 10.
11.
12.
13.
14.
15.
16.
LIST OF SUB CONTRACTORS
Company Name Location Services Provided
Company
Address
City,
State
Telephone: -
Fax: -
County
Zip Code
Minority Owned
Yes
No
❑
r�-
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
2
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
BID # 10-089-FO — Re -Route Sewer Line US 62
FINAL LIST OF SUB CONTRACTORS
Company Name Location Services Provided
Izanllte ZA144 R&Jx i_.Jb_ b�is
��iKAM��J� "61.�x �0 xy
M4 ���tc� i�
EA t _w��a Y. -S L" wt%,
Company (jt-t L t " Co nj c ira2s o l_ to Ica c CA j k- a
9m rtw v un
2
Address
WJ t1 f-fo
t_V'6*b0Crc
City,
County
State
Zip Code
Telephone: ?--oG -
groG- ok3lbo
Fax: Sxv $6 (n - S-S-3 t�
Minority Owned
Yes
No
❑
G�
❑
rv'
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR
PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
BID # ITB 10-089-FO Re -Route Sewer Line on East US 62
1.
2.
3.
- 4.
5.
6.
7.
8.
9.
10.
11.
v 12.
13.
14.
_. 15.
16.
FINAL LIST OF SUB CONTRACTORS
Company Name Location Services Provided
Company
Address
City, County
State Zip Code
Telephone: -
Fax: -
Minority Owned
Yes
No
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
o
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO
3
Lq
PERFORMANCE BOND
PAYMENT BOND
BOND NO. 6699564
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
UTILITY CONTRACTORS OF AMERICA,
KNOW ALL MEN BY THESE PRESENTS, that LTD. (hereinafter called the Principal(s), as Principal(s), and
SAFECO INSURANCE COMPANY OF AMERICA
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount ofONE HUNDRED INETY TWO THOUSAND Dollars ($192 , 007.00) lawful money of the
United States for the pay An w ereo , e sai Princ pal 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 22nd day of July,
2010,to BID 10-089-FO, RE-ROUTE SEWER LINE ON EAST US 62
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
fai0fidly perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 5TH
dayof AUGUST , 2010.
SAFECO INSU CE CO NY
SL11cty OF RI
( le) HOWARD COWAN
ATTORNEY -IN -FACT
UTILITY CONTRACTORS OF AMERICA,
2
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
SAFECO INSURANCE QOMTANY
SuretZOERIC
* By:
itle HHO A COWAN
ATTORNEY -IN —FACT
Approved as to form:
City of L o
By:
City Attorney
* Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
RI
BOND NO. 6699564
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that
Priricipal(s), as Principal(s), and
SAFECO INSURANCE COMPANY OF
UTILITY CONTRACTORS
OF AMERICA, LTD. (hereinafter called the
AMERICA
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of ONE HUNDREP_111NETWO THOUSAND Dollars ($ 192 , 007.00)
lawful money of the United States for the payment w 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 22nd day
,of jHl,2010,to BID 10-089—FO, RE—ROUTE SEWER LINE ON EAST US 62
:rid said Principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this 5TH day of AUGUST 2010.
SAFECO INSURANCE C PANY
Surety OF ERIC
2*By:
e) HOWARD COWAN
ATTORNEY —IN —FACT
UTILITY CONTRACTORS OF AMERICA,
`1 1LIC)
SAFECO"
State of Texas Surety Bond Claim Notice
In accordance with Section 2253.021 (f) of the Texas Government Code and
Section 53.202(6) of the Texas Property Code, any notice of claim to the named
surety under this bond(s) should be sent to:
SAFECO Surety
Adams Building
4634 154th PL NE
Redmond, WA 98052
Mailing Address:
SAFECO Surety
PO Box 34526
Seattle, WA 98124
Phone: (425) 376-6535
Fax: (425) 376-6533
www.SAFECO.com
4
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2829374
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent
herein stated.
SAFECO INSURANCE COMPANY OF AMERICA
SEATTLE, WASHINGTON
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Safeco Insurance Company of America (the "Company', a Washington stock insurance company,
pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby. name, conshtuteand appoint HOWARD COWAN,
MARLA HILL, ALL OF THE CITY OF LUBBOCK, STATE OF TEXAS ..:...........�.. ......................... ,...........................................
each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute seal, acknowledge. and deliver, for and on its behalf as
surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
ONE HUNDRED MILLION AND 00/100*********** DOLLARS ($ 100,000,000.00************** ******) each, and the execution of such
undertakings, bonds, recognizances and other surety obligations,in pursuance of these presents, shall be as binding upon the Company as If they had been duly signed
by the president and attested by the secretary, of the Company in their, own proper persons.
That this power is made and executed pursuant to and by authority of the following By-law and Authorization:
ARTICLE IV - Execution of Contracts: Section 12. Surety Bonds and Undertakings.
rp
(a
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitations
d
Q.
as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make,
-C
execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in-
W
�C d
fact, subject to the limitationsset forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and
M
+;
executed, such instruments shall be as binding as if signed by the president and attested by the secretary.
>'
R �
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact:
_ C
1-6
L pt
Pursuant to Article IV, Section 12 of the By-laws, Garnet W. Elliott, Assistant Secretary of Safeco Insurance Company of America, is authorized to
is F'
d
appoint such attorneys -in -fact as may be necessary to actin behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
>AU
O cc
any and all undertakings, bonds, recognizances and other surety obligations.
WE
y >
That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect.
C O.
p
QM
q*
�.
IN WITNESS WHEREOF this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of
G
D L
Safeco Insurance Company of America has beenaffixed thereto in Plymouth Meeting, Pennsylvania this 2nd day of April
a>• R
L
2010
ai 0
0 :r
r4 SAFECO INSURANCE COMPANY OF AMERICA
p I=
a
t° oa
f
w ci
9 d
By rr✓-
rs Garnet W. Elliott, Assistant Secretary
C m
6-
C
COMMONWEALTH OF PENNSYLVANIA ss`
�
L4)
COUNTY OF MONTGOMERY
1,� L
On this 2nd day of April 2010 before me, a Notary Public, personally came Garnet W. Elliott, to me known, and
a v
acknowledged that he is an Assistant Secretary of Safeco Insurance Company of America; that he knows the seal of said corporation; and that he
executed the above Power of Attorney and affixed the corporate seal of Safeco Insurance Company of America thereto with the authority and at the
tv
direction of said corporation.
L M
IN TESTIMONY WHEREO Iav� o subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year
:►- 00
v o
first above written. o
Notana Seal
Twesa ft te, a Mary P t tic By
O cp
tom' r
€=Fytrou'P wP., Montgomery t"Unly,
My Cown'sslion Expires Star. Zia zn s Tere�ella, Notary Public
CERTIFICATE ® "" tierrbcr;-3enrsyi,a.si A.._ooiatorotNotares
1, the undersigned, Assis Safeco Insurance Company of America, do hereby certify that the original power of attorney of which the
foregoing is a full, true and c py, is in full force and effect on the date of this certificate; and I .do further certify that the officer or official who
executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as
provided in Article IV, Section 12 of the By-laws of Safeco Insurance Company of America.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the
following vote of the board of directors of Safeco Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified
copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the
same force and effect as though manually affixed.
a
IN TESTIMONY WHEREOF I have hereunto subscribed my na xed the corporate seal of the said company, this 5TH day of
AUGUST 20f0 H,GoQ%n
r David M. Carey, sistantSecretary
CERTIFICATE OF INSURANCE
No Text
ACORD CERTIFICATE OF LIABILITY INSURANCE
eA s r 0
PRODUCER (972) 772-7228 FAX: (972) 771-4695
K 6 8 Insurance Agency
2255 Ridge Road, Ste. 333
P. O. Box 277
Rockwall TX 75087
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.
INSURERS AFFORDING COVERAGE
NAIC #
INURED
Utility Contractors of America, Inc., DBA:
Utility Contractors of America, Ltd.
927 Hwy. 62
Wolfforth TX 79382
nnvcownce
INSURERAN11116Y Fore Insurance
20508
INSURERB:United States Fire Ins.
INSURERC:Texas Mutual Insurance
22945
INSURER D: Federal Insurance CompanyJ20281
INSURER E:
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.
kTE LIMITS SHOWN MAY HAVE 8 N REDUCED BY PAID CLAIMS.
N8R ADDL
POLICY
THE POLICY OF INSURANCE POLICY NUMBER ATEM� DTE EXPIRATION
LIMITS
GENERAL LIABILITY EACH OCCURRENCE A--1,000,000
PX:
MERCIAL GENERAL LIABILITY DAMAPREMGE TO SES RENTED occurrence) = 100 000
ACLAIMS MADE ❑X occuR C2090553748 9/5/2009 9/5/2010 Exp one 5,000
ditional insured 0140331E 01/09 1,000,000
iver of8ubrogation CG2404 10/93
GENERAL AGGREGATE $ 2,000,000
GENT AGGREGATE UMIT APPUES PER: PRODUCTS
POLICY X P L - s 2,000,000
AUTOMOBILE LIABILITY
X ANY AUTO (a accident)
SINGLE LIMIT S 1, QQQ, QQQ
A ALL OWNED AUTOS C2090553751 9/5/2009 9/5/2010 BODILY INJURY
SCHEDULED AUTOS (Per Pe—) $
X HIREDAUTOS BODILY INJURY
IX NON -OWNED AUTOS
(Per accident) $
X Additional insured CA0403 6/04 PROPERTY DAMAGE
X Waiver offtbrouattion CA2089 6/04 (Per accident) $
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC S
AUTO ONLY:
EXCESSIUMBRELLA LIABILITY EACH OCCURRE14CE 10,000,000
X OCCUR CLAIMS MADE 10 QQQ QQQ
B DEDUCTIBLE 5530926825 9/5/2009 9/5/2010
X 0
C WORKERS COMPENSATION AND WC420304A 1/00 X TA - OT -
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNERIEXECUTIVE Waiver of Subrogation E.L. EACH ACCIDENT 1,000,000
OFFICERIMEMBER EXCLUDED? TSF0001204282 9/5/2009 9/5/2010 E'L DISEASE - FA EMpLOyEjq 1 1,000,000
I yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - PO CY LIMIT I S 1,000,000
D OTHER Equipment Floater 76641
641994 9/5/2009 9/5/2010 $4,942,679 w/$1000 DeductiblRented/Leased Eq.994 9/5/2009 9/5/2010 $200,000 Max. Limit
DESCRIPTION OF OPERATKNISA-OCATIONSNEHICL!SIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
RS:Reroute fo Bawer Line on U862. City of Lubbock, its officers, agents and employees should be known as Additional
Insured on liability policies on a Primary basis with a Waiver of Subrogation on liability and Work Comp when required
by written contract. G/L policy is written on a Primary N: Non -Contributory Basis. *Except 10 days notice for
non-payment of premium.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Lubbock EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
P.O. Box 2000, Suite 102 *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
Lubbock, TX 79457 FAILURE TO DO 80 SHALL BAPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
AUTHORIZED REPRESENTATIVE
Johnny Moss/CHERYL
ACORD 25 (2001108)
Nunn,jR,n. ,
® ACORD CORPORATION 1988
P-rM7
No Text
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is,
at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for
the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
Commercial General Liability
General Aggregate $
Claims Made
Products-Comp/Op AGG $
= Occurrence
Personal & Adv. Injury $
OwneCs & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
Any Auto
Combined Single Limit $
AIOwned Autos
Bodily Injury (Per Person) $
Scheduled Autos
Bodily Injury (Per Accident) $
Hired Autos
Property Damage $
Non -Owned Autos
GARAGE LIABILITY
Any Auto
Auto Only - Each Accident $
Other than Auto Only:
Each Accident $
Aggregate $
BUILDER'SRISK
100% of the Total Contract Price
$
INSTALLATION FLOATER
$
EXCESS LIABILITY
_ Umbrella Form
Each Occurrence $
Aggregate $
Other Than Umbrella Form
$
IVORKERS CONIPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ Included
Statutory Limits
Partners/Executive _ Excluded
Each Accident $
Offices are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
I _..
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
- canceled by the insurer in less than the legal time required after the insured has received written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
(Name of Insurer)
MUST BE SENT TO THE CITY OF LUBBOCK
By:
a Title:
" . The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE
ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
No Text
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON
THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
€_ a
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
CONTRACT
CONTRACT 9595
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 22nd day oJuly, 2010, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Utility Contractors of America, Ltd. of the City of Wolfforth, County of
Lubbock and the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID 10-08940, Re -Route Sewer Line on East US 62
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Conditions of Agreement. Utility Contractors of America, Ltd.'s bid dated June 22, 2010 is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTR A CTnR
COMPLETE ADDRESS:
Company 4-A0
Address Y
city, utate, Zip /
ATTEST:
Corporate Secretary
CITY OF LUBBOCK, TEXAS (OWNER):
By: �i
iZ OR
ATTEST:
"_Q a L4,,4 � 13�,
r Sec etary
APPR D TO FO
City Attorney
No Text
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
f��l�ihhl7
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit Utility Contractors of America, Ltd. who has agreed to perform the work
embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative Wood Franklin, Chief Engineer, so designated who shall
inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be
authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors shall
act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or
persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
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 Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall
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.
H. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are
necessary for the commencement of the work contemplated by these contract documents or the completion of the
work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order
to permit Owner's Representative to comply with this requirement, but such suspension shall 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 are needed. All stakes, marks, etc.,
shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its
Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at
Contractor's expense.
-11 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to said
work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
-% 15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
-time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
.= any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
' deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or
1- Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
,.t Representative and Contractor.
I
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the -
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, 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 are permitted only at such places as the Owner's
Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at
all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION �-
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any
location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation
that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each
part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work
found to be defective or not in accordance with the contract documents, regardless of the stage of its completion
or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously
accepted the work through oversight or otherwise. If any such work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at
Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or j
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
i
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
s. The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
'. by Contractor's bid, 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:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
' Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been
charged by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
l
25
26
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all 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 Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance with
these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are
sufficient and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of bids.
RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the
progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to
such an extent as to give reasonable assurance of compliance with the schedule of progress.
6
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
-a are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
a
cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
't ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED TO INCLUDE PRODUCT-COMP/OP AND
PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED
-., BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE
CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE
SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO
THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS
COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED
ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
A.
s
3
D
11
F
Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include: F_ -
Products & Completed Operations AGG
Contractual Liability
Personal & Adv. Injury
WITH HEAVY EQUIPMENT & XCU (Explosion, Collapse, Underground) ENDORSEMENT
Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, - NOT REQUIRED.
Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and -
non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED.
Umbrella Liability Insurance - NOT REQUIRED.
Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000
Definitions: L
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity. -
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
8
3
F
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. if the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity shall have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
9
I
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
shall provide services on the project shall be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
IL . The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor -
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity. L
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:
L-
(1) The name and address of the insured. _
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
5 A provision that the policy may be canceled only b mailing written notice to the named insured
() P P Y Y Y Y g i_
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
10
1
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
- (c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
k 4E_ this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (wwwMi.state.tz.us) to receive information of the legal requirements for
coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage; " and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
Il
4
96
30.
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this i-
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers' .
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the 1
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions."; �7r
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the '
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and �-
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND -
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the i
Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract'
12
1
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
p_
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
- The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
t.
the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances
- within said time, any objection and/or assertion that the plans and specifications are at variance with any federal,
state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or
subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice
to the Owner's Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
13
35
36.
37
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $1,000 (ONE THOUSAND) PER
DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and
every working day that the Contractor shall be in default after the time stipulated for substantially completing the
work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work 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 bid; provided, also, that
when the Owner is having other work done, either by contract or by its 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 intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God _
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same _
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to '
affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall ( }
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
extension, as provided herein, any request for extension by Contractor shall be deemed waived. ,-
HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except_
14
L,
38.
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
be estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
_. 40. PRICE FOR WORK
r 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
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
f and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
_ . 41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
15
42
43
44
45
PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said -
partial payment is attributable.
SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) t
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract. '
FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
has If the Owner's Representative determines final has Owner's
completion occurred. completion occurred,
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
i✓_
CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
16
i
46.
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
17VdUy I"g,IIalmIIasam
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
17
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed 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
of any increase in cost to the Owner under the new contract as compared to what would have been the
cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
18
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
t performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
t 54. CLEANING UP
I
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
_j
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
19
MAI
57
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
20
DAVIS BACON WAGE DETERMINATIONS
1a..I 1 RUM
GENERAL DECISION: TX20100021 03/12/2010 TX28
c� Date: March 12, 2010
General Decision Number: TX20100028 03/12/2010
Superseded General Decision Number: TX20080028
State: Texas
Construction Types: Heavy and Highway
Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor
and Tom Green Counties in Texas.
HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not
include building structures in rest area projects).
Modification Number Publication Date
0 03/12/2010
* SUTX2004-001 11/09/2004
Rates
Fringes
Asphalt Distributor Operator ...
$ 9.25
0.00
Asphalt Heater Operator ........
$ 11.21
0.00
Asphalt paving machine operator$
11.16
0.00
Asphalt Raker ..................$
9.51
0.00
Broom or Sweeper Operator ......
$ 8.57
0.00
Bulldozer operator ...........$
9.76
0.00
Carpenter ......................$
12.61
0.00
Concrete Finisher, Paving ......
$ 13.26
0.00
Concrete Finisher, Structures..$
11.20
0.00
Crane, Clamshell, Backhoe,
Derrick, Dragline, Shovel
Operator .......................$
11.00
0.00
Electrician ....................$
17.00
0.00
Form Builder/Setter, Structures$
9.26
0.00
Form Setter, Paving & Curb .....
$ 9.82
0.00
Front End Loader Operator ......
$ 10.52
0.00
Laborer, common ................$
8.51
0.00
Laborer, Utility ...............$
10.46
0.00
Mechanic .......................$
16.85
0.00
Motor Grader Operator Rough ....
$ 11.75
0.00
Motor Grader Operator, Fine
Grade ..........................$
13.50
0.00
Planer Operator ................$
13.36
0.00
Roller Operator, Pneumatic,
Self -Propelled .................$
7.67
0.00
Roller Operator, Steel Wheel,
Flat Wheel/Tamping.............$
8.06
0.00
Roller Operator, Steel Wheel,
Plant Mix Pavement .............$
7.50
0.00
Scraper Operator ...............$
8.50
0.00
Servicer .......................$
8.98
0.00
Slip Form Machine Operator .....
$ 13.64
0.00
Tractor operator, Pneumatic ....
$ 12.00
0.00
Traveling Mixer Operator .......
$ 12.00
0.00
Truck driver, lowboy -Float .....
$ 12.67
0.00
Truck driver, Single Axle,
Heavy ..........................$
8.50
0.00
Truck driver, Single Axle,
Light ..........................$
8.08
0.00
Truck Driver, Tandem Axle,
Semi -Trailer ...................$
8.66
0.00
Welder .........................$
15.25
0.00
Work Zone Barricade Servicer...
----------------------------------------------------------------
$ 8.28
0.00
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
• a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
€ 2.) If the answer to the question in 1.) is yes, then an
It interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
1*)-All decisions -by- the -Administrative -Review -Board -are _final,
-
END OF GENERAL DECISION
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
1 =l BJZN
_. Prevailing Wage Rates
Legal Holiday Rate
.u,< The rate for legal holidays shall be as required by the Fair Labor Standards Act.
SPECIFICATIONS
SEWER AHEAD OF PAVING
TECHNICAL SPECIFICATIONS
ubbock
if%AS
MAY 2010 T�+9"P,+
#
�• JOHN TURPIN
66600
�t�3roWAL ••• �'
SEWERS AHEAD OF PAVING
TECHNICAL SPECIFICATIONS
MAY 2010
TABLE OF CONTENTS
SEWERS AHEAD OF PAVING
DIVISION 1 — GENERAL REQUIREMENTS
01010
Summary of Work....................................................................4
01019
Contract Considerations..............................................................1
01028
Change Order Procedures...........................................................3
01039
Coordination of Meetings...........................................................3
01140
Work Restrictions....................................................................3
01300
Submittal Procedures.................................................................4
01310
Progress Schedules..................................................................2
01322
Photographic Documentation......................................................2
01356
Storm Water Pollution Prevention Plan...........................................3
01400
Quality Requirements................................................................4
01410
Testing Laboratory Services........................................................3
01555
Barricades, Signs, and Traffic Handling..........................................1
01576
Waste Material Disposal............................................................2
01700
Contract Closeout.....................................................................3
DIVISION 2 — SITE WORK
02082
Pre -Cast Concrete Manholes........................................................5
02084
Frames, Grates, Rings, and Covers................................................2
02200
Demolition, Removal, and Salvaging of Existing Materials
....................1
02221
Removing Existing Pavements......................................................2
02240
Dewatering.............................................................................3
02260
Excavation Support and Protection.................................................3
02317
Excavation and Backfill for Utilities...............................................10
02320
Utility Backfill Materials..............................................................4
02530
Sanitary Sewer Piping.................................................................6
02533
Acceptance Testing for Sewers......................................................4
02665
Water Works Piping, Valves, and Fittings.........................................12
02741
Hot Mix -Asphalt Paving.............................................................13
DIVISION 3 — CONCRETE
03300 Cast -in -Place Concrete...............................................................13
SECTION 01010
u Iu iW &VAXQ.1 "1
PART 1— GENERAL
1.1 SUMMARY
A. The OWNER is the City of Lubbock
B. The Owner's representative is:
a. L. Wood Franklin, P.E.
Chief Water Utilities Engineer
City of Lubbock
(806) 775 — 2343
C. Section includes:
a. Project description
b. Permits and licenses
c. Access to site
d. Contractor's us of the premises
e. Coordination requirements
f. Coordination drawings
g. Preconstruction meeting
h. Warranty
1.2 PROJECT DESCRIPTION
A. Description: This project is for the relocation of the City of Lubbock's 24" sewer
main within the new ROW of the Marsha Sharp Freeway project. Major work items
for this project are as follows:
a. 355-ft of 10-in SDR 35 pipe at 6-8-ft deep.
b. 556-ft of 10-in SDR 35 pipe at 8-10-ft deep.
c. 107-ft of 10-in SDR 35 pipe at 10-12-ft deep.
d. 227-ft of 10-in AWWA C-900 DR 14 6-8 ft deep by Jack and Bore.
e. 6 EA 48-in standard manholes with 30-in lid.
f. 25-EVF of 48" Manhole
1.3 DEFINITIONS
A. Furnish: To supply products to the project site, including delivering ready for
unloading and replacing damaged and rejected products.
B. Install: To put products in place in the work ready for the intended use, including
unloading, unpacking, handling, storing, assembling, installing, erecting, placing,
applying, anchoring, working, finishing, curing, protecting, cleaning, and similar
operations.
C. Provide: To furnish and install products.
D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the
contract documents.
1.4 REGULATORY REQUIREMENTS
A. Submit copies of all permits, licenses, and similar permissions obtained, and
receipts for fees paid, to the owner directly.
1.5 ACCESS TO THE SITE AND USE OF THE PREMISES
A. The space available to the Contractor for the performance of the work, either
exclusively or in conjunction with others performing other construction as part of
the project, is restricted to the area shown on the site plan of the contract
drawings unless the Contractor makes arrangements to use additional space with
the Owner. An additional staging area will be made available if required.
B. Signs: Provide signs adequate to direct traffic.
1.6 PROJECT IDENTIFICATION
A. A project sign is not required.
1.7 PROJECT SCHEDULE
A. The Work summarized above shall be completed within 60 calendar days from
the date of the Notice to Proceed. There will be a $1,000.00 per day liquidated
damages for each day that exceeds the 60 day limit.
B. Within five business day after the date of the Substantial Completion
Certificate, the Engineer shall issue a Final Punch List of items to be
corrected prior to Final Completion. Punch list items shall be complete
within 30 calendar days from the date of the Final Punch List. There shall 1
be $200 day liquidated damages assessed for each day that exceeds the 30
day limit.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
3.1 SECURITY PROCEDURES
A. Limit access to the site to persons involved in the work.
B. Provide storage for materials for which the owner has made payments and which
are stored on site.
C. Secure completed work as required to prevent loss.
D. Secure the site by means of fencing, security guards, or other means to prevent
damage, theft, safety hazards, or other problems on the site. The use of security
personnel shall be cleared with the Owner.
3.2 COORDINATION
A. If necessary, inform each party involved, in writing, of procedures required for
coordination; include requirements for giving notice, submitting reports, and
attending meetings
a. Inform the Owner when coordination of his work is required.
B. See other requirements in other portions of the contract documents.
C. Prepare the coordination drawings specified in product sections.
a. Where space is limited, show plan and cross-section dimensions of space
available, including structural obstructions and ceilings as applicable.
b. Coordinate shop drawings prepared by separate entities.
c. Show installation sequence when necessary for proper installation.
3.3 WARRANTY
A. Contractor shall warrant 100 percent of the project for two (2) years after the date
of final acceptance of the work.
B. On the eleventh month from the date of final acceptance, an Owner's
representative will schedule an annual inspection with the presence of the
Contractor to inspect for defects and assessment of the work performed. Any
work that is considered defective by the Owner's representative will be repaired.
C. The Contractor shall remedy any defects in workmanship, and pay for any and all
damages of any nature whatsoever resulting in defects at no cost to the Owner.
END OF SECTION
SECTION 01019
CONTRACT CONSIDERATIONS
PART 1 —
GENERAL
1.1 SECTION
INCLUDES
A.
Schedule of Values
B.
Application for Payment
1.2 SCHEDULE
OF VALUES
A.
Submit a printed schedule on Engineer approved Contractor's form or electronic
media printout.
B.
Submit Schedule of Values in duplicate within five (5) days after receiving the
bid tabulation.
C.
Revise schedule to list approved Change Orders, with each Application for
Payment.
1.3 APPLICATIONS FOR PAYMENT
A.
Submit two (2) copies of each application on Engineer approved Contractor's
form or electronic media printout.
B.
Content and Format: Utilize Schedule of Values for listing items in Application
for Payment.
C.
Payment Period: Monthly, submit application for payment on or about the 10`h
day of each month.
D.
Include an updated construction progress schedule, materials received, and
manifest.
E.
Submit the following along with the application for final payment:
a. The documentation for the completed project.
b. Signed affidavit from a Notary Public that all claims on this job have been
settled and that all bills owed by the Contractor for the project including
materials and labor have been paid.
c. Contractor warranties for this job shall be signed and sealed by a Notary
Public.
PART 2 —
PRODUCTS
Not used
PART 3 —
EXECUTION
Not used
1_
END OF SECTION
SECTION 01028
CHANGE ORDER PROCEDURES
PART 1 — GENERAL
1.1 SECTION INCLUDES
A. Submittals
B. Documentation of change in Contract Sum/Price and Contract Time
C. Change procedures
D. Stipulated price change order
E. Unit price change order
F. Time and material change order
G. Execution of change orders
H. Correlation of Contractor submittals
1.2 RELATED SECTIONS
A. Document — General Contract Conditions
B. Section 01300 — Submittals: Work schedule
C. Section 01700 — Contract Closeout
1.3 SUBMITTALS
A. Submit name of the individual authorized to receive change documents, and be
responsible for informing others in Contractor's employ or Subcontractors of
changes to the Work.
B. Change Order Forms.
1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND
CONTRACT TIME
A. Maintain detailed records of work done on a time and material basis. Provide
full information required for evaluation of proposed changes, and to substantiate
costs of changes in the Work.
B. Document each quotation for a change in a cost or time with sufficient data to
allow evaluation of the quotation.
C. On request, provide additional data to support computations:
a. Quantities of products, labor, and equipment.
b. Taxes, insurance, and bonds.
c. Overhead and profit.
d. Justification for any change in Contract Time.
e. Credit for deletions from Contract, similarly documented.
D. Support each claim for additional costs, and for work done on a time and material
basis, with additional information:
a. Origin and date of claim.
b. Dates and times work was performed, and by whom.
c. Time records and wage rates paid.
d. Invoices and receipts for products, equipment, and subcontracts, similarly
documented.
1.5 CHANGE PROCEDURES
A. The Engineer will advise of minor changes in the Work not involving an
adjustment to Contract Sum/Price or Contract Time as authorized by the Contract
by issuing supplemental instructions by letter.
B. The Engineer may issue a Proposal Request which includes a detailed description
of a proposed change with supplementary or revised Drawings and
specifications, a change in Contract Time for executing the change. The
Contractor will prepare and submit an estimate within seven (7) days.
C. The Contractor may propose a change by submitting a request for change to the
Engineer, describing the proposed change and its full effect on the Work, with a
statement describing the reason for the change, and the effect on the Contract
Sum/Price and Contract Time with full documentation and a statement describing
the effect on Work by separate or other contractors.
1.6 CONSTRUCTION CHANGE AUTHORIZATION
A. The Engineer may issue a document, signed by the Owner, instructing the
Contractor to proceed with a change in the Work, for subsequent inclusion in a
Change Order.
B. The document will describe changes in the Work, and will designate method of
determining any change in Contract Sum/Price or Contract Time.
C. Promptly execute the change in the Work.
1.7 STIPULATED PRICE CHANGE ORDER
A. Based on Proposal Request and Contractor's maximum price quotation or
Contractor's request for a Change Order as approved by the Engineer.
1.8 UNIT PRICE CHANGE ORDER
A. For pre -determined unit prices and quantities, the Change Order will be executed
on a fixed unit price basis.
B. For unit costs or quantities of units of work which are not pre -determined,
execute Work under a Construction Change Authorization.
C. Changes in Contract Sum/Price or Contract Time will be computed as specified
for Time and Material Change Order.
1.9 TIME AND MATERIAL CHANGE ORDER
A. Submit itemized account and supporting data after completion of change, within
time limits indicated in the Conditions of the Contract. '
f
B. The Engineer will determine the change allowable in Contract Sum/Price and
Contract Time as provided in the Contract Documents.
f.:
C. Maintain detailed records of work done on Time and Material basis.
D. Provide full information required for evaluation of proposed changes, and to
substantiate costs for changes in the Work.
e' 1.10 EXECUTION OF CHANGE ORDERS
A. Execution of Change Order: The Engineer will issue Change Orders for
signatures of parties as provided in the Conditions of the Contract.
1.11 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Schedule of Values and Application for Payment forms to
records each authorized Change Order as a separate line item and adjust the
Contract Sum/Price.
B. Promptly revise progress schedules to reflect any change in Contract Time, revise
sub -schedules to adjust time for other items of work affected by the change, and
resubmit.
C. Promptly enter changes in Project Record Documents.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
Not used
y
_y
l_
END OF SECTION
SECTION 01039
COORDINATION AND MEETINGS
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings: General Instructions to Bidders, General Conditions of the
Agreement, Special Provisions and Division I — General Requirements apply to
Work of this Section.
1.2 SECTION INCLUDES
A.
Coordination
B.
Field engineering
C.
Preconstruction meeting
D.
Progress meetings
E.
Preinstallation meetings
F.
Cutting and patching
1.3 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of the
Project to assure efficient and orderly sequence of installation of interdependent
construction elements, with provisions for accommodating items installed later.
B. Coordinate completion and cleanup of Work of separate Sections in preparation
for Substantial Completion.
C. After Owner occupancy of premises, coordinate access to site for correction of
defective Work and Work not in accordance with Contract Documents, to
minimize disruption of Owner's activities.
1.4 FIELD ENGINEERING
A. Locate and protect survey control and reference points.
B. Verify set -backs and easements, confirm drawing dimensions, and elevations.
C. Provide field engineering services. Establish elevations, lines, and levels,
utilizing recognized engineering survey practices.
D. Submit a copy of registered site drawing and certificate signed by the Land
Surveyor that the elevations and locations of the Work are in conformance with
the Contract Documents.
1.5 PRECONSTRUCTION MEETING
A. The Engineer will schedule a meeting after a Notice to Proceed.
B. Procedures and processing of field decisions, submittals, and substitutions,
applications for payments, proposal request, Change Orders and Contract
closeout procedures.
C. Agenda:
a. Use of premises by Owner and Contractor.
b. Distribution of executed Contract Documents.
c. Submission of list of Subcontractors, list of products and progress schedule.
d. Designation of personnel representing the parties in Contract and the
Engineer.
e. Owner's requirements.
f. Construction facilities and controls provided by Owner.
g. Survey and layout.
h. Security and housekeeping procedures.
i. Schedules.
j. Procedures for testing.
k. Procedures for maintaining record documents.
1. Inspection and acceptance of products put into service during construction
period.
D. Record minutes and distribute copies within five (5) days after meeting to
participants and those affected by decisions made.
1.6 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at minimum
monthly intervals.
B. Make arrangements for meetings, prepare agenda with copies for participants,
and preside at meetings.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers,
Engineer, as appropriate to agenda topics for each meeting.
D. Agenda
a. Review minutes of previous meetings.
b. Review of Work progress.
c. Field observations, problems, and decisions.
d. Identification of problems which impede planned progress.
e. Review of submittals schedule and status of submittals.
f. Review of off -site fabrication and delivery schedules.
g. Maintenance of progress schedule.
h. Corrective measures to regain projected schedules.
i. Planned progress during succeeding work period.
j. Coordination of projected progress.
k. Maintenance of quality and work standards.
1. Effect of proposed changes on progress schedule and coordination.
in. Other business related to Work.
E. Record minutes and distribute copies within five (5) days to Engineer,
participants, and those affected by decisions made.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
3.1 EXAMINATION
A. Verify that existing site conditions and substrate surfaces are acceptable for
subsequent Work. Beginning new Work means acceptance of existing
conditions.
B. Examine and verify specific conditions described in individual specification
sections.
C. Verify that utility services are available, of the correct characteristics, and in the
correct location.
3.2 PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
B. Seal cracks or openings of substrate prior to applying next material or substance.
C. Apply any manufacturer required or recommended substrate primer, sealer, or
conditioner prior to applying any new material or substance in contact or bond.
3.3 CUTTING AND PATCHING
A. Employ skilled and experienced installer to perform cutting and patching.
B. Submit written request in advance of cutting or altering elements which affects:
a. Structural integrity of element
b. Integrity of weather -exposed or moisture -resistant elements
c. Efficiency, maintenance, or safety element
d. Visual qualities of sight -exposed elements
e. Work of Owner or separate contractor.
C. Execute cutting, fitting, and patching, including excavation and fill, to complete
Work, and to
a. Fit the several parts together, to integrate with other Work
b. Uncover Work to install or correct ill-timed Work
c. Remove and replace defective and non -conforming Work
d. Remove samples of installed Work for testing
D. Execute work by methods which will avoid damage to other Work, and provide
surfaces to receive patching and finishing.
E. Cut rigid materials using masonry saw or core drill.
F. Restore Work with new products in accordance with requirements of Contract
Documents.
G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through
surfaces.
H. Refinish surfaces to match adjacent finishes.
I. Identify any hazardous condition exposed during the Work to the Engineer for
decision or remedy.
END OF SECTION
SECTION 01140
WORK RESTRICTIONS
PART 1 — GENERAL
1.7 SECTION INCLUDES
G.
Use or premises
H.
Special scheduling requirements
I.
Working period
J.
Utility cutovers and interruptions
K.
Noise restrictions
L.
Occupancy requirements
1.8 RELATED
DOCUMENTS
D. Drawings and general provisions of the Contract, including General Conditions
and other Division I Specification Sections, apply to this Section.
1.9 USE OF PREMISES
E. Use of site: Limit use of premises to work in areas indicated. Do not disturb
portions of site beyond areas in which the Work is indicated.
a. Limits: Confine construction operations to within the limits of the Marsh
Sharp Freeway right-of-way, the Bangor Drive right-of-way, and the 34`h
Street right-of-way as shown on plans.
b. Driveways and Entrances: Keep driveways and entrances serving premises
clear and available to employees and emergency vehicles at all times, except
when construction is immediately at that vicinity. Do not use these areas for
parking or storage of materials.
i. Schedule construction to minimize obstruction of driveways and
entrances.
1.10 SPECIAL SCHEDULING REQUIREMENTS
E. Have materials, equipment, and personnel required to perform the work at the
site prior to the commencement of the Work.
F. Permission to interrupt and utility service shall be requested in writing a
minimum of fourteen (14) calendar days prior to the desired date of interruption.
1.11 WORKING PERIOD
F. Working Hours: Regular working hours shall be within an eleven (11) hour
period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight
(8) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. Saturday work
shall be restricted to those activities that do not require observation by the
Owner. The Owner reserves the right, at the Owner's discretion, to disallow
work when it interferes with holiday times and`traffic. No work shall be
performed on the following holiday periods or days:
a. New Year's Day
b. Good Friday Holiday
c. Memorial Day Holiday
d. Independence Day Holiday
e. Labor Day Holiday
f. Thanksgiving Day Holiday plus the day before and the three days following
Thanksgiving Day.
g. Christmas Week. If Christmas Day falls on Saturday, this will be defined as
the week leading to Christmas Day. If Christmas Day falls on Sunday, this
will be defined as the week following Christmas Day plus the Friday and
Saturday prior to Christmas Day.
G. Work outside Regular Hours: Work outside regular working hours requires
Owner's approval. Make application twenty-one (21) calendar days prior to such
work to allow arrangements to be made by the Owner for inspecting the work in
progress, giving the specific dates, hours, location, type of work to be performed,
contract number and project title. Based on the justification provided, the Owner
may approve work outside regular hours. During periods of darkness, the
different parts of the work shall be lighted in a manner approved by the Owner.
Lighting shall be such that it does not cause nuisance conditions.
H. The Drawings contain specific requirements that affect certain areas of the work.
1.12 NOISE RESTRICTIONS
A. 75 dB limit at face of nearest structure during normal daylight hours.
B. 65 dB limit at face of nearest structure during evening and nighttime hours in or
near residential areas and for 24-hour working conditions that have received
Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to
7:00 a.m.
l
C. The Contractor shall keep on -site a hand portable sound measurement device for_i
both the Owner's and the Contractor's use for measuring noise levels.
1.13 ADVANCE NOTICE
A. The Contractor shall provide a minimum of five (5) days advance written notice
of construction to businesses and residences along the construction route.
B. The advance written notice shall be in the form of a single page flyer to be placed
by hand by the Contractor's forces in mailboxes, door handles, or handed to
applicable individuals at each route building.
C. The text for the advance written notice will be provided by the Owner in written
form and electronic form.
D. Reproduction shall be at the Contractor's expense.
E. Distribution shall be at the Contractor's expense.
F. Single page flyers shall be of a paper or post card color other than white to direct
the recipient's attention to the information.
G. The text shall contain the anticipated beginning date of inconvenience to the
recipient and the anticipated duration of that inconvenience.
H. The dates shall encompass the duration of driveway inconveniences and potential
noise to the recipients on a single city block (i.e., the dates and durations shall
reflect the time that the city block of interest will be affected by non-
trafficability).
1.14 WATER FOR CONSTRUCTION
A. Obtaining water for construction is the Contractor's sole responsibility.
B. Water is available from the potable water system of the City of Lubbock for
construction purposes. The Contractor is responsible for all charges and
arrangements for water consumption from the potable water system. The
Contractor shall make such arrangements directly with the City of Lubbock
Water Utilities Department. The City will not furnish potable water free of
charge for the construction work. The Contractor is responsible for any required
metering and hauling.
C. Water from park area lakes shall not be used for construction.
D. This section does not preclude the Contractor from seeking other water sources
for use in construction. Such water resources shall meet the purity requirements
for the intended use. Such arrangements for water from other sources are the
responsibility of the Contractor.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
3.4 WORK AREA LIMITS
D. Prior to any construction, the Contractor shall mark the areas that need not be
disturbed under this contract. Isolated areas within the general work area which
are to be saved and protected shall also be marked or fenced. Monuments and
markers shall be protected before construction operations commence. Where
construction operations are to be conducted during darkness, the markers shall be
visible. The Contractor's personnel shall be knowledgeable of the purpose for
marking and/or protecting particular objects.
END OF SECTION
i
i
SECTION 01300
SUBMITTAL PROCEDURES
PART 1 — GENERAL
1.1 SECTION INCLUDES
A.
Submittal procedures
B.
Construction progress schedules
C.
Proposed products list
D.
Shop drawings
E.
Product data
F.
Samples
G.
H.
Manufacturers' instructions
Manufacturers' certificates
I.
Construction photographs
1.2 RELATED
SECTIONS
A. Section 01410 — Testing Laboratory Services
B. Section 01700 — Contract Closeout
1.3 SUBMITTAL PROCEDURES
A.
B.
C.
I�
D.
Transmit each submittal with Contractor's standard transmittal letter including
Contractor's name, address, and phone number.
Identify Project, Contractor, Subcontractors or Suppliers; pertinent Drawings
sheet and detail number(s), and specification Section number, as appropriate.
Schedule submittals to expedite the Project and coordinate submission of related
items.
a. The Owner and Engineer reserve the right to withhold action on a submittal
requiring coordination with other submittals until related submittals are
received.
b. Submittals may be delivered to the Engineer at the following address:
i. PO Box 2000
1625 13`t' Street
Lubbock, Texas 79457
Allow enough time for submittal review, including time for resubmittals, as
follows. Time for review shall commence on the Owner or Engineer's receipt of
submittal.
a. Allow fifteen (15) days for initial review of each submittal. Allow additional
time if processing must be delayed to permit coordination with subsequent
submittals. The Owner or Engineer will advise the Contractor when a
submittal being processed must be delayed for coordination.
b. If more than five (5) submittals are transmitted for review within any five (5)
day period, the time allowed for review will be increased to twenty-one (21)
days.
c. Where concurrent review of submittals by the Engineer, Owner, or other
parties is required, allow twenty-one (21) days for initial review of each
submittal.
d. If intermediate submittal is necessary, process it in same manner as initial
submittal.
e. Allow fifteen (15) days for processing each resubmittal. Each resubmittal
will count toward the submittal count in a five (5) day period in paragraph
1.3.D.b above.
f. No extension of the Contract Time will be authorized because of failure to
transmit submittals sufficiently in advance of the Work to permit processing.
E. Identify variations from Contract Documents and Product or system limitations
which may be detrimental to successful performance of the completed Work.
F. Provide space for Contractor and Engineer review stamps.
G. Revise and resubmit submittals as required, identify all changes made since
previous submittal.
H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to
promptly report any inability to comply with provisions.
1. Use only final submittals with mark indicating action taken by Owner or
Engineer in connection with the construction.
J. Submittals not requested will not be recognized or processed.
1.4 RESUBMITTAL REQUIREMENTS
A. Revise initial submittal as required and resubmit to meet requirements as
specified.
B. Mark as RESUBMITTAL.
C. Re -use original transmittal number and supplement with sequential alphabetical J
suffix for each re -submittal.
PART 2 — PRODUCTS
-
2.1 ACTION SUBMITTALS
A. General: Prepare and submit Action Submittals required by individual
Specification Sections.
a. Number of Copies: Submit three (3) copies of each submittal, unless
otherwise indicated. The three (3) copies will be retained by the Owner's
representative. Any additional copies that the Contractor may need for his
operations will be in addition to the three (3) copies required.
B. Proposed Products List
a. Within fifteen (15) days after date of Notice to Proceed, submit complete list
of major products proposed for use, with name of manufacturer, trade name,
and model or catalog designation, and reference standards.
b. For products specified only by reference standards, give manufacturer, trade
name, model or catalog designation, and reference standards.
C. Product Data: Collect information into a single submittal for each element of
construction and type of product or equipment.
a. Mark each copy to identify applicable products, models, options, and other
data. Supplement manufacturers' standard data to provide information
unique to this Project.
b. Include recommendations for application and use, compliance with specified
standards of trade associations and testing agencies.
c. Include notation of special coordination requirements for interfacing with
adjacent work.
d. After review, distribute in accordance with Article on Procedures above and
provide copies for Record Documents described in Section 01700 — Contract
Closeout.
D. Shop Drawings: Prepare Project specific information, drawn accurately to scale.
Do not base Shop Drawings on reproductions of the Contract Documents or
standard printed data.
a. Include the following information, as applicable:
i. Dimensions
ii. Identification of products
iii. Fabrication and installation drawings
iv. Schedules
v. Design calculations
vi. Compliance with specified standards
vii. Notation of coordination requirements
viii. Notation of dimensions established by field measurement
b. For drawings larger than I I x 17 inches, submit in the form of one
reproducible transparency and one opaque reproduction.
c. For drawings I I x 17 inches and smaller, submit the number of opaque
reproductions which Contractor requires, plus four (3) copies which will be
retained by Architect.
d. Drawing size shall be minimum of 8 '/2 x 1 I inches and a maximum of 24 x
36 inches.
e. Draw details to a minimum size of/z inch equal to 1 foot.
f. After review, produce copies and distribute in accordance with
SUBMITTAL PROCEDURES article above and for record document
purposed described in Section 01700 — Contract Closeout.
2.2 INFORMATION SUBMITTALS
A. Manufacturer's Instructions:
a. When specified in individual specification Sections, submit manufacturers'
printed instructions for delivery, storage, assembly, installation, start-up,
adjusting, and finishing, in quantities specified for Product Data.
b. Identify conflicts between manufacturers' instructions and Contract
Documents.
c. Indicate special procedures, conditions requiring special attention and special
environmental criteria required for application or installation.
B. Manufacturer's Certificates
a. When specified in individual specification Sections, submit manufacturers'
certificate to Engineer for review, in quantities specified for Product Data.
b. Indicate material or product conforms to or exceeds specified requirements.
Submit supporting reference date, affidavits, and certifications as
appropriate.
c. Certificates may be recent or previous test results on material or Product, but
must be acceptable to the Engineer.
C. Insurance Certificates and Bonds: Prepare written information indicating current
status of insurance or bonding coverage. Include name of entity cover by
insurance or bond, limits of coverage, amounts of deductibles, if any, and term of
the coverage.
PART 3 — EXECUTION
3.1 CONTRACTOR'S REVIEW
A. Review each submittal and check for compliance with the Contract Documents.
Note corrections and field dimensions. Mark with approval stamp before
submitting to the Owner or Engineer.
B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include
Project name and location, submittal number, Specification Section title and
number, name of reviewer, date of Contractor's approval, and statement
certifying that the submittal has been reviewed, checked, and approved for
compliance with the Contract Documents.
3.2 OWNER AND ENGINEER'S ACTION
A. General: The Owner or Engineer will not review submittals that do not bear the
Contractor's approval stamp and will return them without action.
B. Action Submittals: The Owner or Engineer will review each submittal, make
marks to indicate corrections or modifications required, and return it. The Owner
or Engineer will stamp each submittal with an action stamp and will mark stamp
appropriately to indicate action taken, as follows:
a. No exception taken
b. Make correction noted
c. Revise and resubmit
d. Rejected
e. The submittal stamp by the Owner or Engineer will also contain the
following:
i. Checking is only for general conformance with the design concept of
the project and general compliance with the information given in the
Contract Documents. Any action shown is subject to the
requirements of the plans and specifications. The Contractor is
responsible for confirming and correlating all quantities and
dimensions; selecting fabrication processes and techniques of
construction; and performing the Work in a satisfactory manner.
C. Informational Submittals: The Owner or Engineer will review each submittal
and will not return it, or will reject and return it if it does not comply with the
requirements.
END OF SECTION
9
SECTION 01310
PROGRESS SCHEDULES
PART 1 — GENERAL
1.15 SECTION INCLUDES
M. Format
N. Content
O. Revisions to schedules
P. Submittals
1.16 RELATED SECTIONS
E. Section 01010 — Summary of Work
F. Section 01019 — Contract Considerations
G. Section 01300 — Submittal Process
1.17 FORMAT
F. Sequence of Listings: The chronological order of the start of each item of Work.
G. Scale and Spacing: To provide space for notations and revisions.
H. Sheet Size: Minimum 8 1/2 x 11 inches
I. Submit only if requested by the Engineer or Owner at preconstruction or
partnering conference.
J. Maintain monthly updates to schedule.
1.18 CONTENT
G. Show complete sequence of construction by activity, with dates for beginning
and completion of each element of construction.
a. Identify each item by specification Section number.
b. Provide sub -schedules to define critical portions of the entire Schedule.
c. Show accumulated percentage of completion of each item, and total
percentage of Work completed, as of the first day of each month.
d. Provide separate schedule of submittal dates for shop drawings, product data,
samples, and dates reviewed submittals will be required from the Engineer.
Indicate decision date for selection of finishes.
1.19 REVISIONS TO SCHEDULES
1. Indicate progress of each activity to date of submittal, and projected completion
date of each activity.
J. Identify activities modified since previous submittal, major changes in scope, and
other identifiable changes.
K. Provide narrative report to define problem areas, anticipated delays, and impact
on Schedule. Report corrective action taken, or proposed, and its effect.
1.20 SUBMITTALS
D. Submit initial Schedules within ten (10) days after date established in Notice to
Proceed. After review, resubmit required revised data within ten (10) days.
E. Submit revised Progress Schedules with each Application for Payment.
F. Submit the number of opaque reproductions which the Contractor requires, plus
two (2) copies which will be retained by the Engineer.
1.21 DISTRIBUTION
I. Distribute copies of reviewed Schedules to project site file, Subcontractors,
suppliers, and other concerned parties.
J. Instruct recipients to promptly report, in writing, problems anticipated by
projections indicated in Schedules.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
Not used
END OF SECTION
SECTION 01322
PHOTOGRAPHIC DOCUMENTATION
PART 1 — GENERAL
1.22 SECTION INCLUDES
Q. This section includes administrative and procedural requirements for the
following:
a. Preconstruction photographs
b. Periodic construction photographs
R. Related Sections include the following:
a. Division I Section "Submittal Procedures" for submitting construction
photographs.
1.23 RELATED DOCUMENTS
H. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division I Specification Sections, apply to
this Section.
1.24 SUBMITTALS.
K. Submit three (3) complete sets of preconstruction photographs to the Engineer.
The Owner and the Engineer will retain all three (3) sets.
a. Identification: On back of each print provide an applied label or rubber-
stamped impression with the following information:
i. Name of Project
ii. Name and address of photographer
iii. Name of Engineer
iv. Name of Contractor
v. Date photograph was taken
vi. Description of vantage point, indicating location, direction (by
compass point), and elevation or story of construction.
b. Digital Images: Submit a complete set of digital image electronic files with
each submittal of prints. Identify electronic media with date photographs
were taken. Submit images that have the same aspect ratio as the sensor,
uncropped.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
3.5 PHOTOGRAPHS, GENERAL
E. Field Office Prints: Retain one set of prints of preconstruction photographs in
the field office at the Project site, available at all times for reference. Identify
photographs the same as those submitted to the Engineer.
3.6 CONSTRUCTION PHOTOGRAPHS
A. Preconstruction Photographs: Before starting construction, take color
photographs of Project site and surrounding properties from different vantage
points, or as directed by the Engineer.
a. Take photographs to show existing conditions adjacent to the property before
starting the Work.
b. Take photographs of existing structures either on or adjoining the property to
accurately record the physical conditions at the start of construction.
B. Periodic Construction Photographs: As needed to document damage either
directly related to or inadvertently related to the Contractor's operations,
photograph the area in question and provide to the Engineer.
END OF SECTION
SECTION 01356
STORM WATER POLLUTION PREVENTION MEASURES
PART 1 — GENERAL
1.1 GENERAL
A. The Contractor shall implement, maintain, and update the Storm Water Pollution
Prevention measures specified in the Storm Water Pollution Prevention Plan
(SWP3) in a manner, which will meet the requirements of the Texas Pollution
Discharge Elimination System (TPDES) General Permit No.TXR150000. The
Contractor shall be responsible for any fines or penalties assessed by the
appropriate regulatory agency for failure to make required inspections, failure to
properly document those inspections, failure to adequately implement and adjust
the storm water pollution prevention measures specified in the SWP3 to
adequately control pollutants, and/or any other fines or penalties assess by TCEQ
or the EPA for failure to comply with any part of the permit requirements. The
Contractor shall submit a Notice of Intent and a Notice of Termination
independently of the Owner.
B. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's
failure to comply with and maintain the SWP3 shall be paid by the Contractor.
1.2 EROSION AND SEDIMENT CONTROLS
A. General
a. Structural measures shall be implemented to divert flows from exposed soils,
temporarily store flows, or otherwise limit run-off and the discharge of
pollutants from exposed areas of the site. Structural practices shall be
implemented as specified in the SWP3 and in a timely manner during the
construction process to minimize erosion and sediment run-off.
B. Stabilized Ingress/Egress
a. Stabilized access to and from the construction site will be installed by the
Contractor as soon as practical and in accordance with the SWP3.
b. In all cases, the Contractor shall ensure that any soil tracked off -site is
cleaned from existing roads, alleys, and any adjacent properties as soon as
possible. The Contractor or other responsible party shall check for any
pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or
washed off -site and perform necessary clean-up measures at the end of each
work day.
C. Silt Fences/Diversion Berms
a. The Contractor shall provide silt fences and/or diversion berms as a
temporary structural practice to minimize erosion and sediment runoff. Silt
fences and/or diversion berms shall be properly installed to effectively retain
sediment immediately after completing each phase of work where erosion
would occur in the form of sheet and rill erosion (e.g., clearing and grubbing,
excavation, embankment, and grading.)
D. Sand/Gravel Bags
a. The Contractor may provide sand/gravel bags as a temporary structural
practice to minimize erosion and sediment runoff. Bags shall be properly
placed to effectively retain sediment immediately after completing each
phase of work (e.g., after clearing and grubbing in an area between a ridge
and drain, bags shall be placed as work progresses, bags shall be
removed/replaced/relocated as needed for work to progress in the drainage
area). Sand/gravel bags must remain in good condition, or they shall be
replaced.
E. Site Stabilization
a. The Contractor shall disturb the least amount of site area as possible.
b. Stabilization measures to be implemented by the Contractor may include any
of the following measures:
i. Temporary or permanent seeding or sodding
ii. Mulching
iii. Geotextiles
iv. Vegetative buffer strips
v. Paving
c. Stabilization measures shall be implemented in accordance with the SWP3.
PART 2 — PRODUCTS
2.1 COMPONENTS FOR SILT FENCES
A. Filter Fabric
a. The geotextile shall comply with the requirements of ASTM D 4439, and
shall consist of polymeric filaments, which are formed into a stable network
such that filaments retain their relative positions. The filament shall consist
of a long -chain synthetic polymer composed of at least eight -five (85)
percent by weight of ester, propylene, or amide, and shall contain stabilizers
and/or inhibitors added to the base plastic to make the filaments resistant to
deterioration due to ultraviolet and heat exposure. Synthetic filter fabric
shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum
of size (6) months of expected usable construction life at a temperature range
of 0 to 120 degrees Fahrenheit. The filter fabric shall meet the following
requirements:
FILTER FABRIC FOR SILT FENCE
PHYSICAL PROPERTY
TEST PROCEDURE
REQUIREMENT
Grab Tensile
ASTM D 4632
100 lbs. min.
Elongation
ASTM D 4632
30 % max.
Trapezoid Tear
ASTM D 4533
55 lbs. min.
Permittivity
ASTM D 4491
0.2 sec'
AOS (U.S. Std. Sieve)
ASTM D 4751
20 — 100
B. Silt Fence Stakes and Posts
a. The Contractor may use either wooden stakes or steel posts for fence
construction. Wooden stakes utilized for silt fence construction shall have a
minimum cross section of two (2) inches by two (2) inches when hardwood
is used and two (2) inches by four (4) inches when pine is used, and shall
S j
U
have a minimum length of four (4) feet. Steel posts (standard "U" or "T"
section) utilized for silt fence construction shall have a minimum weight of
1.33 pounds per linear foot and a minimum length of four (4) feet.
C. Identification, Storage, and Handling
a. Filter fabric shall be identified, stored, and handled in accordance with
ASTM D 4873.
2.2 COMPONENTS FOR STRAW BALES
A. Straw Bales
a. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or
from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition.
The bales shall have a standard cross section of fourteen (14) inches by
eighteen (18) inches. All bales shall be either wire -bound or string -tied. The
Contractor may use either wooden stakes or #3 rebars to secure the straw
bales to the ground. Wooden stakes utilized for this purpose shall have
minimum dimensions of two (2) inches by two (2) inches in cross section and
shall have a minimum length of three (3) feet. Rebar utilized for securing
straw bales shall have a minimum diameter of 3/8 of an inch and a minimum
length of three (3) feet.
PART 3 — EXECUTION
3.1 STORM WATER POLLUTION PREVENTION PLAN
A. Storm Water Pollution Prevention Plan will be provided by the Contractor. The
Contractor must keep a copy of the SWP3 on site at all times.
B. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-
eight (48) hours prior to start of construction. No work will be permitted until
NOI is filed.
C. The SWP3 shall be continually updated as necessary to reflect current and
changing conditions on site. Additional measures not specifically shown in the
SWP3 may be used to control erosion from leaving the site.
D. A completed Notice of Termination (NOT) form must be submitted prior to
finalization of this contract.
E. The Contractor shall furnish the Owner with a copy of the NOI and NOT.
END OF SECTION
SECTION 01400
QUALITY REQUIREMENTS
PART 1— GENERAL
1.3 SUMMARY
C. This Section includes administrative and procedural requirements for quality
assurance and quality control.
D. Testing and inspecting services are required to verify compliance with
requirements specified or indicated. These services do not relieve the Contractor
of responsibility for compliance with the Contract Document requirements.
a. Specific quality control requirements for individual construction activities
are specified in the sections that specify those activities. Requirements in
those Sections may also cover production of standard products.
b. Specified tests, inspections, and related actions do no limit the Contractor's
quality control procedures that facilitate compliance with the Contract
Document requirements.
1.4 RELATED DOCUMENTS
F. Drawings and general provisions of the Contract, including General Conditions
and other Division I specification Sections, apply to this section.
G. Divisions 2 through 16 Sections for specific test and inspection requirements.
1.5 DEFINITIONS
A. Quality Assurance Services: Activities, actions, and procedures performed
before and during execution of the Work to guard against defects and
deficiencies and ensure that proposed construction complied with requirements.
B. Quality Control Services: Test, inspections, procedures, and related actions
during and after execution of the Work to evaluate that completed construction
complies with requirements.
1.6 SUBMITTALS
A. Qualification Data: For individuals employed by the Contractor who will
perform testing as required by the various specification Sections, submit at least
fourteen (14) days prior to being used on the project the capabilities and
experience of such individuals and the types of tests that the individual will
perform. For outside testing agency employed by the Contractor, submit at least
fourteen (14) days prior to being used on the project the name, address, and
manager of such testing agency and the types of tests that the agency will
perform. Such testing agency shall be acceptable to the Owner prior to being
used on the project.
B. Reports: Prepare and submit written reports within fourteen (14) days following
the date of the test that include the following:
a. Date of issue
b. Project title and number.
c. Name, address, and telephone number of testing agency. If the individual is
employed by the Contractor, use Contractor's name, address, and telephone
number.
d. Dates and locations of samples and test
e. Names of individuals making tests
f. Description of the work and test method
g. Identification of material, product, and specification Section.
h. Complete test or inspection data
i. Test results and interpretation of test results
j. Ambient conditions at time of sample taking and testing.
k. Comments and opinion on whether tested Work complied with the Contract
Document requirements and the applicable specification Section.
1. Name and signature of individual performing the test if employee of the
Contractor, or name and signature of testing agency responsible person.
in. For failing tests, recommendations on retesting unless specification Sections
provide procedure for retesting.
C. Professional Engineer Qualifications: Where a Professional Engineer is required
in the specification Sections, this means a Professional Engineer who is legally
qualified to practice in the jurisdiction where the project is located and who is
experienced in providing engineering services of the kind indicated.
D. Test Agency Qualifications: An agency with the experience and capability to
conduct testing indicated, as documented by ASTM E 548, and that has the
capability and experience in the types of tests to be performed.
E. Preconstruction Testing: Testing agency shall perform preconstruction testing
with specified requirements for performance and test methods. The Contractor
shall not perform preconstruction testing except through a third party testing
agency.
F. Testing Agency Responsibilities: Submit certified written report of each test and
similar Quality Assurance service to the Contractor. Interpret tests and state in
each report whether tested work complies with or deviates from the Contract
Document requirements.
1.7 QUALITY CONTROL
A. Owner Responsibilities: Where quality control services are indicated as Owner
or Engineer's responsibility, such services may be performed by the Owner's
forces or by a qualified testing agency to perform these services.
a. The Owner or Engineer will furnish the Contractor with names, addresses,
and telephone numbers of testing agencies engaged by the Owner.
B. Contractor Responsibilities: Provide quality control services required in the
various specification Sections.
a. Where third party testing is engaged by the Contractor, notify testing agency
sufficiently in advance of the time and date when work that requires testing
E
will be performed. I
b. The Contractor shall not engage the same testing agencies as the Owner,
unless Owner agrees in writing to such engagement.
c. Where testing is indicated as the Contractor's responsibility, submit certified
written reports in duplicate of each testing service, whether performed by the
Contractor's personnel or Contractor engaged testing agency. Such reports
shall include failing tests and retests.
d. Testing requested by the Contractor and not required by the Contract
Documents are the Contractor's responsibility.
e. Where the Contractor's personnel are performing tests, provide individuals
with appropriate equipment to perform the tests in accordance with the test
method requirements. Provide alternate equipment where the specified test
method cannot be applied, and where alternative test methods and equipment
must be employed to provide the necessary quality control.
C. Retesting: Regardless of whether original tests were the Contractor's
responsibility, provide quality control services, including retesting, for
construction that revised or replaced work that failed to comply with
requirements established by the Contract Documents.
D. Testing Agency Responsibilities: Cooperate with the Engineer and Contractor in
performance of duties. Provide qualified personnel and necessary equipment to
perform required tests and inspections.
a. Notify the Engineer or Contractor promptly of irregularities or deficiencies
observed in the work during performance of its services.
b. Interpret tests and inspections and state in each report whether tested and
inspected work complies with or deviates from the requirements.
c. Submit a certified written report, in triplicate, of each test, inspection, and
similar quality control service through the Contactor.
d. Do not release, revoke, alter, or increase requirements of the Contract
Documents or approve or accept and portion of the Work.
e. Do not perform any duties of the Contractor.
E. Associated Services: Cooperate with agencies performing required tests,
inspections, and similar quality control services, and provide reasonable auxiliary
services as requested. Notify agency sufficiently in advance or operations to
permit assignment of personnel. Provide the following:
a. Access to the Work.
b. Incidental labor and facilities necessary to facilitate tests and inspections.
c. Adequate quantities of representative samples of materials that require
testing and inspecting. Assist agency in obtaining samples.
d. Facilities for storage and field curing of test samples.
e. Additional associated services required of the Contractor for testing access
are listed in the specification Sections.
f. Delivery of samples to testing agencies.
g. Preliminary design mix proposed for use for material mixes that require
control by testing agency.
h. Security and protection for samples and for testing and inspecting equipment
at Project site.
F. Coordination: Coordinate sequence of activities to accommodate required
quality assurance and quality control services with a minimum of delay and to
avoid necessity of removing and replacing construction to accommodate testing
and inspecting.
a. Schedule times for tests, inspections, obtaining samples, and similar
activities.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
3.2 REPAIR AND PROTECTION
F. General: On completion of testing, inspecting, sample taking, and similar
services, repair damaged construction, and restore substrates and finishes.
a. Provide materials and comply with installation requirements specified in
other Sections of these Specifications. Restore patched areas and extend
restoration into adjoining areas in a manner that eliminates evidence of
patching.
G. Protect construction exposed by or for quality control service activities.
H. Repair and protection are the Contractor's responsibility, regardless of the
assignment of responsibility for quality control services.
END OF SECTION
SECTION 01410
TESTING LABORATORY SERVICES
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions of the Agreement,
Special Provisions and Division I — General Requirements apply to Work of this
Section
1.2 SECTION INCLUDES
A. Selection and payment
B. Contractor submittals
C. Laboratory responsibilities
D. Laboratory reports
E. Limits on testing laboratory authority
F. Contractor responsibilities
1.3 RELATED SECTIONS
A. Section 01300 — Submittals
B. Section 01700 — Contract Closeout
C. Individual Specification Sections: Inspection, tests, and standards for testing are
required.
1.4 REFERENCES
A. ANSUASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing
and/or Inspection of Soil and Rock as Used in Engineering Design and
Construction.
B. ANSUASTM E329 — Recommended Practice for Inspection and Testing
Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction.
1.5 SELECTION AND PAYMENT
A. An independent firm, provided at the Contractor's expense, will perform
inspection, tests, and other services specified in individual specification Sections
and as required by the Engineer.
B. Reports will be submitted by the independent firm to the Engineer, in triplicate,
indicating observations and results of tests and indicating compliance or non-
compliance with Contract Documents.
C. Cooperate with independent firm; furnish samples of materials, design mix,
equipment, tools, storage, safe access, and assistance by incidental labor as
requested.
a. Notify the Engineer and independent firm forty-eight (48) hours prior to
expected time for operations requiring services.
b. Make arrangements with independent firm and pay for additional samples
and tests required for Contractor's use.
D. Testing or inspecting does not relieve Contractor from performing Work to
contract requirements.
E. The cost associated with compliance testing shall be paid by the Contractor. Re-
testing required because of non-conformance to specified requirements shall be
performed by the same independent firm on instructions by the Engineer.
Payment for re -testing will be paid by the Contractor.
1.6 QUALITY ASSURANCE
A. Comply with requirements of ANSUASTM E329 and ANSUASTM D3740R.
B. Laboratory Staff. Maintain a full time registered Engineer on staff to review
services.
C. Testing Equipment: Calibrated at reasonable intervals with devices of an
accuracy traceable to either National Bureau of Standards (NBS) standards or
accepted values of natural physical constants.
1.7 LABORATORY RESPONSIBILITIES
A. Test samples of mixes submitted by Contractor.
B. Provide qualified personnel at site. Cooperate with the Engineer and Contractor
in performance of services.
C. Perform specified inspection, sampling, and testing of Products in accordance '
with specified standards.
D. Ascertain compliance of materials and mixes with requirements of Contract
Documents.
E. Promptly notify Engineer and Contractor of observed irregularities or non-
conformance of Work or Products.
F. Perform additional inspections and tests required by the Engineer.
_j
1.8 LABORATORY REPORTS
A. After each inspection and test, promptly submit three (3) copies of laboratory
report to the Engineer and to the Contractor.
B. Include:
a. Date issued
b. Project title and number
c. Name of inspector
d. Date and time of sampling or inspection
e. Identification of product and Specification Section
f. Location in the Project
g. Type of inspection or test
h. Date of test
i. Results of tests
j. Conformance with Contract Documents
C. When requested by the Engineer, provide interpretation of test results.
1.9 LIMITS ON TESTING LABORATORY AUTHORITY
A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract
Documents.
B. Laboratory may not approve or accept any portion of the Work.
C. Laboratory many not assume any duties of the Contractor.
D. Laboratory has no authority to stop the Work.
1.10 CONTRACTOR RESPONSIBILITIES
A. Deliver to laboratory at designated location, adequate samples of materials
proposed to be used which require testing, along with proposed mix designs.
B. Cooperate with laboratory personnel, and provide access to the Work.
C. Provide incidental labor and facilities to provide access to Work to be tested, to
obtain and handle samples at the site or at source of products to be tested, to
facilitate tests and inspections, storage and curing of test samples.
D. Notify the Engineer and laboratory 24 hours prior to expected time for operations
requiring inspection and testing services.
1.11 SCHEDULE OF INSPECTIONS AND TESTS
A. As indicated in individual Specification Sections.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
Not used
END OF SECTION
SECTION 01555
BARRICADES, SIGNS, AND TRAFFIC HANDLING
PART 1 — GENERAL
1.1 DESCRIPTION
A. This item shall govern for providing, installing, moving, replacing, maintaining,
cleaning, and removing upon completion of work, all barricades, portable
barriers, signs, portable changeable message signs, cones, lights, and other such
type devices and of handling traffic as indicated on the plans or as directed by the
Engineer or Owner.
PART 2 — PRODUCTS
A. Construction Methods
a. All barricades, signs, and other types of devices listed above shall conform to
details shown on the plans or those indicated in the latest version of the
Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic
control devices shall be crashworthy according to the guidelines set forth in
the National Cooperative Highway Research Program (NCHRP) Report 350.
PART 3 — EXECUTION
3.1 GENERAL
A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary
for phased construction. If the plan is approved in writing by the Engineer or
Owner, it may be used. Prior to beginning work, the Contractor shall designate,
in writing, a competent person who will be responsible and available on this
project site or in the immediate area to insure compliance with the TCP.
3.2 MAINTENANCE
A. All retroreflective traffic control devices such as barricades, vertical panels,
signs, etc., shall be maintained by cleaning, replacing, or a combination thereof
such that during darkness and rain the retroreflective characteristics shall equal or
exceed the retroreflective characteristics of traffic industry standard reflective
panels.
END OF SECTION
SECTION 01576
WASTE MATERIAL DISPOSAL
PART 1 — GENERAL
1.12 SECTION INCLUDES
A. Disposal of waste material and salvageable material.
1.13 RELATED SECTIONS
A. Section 02221 — Removing Existing Pavements.
B. Section 02317 — Excavation and Backfill for Utilities.
1.14 SUBMITTALS
A. Obtain and submit disposal permits for proposed disposal sites if required by
local ordinances.
B. Submit a copy of written permission from property owner, along with a
description of property, prior to disposal of excess material adjacent to the
Project. Submit a written and signed release from property owner upon
completion of disposal work. Both written permission and signed release shall
include hold -harmless clauses naming the City of Lubbock, Texas as the entities
to be held harmless in any subsequent legal proceeding. Both property
permissions and signed releases shall be attested to by a notary public.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
3.1 SALVAGEABLE MATERIAL
A. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements of
Section 02221 — Removing Existing Pavements.
3.2 EXCESS MATERIAL
A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess
soil, and other materials not designated for salvage, shall become the property of
the Contractor and shall be removed from the job site and legally disposed of at a
proper facility such as the West Texas Region Disposal Facility (WTRDF).
a. Excess material may be disposed at the WTRDF. There will be a tipping fee
of $28.50 per ton for construction debris and for excess uncontaminated soil.
For a complete list of fees associated with the WTRDF, please go to the
C
City's website at http:Hsolidwaste.ci.lubbock.tx.us/disposal/disfees.htm.
There will also be a fee of $15.00 per load for every truck that is not covered
properly when coming to the landfill. All tipping fees shall be considered to
be included in the Contractor's bid prices.
Excess soil may be deposited on private property adjacent to the Project if
approved by the Owner and when written permission is obtained from the
property owner. See Paragraph 1.3.0 above.
Waste materials shall be removed from the site on a daily basis, such that the site
is maintained in a neat and orderly condition.
END OF SECTION
SECTION 01700
CONTRACT CLOSEOUT
PART 1— GENERAL
1.15 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions of the Agreement,
Special Provisions and Division I — General Requirements apply to Work of this
Section.
1.16 SECTION INCLUDES
B. Closeout procedures
C. Final cleaning
D. Adjusting
E. Project record documents
F. Operations and maintenance data
G. Warranties
H. Spare parts and maintenance materials.
1.17 CLOSEOUT PROCEDURES
C. Submit written certification that Contract Documents have been reviewed, Work
has been inspected, and that Work is complete in accordance with Contract
Documents and ready for Engineer's inspection.
a. Should the Engineer consider the work incomplete or defective:
i. The Engineer will promptly notify the Contractor in writing, listing
the incomplete or defective work.
ii. The Contractor shall take immediate steps to remedy the stated
deficiencies and submit a second written certification that the work is
complete.
iii. The Engineer will reinspect the Work.
D. Provide submittals to the Engineer that are required by governing or other
authorities.
E. Submit final Application for Payment identifying total adjusted Contract Sum,
previous payments, and sum remaining due.
1.18 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Clean site; sweep paved areas, rake clean landscaped surfaces.
C. Remove waste and surplus materials, rubbish, and construction facilities from the
site.
D. Repair, patch, and touch-up marred surfaces to match adjacent finishes.
1.19 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered
operation.
1.20 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual
revisions to the Work
a. Contract Drawings
b. Specifications
c. Addenda
d. Change Orders and other Modifications to the Contract
e. Reviewed shop drawings, product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications: Legibly mark and record at each Product section description of
actual Products installed, including the following:
a. Manufacturer's name and product model and number.
b. Product substitutions or alternates utilized.
c. Changes made by Addenda and Modifications.
E. Record Documents and Shop Drawings: Legibly mark each item to record actual
construction including:
a. Measured horizontal and vertical locations of underground utilities and
appurtenances referenced to permanent surface improvements.
b. Field changes of dimension and detail.
c. Details not on original Contract Drawings.
d. Changes made by Addenda and Modifications.
F. Submit final survey of installed sewer main as specified in Section 01010 —
Summary of Work.
G. Submit two (2) copies to the Engineer with claim for final Application for
Payment.
1.21 WARRANTIES
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, suppliers, and
manufacturers.
C. Provide Table of Contents and assemble with metal prong binder in durable
plastic presentation cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide
updated submittal within ten (10) days after acceptance, listing date of
acceptance as start of warranty period.
1.22 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities
specified in individual specification Sections.
B. Deliver to project site and place in location as directed; obtain receipt prior to
final payment.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
Not used
END OF SECTION
SECTION 02082
PRE -CAST CONCRETE MANHOLES
PART 1 — GENERAL
1.23 SECTION INCLUDES
I. This section of the specifications pertains to pre -cast concrete manholes and
related items.
1.24 RELATED SECTIONS
A. Drawings and general provisions of the contract, including general and
supplementary conditions and other Division 1 specifications, apply to this
section.
B. Section 02317 — Excavation and Backfill for Utilities.
C. Section 02084 — Frames, Grates, Rings, and Covers.
1.25 REFERENCES
A. ASTM A 307 — Specification for Carbon Steel Bolts and Studs, 60,000 psi
Tensile.
B. ASTM C 443 — Standard Specification for Joints for Circular Concrete Sewer
and Culvert Pipe, Using Rubber Gaskets.
C. ASTM C478 — Standard Specification for Pre -cast Reinforced Concrete Manhole
Sections.
D. ASTM C857 — Minimum Structural Design Loading for Underground Pre -cast
Concrete Utility Structures.
E. ASTM C858 — Underground Pre -cast Concrete Utility Structure.
F. ASTM C 1107 — Packaged Dry, Hydraulic -Cement Grout (Nonshrink).
G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the
Negative Air Pressure (Vacuum) Test.
H. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12,400 ft-lb/ft3).
1.26 SUBMITTALS
E. Conform to requirements of Section 01300 — Submittal Procedures.
F. Submit manufacturer's data and details of following items for approval:
a. Shop drawings of manhole sections and base units and construction details,
including reinforcement, jointing methods, materials, and dimensions.
b. Summary of criteria used in the manhole design including, as a minimum,
material properties, loadings, load combinations, and dimensions assumed.
Include certification from manufacturer that pre -cast manhole design is in
full accordance with ASTM C478 and design criteria as established in
Paragraph 2.1 D of this Specification.
c. Materials to be used for pipe connections at manhole walls.
d. Materials to be used for stubs and stub plugs, if required.
e. Manufacturer's data for pre -mix (bag) concrete, if used for channel inverts
and benches.
f. Material to be sued for sealing of riser joints.
1.27 DELIVERY, STORAGE, AND HANDLING
B. Deliver number of units needed in a timely manner to the project site to ensure
installation continuity.
C. Store and handle the units at the project site to prevent cracking, distortion,
staining, or other physical damage, and so that markings are visible. Lift and
support units at designated lift points.
D. Deliver anchorage items that are to be embedded in other construction before
starting such work. Provide setting diagrams, templates, instructions, and
directions, as required, for installation.
PART 2 — PRODUCTS
2.1 PRE -CAST CONCRETE MANHOLES
A. Provide manhole sections and related components conforming to ASTM C 478.
Provide adjustment rings which are standard components of the manufacturer of
the manhole sections. Make date of manufacture and name or trademark of
manufacturer on inside of barrel.
B. Provide reinforced concrete risers constructed from (60) inch diameter standard
reinforced concrete manhole sections unless otherwise noted on the Drawings.
Combine various lengths of manholes sections to total the correct height with the
fewest joints. Wall sections shall be designed for depth and loading conditions as
required in Paragraph 2.1 D, but shall not be less than four (4) inches thick. Base
section shall be a minimum thickness of six (6) inches under the invert.
C. Provide tops to receive cast iron frames and covers designed to support and H-20
loading, unless indicated otherwise.
a. All manholes shall be eccentric cone section unless specified on the plans.
b. Frame and cover shall be designed for H-20 loading.
D. Design Loading Criteria: The manholes walls, transition slabs, tops, and
manhole base slab shall be designed, by the manufacturer, to the requirements of
ASTM C 478 for the depth as shown on the Drawings.
E. The minimum clear distance between any two wail penetrations shall -be twelve
(12) inches, half the diameter of the smaller penetration, or as specified by the
manufacturer, whichever is most stringent.
F. For sealants used between concrete riser sections, refer to Section 02082, 2.6 B.
G. Lifting holes in manhole sections and bases are not permissible unless such
openings can be made watertight under 5 psi internal pressure, with only minor
weeping under 10 psi internal pressure.
H. Manhole sections must withstand an intermittent internal hydrostatic pressure of
10 psi without structural failure.
CAST -IN -PLACE CONCRETE
A. Conform to requirements of Section 03300 — Cast -in -Place Concrete
B. Channel Inverts: Concrete for inverts not integrally formed with manhole base
shall be either five (5) sack premix (bag) concrete or Class A concrete, with a
minimum compressive strength of 3000 psi.
C. Base for drop manhole shall be cast around existing pipe. Once installed, cut out
top of existing pipe and form channel branches.
2.2 REINFORCING STEEL
A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place
Concrete.
2.3 MORTAR
A. Conform to requirements of ASTM C 270, Type S using Portland Cement.
2.4 MISCELLANEOUS METALS
A. Provide gray -iron frames, rings, and covers conforming to requirements of
Section 02084 — Frames, Grates, Rings, and Covers.
2.5 SEALANT MATERIALS
A. Provide sealing materials between pre -cast concrete adjustment ring and manhole
cover frame, such as ConSeal SC-202 Butyl Sealant or approved equal.
B. Provide joints between sections with ConSeal CS-202 Butyl Sealant or approved
equal conforming to ASTM C 990.
C. Provide rubber gaskets for ASTM C 443 joints.
2.6 BACKFILL MATERIALS
A. Backfill materials shall conform to the requirements of Section 02317 —
Excavation and Backfill for Utilities.
2.7 NON -SHRINK GROUT
A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic,
cement -based grout requiring only the addition of water.
B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum
28-day compressive strength of 7000 psi.
PART 3 — EXECUTION
3.1 EXAMINATION
A. Verify that lines and grades are correct.
B. Determine if the subgrade, when scarified and recompacted, can be compacted to
ninety-five (95) percent of maximum Standard Proctor Density according to
ASTM D 698 prior to placement of foundation material and base section. If it
cannot be compacted to that density, the subgrade shall be moisture conditioned
until that density can be reached or shall be treated as an unstable subgrade.
3.2 MANHOLE BASE SECTIONS AND FOUNDATIONS
A. Scarify and compact base material to ninety-five (95) percent ASTM D 698
Standard Proctor Density. If the subgrade cannot be compacted to the required
density or if it contains organic materials, then excavate to stable subgrade, then
backfill with lean concrete backfill to required elevation.
B. Place twelve (12) inches of Class I gravel backfill as base for cast -in -place
manhole base.
3.3 PRE -CAST MANHOLE SECTIONS
A. Install sections, joints, and gasket material in accordance with manufacturer's
printed recommendations.
B. Install pre -cast adjustment rings above tops of cones as required to adjust the
finished elevation and to support the manhole frame.
C. Seal any lifting holes with non -shrink grout where lifting holes have been
allowed by the Engineer.
D. Do not incorporate manhole steps in manhole sections for sanitary sewers.
3.4 PIPE CONNECTIONS AT MANHOLES
A. Ensure that the pipe will not pull out of manhole by using flange or corrugations
as shown on plans.
B. Grout all space between pipe and manhole wall with non -shrink grout and coat
with an epoxy bonding agent.
C. Pipe stub outs in storm sewer manholes where shown on plans shall be sealed
with brick and mortar.
3.5 INVERTS FOR SEWERS
A. Construct invert channels to provide a smooth flow transition waterway with no
disruption of flow at pipe -manhole connections. Conform to following criteria:
a. Slope of invert bench: 'h inch per foot minimum; I inch per foot maximum
b. Depth of bench to invert shall be equal to '/2 the largest diameter pipe,
entering the manhole.
c. Invert slope through manhole: 0.10 foot drop across manhole with smooth
transition of invert through manhole, unless otherwise indicated on the
Drawings.
B. Form invert channels with concrete if not integral with manhole base section.
For direction changes of mains, construct channels tangent to mains with
maximum possible radius of curvature. Provide curves for side inlets and smooth
invert fillets for flow transition between pipe inverts.
3.6 MANHOLE FRAME AND ADJUSTMENT RINGS
A. Combine pre -cast concrete adjustment rings so that the elevation of the installed
casting cover matches the pavement surface. Seal between adjustment rings with
approved sealant material. Set the cast iron frame on the adjustment ring in a bed
of approved sealant. The sealant bed shall consist of two beads of sealant, each
bead having minimum dimensions of'h inch thick and inch wide.
3.7 BACKFILL
A. Place and compact backfill materials in the area of excavation surrounding
manholes in accordance with requirements of Section 02317 — Excavation and
Backfill for Utilities. Provide cement stabilized backfill material, as specified for
the pipe, from manhole foundation up to an elevation twelve (12) inches over
each pipe connected to the manhole. Provide trench zone backfill, as specified
for the adjacent utilities, above the cement stabilized backfill.
3.8 TESTING
A. Vacuum test manhole according to ASTM C 1244. Refer to Section 02533 —
Acceptance Testing for Sewers.
3.9 PROTECTION
A. Protect manholes from drainage until work has been finally accepted. Repair
damage to manholes as no additional cost to Owner.
END OF SECTION
_.
SECTION 02084
FRAMES, GRATES, RINGS, AND COVERS
PART 1 — GENERAL
1.28 SECTION INCLUDES
A. This section of the specification covers iron castings for use as manhole frames
and lids, gratings, and rings.
1.29 RELATED SECTIONS
A. Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division I specification sections, apply to
this section
B. Section 02082 — Pre -cast Concrete Manholes
C. Section 03300 — Cast -in -Place Concrete
1.30 REFERENCES
A. AASHTO — American Association of State Highway and Transportation
Officials Standard Specification for Highway Bridges.
B. ASTM A 48 — Specification for Gray Iron Castings
C. ASTM A 615 — Standard Specification for Deformed Billet -Steel Bars for
Concrete Reinforcement
D. AWS D 12.1 — Welding Reinforcing Steel
1.31 SUBMITTALS
A. Submit product data in accordance with Section 01300 — Submittal Procedures.
B. Submit copies of manufacturer's specifications, load tables, dimension diagrams,
anchor details, and installation instructions.
C. Submit shop drawings for fabrication and installation of casting assemblies that
are not included in Drawings. Include plans, elevations, sections, and connection
details. Show anchorage and accessory items. Include setting drawings for
location and installation of castings and anchorage devices.
PART 2 — PRODUCTS
2.8 GENERAL CASTINGS
A. Castings for frames, grates, rings, and covers shall conform to ASTM A 48,
Class 35. Provide locking covers if indicated on Drawings.
B. Castings shall be cable of withstanding the application of an AASHTO H-20
loading without permanent deformation.
C. Fabricate castings to conform to the shapes, dimensions, and with wording or
logos shown on the Drawings. Standard dimensions for manhole covers are 30
inches in diameter. Cast dimensions may vary by +/- 1/16 inch per foot. Weight
shall not vary from published weight by more than +/- 5 percent.
D. Castings shall be clean, free from blowholes and other surface imperfections.
Cast holes in covers shall be clean and symmetrical, free of plugs.
2.9 FRAMES AND COVERS FOR MANHOLES
A. Provide frames and covers for sanitary manholes by Western Iron Works.
a. Labeled: "City of Lubbock, Texas Sanitary Sewer"
b. Substitutions: Approved equal
PART 3 — EXECUTION
3.10 INSTALLATION
A. Install castings according to approved shop drawings, instructions given in
related specifications, and applicable directions from the manufacturer's printed
materials.
B. Set castings accurately at required locations to proper alignment and elevation.
Keep castings plumb, level, true, and free of rack. Measure location accurately
from established lines and grades. Brace or anchor frames temporarily in
formwork until permanently set.
END OF SECTION
SECTION 02200
DEMOLITION, REMOVAL, AND SALVAGING OF EXISTING MATERIALS
PART 1— GENERAL
nyAW9J0ZIWM1
This item shall consist of demolition, removal, and salvage or disposal of certain portions
of existing paving materials, including existing asphalt surfacing and base material and
existing concrete median, in accordance with these specifications and in conformity with
the dimensions and typical cross sections shown on the plans and with the lines and
grades established for the project.
1.33 CLASSIFICATION AND PAYMENT
Materials to be removed may consist of asphaltic concrete, caliche base, and concrete
paving and shall be considered subsidiary to the pertinent bid items. No consideration
shall be given to differences in thickness or volume of material for each material
removed. All pavement of each type to be removed shall be considered as being the
same and equal and no consideration shall be given to differences in thickness of
material.
PART 2—PRODUCTS
Not Used
PART 3 — EXECUTION
3.11 GENERAL
Where applicable, all lines separating pavement to be removed from that to remain in
place shall be cut neatly and in a straight line, or shall be separated at an existing
expansion or construction joint. Cuts shall be made by means of sawing or other methods
approved by the Owner's Representative which will produce a satisfactory edge. In no
case shall the line be cut with a motor grader blade.
3.12 REMOVING EXISTING ASPHALT SURFACING AND BASE MATERIAL
All existing materials to be removed and disposed of under this item shall be removed by
the Contractor, and shall be disposed of in appropriate disposal areas off the Owner's
property. Removal operations shall be accomplished in such a manner to minimize
disturbance of existing underlying courses and adjacent pavement structures or
improvements to remain in place. Any underlying courses disturbed during removal
operations shall be reworked, recompacted, and regarded to the satisfaction of the
Engineer. Any damage to adjacent pavement structures or improvements to remain in
lace shall be repaired to the satisfaction of the Engineer.
END OF SECTION
SECTION 02221
REMOVING EXISTING PAVEMENTS
PART 1— GENERAL
1.34 SECTION INCLUDES
J. This section of the specifications covers the removal of existing pavements.
Included, but not limited to the following are: concrete paving, asphaltic paving,
concrete curb and/or gutter, and concrete sidewalks.
1.35 RELATED DOCUMENTS
C. Drawings and general provisions of the Contract, including General and Special
Conditions and other Division I Specification Sections, apply to this Section.
D. Section 01576 — Waste Material Disposal
E. Section 02317 — Excavation and Backfill for Utilities
1.36 REGULATORY REQUIREMENTS
F. Conform to applicable codes for disposal of debris. Refer to Section 01576 —
Waste Material Disposal.
G. Coordinate removal work with utility companies.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
3.3 PREPARATION
B. Obtain advance approval from the Engineer for dimensions and limits of removal
work.
C. Identify known utilities below grade. Stake and flag locations.
3.4 PROTECTION
D. Protect the following from damage or displacement:
a. Adjacent public and private property.
b. Trees, plants, and other landscape features designated to remain.
c. Utilities not designated to be removed.
d. Pavement and utility structures not designated to be removed.
e. Benchmarks, monuments, and existing structures not designated to be
removed.
3.5 REMOVALS
A. Remove pavements and structures by methods that will not damage underground
utilities. Do not use a drop hammer near existing underground utilities.
B. Minimize amount of earth loaded during removal operations.
C. Where existing pavement is to remain, make straight saw cuts in existing
pavement to provide clean breaks prior to removal. Do not break concrete
pavement or base with drop hammer.
D. Where street and driveway saw cut locations coincide or fall within three (3) feet
of existing construction or expansion joints, break out to existing joint.
E. Remove sidewalks and curbs to nearest existing dummy, expansion, or
construction joint.
F. Any existing concrete, which is damaged or destroyed beyond the neat lines so
established, shall be replaced at the Contractor's expense.
G. Remaining concrete shall be mortared to protect the reinforcing steel and provide
a neat, clean appearance.
3.6 BACKFILL
A. Backfill of removal zones shall be in accordance with requirements of Section
02317 — Excavation and Backfill for Utilities as applicable to the specific portion
of the work.
3.7 DISPOSAL
A. Remove from the site debris resulting from work under this section in accordance
with requirements of Section 01576 — Waste Material Disposal.
END OF SECTION
SECTION 02240
DEWATERING
PART 1 — GENERAL
1.37 RELATED DOCUMENTS
K. Drawings and General Provisions of the Contract, including General Conditions
and Division 1 Specifications, apply to this Section.
1.38 SUMMARY
D. This Section includes construction dewatering.
E. A geotechnical survey has not been performed at the site. This Section shall be
applicable only if ground water begins to enter the trench.
F. Related Sections include the following:
a. Division 1 Section "Temporary Facilities and Controls" for temporary
utilities and support facilities.
b. Division 2 Section "Excavation Support and Protection".
1.39 PERFORMANCE REQUIREMENTS
I. Dewatering Performance: Design, furnish, install, test, operate, monitor, and
maintain dewatering system of sufficient scope, size, and capacity to control
ground water flow into excavations and permit construction to proceed on dry,
stable ground.
a. Maintain dewatering operations to' ensure erosion control, stability of
excavations and constructed slopes, that excavation does not flood, and that
damage to subgrades and permanent structures is prevented.
b. Prevent surface water from entering excavations by grading, dikes, and other
means.
c. Remove dewater system if no longer needed.
1.40 SUBMITTALS
G. Shop Drawings for Information: For dewatering system. Show arrangements,
locations, and details of wells and well points; locations of headers and discharge
lines; and means of discharge and disposal of water.
a. Include layouts of piezometers and flow -measuring devices for monitoring
performance of dewatering system.
b. Include written report outlining control procedures to be adopted if
dewatering problems arise.
H. Photographs or videotape, sufficiently detailed, of existing conditions of
adjoining construction and site improvements that might be misconstrued as
damage caused by dewatering operations.
I. Record drawings at Project closeout identifying and locating capped utilities and
other subsurface structural, electrical, or mechanical conditions performed during
dewatering.
a. Note locations and capping depth of wells and well points.
J. Field Test Reports: Before starting excavation, submit test results and
computations demonstrating that dewatering system is capable of meeting
performance requirements.
1.41 QUALITY ASSURANCE
E. Regulatory Requirements: Comply with water disposal requirements of
authorities having jurisdiction.
1.42 PROJECT CONDITIONS
A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner
or others unless permitting in writing by the Engineer and then only after
arranging to provide temporary utility services according to requirements
indicated.
B. Project Site Information: A geotechnical report has not been prepared for the
Project area.
a. The Contractor, at own expense, may make test borings and conduct other
exploratory operations necessary for dewatering.
C. Survey adjacent structures and improvements, employing a qualified professional
engineer or land surveyor, establishing exact elevations at fixed points to act as
benchmarks. Clearly identify benchmarks and record existing elevations.
a. During dewatering, regularly resurvey benchmarks, maintaining an accurate
log of surveyed elevations for comparison with original elevations. Promptly
notify the Engineer if changes in elevations occur or if cracks, sags, or other
damage is evident in adjacent construction.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
3.13 PREPARATION
C. Project structures, utilities, sidewalks, pavements, and other facilities from
damage caused by settlement, lateral movement, undermining, washout, and
other hazards created by dewatering operations.
a. Prevent surface water and subsurface or ground water from entering
excavations, ponding on prepared subgrades, and from flooding site and
surrounding area.
b. Protect subgrades and foundation soils from softening and damage by rain or
water accumulation.
D. Install dewatering system to ensure minimum interference with roads, streets,
walks, and other adjacent occupied and used facilities.
a. Do not close or obstruct streets, walks, or other adjacent occupied or used
facilities without permission from Owner and authorities having jurisdiction.
Provide alternate routes around closed or obstructed traffic ways if required
by authorities having jurisdiction.
3.14 INSTALLATION
C. Install dewatering system utilizing wells, well points, or similar methods
complete with pump equipment, standby power and pumps, filter material
gradation, valves, appurtenances, water disposal, and surface -water controls.
D. Before excavating below ground water level, place system into operation to
lower water to specified levels. Operate system continuously until drains,
sewers, and structures have been constructed and fill materials have been placed,
or until dewatering is no longer required.
E. Provide and adequate system to lower and control ground water to permit
excavation, construction of structures, and placement of fill materials on dry
subgrades. Install sufficient dewatering equipment to drain water -bearing strata
above and below bottom of foundations, drains, sewers, and other excavations.
a. Do not permit open -sump pumping that leads to loss of fines, soil piping,
subgrade softening, and slope stability.
F. Reduce hydrostatic head in water -bearing strata below subgrade elevations of
foundations, drains, sewers, and other excavations.
a. Maintain piezometric water level a minimum of sixty (60) inches below
surface of excavation.
G. Dispose of water removed by dewatering in a manner that avoids endangering
public health, property, and portions of work under construction or completed.
Dispose of water in a manner that avoids inconvenience to others. Provide
sumps, sedimentation tanks, and other flow -control devices as required by
authorities having jurisdiction.
H. Provide standby equipment on -site, installed and available for immediate
operation, to maintain dewatering on continuous basis if any part of system
becomes inadequate or fails. If dewatering requirements are not satisfied due to
inadequacy or failure of dewatering system, restore damaged structures and
foundation soils at no additional expense to Owner.
a. Remove dewatering system from Project Site on completion of dewatering.
Plug or fill well holes with sand or cut off and cap wells a minimum of
thirty-six (36) inches below overlying construction.
I. Damages: Promptly repair damages to adjacent facilities caused by dewatering
operations.
3.15 OBSERVATION WELLS
E. Provide, take measurements, and maintain at least the minimum number of
observation wells or piezometers indicated and additional observation wells as
may be required by authorities having jurisdiction.
F. Observe and record daily elevation of ground water and piezometric water levels
in observation wells.
G. Repair or replace, within twenty-four (24) hours, observation wells that become
inactive, damaged, or destroyed. Suspend construction activities in areas where
observation wells are not functioning properly until reliable observations can be
made. Add or remove water from observation well risers to demonstrate that
observation wells are functioning properly.
a. Fill observation wells, remove piezometers, and fill holes when dewatering is
completed.
END OF SECTION
SECTION 02260
EXCAVATION SUPPORT AND PROTECTION
PART 1— GENERAL
1.43 RELATED DOCUMENTS
L. Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specifications, apply to this Section.
1.44 SUMMARY
G. This Section includes temporary excavation support and protection systems.
1.45 PERFORMANCE REQUIREMENTS
A. Design, furnish, install, monitor, and maintain excavation support and protection
system capable of supporting excavation sidewalls and of resisting soil and
hydrostatic pressure and superimposed and construction loads.
a. Provide professional engineering services needed to assume engineering
responsibility, including preparation of Shop Drawings and a comprehensive
engineering analysis by a qualified Professional Engineer.
b. Prevent surface water from entering excavations by grading, dikes, or other
means.
c. Install excavation support and protection systems without damaging existing
buildings, pavements, and other improvements adjacent to excavation.
1.46 SUBMITTALS
K. Shop Drawings for Information: Prepared by or under the supervision of a
qualified Professional Engineer for excavation support and protection systems.
a. Include Shop Drawings signed and sealed by a Texas Licensed Professional
Engineer responsible for their preparation.
L. Qualification Data: For installer and Professional Engineer.
M. Photographs or videotape, sufficiently detailed, of existing conditions of
adjoining construction and site improvements that might be misconstrued as
damage caused by the absence of, the installation of, or the performance of
excavation support and protection systems.
1.47 PROJECT CONDITIONS
D. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner
or others unless permitted in writing by the Engineer and then only after
arranging to provide temporary utility services according to requirements
indicated.
E. Survey adjacent structures and improvements, employing a qualified professional
engineer or land surveyor, establishing exact elevations at fixed points to act as
benchmarks. Clearly identify benchmarks and record existing elevations.
a. During installation of excavation support and protection systems, regularly
resurvey benchmarks, maintaining an accurate log of surveyed elevations and
positions for comparison with original elevations and positions. Promptly
notify the Engineer if changes in elevations or positions occur, of if cracks,
sags, or other damage is evident in adjacent construction.
PART 2 — PRODUCTS
2.1 MATERIALS
A. General: Provide materials that are either new or in serviceable condition.
B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A
992M.
C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM
A690/ A 690M; with continuous interlocks.
PART 3 — EXECUTION
3.16 PREPARATION
E. Project structures, utilities, sidewalks, pavements, and other facilities from
damage caused by settlement, lateral movement, undermining, washout, and
other hazards that could develop during excavation support and protection
systems operations.
a. Shore, support, and protect utilities encountered.
F. Install excavation support and protection systems to ensure minimum
interference with roads, streets, walks, and other adjacent occupied and used
facilities.
a. Do not close or obstruct streets, walks, or other adjacent occupied or used
facilities without permission from Owner and authorities having jurisdiction.
Provide alternate routes around closed or obstructed traffic ways if required
by authorities having jurisdiction.
G. Locate excavation support and protection systems clear of permanent
construction so that forming and finishing of concrete surfaces is not impeded.
H. Monitor excavation support and protection systems daily during excavation
progress and for as long as excavation remains open. Promptly correct bulges,
breakage, or other evidence of movement to ensure that excavation support and
protection systems remain stable.
I. Promptly repair damages to adjacent facilities caused by installing excavation
support and protection systems.
3.17 SHEET PILING
J. Before starting excavation, install one-piece sheet piling lengths and tightly
interlock to form a continuous barrier. Limit vertical offset of adjacent sheet
piling to sixty (60) inches. Accurately align exposed faces of sheet piling to vary
not more than two (2) inches from a horizontal line and not more than 1:120 out
of vertical alignment. Cut tops of sheet piling to uniform elevation at top of
excavation.
3.18 TRENCH BOXES
H. Provide Engineer approved trench boxes sufficient for depth and width of open -
cut trench. All exposed trench shall be protected.
3.19 TRENCHING PROCEDURES
Provide shoring systems in accordance with the Contractor's submitted design to
adequately resist earth pressures.
A. Proceed with work in an orderly fashion. Install trench bracing systems as soon
as possible after opening trenches. Do not allow workers in trench prior to
installing trench bracing systems.
B. Backfill trenches as soon as possible after completion of work.
C. Stockpile excavated materials at three (3) feet away from edge of trench.
D. Maintain barricades and signage as required by State and Local codes to protect
open excavations.
E. Do not allow surface water to enter excavations. Properly grade areas adjacent to
trench excavations to control surface drainage away from excavations.
F. If cut back method is allowed by Owner and is employed, maintain a clear
distance of three (3) feet from edge of cut to avoid allowing loose material to
enter trench. Cut back method may not be used where there is insufficient work
area to employ it.
G. Do not operate heavy equipment except for trench digging or pipe laying
equipment within twenty (20) feet of edge of excavation. Haul trucks, if needed,
may operate closer than twenty (20) feet to trench edge provided the Contractor
deems it safe to do so.
3.20 REMOVAL AND REPAIRS
A. Remove excavation support and protection systems when construction has
progressed sufficiently to support excavation and bear soil and hydrostatic
�_. pressures. Remove in stages to avoid disturbing underlying soils or damaging
structures, pavements, facilities, and utilities.
END OF SECTION
SECTION 02317
EXCAVATION AND BACKFILL FOR UTILITIES
PART 1 — GENERAL
1.48 SECTION INCLUDES
M. This section of the specifications includes information on excavation, trenching,
foundation, embedment, and backfill for installation of utilities, including
manholes and pipeline structures.
1.49 RELATED SECTIONS
H.
Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections apply to
this section.
1.
Section 01300 —
Submittal Procedures.
J.
Section 01400 —
Quality Requirements.
K.
Section 01500 —
Temporary Facilities and Controls.
L.
Section 01555 —
Barricades, Signs, and Traffic Handling.
M.
Section 02082 —
Pre -Cast Concrete Manholes.
N.
Section 02200 —
Demolition, Removal, and Salvaging of Existing Materials.
O.
Section 02221 —
Removing Existing Pavements.
P.
Section 02260 —
Excavation Support and Protection.
Q.
Section 02320 —
Utility Backfill Materials.
R.
Section 02530 —
Sanitary Sewer Piping.
1.50 DEFINITIONS
B. Pipe Foundation — Suitable and stable native soils that are exposed at the trench
subgrade after excavation to depth of bottom of the bedding as shown on the
Drawings, or foundation backfill material placed and compacted in over -
excavations.
C. Pipe Bedding — The portion of trench backfill that extends vertically from top of
foundation up to a level line at bottom of pipe, and horizontally under one-third
of the pipe O.D.
D. Haunching — The material placed on either side of the pipe from the foundation
to the springline of the pipe for rigid wall pipe, and horizontally from one trench
sidewall to opposite sidewall, excluding the bedding section as shown on the
plans.
E. Initial Backfill — The portion of trench backfill that extends vertically from the
top of haunching or cement stabilized backfill up to a level line immediately
below pavement subgrade, and horizontally from on trench sidewall to opposite
sidewall.
F. Pipe Embedment — The portion of trench backfill that consists of bedding,
haunching, and initial backfill.
G. Trench Zone — The portion of trench backfill that extends vertically from top of
pipe embedment up to a line immediately below pavement subgrade or up to
final grade when not beneath paving.
H. Backfill — Suitable material meeting specified quality requirements, placed and
compacted under controlled conditions.
I. Ground Water Control Systems — Installations external to trench, such as well
points, eductors, or deep wells. Ground water control includes dewatering to
lower ground water, intercepting seepage which would otherwise emerge from
side or bottom of trench excavation, and depressurization to prevent failure or
heaving of excavation bottom. Refer to Section 02240 — Dewatering.
J. Surface Water Control — Diversion and drainage of surface water runoff and rain
water away from trench excavation. Rain water and surface water accidentally
entering trench shall be controlled and removed as a part of excavation drainage.
K. Excavation Drainage — Removal of surface and seepage water in trench by sump
pumping or other approved means.
L. Trench Conditions are defined with regard to the stability of trench bottom and
trench walls of pipe embedment zone. Maintain trench conditions that provide
for effective placement and compaction of embedment material directly on or
against undisturbed soils or foundation backfill, except where structural trench
support is necessary.
a. Dry Stable Trench — Stable and substantially dry trench conditions exist in
pipe embedment zone as a result of typically dry soils or achieved by ground
water control (dewatering or depressurization) for trenches extending below
ground water level.
b. Stable Trench with Seepage — Stable trench in which ground water seepage is
controlled by excavation drainage.
i. Stable Trench with Seepage in Clayey Soils — Excavation drainage is
provided in lieu of or to supplement ground water control systems to
control seepage and provide stable trench subgrade in predominately
clayey soils prior to bedding placement.
ii. Stable Wet Trench in Sandy Soils — Excavation drainage is provided
in the embedment zone in combination with ground water control in
predominately sandy or silty soils.
c. Unstable Trench — Unstable trench conditions exist in the pipe embedment
zone if ground water inflow or high water content causes soil disturbances,
such as sloughing, sliding, boiling, heaving, or loss of density.
M. Subtrench — Subtrench is a special case of benched excavation. Subtrench
excavation below trench shields or shoring installations may be used to allow
placement and compaction of foundation or embedment materials directly against
undisturbed soils. Depth of a subtrench depends upon trench stability and safety
as determined by the Contractor.
N. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory
bearing capacity or composed of otherwise unsuitable materials below top of
foundation as shown on Drawings, and backfilled with foundation backfill
material.
O. Foundation Backfill Materials — Natural soil or manufactured aggregate of
controlled gradation, to control drainage and material separation. Foundation
backfill material is placed and compacted as backfill to provide stable support for
bedding.
P. Trench Safety Systems include both protective systems and shoring systems as
defined in Section 02260 — Excavation Support and Protection
Q. Trench Shield (Trench Box) — A portable worker safety structure moved along
the trench as work proceeds, used as a protective system and designed to
withstand forces imposed on it by cave-in, thereby protecting persons within the
trench. Trench shields may be stacked if so designed or placed in a series
depending on depth and length of excavation to be protected.
R. Shoring System — A structure that supports sides of an excavation to maintain
stable soil conditions and prevent cave-ins, or to prevent movement of the ground
affecting adjacent installations or improvements.
1.51 REFENCES
N. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement
Mixtures.
O. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -
Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop.
P. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method.
Q. ASTM D 2487 — Classification and Soils for Engineering Purposes.
R. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by
Nuclear Methods (Shallow Depth).
S. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by
Nuclear Methods (Shallow Depth).
T. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils.
U. TxDOT Tex-101-E — Preparation of Soil and Flexible Base Materials for Testing.
V. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils.
W. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational
Safety and Health Administration (OSHA).
1.52 SCHEDULING
F. Schedule work so that pipe embedment can be completed on the same day that
acceptable foundation has been achieved for each section of pipe installation,
manhole, or other structures.
1.53 SUBMITTALS
A. Conform to Section 01300 — Submittal Procedures
B. Submit a written description for information only of the planned typical method
of excavation, backfill placement, and compaction, including:
a. Sequence of work and coordination of activities.
b. Selected trench widths.
c. Procedures for foundation and embedment placement, and compaction.
d. Procedure for use of trench boxes and other premanufactured systems while
assuring specified compaction against undisturbed soils.
C. Submit backfill material sources and product quality information in accordance
with requirements of Section 02320 — Utility Backfill Materials.
D. Submit record of location of pipe as installed, referenced to the TxDOT
coordinate system. Include locations of utilities encountered that are not shown
on drawings or rerouted for the convenience of the Contractor. Give stations,
coordinates, elevations, inverts, and gradients of installed pipe, casing, etc.
E. Submit field density tests of trench backfill.
F. Submit laboratory density compaction curves for each material.
1.54 TESTS
A. The Contractor is to perform backfill material source qualification testing in
accordance with requirements of Section 02320 — Utility Backfill Materials.
B. The Contractor shall have a competent, separate agency perform field density
tests of trench backfill representative of each 200 linear feet of trench and each
compacted layer.
PART 2 — PRODUCTS
2.2 EQUIPMENT
D. Perform excavation with hydraulic excavator or other equipment suitable for
achieving the requirements of this Section.
E. Use only hand -operated tamping equipment until a minimum cover of twelve
(12) inches is obtained over pipes, conduits, and ducts. Do not use heave
compacting equipment until adequate cover is attained to prevent damage to
pipes, conduits, or ducts. Do not use vibratory equipment until five (5) feet of
cover over pipes, conduits, or ducts is obtained. Do not use vibratory equipment
if adjacent structures are affected.
F. Use trench shields or other protective systems or shoring systems which are
designed and operated to achieve placement and compaction of backfill directly
against undisturbed native soil.
2.3 MATERIAL CLASSIFICATIONS
A. Embedment and Trench Zone Backfill Materials: Conform to classifications and
product descriptions of Section 02320 — Utility Backfill Materials.
2.4 ACCESSORIES
A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali
resistant polyethylene film warning tape manufactured for marking and
identifying underground utilities, six (6) inches wide and four (4) mils thick,
continuously inscribed with a description of the utility; colored as follows:
B. Continuously coated ten (10) gauge locating wire. See Plans for specific
location.
a. Red — Electric
b. Yellow — Gas, oil, steam, and dangerous materials.
c. Orange — Telephone and other communications.
d. Blue — Water systems.
e. Green — Sewer systems.
PART 3 — EXECUTION
3.21 INSTALLATION
J. Install flexible pipe to conform to the trench details shown in the drawings.
K. Install rigid pipe to conform with the trench details shown in the drawings.
3.22 PREPARATION
K. Establish traffic control to conform with requirements of Section 01555 —
Barricades, Signs, and Traffic Handling and the drawings.
L. Perform work to conform with applicable safety standards and regulations.
Employ a trench safety system as specified in Section 02260 — Excavation
Support and Protection.
M. Immediately notify the agency or company owning any existing utility line which
is damaged, broken, or disturbed. Obtain approval from the Engineer and agency
for any repairs or relocations, either temporary or permanent.
N. Remove existing pavements and structures, including sidewalks and driveways,
to conform with requirements of Section 02220 — Demolition, Removal, and
Salvaging of Existing Material.
O. Maintain permanent benchmarks, monumentation and other reference points.
Unless otherwise directed in writing, replace those which are damaged or
destroyed.
3.23 PROTECTION
L Protect trees, shrubs, lawns, existing structures, and other permanent objects
outside of the construction limits.
J. Protect and support above grade and below grade utilities, which are to remain.
K. Restore damaged permanent facilities to pre -construction conditions unless
replacement or abandonment of facilities are indicated on the Drawings.
L. Take measures to minimize erosion of trenches. Do not allow water to pond in
trenches. Where slides, washouts, settlements, or areas with loss of density or
pavement failures or potholes occur, repair, recompact, and pave those areas at
not additional cost to the Owner.
M. The Contractor shall locate all existing underground lines, whether or not they
are shown on the Drawings, sufficiently in advance of trenching operations to
prevent any damage thereto. Verification of location, size, and burial depth of
existing utilities shall be the complete responsibility of the Contractor.
N. The Contractor is responsible for notifying pipeline and cable utility owners of
the intention to cross said utility no less than seven (7) days prior to crossing the
utility. Coordinate vertical separation requirements with utility owners and any
other special construction considerations. Notify the Engineer if required
changes in the vertical profile shown on the Drawings prior to constructing these
changes.
O. Trench digging machinery may be used to make the trench excavations except in
places where operation of same would cause damages to pipelines, fences, or
other existing structures either above or below ground; in such instances hand
methods shall be employed.
3.24 EXCAVATION
H. Perform excavation work so that pipe, conduit, or ducts can be installed to depths
and alignments shown on the Drawings. Avoid disturbing surrounding ground
and existing facilities and improvements.
I. Determine trench excavation widths based on the requirements shown on the
plans.
J. Use sufficient trench width or benches above the embedment zone for installation
of well point headers or manifolds and pumps where depth of trenches makes it
uneconomical or impractical to pump from the surface elevation. Provide
sufficient space between shoring cross braces to permit equipment operations and
handling of forms, pipe, embedment and backfill, and other materials.
K. Upon discovery of unknown utilities, badly deteriorated utilities not designated
for removal, or concealed conditions, discontinue work at that location. Notify
the Engineer and obtain instructions before proceeding.
L. Shoring of Trench Walls.
a. Install special shoring in advance of trench excavation or simultaneously
with the trench excavation, so that the soils within the full height of the
trench excavation walls will remain laterally supported at all times.
b. For all types of shoring, support trench walls in the pipe embedment zone
throughout the installation. Provide trench wall supports sufficiently tight to
prevent washing the trench wall soil out behind the trench wall support.
c. Unless otherwise directed by the Engineer, leave sheeting driven into or
below the pipe embedment zone in place to preclude loss of support of
foundation and embedment materials. Leave rangers, walers, and braces in
place as long as required to support the sheeting, which has been cut off, and
the trench wall in the vicinity of the pipe zone.
d. Employ special methods for maintaining the integrity of embedment or
foundation material. Before moving supports, place and compact
embedment to sufficient depths to provide protection of pipe and stability of
trench walls. As supports are moved, finish placing and compacting
embedment.
e. If sheeting or other shoring is used below top of the pipe embedment zone,
do not disturb pipe foundation and embedment materials by subsequent
removal. Maximum thickness of removable sheeting extending into the
embedment zone shall be the equivalent of a one (1) inch thick steel plate.
Fill voids left on removal of supports with compacted backfill material.
f. Wherever necessary to prevent caving, the trench shall be adequately
supported as required by the Drawings and Specifications. The Contractor is
entirely responsible for assuring that trenches are adequately supported to
protect both the workers and the public.
M. Use of Trench Shields. When a trench shield (trench box) is used as a worker
safety device, the following requirements apply:
a. Make trench excavations of sufficient width to allow shield to be lifted or
pulled feely, without damage to the trench sidewalls.
b. Move trench shields so that pipe, and backfill materials, after placement and
compaction, are not damaged or disturbed, or the degree of compaction
reduced.
c. When required, place, spread, and compact pipe foundation and bedding
materials beneath the shield. For backfill above bedding, lift the shield as
each layer of backfill is placed and spread. Place and compact backfill
materials against undisturbed walls and foundation.
d. Maintain trench shield in position to allow sampling and testing to be
performed in a safe manner.
e. Contractor shall provide trench shield for Owner's tests within the trench as
required in paragraph 3.11.13
3.25 HANDLING EXCAVATION MATERIALS
A. Use only excavated materials which are suitable as defined in this Section and
conforming with Section 02320 — Utility Backfill Materials. Place material
suitable for backfilling in stockpiles at a distance from the trench to prevent
slides or cave-ins.
B. Do not place stockpiles of excess excavated materials on streets and adjacent
properties. Protect excess stockpiles for use on site. Maintain site conditions in
accordance with Section 01500 — Temporary Facilities and Controls.
3.26 TRENCH FOUNDATION
A. The trench shall be excavated to an even grade so that the bottom of the pipe
will rest on the bottom of the trench over the entire length of the pipe.
B. Any part of the trench excavated below grade shall be corrected by filling with
approved material and compacting thoroughly.
C. If ledge rock, rock fragments, or other unyielding material is encountered in the
bottom of the trench, it shall be removed to a depth of six (6) inches below
grade, refilled with selected material, and thoroughly compacted.
D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing
of pipe to be made properly, and of sufficient depth to prevent the bell of the
pipe from resting on undisturbed materials.
3.27 GROUND WATER CONTROL
A. Should ground water become and issue, refer to Section 02240 — Dewatering.
Provide a stable trench to allow installation in accordance with the
Specifications.
3.28 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION
A. Immediately prior to placement of embedment materials, the bottoms and
sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise
unsuitable soil.
B. Place embedment including bedding, haunching, and initial backfill as shown on
the Drawings.
C. For pipe installation, manually spread embedment materials around the pipe to
provide uniform bearing and side support when compacted. Do not allow
materials to free -fall from heights greater than twenty-four (24) inches above top
of pipe. Perform placement and compaction directly against the undisturbed soils
in the trench sidewalls, or against sheeting which is to remain in place.
D. Do not place trench shields or shoring within height of the embedment zone
unless means to maintain the density of compacted embedment material are used.
If moveable supports are used in embedment zone, lift the supports incrementally
to allow placement and compaction of the material against undisturbed soil.
E. Do not damage coatings or wrappings of pipes during backfilling and compacting
operations. When embedding coated or wrapped pipes, do not use crushed stone
or other sharp, angular aggregates.
F. Place haunching material manually around the pipe and compact it to provide
uniform bearing and side support. If necessary, hold small -diameter or
lightweight pipe in place with sand bags or other suitable means during
compaction of haunch areas and placement beside the pipe.
G. Shovel in -place and compact embedment material using pneumatic tampers in
restricted areas, and vibratory -plate compactors or engine -powered jumping jacks
in unrestricted areas. Compact each lift before proceeding with placement of the
next lift. Water tamping and water jetting are not allowed.
H. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill
with concrete vibrator to consolidate material under haunches.
I. Install specified location tape and wire as shown on the drawings and per Section
02317 — Excavation and Backfill for Utilities 2.3.A and 2.3.13.
3.29 TRENCH ZONE BACKFILL, PLACEMENT, AND COMPACTION
A. Place backfill for pipe or conduits and restore as soon as practicable. Leave only
the minimum length of trench open as necessary for construction. Maximum
allowed open trench is limited to 200 feet unless otherwise approved by the
Owner.
B. Where damage to completed pipe installation work is likely to result from
withdrawal of sheeting, leave the sheeting in place. Cut off sheeting two (2) feet
or move above the crown of the pipe. Remove trench supports within five (5)
feet from the ground surface.
C. Place trench zone backfill in lifts and compact by methods selected by the
Contractor. Fully compact each lift before placement of the next lift.
a. Cement Stabilized Backfill/Lean Concrete Backfill
i. Place in depths as shown on plans.
ii. Use vibratory equipment to ensure placement under the haunches of
the pipe.
iii. Backfilling of the remaining trench depth after cement stabilized
backfill has been placed shall not commence until the in -place
cement stabilized backfill has attained a penetration resistance
reading of at least thirty (30) when measured with a soil
penetrometer according to ASTM D 1558 and using a one -tenth
square inch needle. This equates to a penetration resistance of
approximately 300 pounds per square inch. This is not a strength
requirement of the cement -stabilized backfill, but a measure of the
degree of curing of the cement stabilized backfill. After a
penetrometer reading of 30 is obtained on the cement stabilized
backfill, then compacted backfill operations may commence. The
Contractor shall furnish and have on site a calibrated ASTM D 1558
soil penetrometer with one -tenth square inch needle. The Contractor
shall take no less than four (4) penetrometer readings, equally spaced
on both sides of the pipe (8 readings total) in accordance with ASTM
D 1558, for each day's trench length that is planned for controlled
density backfill operations. Such readings shall be taken prior to
commencing backfill operations.
b. Gravel Embedment
i. Place in depths as shown on plans
ii. Use vibratory equipment or shovel slicing to ensure placement under
the haunches of the pipe.
c. Native Material/Borrow Material (Pipe Installation)
i. Maximum lift thickness determined by Contractor to achieve
uniform placement and required compaction, but not exceeding eight
(8) inches.
ii. Compaction by trench sheep's foot or by vibratory equipment to
provide backfill densities at least equivalent to the surrounding
undisturbed material or ninety-five (95) percent of the maximum dry
density determined according to ASTM D 698. Use of vibratory
equipment limited as specified in paragraph 2.I I.B.
iii. Moisture content within two (2) percent of optimum determined
according to ASTM D 698.
d. Topsoil
i. Maximum lift thickness determined by Contractor to achieve
uniform placement and required compaction, but not exceeding eight
(8) inches.
ii. Compaction by trench sheep's foot or by vibratory equipment to
provide backfill densities at least equivalent to the surrounding
undisturbed material or ninety-five (95) percent of the maximum dry
density determined according to ASTM D 698. Use of vibratory
equipment limited as specified in paragraph 2.1.B.
iii. Moisture content within two (2) percent of optimum determined
according to ASTM D 698.
e. Bedding Material
i. Sand bedding shall be loosely placed in trench as shown on the
Drawings.
3.30 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES
A. Meet the requirements of adjoining utility installations for backfill of pipeline
structures, as shown on the Drawings.
3.31 FIELD QUALITY CONTROL
A. Test for material source qualifications as defined in Section 02320 — Utility
Backfill Materials.
B. Provide excavation and trench safety systems at locations and to depths required
for testing and retesting during construction at no additional cost to the Owner.
C. Tests will be performed by the Contractor on a minimum of three (3) different
samples of each material type for plasticity characteristics, in accordance with
ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E
and Tex- 110-E. Additional classification tests will be performed whenever there
is a noticeable change in material gradation or plasticity.
D. At least three (3) tests for moisture -density relationships will be performed
initially for backfill materials in accordance with ASTM D 698. Additional
moisture -density relationship tests will be performed whenever there is a
noticeable change in material gradation or plasticity.
E. The Contractor shall perform in -place density tests of compacted pipe
foundation, embedment, and trench zone backfill soil materials will be performed
according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the
following frequencies and conditions.
a. A minimum of one test for every 200 linear feet of compacted trench zone
backfill material for each compacted layer.
b. Density tests will be distributed around the placement areas. Placement areas
are foundation, bedding, haunching, initial backfill, and trench zone.
c. The number of tests will be increased if compacting effort is variable and not
considered sufficient to attain uniform density, as specified.
d. Density tests may be performed at various depths below the fill surface by pit
excavation. Material in previously placed lifts may therefore be subject to
acceptance/rejection.
e. Two (2) verification tests will be performed adjacent to in -place tests
showing density less than the acceptance criteria. Placement will be rejected
unless both verification tests show acceptable results.
f. Recompacted placement will be retested at the same frequency as the first
test series, including verification tests.
F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work
does not meet specified compaction requirements. For hardened cement
stabilized backfill with nonconforming density, core and test for compressive
strength at Contractor's expense.
G. Acceptability of crushed rock compaction will be determined by inspection.
3.32 DISPOSAL OF EXCESS MATERIAL
A. Dispose of excess materials in accordance with requirements of Section 01576 —
Waste Material Disposal.
END OF SECTION
SECTION 02320
UTILITY BACKFILL MATERIALS
PART 1— GENERAL
1.55 SECTION INCLUDES
N. This Section of the specification covers materials related to the backfill of
utilities. Included are the following:
a. "Concrete" sand (for use as pipe bedding).
b. Native soil materials.
c. Topsoil.
d. Crushed stone.
e. Cement stabilized backfill.
1.56 RELATED SECTIONS
S. Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections apply to
this section.
T. Section 01300 — Submittal Procedures
U. Section 01400 — Quality Requirements
V. Section 02317 — Excavation and Backfill for Utilities.
1.57 DEFINITIONS
A. Refer to Section 02317 — Excavation and Backfill for Utilities.
1.58 REFENCES
X. ASTM C 33 — Specification for Concrete Aggregate.
Y. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for
Concrete.
Z. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate.
AA. ASTM C 131 — Test Method for Resistance to Degradation of Small -Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine.
BB. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates.
CC. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates.
DD. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12,400 ft-lb/ft3).
EE. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than
Number 200 Sieve.
FF. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil
Classification System).
GG. ASTM D 2488 — Standard Practice for Description and Identification of Soils
(Visual -Manual Procedure).
HH. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils.
11. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil
by the Microwave Oven Method.
JJ. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing.
KK. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils
(Part 1).
LL. TxDOT Tex- 106-E — Test Method — Methods of Calculating Plasticity Index of
Soils.
MM. TxDOT Tex-110-E — Determination of Particle Size Analysis of Soils.
1.59 SUBMITTALS
G. Conform to Section 01300 — Submittal Procedures.
H. Submit a description of source, material classification and product description,
production method, and application of backfill materials.
1. Submit test results for samples of off -site backfill materials.
J. For each delivery of material, provide a delivery ticket which includes source
location.
1.60 TESTS
C. Perform tests of sources for off -site backfill material.
D. Verification tests of backfill materials may be performed by the Owner, at the
Owner's expense; however, failing tests will be charged to the Contractor.
PART 2 — PRODUCTS
2.5 MATERIAL DESCIRPTIONS
G. "Concrete" Sand
a. Coarse -grained, well -graded, sand (natural, manufactured, or a combination
of both) conforming to requirements of ASTM C 33.
b. Gradation shall conform to ASTM C 136 and the following limits.
Sieve
Percent Passing
3/8"
100
No. 4
95 to 100
No. 8
80 to 100
No. 16
50 to 85
No. 30
25 to 60
No. 50
10 to 30
No. 100
2 to 10
H. Native Soil Material for Backfill
a. Provide backfill material that is free of stones greater than six (6) inches, free
of roots, waste, debris, trash, organic material, unstable material, non -soil
matter, hydrocarbons, or other contamination.
I. Topsoil
a. Provide topsoil material that is free of stones greater than three (3) inches,
free of roots, waste, debris, trash, organic matter, unstable material, non -soil
matter, hydrocarbons, or other contamination.
b. Surface should be made clear of rock and other debris before planting.
c. Use top two (2) feet of excavated material for topsoil backfill. This material
shall be set aside to prevent mixing with other excavated material. Topsoil is
only required in non -paved areas.
J. Gravel Embedment
a. Gravel embedment shall be free of waste, trash, debris, organic material,
unstable material, and other non -gravel matter.
b. Provide gravel embedment that meets the following gradation requirements:
Sieve
Percent Passing
3/8"
0
No. 4
5 to 15
No. 10
50 to 90
No. 40
90 to 100
c. A minimum of four inches of gravel embedment will be placed under the
pipe. This material will be used for backfill to the top of the pipe. This
material MUST be shovel sliced to the haunch of the pipe and mechanically
tamped to midpoint of the pipe.
K. Cement Stabilized Backfill
a. Cement Content — 2 sack mix per cubic yard.
b. Water/Cement Ratio — 0.60.
c. Maximum aggregate size shall not exceed one and one half (1.5) inch
diameter for backfilling pipe sizes forty-eight (48) inches and greater in
diameter.
d. Maximum aggregate size shall not exceed one (1) inch diameter for
backfilling sizes less than forty-eight (48) inches in diameter.
2.6 MATERIAL TESTING
B. Ensure that material selected, produced, and delivered to the project meets
applicable specifications and is of sufficiently uniform properties to allow
practical construction and quality control.
C. Source or Supplier Qualification: Perform testing, or obtain representative tests
by suppliers, for selection of material sources and products. Provide test results
for a minimum of three (3) samples for each source and material type. Tests
samples of processed materials from current production representing material to
be delivered. Tests shall verify that the materials meet specification
requirements. Repeat qualification test procedures each time the source
characteristic changes or there is a planned change in source location or supplier.
Qualification tests shall include, as applicable:
a. Gradation: Complete sieve analyses shall be reported regardless of the
specified control sieves. The range of sieves shall be from the largest
particle through the No. 200 sieve.
b. Plasticity of material passing the No. 40 sieve.
c. Clay lumps.
d. Lightweight pieces.
e. Organic impurities.
D. Production Testing: Provide reports to the Engineer from an independent testing
laboratory that backfill materials to be placed in the Work meet applicable
specification requirements.
E. Native material requires testing only when questionable material is encountered.
PART 3 — EXECUTION
3.33 SOURCES
L. Use of material encountered in the trench excavations is acceptable, provided
applicable specification requirements are satisfied. If excavation material is not
acceptable, provide from other approved source. Top two (2) feet of excavated
material shall be used as topsoil.
M. Identify off -site sources for backfill material at least fourteen (14) days ahead of
intended use so that the Engineer may obtain samples fro verification testing.
N. Obtain approval for each material source by the Engineer before delivery is
started. If sources previously approved do not produce uniform and satisfactory
products, furnish materials from other approved sources. Materials may be
subjected to inspection or additional verification testing after delivery. Materials
which do not meet the requirements of the specifications will be rejected. Do not
use material which, after approval, has become unsuitable for use due to
segregation, mixing with other materials, or by contamination. Once a material
is approved by the Engineer, expense for sampling and testing required to change
to a different material will be at the Contractor's expense with no additional cost
to the Owner.
3.34 MATERIAL HANDLING
P. Establish temporary stockpile locations as practical for material handling and
control.
Q. Cement stabilized backfill shall be consolidated upon placement by using
concrete vibrators to ensure filling of voids, filling around and under haunches of
pipe and filling of spaces between corrugations. Vibration shall not be applied to
the utility pipe itself.
3.35 FIELD QUALITY CONTROL
P. Quality Control
a. The Engineer may sample and test backfill at:
i. Sources including borrow pits, production plants, and Contractor's
designated off -site stockpiles.
ii. On -site stockpiles.
ill. Materials placed in the Work.
b. The Engineer may resample material at any stage of work or location if
changes in characteristics are apparent.
Q. Production Verification Testing: The Owner's testing laboratory will provide
verification testing on backfill materials, as directed by the Engineer. Samples
may be taken at the source or at the production plant, as applicable. Contractor
shall cooperate with the Owner and Engineer in allowing access to materials.
END OF SECTION
SECTION 02530
SANITARY SEWER PIPING
PART 1— GENERAL
1.61 SUMMARY
A. This section of the specifications covers all sanitary sewer piping and manholes
required for the sanitary sewer improvements in this Project. The term piping as
used herein shall include all piping, fittings, and accessories as shown on the
plans and/or as specified herein.
1.62 DEFINITIONS
A. PVC — Polyvinyl chloride plastic.
1.63 SUBMITTALS
G. Submittals, in accordance with Section 01300 — Submittals, are required from the
Contractor for the following materials and products. Submittals shall be
reviewed and approved by the Engineer prior to the incorporation of any
materials and products into the project.
a. PVC pipe and fittings, ASTM D 3034 and ASTM F 679.
b. Manholes, frames, covers, joint sealant, and joint primer.
--- c. Laboratory analysis of rock embedment including sieve analysis.
d. Trench safety system.
e. Membrane curing compound.
f. Manhole Vacuum Test or Leakage Test Procedure or Method.
1.64 DELIVERY, STORAGE, AND HANDLING
K. Protect pipe, pipe fittings, and seals from dirt and damage.
L. Handle manholes according to manufacturer's written rigging instructions.
1.65 PROJECT CONDITIONS
E. Interruption of Existing Sanitary Sewer Service: Do not interrupt service to
facilities occupied by the Owner or others unless permitted under the following
conditions and then only after arranging to provide temporary service according
to requirements indicated:
a. Notify the Engineer no fewer than five (5) days in advance of proposed
interruption of service.
b. Do not proceed with interruption of service without the Engineer's written
permission.
c. The Contractor shall prepare a proposal to maintain sewer flow during
construction of the new line.
PART 2 — PRODUCTS
2.7 MANUFACTURERS
L. In other Part 2 articles where titles below introduce lists, the following
requirements apply to product selection:
a. Available Manufacturers: Subject to compliance with requirements,
manufacturers offering products that may be incorporated into the Work
include, but are not limited to, manufacturers specified.
b. Manufacturers: Subject to compliance with requirements, provide products
by one of the manufacturers specified.
2.8 PIPING MATERIALS
F. Acceptable materials
a. PVC Sewer Pipe (Type PSM, SDR 35, or SDR 26)
i. Components shall conform to ASTM D 1784
ii. Materials shall conform to ASTM D 3034
Ili. Must meet dimensional, chemical, and physical requirements
outlined in ASTM D 3034 and F 679.
iv. Shall be installed according to ASTM D 2321.
v. Each joint of pipe shall be marked with the following information:
1. Manufacturer's name.
2. Nominal pipe size.
3. PVC cell classification.
4. SDR.
5. ASTM D 3034 or F 679.
2.9 NON -PRESSURE TYPE PIPE COUPLINGS
C. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition
coupling, for joining underground non -pressure piping. Include ends of same
sizes as piping to be joined and corrosion -resistant -metal tension band and
tightening mechanism on each end.
D. Sleeve Materials:
a. For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC.
b. For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with
pipe materials being joined.
2.10 MANHOLES
A. Standard Pre -cast Concrete Manholes: ASTM C 478, pre -cast, reinforced
concrete, of depth indicated, as specified in Section 02082 — Pre -cast Concrete
Manholes, with provision for sealant joints.
a. Diameter — sixty (60) inches minimum, unless otherwise indicated.
b. Base Section — six (6) inch minimum thickness for floor slab and four (4)
inch minimum thickness for walls and base riser section, and having separate
base slab or base section with integral floor.
c. Rise Sections — four (4) inch minimum thickness, and of length to provide
depth indicated.
d. Top Section — Eccentric or Concentric cone top as indicated on the
Drawings.
e. Joint Sealant — ASTM C 990, bitumen or butyl rubber.
f. Resilient Pipe Connectors — ASTM C 923, cast or fitted into manhole walls,
for each pipe connection.
g. Steps — Omit steps in sanitary sewer manholes.
h. Grade Rings — Reinforced concrete rings, 6 to 9 inch total thickness, to match
diameter of manhole frame and cover.
i. Protective Coating — Refer to Section 02082 — Pre -Cast Concrete Manholes,
2.1.1.
j. Manhole Frames and Covers — Ferrous, Refer to Section 02084 — Frames,
Grates, Rings, and Covers.
B. Manhole Cover Inserts: Manufactured, plastic form, of size to fit between
manhole frame and cover and designed to prevent stormwater inflow. Include
handle for removal and gasket for gastight sealing.
a. Manufacturers:
i. FRW Industries: a Syneco Systems, Inc. Company
ii. Knutson Enterprises
iii. L.F. Manufacturing, Inc.
iv. Parson Environmental Products, Inc.
b. Type: With drainage and vent holes.
2.11 CONCRETE
A. General: Cast -in -place concrete according to Section 03300, ACI 318, ACI
350R, and the following:
a. Cement: ASTM C 150, Type II.
b. Fine Aggregate: ASTM C 33, sand.
c. Coarse Aggregate: ASTM C 33, crushed gravel.
d. Water: Potable.
B. Portland Cement Design Mix: 4000 psi minimum, with 0.45 maximum
water/cementitious materials ratio.
a. Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain.
t j b. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel.
C. Manhole Channels and Benches: Factory or field formed from concrete.
Portland cement design mix, 4000 psi minimum, with 0.45 water/cementitious
materials ratio. Include channels and benches in manholes.
a. Channels: Concrete invert, formed to same width as connected piping, with
height of vertical sides to three -fourths of pipe diameter. Form curved
channels with smooth, uniform radius and slope.
i. Inver Slope: one (1) percent through manhole
b. Benches: Concrete, sloped to drain into channel.
i. Slope: four (4) percent
D. Ballast and Pipe Supports: Portland cement design mix, 3000 psi minimum, with
0.58 maximum water/cementitious materials ratio.
a. Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain.
b. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel.
2.12 MISCELLANEOUS MATERIALS
A. Paint: SSPC —Paint 16.
B. PE Sheeting: ASTM D 4397, with at least eight (8) mil thickness or other
equivalent, imperious material.
PART 3 — EXECUTION
3.36 EARTHWORK
O. Excavating, trenching, and backflling are specified in Division 2 Section 02317
— Excavation and Backfill for Utilities.
3.37 PIPING INSTALLATION
R. General Locations and Arrangements: Drawing plans and details indicate
general location and arrangement of under sanitary sewer piping. Location and
arrangement of piping layout take design considerations into account. Install
piping as indicated, to extent practical. Where specific installation is not
indicated, follow piping manufacturer's written instructions.
S. Install piping beginning at low point, true to grades and alignment indicated with
unbroken continuity of invert. Place bell ends of piping facing upstream. Install
gaskets, seals, sleeves, and couplings according to manufacturer's written
instructions for using lubricants, cements, and other installation requirements.
T. Install manholes for changes in direction, unless fittings are indicated. Use
fittings for branch connections, unless direct tap into existing sewer is indicated.
U. Install proper size increasers, reducers, and couplings where different sizes or
materials of pipes and fittings are connected. Reducing size of piping in
direction of flow is prohibited.
V. Tunneling or Boring: In areas that cannot be disturbed by open trench
installation, or if the Contractor elects, approved pipe may be installed by
tunneling or boring.
W. Clear interior or piping and manholes of dirt and superfluous material as work
progresses. Maintain swab or drag in piping, and pull past each joint as it is
completed. Place plug in end of incomplete piping at end of day and when work
stops.
3.38 SEWER LINE CROSSING WATER LINE
A. Where a new sewer line crosses a waterline, the wastewater line shall be
embedded in cement -stabilized sand for the total length of one (1) pipe segment
plus twelve (12) inches beyond the joint on each end as shown on the drawings.
3.39 PIPE JOINT CONSTRUCTION
A. Join gravity -flow, non -pressure, drainage piping according to the following:
a. Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for
elastomeric-seal joints or ASTM D 3034 for elastomeric-gasket joints.
3.40 MANHOLE INSTALLATION
R. General: Install manholes complete with appurtenances and accessories
indicated.
S. Install pre -cast concrete manhole sections with sealants according to ASTM C
891.
T. Install PE sheeting on earth where cast -in -place concrete manholes are to be
built.
U. Form continuous concrete channels and benches between inlets and outlet.
V. Set tops of frames and covers flush with finished surface of manholes that occur
in pavements. Set tops three (3) inches above finished surface elsewhere, unless
otherwise indicated.
W. Install manhole cover inserts in frame and immediately below cover.
3.41 CONCRETE PLACEMENT
N. Place cast -in -place concrete according to Section 03300 — Cast -in -Place
Concrete.
3.42 CLOSING ABANDONED SANITARY SEWER SYSTEMS
C. Plug and abandon in place existing sewer line as shown on plans.
3.43 IDENTIFICATION
E. Materials and their installation are specified in Division 2 Section — Earthwork.
Arrange for installation of green warning tapes directly over piping and at outside
edges of underground manholes.
a. Use detectable warning tape over nonferrous piping and over edges of
underground manholes.
3.44 FIELD QUALITY CONTROL
A. Inspect interior of piping to determine whether line displacement or other
damage has occurred. Inspect after approximately 24 inches of backfill is in
place, and again at completion of Project.
a. Submit separate report for each system inspection.
b. Defects requiring correction include the following:
i. Alignment: Less than full diameter of inside of pipe is visible
between structures.
ii. Deflection: Pipe deflection exceeding 5% shall be replaced by the
Contractor.
iii. Crushed, broken, cracked, or otherwise damaged piping.
iv. Infiltration: Water leakage into pipe.
v. Exfiltration: Water leakage from or around piping.
c. Replace defective piping using new materials, and repeat inspections until
defects are within allowances specified.
d. Reinspect and repeat procedure until results are satisfactory.
B. Test new piping systems and manholes in accordance with Section 02533 —
Acceptance Testing for Sewers.
a. Do not enclose, cover, or put into service before inspection and approval.
b. Test completed piping systems according to requirements of authorities
having jurisdiction.
c. Schedule tests and inspections by authorities having jurisdiction with at least
24 hours advance notice.
d. Submit separate report for each test.
e. Manholes: Perform hydraulic test according to ASTM C 969.
C. Leaks and loss in test pressure constitute defects that must be repaired.
D. Replace leaking piping using new materials, and repeat testing until leakage is
within allowances specified.
3.45 CLEANING
A. Clean interior of piping of dirt and superfluous material.
END OF SECTION
SECTION 02533
ACCEPTANCE TESTING FOR SEWERS
PART 1 — GENERAL
1.66 SECTION INCLUDES
0. Acceptance testing of sewers (sanitary) including:
a. Visual inspection of sewer pipes.
b. Leakage testing of sewer pipes.
c. Leakage testing of manholes.
d. Deflection testing.
1.67 REFERENCES
W. ASTM C 828 — Low -Pressure Air Test of Sewer Lines.
X. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the
Negative Air Pressure (Vacuum) Test.
Y. ASTM F 1417 — Standard Test Method for Installation Acceptance of Plastic
Gravity Sewer Lines Using Low -Pressure Air.
Z. UNI B 6 — Recommended Practice for Low Pressure Air Testing of Installed
Sewer Pipe.
1.68 PERFORMANCE REQUIREMENTS
A. Perform air testing in accordance with requirements of this section and the
referenced standards in paragraph 1.2.
1.69 SUBMITTALS
NN. Conform to requirements of Section 01300 — Submittal Procedures.
00. Test Plan: Before testing begins and in adequate time to obtain approval through
the submittal process, prepare and submit a test plan for approval by the
Engineer. Include testing procedures, methods, equipment, and tentative
schedule. Obtain advance written approval for deviations from the Drawings and
Specifications.
PP. Test Reports: Submit test reports for each test on each segment of sewer.
1.70 GRAVITY SEWER QUALITY ASSURANCE
H. Repair, correct, and retest manholes or sections of pipe which fail to meet
specified requirements when tested.
1.71 SEQUENCING AND SCHEDULING
M. Perform testing after installation is complete.
N. Coordinate testing schedules with the Engineer. Perform testing under
observation of the Engineer.
PART 2 — PRODUCTS
2.13 LOW PRESSURE AIR TEST
M. Minimum Requirement for Equipment:
a. Control panel.
b. Low-pressure air supply connected to control panel.
c. Pneumatic plugs: Acceptable size for diameter of pipe to be tested; capable
of withstanding internal test pressure without leaking or requiring external
bracing.
d. Air hoses from control panel to:
i. Air supply
ii. Pneumatic plugs
iii. Sealed line for pressurizing
iv. Sealed line for monitoring internal pressure.
N. Testing Pneumatic Plugs: Place a pneumatic plug in each end of a length of pipe
on the ground. Pressurize plugs to 25 psig; then pressurize sealed pipe to 5 psig.
Plugs are acceptable if they remain in place against the test pressure without
external aids.
2.14 GROUND WATER DETERMINATION
G. Equipment: Pipe probe or small diameter casing for ground water elevation
determination.
2.15 DEFLECTION TESTING
E. Go — No Go Device (mandrel) 1.5 pipe diameter in length per the City of
Lubbock specifications.
PART 3 — EXECUTION
3.46 PREPARATION
P. Notify the Owner's Representative a minimum of 24 hours prior to conducting
any testing.
Q. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose,
pressure meters, pipe probe, calibrated weirs, or any other device necessary for
proper testing and inspection.
R. The selection of test methods and pressures for storm sewers shall be determined
based on ground water elevation. Determine ground water elevation using
equipment and procedures conforming to Section 02240 — Dewatering. If no
ground water control is required for pipe installation, then ground water will not
be considered a factor.
S. Components to be tested will be thoroughly cleaned to remove debris, gravel,
grit, dirt or other foreign material prior to performing any tests.
T. The Engineer will approve equipment used for testing. The Contractor at no
expense to the Owner will replace testing equipment rejected by the Engineer.
U. The Contractor is responsible for all costs associated with testing.
3.47 LEAKAGE TESTING FOR GRAVITY SEWERS
X. Test Options:
a. Test gravity sewer pipes for leakage by low pressure air testing.
b. Test new manholes with water or low pressure air. Manholes tested with low
pressure air shall undergo a physical inspection prior to testing.
c. Leakage testing shall be performed after backfilling of a line segment.
d. If no installed piezometers or monitoring well is within 2,000 feet of the
sewer segment, the Contractor shall provide a temporary piezometers or
monitoring well for this purpose. If no groundwater is encountered during
pipe installation, then this requirement will be waived.
Y. Compensating for Ground Water Pressure:
a. Where ground water exists, install a pipe nipple at the same time sewer line
is placed. Use a''/z inch capped pipe nipple approximately ten (10) inches
long. Make the installation through manhole wall on top of the sewer line
where line enters manhole.
b. Immediately before performing line acceptance test, remove cap, clear pipe
nipple with air pressure, and connect a clear plastic tube to nipple. Support
tube vertically and allow water to rise in the tube. After water stops rising,
measure height in feet of water over invert of the pipe. Divide this height by
2.31 feet/psi to determine the ground water pressure to be used in line testing.
Z. Low Air Pressure Test: When using this test conform to ASTM C 924, ASTM C
1103, or ASTM F 1417, as applicable.
a. For ten (10) inch and eight (8) inch diameter pipe:
i. Determine ground water level.
ii. Plug both ends of pipe.
iii. Pressurize pipe to 4.0 psig. Increase pressure 1.0 psi for each 2.31
feet of ground water over highest point in system. Allow pressure to
stabilize for two (2) to four (4) minutes. Adjust pressure to start at
3.5 psig (plus adjustment for ground water level).
iv. To determine air loss, measure the time interval for pressure to drop
to 2.5 psig. The time must exceed that calculated in Section 3.3.A.a.
AA. The test may be stopped at the discretion of the Engineer and considered
successful if zero pressure loss is observed in the first 25 percent of the
calculated total test time.
BB. Retest: Any section of pipe which fails to meet requirements shall be repaired
and retested.
3.48 TEST CRITERIA
X. Low Pressure Air Test:
a. Time Allowed for Pressure Loss From 3.5 psig to 2.5 psig, at the end of this
Section, are based on the equation:
T = 0.0850(D)(K)/(Q)
where:
T = time for pressure to drop 1.0 pounds per square inch gauge in seconds
K = 0.000419 DL, but not less than 1.0
D = average inside diameter in inches
L = length of line of same pipe size in feet
Q = rate of loss, 0.0015 ft3/minute/square foot internal surface
3.49 DELFECTION TESTING
O. Test each pipe segment for maximum deflection in accordance with the
requirements of the TCEQ Chapter 317 .2(a)( 4)(C) by passing a manually pulled
mandrel through the pipe segment.
P. Test pipe after it has been installed and completely backfilled to finished grade
for a minimum of 30 days.
Q. Test will be considered successful if the mandrel passes the through the pipe
segment unhindered.
R. The Contractor must repair any pipe segment that does not pass the mandrel test
as necessary such that it will pass the mandrel test. Any expense for such repairs
are at the sole expense of the Contractor.
S. Use a mandrel that has a diameter on no less than ninety-five (95) percent of the
inside diameter of the pipe.
T. Mandrel will be provided by the Contractor and will be design to withstand a
pressure of 200 psi without being deformed.
U. The mandrel will have an odd number of legs and have at least nine legs. The
barrel section of the mandrel will have a length of at least seventy-five (75)
percent of the inside diameter of the pipe.
3.50 LEAKAGE TESTING FOR MANHOLES
A. Test each manhole independently of the pipe using a negative pressure test in
accordance with the latest version of ASTM C 924. A negative pressure of ten
(10) inches of mercury (Hg) will be applied to the manhole.
B. Test will be considered successful if there is less than one (1) inch of mercury
(Hg) vacuum loss over the specified test time period.
C. The testing period is five (5) seconds for each two (2) feet of manhole depth for
forty-eight (48) inch diameter manholes.
3.51 ADJUSTMENT AND CLEANING
A. Contractor will return areas disturbed by the Work to the conditions existing
prior to commencement of the work. l
a. Contractor will grade disturbed areas to the preexisting grade.
b. The Engineer will determine if adequate adjustments and cleaning have been
performed.
c. The Contractor will leave the construction site clean, neat, and free of s
construction debris. 1_
d. Areas that have established turf will have sod placed in the excavated areas.
e. Paved areas will have pavement replaced in accordance with the City of
Lubbock Street Engineering Standard Paving Specifications.
END OF SECTION
SECTION 02665
WATER WORKS PIPING, VALVES, AND FITTINGS
PART 1— GENERAL
1.72 WORK INCLUDED
P. This section of the specifications covers all water piping, valves, and fittings
required for the project. The term piping as used herein shall include all piping,
valves, fittings, and accessories as shown on the plans and/or as specified herein.
1.73 RELATED SECTIONS
A. Drawings and General Provisions of the Contract, including General and Special
Conditions and other Division 1 specification sections apply to this section.
B. Section 01400 — Quality Requirements
C. Section 01555 — Barricades, Signs, and Traffic Handling
D. Section 02320 — Utility Backfill Materials
1.74 MATERIAL SCHEDULE
AA. 6", 8" and 10" lines shall be AWWA C 900 Class 150 (DR 18). 12" lines as
specified on plans for material Class 150 and AWWA C 900 (DR 18). 24" line
Class 1-50 or AWWA C905 (DR 25)
BB. Ductile Iron Fittings (AWWA C 153)
CC. Tapping Sleeve (ductile iron or stainless steel)
DD. Gate Valves
EE. Valve Boxes
FF. Fire Hydrants (AWWA C 502)
GG. Mechanical Joint Restraints
1.75 SUBMITTALS
A. Submit all manufacturers' data for all pipe and fittings including all pipe
thickness class calculations, steel casing, and casing spacers.
B. Submit affidavits of compliance with appropriate standards.
C. Submit product warranties.
D. Submit manufacturer's installation instructions.
E. Submit manufacturer's loading, unloading, and storage requirements.
F. Submit product information for pipe identification tape.
G. Submit concrete mix design for concrete thrust blocking.
1.76 REFERENCES
A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for
Water.
B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for
Water.
C. AWWA C I I I — Rubber Gasket Joints for Ductile Iron Pressure Pipe and
Fittings.
D. AWWA C 104 — Rubber Seated Butterfly Valves.
E. AWWA 509 — Resilient Seated Gate Valves for Water Supply.
F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 4 inch through 12 inch, for water distribution.
G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 14 inch through 48 inch, for water transmission and distribution.
H. AWWA C 301 — Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for
Water and other Liquids.
I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type
J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger
K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating
for Steel Water Pipe - 4 in. and Larger -Shop Applied
L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe
M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service,
4" - 144"
N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe
Fittings
O. ANSI/AWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior
of Special Sections, Connections, and Fittings for Steel Water Pipelines
P. ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the
Interior and Exterior of Steel Water Pipelines
Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of
Steel Water Pipelines
R. ANSI/AWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefin
Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel
Water Pipelines
S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel
Water Pipelines and Fittings
T. ANSI/AWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End
Pipe
U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and
Exterior of Steel Water Pipelines and Fittings
V. AWWA M-11 Steel Pipe - A guide for Design and Installation
W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High -
Temperature Service.
X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc
Coated Welded and Seamless
Y. ASTM E 165 Method for Liquid Penetrant Examination
Z. ASTM E 709 Guide for Magnetic Particle Examination
AA. ASME Section V Nondestructive Testing Examination
BB. ASME Section IX Welding and Brazing Qualification.
CC. AWS B2.1 Standard for Welding Procedure and Welding Qualifications.
PART 2 — PRODUCTS
2.1 GENERAL
A. All pipe, fittings, and valves shall be new and of the best quality in material and
workmanship.
B. All pipe, fittings, and valves shall conform to American National Standards
Institute/National Sanitation Foundation (ANSI/NSF) Standard 61.
C. In areas where natural gas lines exist, and are cathodically protected by means of
impressed current, only electrically non-conductive pipe shall be allowed.
2.2 POLYVINYL CHLORIDE (PVC) PIPE
O. PVC pipe 10 inches and smaller shall be AWWA C-900, Class 150 (DR-18).
P. PVC pipe 12 inches shall be AWWA C-900, Class 200 (DR-14)
Q. PVC pipe 14 inches and larger shall be AWWA C-905, Class 200 (DR-21). The
outside diameter of the PVC pipe shall be cast iron equivalent.
R. PVC pipe shall be formed with an integral ball and shall be joined using a
gasketed bell and spigot joint. Spigot ends shall be beveled and reference
marked to facilitate joining and insure proper seating depth. Gaskets shall
conform to ASTM F 477. The nominal joint length shall be twenty (20) feet.
S. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA
standards including nominal size, dimension, ratio, AWWA pressure class,
manufacturer's name and code, and seal of testing agency that verified the
suitability of the pipe material for potable water.
T. Pipe shall meet all additional test requirements as described in AWWA C-900 or
C-905, as applicable.
U. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for
use in the transportation of potable water and shall bear the NSF seal of approval.
2.3 DUCTILE IRON PIPE
A. Ductile Iron pipe 12" shall be Class 200.
B. Ductile iron pipe to be furnished shall conform to the following standard
specifications or latest revisions:
ANSI/AWWA C150/A21.50-81
ANSI/AWWA C104/A21.4-80
ANSI/AWWA C151/A21.4-80
C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80
(ANSI A21.4) specifications. The external surface shall be coated with an
asphalt base paint.
D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type,
except where connecting flanged fittings, and shall otherwise conform to the base
specifications to which the pipe is manufactured. The joint shall be 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 C11-72 (ANSI A21.11) or its latest
revision.
2.4 CONCRETE CYLINDER PIPE
A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in
accordance with the latest revision of AWWA C-301.
B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in
accordance with the latest revision of AWWAS C303-78
C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i.
longitudinally and helically.
D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed
with a continuous ring rubber gasket meeting standards specified in AWWA
C303-78.
E. A Portland cement mortar shall be used to fill the annular space both inside and
outside of joints in the pretensioned concrete cylinder pipe. Portland cement
used in the mortar shall conform to "Standard Specifications and Test for
Portland Cement" A.S.T.M. serial designations C150 and C77. Sand for the
mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate. The
exterior joints on pretensioned concrete cylinder pipe shall be poured with a
heavy duty diaper. The width of the diaper shall be nine inches. The band shall
be provided with 3/8 inch x 0.20 steel straps on each side.
2.5 PIPE FITTINGS
H. General: Pipe fittings shall be of a type and design especially suitable for use
with the type of piping with which they are installed. Pressure rating of fittings
shall not be less than that of the pipe. All ductile iron fittings shall have an
external bituminous coating and shall be cement lined in accordance with
AWWA C 104.
1. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless
otherwise specified or shown on the Drawings.
J. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C153 110.
Fittings shall be mechanical joint or push -on joint unless otherwise specified or
shown on the Drawings. All fittings shall have a pressure rating equal to that of
the pipe with which they are used but in no case less than 150 psi.
a. Unless otherwise indicated, all ductile iron fittings shall have an external
bituminous coating and shall be cement -lined in accordance with the
specifications for coating and lining the pipe.
b. All ductile iron fittings shall be cast from the same quality of metal used in
casting ductile iron pipe and shall be subjected to the same test requirements.
Marking and weighing shall be as required for ductile iron pipe.
c. Where flanged fittings are used, the flanges shall be of the same material as
the fitting. Where bell or mechanical joint fittings are used, the bells shall be
cast integrally with the fitting. Screwed -on bells will not be acceptable.
2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS
A. Flanged coupling adapters and flexible couplings shall be provided at the
locations shown on the Drawings and at other locations required for installation
of the piping system. Flanged coupling adapters will be provided with anchoring
studs to provide thrust restraint. Epoxy coated sheet construction shall be used
for all couplings. All bolts, nuts, and washers shall be stainless steel.
2.7 PIPE JOINTS
a. Push -on Joints — Push -on joints shall be as specified in AWWA Standard
C111.
b. Mechanical Joints —Mechanical joints shall be as specified in AWWA
Standard C 111.
2.8 STEEL CASING
A. Steel casing shall be new welded steel pipe with minimum yield strength of
35,000 psi meeting ASTM A36. The exterior of the casing pipe shall have a
bituminous coating. Casing wall thickness for installation shall be in accordance
with the following:
Location
Diameter
Min. Wall Thickness
Highway and Street
Crossings
24" and smaller
0.2500"
26" or larger
0.3125"
Railroad Crossings
18" and smaller
0.2500"
20" thru 26"
0.3750"
28" and lar er
0.5000"
B. Casing spacers shall be used to install carrier pipe inside the encasement pipe.
To provide support around the periphery of the pipe should the pipe twist as it is
pushed through the casing. The spacers shall be of a projection type that has a
minimum number of projections around the circumference totaling the number of
diameter inches. For example, eight (8) inch pipe shall have a minimum of eight
(8) projections and eighteen (18) inch pipe shall have a minimum of eighteen
(18) projections.
C. Casing spacers shall use double backed tape, provided with the spacers, to fasten
tightly onto the carrier pipe so that the spacers do not move during installation.
Installation instructions shall be provided with each shipment. Casing spacers
shall have a span of ten (10) feet to six (6) feet dependent on the total load
anticipated with the pipe full of liquid. The maximum load shall not exceed the
load limits per spacer listed in the brochure. These values in the brochure
include conservative safety factors for class spacer used. Spacers shall have
minimum height that clears the pipe bell or as otherwise indicated on plans.
D. Casing spacers shall be projection type totally non-metallic spacers constructed
of preformed sections of high -density polyethylene. Spacers shall be ISO 9002
certified for strength and quality.
E. Manufacturer: Projection type spacers shall be Raci type spacers, or approved
equal by the Engineer, along with wrap around end seal made of 1/8" think
rubber with stainless steel bands.
2.9 VALVES
A. General: Valves that are twelve (12) inches and smaller shall be gate valves
unless otherwise noted on the plans or specified herein. All valves shall be
designed for a working pressure of at least 150 psi unless otherwise noted.
B. Gate Valves:
a. All gate valves shall be resilient seat or double disk parallel seat, iron body;
bronze mounted throughout and shall meet all requirements of AWWA C
509.
b. The valves shall be of the type of joint used in the piping.
c. All valves shall open by turning to the left, and unless otherwise specified,
shall have non -rising stem when buried and outside screw and yoke when
exposed, and be furnished with a two (2) inch operating nut when valves are
buried and shall be furnished with hand wheels when exposed.
d. Gate valves shall be furnished with O-ring stem packing.
e. All gate valves shall be designed to withstand a working pressure of 200 psi
unless otherwise noted.
f. Gate valves shall be Mueller, M&H, Darling, or Clow.
g. All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be
clean and sound without defects that will impair their service. No plugging
or welding of such defects will be allowed.
h. Bolts shall be electro-zinc plated steel with hex heads and hex nuts in
accordance with ASTM A307 and A563, respectively.
i. All parts for valves furnished must be standard and completely
interchangeable with valves of the same brand. Successful bidder to furnish
to the Owner, upon request, a letter stating the type of valves to be installed 1
and a letter from the manufacturer stating that the parts are standard and
interchangeable.
C. Valve Boxes and Extension Stems:
a. Extension stems shall be furnished on buried valves where the top of the
operating nut is more than thirty-six (36) inches below finished grade. Top
of the extension stem shall not be more than nine (9) inches below the top of
the valve box.
b. Buried valves shall be provided with cast iron valve boxes. The boxes shall -
be designed to fit over a section of six (6) inch C 900 PVC riser pipe, which
will be used, as an extension from the top of the valve to within eight (8)
inches of the ground surface. The box shall have a heavy cast iron cover
marked "Water". The box shall have a flange type base, with the base being
approximately four (4) inches larger in diameter than the outside diameter of
the barrel of the box. The necessary length of the six (6) inch C 900 PVC
riser pipe required for the extension shall be considered as a part of the box.
Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal.
2.10 HYDRA -STOP
A. HYDRA -STOPS will be installed on each end of the 24' line in order to plug and seal
the existing 24" crossing. Installation and specifications shall meet the requirements of
the manufacturer.
2.11 FIRE HYDRANTS
A. Hydrants shall be:
a. Clow Medallion.
b. American Darling Model B-84-13.
c. Dresser 129-09
d. Mueller Centurion
e. Approved equal.
B. Hydrants shall meet AWWA C-502
C. Hydrants shall have an iron body, bronze mounted throughout and be designed
for working pressure of 150 psi.
D. Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-
1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle.
E. The hydrant shall be for a 6-inch main.
2.12 POLYETHYLENE WRAP
A. All buried valves and fittings shall be thoroughly wrapped prior to installation
with a polyethylene material meeting the requirements of ASTM D 1248. The
polyethylene material shall have a minimum thickness of eight (8) mils. The
wrap shall be secured by two (2) inch duct tape.
2.13 JOINT RESTRAINTS
A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal.
B. Must meet all pressure testing requirements of ASTM F-1674.
C. Materials must meet requirements of ASTM A-536.
D. Install per manufacturer's recommendations.
2.14 CONCRETE
A. Concrete may be used for blocking the pipe and fittings and shall conform to the
concrete specifications, as set forth in the Section 03300 Cast -in -Place Concrete,
except a minimum compressive strength of 2,800 psi will be acceptable.
PART 3 — EXECUTION
3.52 GENERAL
V. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for
defects and for leakage, and disinfected in the manner herein specified.
3.53 INSPECTION
CC. The pipe, fittings, and accessories shall be inspected upon delivery and during the
progress of the Work and any material found to be defective will be rejected by
the Engineer, and the Contractor shall remove such defective material from the
site of the Work.
3.54 RESPONSIBILITY FOR MATERIALS
Y. The Contractor shall be responsible for all material furnished and shall replace, at
the Contractor's expense, all such material that is found to be defective in
manufacture or has become damaged in handling after delivery.
3.55 HANDLING PIPE AND ACCESSORIES
V. All pipe, fittings, and other accessories shall, unless otherwise directed, be
unloaded at the point of delivery, hauled to and distributed at the site of the Work
by the Contractor. In loading and unloading, they shall be lifted by hoists or slid,
or rolled on skidways in such a manner as to avoid shock or damage to the
1 _,
materials. Under no circumstances shall they be dropped. Pipe handled on
skyways must not be skidded or rolled against pipe already on the ground.
W. The pipe, fittings, and accessories shall be placed along the site in such a manner
as to be kept as free as possible from dirt, sand, mud, and other foreign matter.
3.56 ALIGNMENT AND GRADE
D. All pipe shall be laid and maintained to the lines and grades shown on the plans
or as established on the ground by the Engineer.
E. The Contractor shall verify horizontal and vertical locations of items critical to
the alignment and grade of the proposed water line. Confirm compliance with
the Drawings and Specifications.
F. Wherever it is necessary to deflect pipe from a straight line either in a vertical or
horizontal plane to avoid obstructions, to plumb valves, or where vertical or
horizontal curves are shown or permitted, the degree of deflection at each joint
shall not exceed the maximum deflection noted on the Drawings.
3.57 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH
F. After the trench grade has been completed, all bell holes dug and the grade
inspected, the pipes and accessories may be placed in the trench. All pipe and
fittings shall be carefully lowered into the trench piece by piece by means of
derricks, ropes, or other suitable tools or equipment, in such a manner so as to
prevent damage to the material in any way. Under no circumstances shall pipe or
accessories be dropped or dumped into the trench.
3.58 CLEANING AND INSPECTING
J. Before lowering into the trench, the pipe shall be again inspected for defects and
the pipe, while suspended, shall be lightly hammered to detect cracks. Any
defective, damaged, or unsound pipe and materials shall be rejected.
K. All foreign matter or dirt shall be removed from the inside of the pipe and from
all bells, spigots, or parts of the pipe used in forming the joint, before the pipe is
lowered into the trench, and it shall be kept clean by approved means during and
after laying.
L. At a time when pipe laying is not in progress, the open ends of the pipe shall be
closed by approved means, and no trench water shall be allowed to enter the pipe.
3.59 LAYING AND JOINTING PVC PIPE
D. General: Unless otherwise directed, pipe shall be laid with bells facing in
direction of laying; and for lines on appreciable slopes, bells shall, at the
discretion of the Engineer, face up grade.
E. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and
workmanlike manner without damage to the pipe or the cement lining.
F. The jointing shall be completed for all pipe laid each day, in order not to leave
open joints in the trench overnight. At times when pipe laying is not in progress,
the open ends of the pipe shall be closed by approved means, and not trench
water shall be permitted to enter the pipe.
G. No pipe shall be laid in water, or when the trench conditions or weather are
unsuitable for such work, except by permission of the Engineer.
H. Before laying the pipes, all lumps, blisters, and excess coating shall be removed
from the bell and spigot ends of each pipe; the outside of the spigot and the inside
of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be
kept clean until joints are made.
1. Defective joints shall be repaired as directed by the Engineer.
J. Mechanical Joint Piping: The last eight (8) inches outside of the spigot and
inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove
oil, grit, excess coating, and other foreign matter from the joint, and then painted
with lubricant recommended by the pipe manufacturer. The cast iron gland shall
then be slipped on the spigot end of the pipe with the lip extension of the gland
toward the socket or bell end. The rubber gasket shall be painted with lubricant
recommended by the pipe manufacturer and placed on the spigot end with the
thick edge toward the gland.
a. The entire section of the pipe shall be pushed forward to seat the spigot end
in the bell. The gasket shall then be pressed into place within the bell; care
shall be taken to locate the gasket evenly around the entire joint. The gland
shall be moved along the pipe into position for bolting, all of the bolts
inserted, and the nuts screwed up tightly with the fingers. All nuts shall be
tightened with a suitable torque limiting wrench.
b. Nuts spaced 180 degrees apart shall be tightened alternately in order to
produce an equal pressure on all parts of the gland.
K. If water gets in the trench before the joint is completed, or if the pipe is disturbed
from line and grade after being laid, the pipe shall be taken up, the joints cleaned
and the pipe re-laid.
L. Immediately after completion of the jointing, sufficient bedding and backfill
material shall be placed around and over the pipe to hold the pipe to line and
grade.
M. Premoulded joints shall be made in accordance with the recommendations of the
manufacturer of the pipe. The surfaces of the jointing material on both the bell
and spigot at each joint shall be wiped with the solvent recommended by the pipe
manufacturer. The spigot shall then be firmly forced into the bell using a bar or
other similar lever and a block of wood to prevent damage to the pipe.
3.60 PLUGGING DEAD ENDS
A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or
crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe
or fittings in the same manner used in jointing the pipe. All plugs and caps shall
have horizontal thrust blocks.
3.61 FITTINGS
B. Fittings shall be set at the locations shown on the plans or at locations as
established by the Engineer, and shall be set and jointed to the pipe in the manner
heretofore specified for pipe installations. Concrete blocking shall be provided
for all buried fittings.
3.62 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS, AND FITTINGS
A. General: Valves and fittings shall be set at the locations shown on the Drawings
and shall be set and jointed to the pipe in the manner heretofore specified for pipe
installations. All valves shall be hub end as required and all valves buried in the
ground shall have a cast iron or precast concrete valve box set over the valve.
All valves shall be set vertical, unless otherwise specified, and shall be
thoroughly checked for operation prior to installation. After pressure has been
applied to the line, stuffing boxes shall be checked for operation prior to
installation. After pressure has been applied to the line, stuffing boxes shall be
checked and tightened if necessary.
B. Valve Boxes: Valve boxes shall be firmly supported and maintained centered
and plumb over the wrench nut of the valve, with the box cover flush with the
surface of the ground or at such a level as directed by the Engineer. All valve
boxes under pavement shall be adjusted to finished pavement grades.
C. Fire Hydrants: Fire hydrants shall be located at the points shown on the
Drawings. All fire hydrants shall be set plumb, to the grade established on the
Drawing, and with the steamer nozzle at right angles to the street.
a. The hydrants shall be supported in such a manner as not to cause a strain on
the fire hydrant lead or branch. The bowl of the hydrant shall be well braced
against unexcavated earth at the end of the trench with concrete blocking.
The concrete blocking shall be placed so as not to interfere with the hydrant
drains and so that the joints of the flanges are accessible.
b. Blocking of gate valves on fire hydrants leads shall be with concrete as
shown on the Drawings.
c. The hydrants shall be thoroughly cleaned of dirt or foreign matter and
checked for operation prior to installation. Drain holes shall not be blocked
or sealed.
d. Fire hydrants shall be installed and maintained so that the center of the
lowest water outlet shall be eighteen (18) inches from the ground.
e. Fire hydrants shall be installed with the four (4) inch nozzle facing the
required access way.
3.63 THRUST RESTRAINT
A. All fittings, valves and fire hydrants, unless otherwise specified, shall be
provided with suitably restrained joints per the manufacturer's recommendation.
B. Restrained Joints: restrained push -on or mechanical joints, mechanical joint
anchoring fittings, and mechanical joints utilizing setscrew ductile iron retainer
glands shall be used in lieu of concrete thrust blocking. Thrust blocking will be
allowed under only under special circumstances as approved by the Engineer.
3.64 EXCAVATION, TRENCHING, AND BACKFILLING
A. Backfill of Excavations.
a. Backfill and compaction shall be performed in
accordance of COL Ordinance 2007-00122.
Backfill around pipe with specified granular bedding
material that is free of large rocks, topsoil, debris or
other unacceptable material.
b. The backfill around the pipe shall be shovel sliced
around the haunch of the pipe and mechanically
compacted or hand tamped to a point 12 inches above
the top of the pipe
C. Backfill from 12 inches above the pipe to the finished
grade will be as follows:
i. For unpaved areas, use excavated material that is
free of large rocks, debris or other material
determined unsuitable by the Owner's
Representative. Backfill shall be placed in
maximum six (6) inch lifts and compacted to
95% Standard Proctor Density at +/- 2%
optimum moisture content. Each lift shall be
tested at a maximum of 500 feet intervals
according to ASTM designation D-698. These
tests shall be performed by a reputable
contractor specializing in geotechnical work and
will be at the successful bidder's expense.
Copies of these tests shall be provided to the
Owners Representative. The City of Lubbock
will perform random spot testing at no expense
to the contractor.
ii. For paved areas, place Cement Stabilized
Backfill (CSB) meeting City of Lubbock
Standards under the bottom of the pavement in a
minimum of thickness of 12". The backfill from
12-inches above the top of pipe to the CSB shall
be in placed in maximum 6 inch lifts and
compacted to 95% Standard Proctor Density.
Each lift shall be tested at a maximum of 500
feet intervals according to ASTM designation D-
698. These tests shall be performed by a
reputable contractor specializing in geotechnicai
work and will be at the successful bidders
expense. Copies of these tests shall be provided
to the Owners Representative. The City of
Lubbock will perform random spot testing at no
expense to the contractor.
3.65 LINE TESTING
A. After the pipe is laid and the joints completed, each section or run of piping, shall
be tested as specified herein. The Contractor shall bear all costs of providing all
equipment, materials, labor, and other incidentals required to test pipe lines as
specified herein. The Contractor shall provide suitable means for filling the lines
and developing the required pressure in the lines. Testing procedure shall be as
follows:
a. Duration — The duration of the hydrostatic test shall be a minimum of four
(4) hours.
b. Pressure — The pipeline shall be tested so that the pressure at the lowest point
in the test section is at least 100 percent, but not greater than 120 percent of
the pressure class of the pipe, and the minimum pressure at the highest point
in the test section is not less than 85 percent of the pressure class of the pipe.
c. Allowable Leakage —The maximum allowable leakage for push -on joints is
the number of gallons per hour as determined by the following formula(s):
PVC: Ductile Iron:
L = ND(P)L = SD(P)
7,400 133,200
where:
L = allowable leakage in gallons per hour
N = number of joints in length of pipe tested
S = length of pipe
D = nominal diameter of the pipe in inches
P = average of the maximum and minimum pressures within the
test section in psi
d. Any leakage which becomes evident prior to final acceptance of the project
shall be found and repaired to the satisfaction of the Engineer even though
the particular line has been previously accepted and tested.
3.66 DISINFECTION OF PIPE LINES
A. The Contractor shall furnish all labor, equipment, and materials necessary for the
disinfection of all pipe lines, which shall be disinfected before being placed in
service. The lines shall be disinfected by the application of a chlorinating agent
in accordance with the requirements of AWWA C 651, include the placement of
hypochlorite granules in the pipe during construction.
B. The Contractor shall notify the Engineer 48 hours in advance of disinfection so
that the Engineer or Owner's Representative may witness the disinfection
activities.
C. Quality Assurance:
a. Bacteriological sampling and test will be performed in accordance with the
latest requirements of Standard Methods for the Examination of Water and
Wastewater.
b. The City of Lubbock laboratory will be used for bacteriological testing.
D. Chemicals:
a. Acceptable disinfectants are liquid and solid forms of hypochlorites. Liquid
chlorine gas is not acceptable.
b. Acceptable chemicals for neutralizing chlorinated water are liquid and solid
forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate.
c. The water being used to fill the line shall be controlled to flow into the
section to be sterilized very slowly, and the rate of application of the
chlorinating agent shall be proportioned at least fifty (50) parts per million in
the water entering the pipe.
E. Temporary Facilities:
a. Provide temporary taps or blowoffs as required. As a minimum, use a two
(2) inch diameter steel pipe and fittings with isolation valves and sampling
taps.
4
_ J
b. Water used for the initial flushing as well as the final chlorination shall be
introduced into the pipeline through a corporation stop or other approved
connection inserted in the horizontal axis of the newly laid pipe.
c. No connection to the existing distribution system is allowed until the pipeline
has passed all bacteriological testing.
F. Final Flushing:
a. Flush the water system of the highly chlorinated water within twenty-four
(24) hours of initial chlorination.
b. Flush water in a location and manner approved by the Engineer.
c. Neutralize the highly chlorinated water to a maximum free chlorine residual
of 1.0 mg/L.
G. Sampling and Analysis:
a. Collect bacteriological samples at intervals no more than 1000 feet and one
(1) sample from each end of the pipeline in the presence of the Engineer or
Owner's representative.
b. The Owner's representative or the Engineer shall deliver the samples to the
City of Lubbock Health Department or the City of Lubbock Water Treatment
Laboratory for analysis.
c Collect samples after the initial disinfection and after the facilities have been
filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L
has been detected.
H. Acceptance:
a. Facilities will be considered properly disinfected when two (2) consecutive
sets of acceptable bacteriological samples, taken at least twenty-four (24)
hours apart, have indicated the absence of coliform organisms.
b. After acceptance by the Engineer, remove all temporary facilities and
properly plug test taps. The pipeline may then be connected to the City of
Lubbock water distribution system.
3.15 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING
A. Installation of the casing pipe sleeves shall be accomplished by boring as
specified herein. Equipment used shall be such size and capacity as to allow the
placement of the casing to proceed in a safe and expeditious manner. Installation
of the casing and the excavation and removal of the materials within the casing
shall proceed simultaneously.
B. The boring shall proceed from a pit provided for the boring equipment and
workers. Excavation and location of the pit shall be approved by the Engineer
and County as appropriate. Boring without the concurrent installation of the
casing pipe will not be permitted. The use of water or other fluids in connection
with the boring operation will be permitted only to the extent of lubricating
cuttings. Jetting will not be permitted. Overcutting in excess of one (1) inch
shall be remedied by concrete pressure grouting the entire length of the
installation. All casing pipe joints shall be welded. Care shall be taken to keep
the pipe sleeve on the proper line and grade.
C. After the casing pipe has been jacked and bored and is accepted by the Engineer,
the pipe shall be shoved through the casing. The pipe shall be pushed or pulled
through the casing by exerting pressure on the barrel of the pipe and not on the
bell, and shall be done in such a manner that the joint is always in compression
during the shoving operation.
3.16 PIPE IDENTIFIERS
A. Marking Tape: All pipes installed in an open trench will be identified with the
appropriate color and description of three (3) inch wide pipe identification tape.
Install the tape parallel to the pipe it identifies at a distance above the pipe of
twelve (12) to eighteen (18) inches. Above non-metallic (PVC) pipe material,
install a tape detectable with a metal detector from the top of finished grade.
Install detectable tape as deep as it can be detected but no closer to the non-
metallic pipe than twelve (12) inches.
3.67 CLEANUP
A. The backfill shall be rounded up over the trench sufficiently to allow for future
settlement and any excess dirt shall be removed from the site.
B. The Contractor shall maintain the trench surfaces in a satisfactory manner until
final completion and acceptance of the Work. The maintenance shall include
blading from time to time as necessary, filling depressions caused by settlement,
and other work required to keep areas in a presentable condition.
END OF SECTION
t
c
PART 1— GENERAL
SECTION 02741
HOT -MIX ASPHALT PAVING
1.77 RELATED DOCUMENTS
Q. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division I Specification Sections, apply to this
Section.
R. Section 01400 — Quality Requirements
1.78 SUMMARY
HH. This Section includes the following:
a. Hot -mix asphalt paving.
b. Hot -mix asphalt patching.
c. Asphalt surface treatments.
t ' d. Pavement -marking paint.
e. Cold milling of existing hot -mix asphalt pavement.
1.79 DEFINITIONS
A. Hot -mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of
terms.
B. TxDOT: Texas Department of Transportation "Standard Specifications for
Construction and Maintenance of Highways, Streets, and Bridges", 2004.
1.80 REFERENCES
A.
B.
C.
D:
F.
G.
H.
AASHTO T 102 — Spot Test of Asphaltic Materials.
AASHTO T 245 — Resistance to Plastic Flow of Bituminous Mixtures Using
Marshall Apparatus.
AASHTO M 248 — Standard Specification for Ready -Mixed White and Yellow
Traffic Paints.
Al MS-2 — Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types.
Al MS-22 — Construction of Hot -Mix Asphalt Pavements.
ASTM C 29/C 29M — Unit Weight and Voids in Aggregate.
ASTM C 88 — Soundness of Aggregates by Use of Sodium Sulfate or
Magnesium Sulfate.
ASTM C 117 — Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral
Aggregates by Washing.
I. ASTM C 127 — Specific Gravity and Absorption of Coarse Aggregate.
J. ASTM C 128 — Specific Gravity and Absorption of Fine Aggregate.
K. ASTM C 131 — Resistance to Degradation of Small -Size Coarse Aggregate by
Abrasion and Impact in the Los Angeles Machine.
L. ASTM C 136 — Sieve Analysis of Fine and Coarse Aggregate.
M. ASTM C 188 — Density of Hydraulic Cement.
N. ASTM D 70 — Specific Gravity of Semi -Solid Bituminous Materials.
0. ASTM D 75 — Sampling Aggregates.
P. ASTM D 242 — Mineral Filler for Bituminous Paving Mixtures.
Q. ASTM D 546 — Sieve Analysis of Mineral Filler for Road and Paving Materials.
R. ASTM D 692 — Coarse Aggregate for Bituminous Paving Mixtures.
S. ASTM D 854 — Specific Gravity of Soils.
T. ASTM D 946 — Penetration -Graded Asphalt Cement for Use in Pavement
Construction.
U. ASTM D 979 — Sampling Bituminous Paving Mixtures.
V. ASTM D 995 — Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving
Mixtures.
W. ASTM D 1073 — Fine Aggregate for Bituminous Paving Mixtures.
X. ASTM D 1075 — Effect of Water on Cohesion of Compacted Bituminous
Mixtures.
Y. ASTM D H 88 — Bulk Specific Gravity and Density of Compacted Bituminous
Mixtures Using Paraffin -Coated Specimens.
Z. ASTM D 1559 — Resistance to Plastic Flow of Bituminous Mixtures Using
Marshall Apparatus.
AA. ASTM D 2027 — Standard Specification for Cutback Asphalt.
BB. ASTM D 2041 — Theoretical Maximum Specific Gravity and Density of
Bituminous Paving Mixtures.
CC. ASTM D 2172 — Quantitative Extraction of Bitumen from Bituminous Paving
Mixtures.
DD. ASTM D 2726 — Bulk Specific Gravity and Density of Non -Absorption
Compacted Bituminous Mixtures.
EE. ASTM D 2950 — Standard Test Method for Density of Bituminous Concrete in
Place by Nuclear Methods.
FF. ASTM D 3381 — Viscosity -Graded Asphalt Cement for Use in Pavement
Construction.
GG. ASTM D 3405 — Standard Specification for Joint Sealants, Hot Applied, for
Concrete and Asphalt Pavements.
HH. ASTM D 3549 — Standard Test Method for Thickness or Height of Compacted
Bituminous Paving Mixture Specimens.
II. TEX-126-E — Molding, Testing, and Evaluating Bituminous Black Base
Materials.
JJ. TEX-204-F — Design of Bituminous Mixtures.
KK. TEX-224-F — Determining Flakiness Index.
LL. TxDOT Item 300 — Asphalt, Oils, and Emulsions.
MM. TxDOT Item 301 — Asphalt Antistripping Agents.
NN. TxDOT Item 340 — Specification for Hot -Mix Asphaltic Concrete Pavement.
00. TxDOT Item 345 — Specification for Asphaltic Stabilized Base.
PP. TxDOT Item 662 — Work Zone Pavement Markings.
QQ. TxDOT Item 666 — Reflectorized Pavement Markings.
RR. TxDOT Item 672 — Raised Pavement Markers.
SS. City of Lubbock Specifications — City of Lubbock Street/Drainage Engineering
Standard Specifications.
1.81 SUBMITTALS
A.
Product Data:
a.
For each type of product indicated, include technical data and tested physical
and performance properties.
B.
Job Mix Designs:
a.
Submit a job -mix design, for approval prior to preparing and placing the
bituminous mixture. Design mix using procedures contained in Chapter III,
Marshall Method of Mix Design, of Al MS-2. Formulas shall indicate
physical properties of the mixes as shown by the tests made by a commercial
laboratory approved by the Engineer, using materials identical to those to be
provided on this project. Submit formulas with material samples. Job -mix
formula for each mixture shall be in effect until modified in writing by the
Contractor and approved by the Engineer. Provide a new job -mix formula
for each source change. Job mix shall be for this specific project. Job mixes
developed for other projects, although they may have similar requirements,
will be rejected without review.
C.
Qualification
Data
a.
Submit qualifications for product manufacturers.
D.
Material Test Reports
a.
Specific gravity test of asphalt
b.
Coarse aggregate tests
c.
Weight of slag test
d.
Percent of crushed pieces in gravel
e.
Fine aggregate tests
f.
Specific gravity of mineral filler
g.
Bituminous mixture tests
h.
Aggregates tests
i.
Bituminous mixture tests
j.
Aggregates tests
k.
Bituminous mix tests
1.
Pavement courses
E.
Product Submittals
a.
Pavement marking materials.
1.82 QUALITY ASSURANCE
A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing
indicated, as documented according to ASTM E 548.
B. Asphalt Paving: Comply with TxDOT Item 345 "Asphalt Stabilized Base"
(Plant Mix) unless other requirements are indicated herein, for asphalt -stabilized
base. Comply with TxDOT Item 340 "Hot Mix Asphaltic Concrete Pavement"
for hot mix wearing course unless other requirements are indicated herein.
C. Required Data
a. Job -mix formula shall show the following:
i. Source and proportions, percent by weight, of each ingredient of the
mixture.
ii. Correct gradation, the percentages passing each size sieve listed in
the specifications for the mixture to be used, for the aggregate and
mineral filler from each separate source and from each different size
to be used in the mixture and for the composite mixture.
iii. Amount of material passing the No. 200 sieve determined by dry
sieving.
iv. Number of blows of hammer compaction per side of molded
specimen.
v. Temperature viscosity relationship of the asphalt cement.
vi. Stability, flow, percent voids in mineral aggregate, percent air voids,
unit weight.
vii. Asphalt absorption by the aggregate.
viii. Effective asphalt content as percent by weight of total mix.
ix. Temperature of the mixture immediately upon completion of mixing
x. Asphalt viscosity grade and/or penetration range.
xi. Curves for the asphalt stabilized base and hot mix asphalt paving
courses.
1.83 DELIVERY, STORAGE, AND HANDLING
A. Inspect materials delivered to the site for damage and store with a minimum of
handling. Store aggregates in such a manner as to prevent segregation,
contamination, or intermixing of the different aggregate sizes.
1.84 PROJECT CONDITIONS
A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or
excessively damp or if the following conditions are not met:
a. Prime and Tack Coats: Minimum surface temperature of 60 degrees
Fahrenheit
b. Asphalt Base Course: Minimum surface temperature of 40 degrees
Fahrenheit and rising at time of placement.
c. Asphalt Surface Course: Minimum surface temperature of 60 degrees
Fahrenheit at time of placement.
1.85 MIXING PLANT
A. Provide mixing plant capable of meeting the needs of the project.
B. At no time shall the plant hinder the progress of the project.
PART 2 — PRODUCTS
2.16 MATERIALS
V. Aggregate General: Use materials and gradations that have performed
satisfactorily in previous installations.
a. Coarse Aggregate — Coarse aggregate shall conform to ASTM D 692.
i. The coarse aggregate shall be the materials retained on a No. 4 sieve,
and shall consist of clean, tough, durable fragments of crushed stone
of uniform quality. Mixing or combining of crushed gravel and
crushed stone will not be permitted. Coarse aggregate shall be
crushed to the extent that produces a minimum of fifty-five (55)
percent crushed faces for Type "C" HMAC as defined by the City of
Lubbock paving specifications when tested in accordance with
ASTM D 692.
ii. Coarse aggregate shall have a minimum loss of fifteen (15) percent
when subjected to four (4) cycles of the Magnesium Sulfate
Soundess Test ASTM C 88. The amount of organic matter, clays,
loams, or particles coated therewith, of other undesirable materials
shall not exceed two (2) percent. When subjected to the Los Angeles
Abrasion test, the coarse aggregate shall not have a loss greater than
forty (40) percent by weight.
iii. Coarse aggregate may be enhanced by the addition of crushed
concrete (Class A minimum). The crushed concrete shall be
processes and blended at the Contractor's batch plant. The material
shall be processed to remove wood, steel, and other objectionable
materials so as to produce a crushed aggregate in conformance with
these specifications.
b. Fine Aggregate — Fine aggregate shall conform to ASTM D 1073.
i. The fine aggregate shall be that part of the material passing the No. 4
sieve and shall consist of sand and/or screenings. The plasticity
index of that part of the sand passing the No. 40 sieve shall not
exceed six (6). The plasticity index of the screenings shall not
exceed nine (9).
ii. Sand shall be composed of durable stone particles free from injurious
foreign matter. Screenings shall be of the same or similar material as
specified for coarse aggregate.
c. Mineral Filler
i. Mineral filler shall conform to ASTM D 242 and consist of
thoroughly dry stone dust, Portland cement, or other material dust
approved by the Engineer. The mineral filler shall be free from
foreign and other injurious matter and shall meet the following
gradation:
1. Percent by Weight Retained on No. 30 Sieve — 0
2. Percent by Weight Retained on No. 80 Sieve — 10 maximum
3. Percent by Weight Retained on No. 200 Sieve — 35
maximum
W. Asphalt
a. Asphalt shall be AC 10 with Latex (3% by weight of asphalt), or
performance grade 64-28 S or L, AASHTO Performance Graded Binder
Specification (MPI).
b. The Contractor shall notify the Engineer of the source of the asphaltic
material for approval prior to production of the asphaltic mixture.
c. The optimum asphalt content shall be determined by the Marshall Stability
method.
d. The percent asphalt content in HMAC surface shall be optimum as indicated
by Marshall Stability optimum plus 0.25% for Type "C" HMAC as defined
by City of Lubbock paving specifications.
e. The asphalt content of the paving mixture shall not be below optimum, or
vary from the specified design asphalt content by more than plus 0.30% dry
weight, based on total mixture.
X. Prime Coat
a. The surface shall be primed using an application of 0.20 to 0.30 gallons per
square yard of MC asphalt conforming to ASTM D 2027 — MC 30.
Y. Tack Coat
a. The asphaltic material for tack coat shall meet the requirements for Cut -Back
Asphalt RC-250, slow rate cure SS-1 emulsified asphalt, or medium rate cure
MS-1 emulsified asphalt.
Z. Joint Sealant
a. ASTM D 3405 or AASHTO M 301, hot -applied, single -component,
polymer -modified bituminous sealant.
AA. Emulsified Asphalt Sealer
a. The surface coat shall be sealed using a 15/85 mix of MS-2 (or 20/80 SS-1)
liquid anionic asphalt and distilled water at a rate of 0.10 to 0.12 gallons per
square yard of surface.
BB. Mix Design
a. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by
authorities having jurisdiction; designed according to procedures in Al MS-2
"Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types"; and
complying with the following requirements:
i. Provide mixes with a history of satisfactory performance in
geographical area where Project is located.
b. Base Course
i. Asphalt stabilized base shall consist of a compacted mixture of
graded gravel aggregate and asphalt cement mixed hot in a mixing
plant in accordance with these specifications. Unless otherwise
specified, the materials and construction shall conform to TxDOT
Item 345 "Asphalt Stabilized Base" (Plant Mix).
ii. The Contractor shall provide a current mix design using the
approved materials indicating gradation and optimum asphalt
content. The aggregate mixture shall conform to the following
master gradation:
Sieve Size
1 1 1/2"
3/4"
1/2"
No. 4
No. 40
Percent Retained by Weight
1 0
8-30
30-55
50-70
70-90
Material passing the No. 40 sieve shall be known as soil binder
and shall meet the following requirements:
Liquid Limit shall not exceed: 45
Plasticity Index shall not exceed: 15
Linear Shrinkage shall not exceed: 5
iii. The mineral aggregate shall not contain more than 0.5% moisture
prior to entering the pugmill for mixing with asphalt.
iv. The ASB mixture shall consist of a uniform mixture of mineral
aggregate and asphaltic material. The mineral aggregate shall
conform to the gradation requirements specified. The percent
asphaltic material shall be determined in accordance with Test
Method Tex- 126-E or Test Method Tex-204-F and procedures
outlined in TxDOT Bulletin C-14. In no case shall the asphalt
content be less than four (4) percent or more than nine (9) percent by
weight. Asphalt for the mixture shall meet the requirements of
TxDOT Item 300 "Asphalt, Oils, and Emulsions". The grade of
asphalt and source must be approved by the Engineer prior to use.
c. Surface Course
i. Hot mix asphalt concrete surface shall consist of a compacted
mixture of coarse aggregate, fine aggregate, mineral filler (if
required), and asphalt cement mixed hot in a mixing plant in
accordance with these specifications. Unless otherwise specified, the
materials and construction shall conform to TxDOT Item 340 "Hot
Mix Asphaltic Cement Pavement".
ii. The combined mineral aggregate, after final processing by the
mixing plant and prior to addition of asphalt and mineral filler, shall
have a sand equivalent value of not less than forty-five (45) when
tested in accordance with Test Method Tex-203-F. The percent of
flat or elongated slivers of stone for any aggregate shall not exceed
twenty-five (25) percent when tested in accordance with Test
Method Tex-224-F.
iii. Asphaltic mixtures with aggregates which exhibit stripping
characteristics shall be conditioned with either lime or anti -stripping
agent approved by the Engineer. Anti -stripping agents shall meet the
requirements of TxDOT Item 301 "Asphalt Antistripping Agents",
and shall be added at the manufacturer's recommended dosage and
temperature range.
d. Type "C" Hot Mix Asphaltic Concrete (HMAC) as defined by the City of
Lubbock paving specifications shall be used for asphalt paved street repairs
on this project. The Contractor shall provide a current HMAC mix design
using the approved materials indicating gradation and optimum asphalt
content. The aggregate mixture shall conform to the following master
gradation:
Type "C" Coarse Graded Surface Course
Percent passing 7/8"
100
Percent passing 5/8"
98-100
Percent retained on 3/8"
12-25
Percent retained on No. 4
15-30
Percent retained on No. 10
12-30
Total Percent Retained on No. 10
53-65
Percent retained on No. 40
10-20
Percent retained on No. 80
5-15
Percent retained on No. 200
5-15
Percent passing No. 200
1-6
Material passing the No. 40 sieve shall be known as soil binder
and shall meet the following requirements:
Liquid Limit shall not exceed: 45
Plasticity Index shall not exceed: 15
Linear Shrinkage shall not exceed: 5
e. The mineral aggregate shall not contain more than 0.5 percent moisture prior
to entering the pugmill for mixing with asphalt.
f. The HMAC mixture shall consist of a uniform mixture of mineral aggregate
and asphalt material. The percent asphalt in the mixture shall be determined
to meet the Marshall Stability criteria as follows:
Marshal Criteria
Type "C"
No. Blows (each end of specimen)
75
Stability (lb.)
1500
Flow (units of 0.01 inch)
8 min. 16 max.
Percent Air Voids
2 min 5 max
Molding temperature for Marshal Criteria shall be 275 degrees Fahrenheit.
PART 3 — EXECUTION
3.68 EXAMINATION
W. Verify that subgrade is dry and in suitable condition to support paving and
imposed loads.
X. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are
unstable or that require further compaction.
Y. Proceed with paving only after unsatisfactory conditions have been corrected.
Z. Surface shall be clean and free of loose dirt, rock, and any other foreign matter.
3.69 PRIME COAT
DD. Application
a. Immediately following the surface preparation, apply the bituminous material
by means of the bituminous distributor. Apply the bituminous material at a
pressure range of twenty-five (25) to seventy-five (75) pounds per square
inch within the temperature limits specified herein, and at a rate of not less
than 0.20 gallon nor more than 0.30 gallon of bituminous material per square
yard. Apply the bituminous material so that uniform distribution is obtained
over the entire surface to be treated with slight puddling on the surface.
Unless the distributor is equipped to obtain satisfactory results at the junction
of previous and subsequent applications, spread building paper on the surface
of the applied material for a sufficient distance back from the ends of each
application, so that flow from the sprays may be started and stopped on the
paper, and so that all sprayers will operate at full force on the surface to be
treated. Immediately after the application, remove the building paper and
apply bituminous material to spots missed by the distributor.
EE. Curing
a. Following the application of bituminous material, allow the surface to cure
without being disturbed for a period of not less than forty-eight (48) hours or
longer as may be necessary, to attain penetration into the foundation course
and evaporation of the volatiles from the bituminous material. Furnish and
spread enough sand to effectively blot up and cure excess bituminous
material. Maintain the primed surface until the succeeding layer of pavement
is placed by protecting the surface against damage and by repairing and
repriming deficient areas.
FF. Temperature
a. Maintain application temperature between 68 and 149 degrees Fahrenheit.
GG. Protection
a. Keep traffic off surfaces freshly treated with bituminous material. Provide
sufficient warning signs and barricades to prevent traffic over freshly treated
surfaces.
3.70 TACK COAT
Z. Application
a. Apply the tack coat when the surface to be treated is dry. Immediately
following the preparation of the surface for treatment, apply the bituminous
material by means of the bituminous distributor, within the limits of
temperature specified herein and at a rate of not less than 0.05 gallon nor
more than 0.15 gallon of diluted emulsion per square yard. Apply the
bituminous material so that uniform distribution is obtained over the entire
surface to be treated. Treat lightly coated areas and spots missed by the
distributor with the bituminous material. Following the application of
bituminous material, allow the surface to cure without being disturbed for a
period of time necessary to permit setting of the tack coat. Apply the
bituminous tack coat only as far in advance of the placing of the overlying
layer as required for that day's operation. Maintain and protect the treated
surface from damage until the succeeding course of pavement is placed.
AA. Temperature
a. Maintain application temperature between 122 and 185 degrees Fahrenheit.
BB. Material Test
a. Perform spot test for asphalt in accordance with AASHTO T102 on each
shipment.
CC. Traffic Controls
a. Keep traffic off surfaces freshly treated with bituminous material. Provide
sufficient warning signs and barricades to prevent traffic over freshly treated
surfaces.
3.71 ASPHALT STABILIZED BASE COURSE (ASB)
X. ASB shall not be placed when air temperature as reported by the National
Weather Service is below 45 degrees Fahrenheit and falling.
Y. ASB shall be placed at a temperature between 255 and 285 degrees Fahrenheit
during the months of June, July, and August. During other months, ASB shall be
placed at a temperature between 275 and 325 degrees Fahrenheit.
Z. Any ASB material that is above or below the specified temperature range may be
rejected. No payment will be made for any rejected material.
AA. ASB shall be placed and compacted in three (3) inch lifts, unless otherwise
directed by the Engineer. The material shall be placed in such a manner that
when properly compacted the finished course is smooth, of uniform density, and
in conformance with required cross -sections and grades.
3.72 SURFACE COURSE
G. HMAC shall be placed with a minimum compacted thickness of 1 1/2 inches
unless otherwise shown on the plans.
H. Laying of HMAC shall not start until sunrise, and must stop one hour before
sunset.
I. Air temperature requirements as follows:
a. November 1 to April I — HMAC shall not be placed when the air temperature
is below 55 degrees Fahrenheit and falling. HMAC may be placed when the
air temperature is above 50 degrees Fahrenheit and rising.
b. April I to November 1 — HMAC shall not be placed when the air temperature
is below 50 degrees Fahrenheit and falling. HMAC may be placed when the
air temperature is above 45 degrees Fahrenheit and rising.
c. Air temperature shall be determined by the National Weather Service hourly
report.
J. If the temperature of any HMAC, measured while passing through the laydown
machine, is 25 degrees Fahrenheit more or less than the mixing temperature, that
load shall be rejected. No payment will be made for rejected material.
K. The asphaltic mixture shall be dumped and spread on the approved prepared
surface using an approved spreading and finishing machine. The material shall
be placed in such a manner than when properly compacted the finished course is
smooth, of uniform density, and in conformance with the cross -sections and
grades shown on the associated plans.
L. Raking loose material back across the HMAC mat will not be permitted.
M. Wings of the laydown machine may not be dumped unless they are dumped after
every load.
N. A level up course, 1/2 inch or more in thickness, shall require the use of ASB or
a coarse grade of HMAC approved by the Engineer.
O. When the asphaltic mixture is placed in a small area where use of a finishing
machine is not practical, the Contractor may use other methods approved by the
Engineer provided a satisfactory surface can be obtained.
P. Adjacent to curbs, gutters, or other flush structures, the surface shall be finished
uniformly high so that when compacted it will be 1/4 inch above the curb or flush
structure.
Q. All joints shall present the same texture, density, and smoothness as other
sections of the course. The joints between old and new pavements or between
successive day's work shall be made to ensure a continuous bond between the
old and new sections of the course. The transverse edges of old pavement and, if
required by the Engineer, the successive day's pavement shall be cut with an
approved concrete saw to expose an even vertical surface for the full thickness of
the course. All contact surfaces of previously constructed pavement shall be
painted with a thin uniform coat of hot bituminous material (tack coat) before the
fresh mixture is placed.
R. Rolling with three (3) wheel and tandem rollers shall start longitudinally at the
sides and proceed toward the center of the pavement, overlapping on successive
trips by at least half the width of the rear wheels. Alternate trips of the roller
shall be slightly different in length. On super elevated curves, rolling shall begin
at the low side and progress toward the high side.
S. The motion of the rollers shall be slow enough to avoid displacement of the
mixture. Rollers shall not be permitted to stand on pavement which has not fully
compacted. Any displacement of the mixture shall be corrected immediately by
the use of rakes and fresh mixture were required.
T. Places inaccessible to the rollers may be compacted using lightly oiled tamps.
Limited areas where required compaction cannot be obtained using a three (3)
wheel roller shall be compacted with a trench type roller.
U. The surface of the pavement after compaction shall be smooth and true to the
established line, grade, and cross-section. When tested with a ten (10) foot
straight edge placed parallel to the centerline of the roadway, or other means
acceptable to the Engineer, the maximum deviation shall not exceed 1/8 inch in
ten (10) feet. An acceptable ten (10) foot straight edge shall be provided by the
Contractor. Any point in the surface not meeting this requirement shall be
corrected as directed by the Engineer. When placed on existing surfaces, the 1/8
inch maximum deviation requirements may be waived by the Engineer.
3.73 JOINTS
G. Construct joints to ensure a continuous bond between adjoining paving sections.
Construct joints free of depressions with same texture and smoothness as other
sections of hot -mix asphalt course.
a. Clean contact surfaces and apply tack coat to joints.
b. Offset longitudinal joints, in successive courses, a minimum of six (6)
inches.
c. Offset transverse joints, in successive courses, a minimum of twenty-four
(24) inches.
d. Construct transverse joints as described in Al MS-22, "Construction of Hot
Mix Asphalt Pavements".
e. Compact joints as soon as hot mix asphalt will bear roller weight without
excessive displacement.
f. Compact asphalt joints to a density within two (2) percent of specified course
density.
3.74 COMPACTION
M. General: Begin compaction as soon as placed hot mix paving will bear roller
weight without excessive displacement. Compact hot mix paving with hot, hand
tampers or vibratory plate compactors in areas inaccessible to rollers.
a. Complete compaction before mix temperature cools to 185 degrees
Fahrenheit.
N. Breakdown Rolling: Complete breakdown or initial rolling immediately after
rolling joints and outside edge. Examine surface immediately after breakdown
rolling for indicated crown, grade, and smoothness. Correct laydown and rolling
operations to comply with requirements.
O. Intermediate Rolling: Begin intermediate rolling immediately after breakdown
rolling while hot mix asphalt is still hot enough to achieve specified density.
Continue rolling until hot mix asphalt course has been uniformly compacted to
the following density:
a. Average Density: ninety-six (96) percent of reference laboratory density
according to AASHTO T 245, but not less than ninety-four (94) percent nor
greater than one hundred (100) percent.
P. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot mix
asphalt is still warm.
Q. Edge Shaping: While surface is being compacted and finished, trim edges of
pavement to proper alignment. Bevel edges while asphalt is still hot, compact
thoroughly.
R. Repairs: Removed paved areas that are defective or contaminated with foreign
materials and replace with fresh, hot mix asphalt. Compact by rolling to
specified density and surface smoothness.
S. Protection: After final rolling, do not permit vehicular traffic on pavement until
is has cooled and hardened.
T. Erect barricades to protect paving from traffic until mixture has cooled enough
not to become marked.
3.75 INSTALLATION TOLERANCES
N. Thickness: Compact each course to produce the thickness indicated within the
following tolerances:
a. Base Course: Plus or minus 1/2 inch.
b. Surface Course: Plus 1/4 inch, no minus
O. Surface Smoothness: Compact each course to produce a surface smoothness
within the following tolerances as determined by using a ten (10) foot straight
edge applied transversely or longitudinally to paved areas:
a. Base Course: 1/4 inch
b. Surface Course: 1/8 inch
c. Crowned Surfaces: Test with crowned template centered and at right angle
to crown. Maximum allowable variance from template is 1/4 inch.
3.76 PAVEMENT MARKING
C. Work Zone Pavement Marking — See Section 01555 — Barricades, Signs, and
Traffic Handling, paragraph 2.2.
D. Permanent Pavement Markings
a. All permanent pavement markings shall be Reflectorized multiploymer
(Modified Urethane) applied in accordance with manufacturer's
recommendations including surface preparation.
b. Permanent pavement markings including raised pavement markers shall be
identical in size, shape, color, and location to pavement markings that exist
prior to commencing the Work.
c. Before removing existing pavement markings or existing paving, the
Contractor shall inventory existing paving markings. The inventory shall
include all information necessary to replace the markings in their original
location following pavement reconstruction.
d. Materials and installation for surface markings shall be in accordance with
TxDOT Item 666, except markings may be applied between September 31
and March 1 if temperature and moisture limitations are not exceeded.
e. Materials and installation for raised pavement markers shall be in accordance
with TxDOT Item 672, Class B.
E. Elimination of Pavement Markings
a. Existing pavement markings and raised pavement markers that are in conflict
with work zone pavement markings shall be removed.
b. Work zone markings that are not eliminated by street construction performed
by the Contractor shall be removed as described in this paragraph.
c. Approved methods for removal of markings on asphalt surfaces:
i. Surface treatment application at least two (2) feet in width.
ii. Water or water -sand blasting.
�i
t
iii. Other methods proven to be successful to the Owner.
d. Approved methods for removal of markings on concrete surfaces:
i. Burning performed in such a manner that does not damage concrete.
ii. Water or water -sand blasting.
iii. Other methods proven to be successful to the Owner.
e. Removal of raised pavement markers and adhesive shall be by mechanical
methods.
3.77 FIELD QUALITY CONTROL
H. Testing Agency: The Contractor shall perform field tests and inspections and
prepare test reports.
a. Testing agency will conduct and interpret tests and state in each report
whether tested work complies with or deviates from specified requirements.
I. Additional testing and inspecting, at Contractor's expense, will be performed to
determine compliance or replaced or additional work with specified
requirements.
J. Thickness: In -place compacted thickness of hot mix asphalt courses will be
determined according to ASTM D 3549.
K. Surface smoothness: Finished surface of each hot mix asphalt course will be
tested for compliance with smoothness tolerances.
L. In -Place Density: Testing agency will take samples of uncompacted paving
mixtures and compacted pavement according to ASTM D 979 and AASHTO T
168.
a. Reference maximum theoretical density will be determined by averaging
results from four (4) samples of hot mix asphalt paving mixture delivered
daily to site, prepared according to ASTM D 2401, and compacted according
to job mix specifications.
b. In -place density of compacted pavement will be determined by testing core
samples according to ASTM D 1188 or ASTM D 2726.
i. One (1) core sample will be taken for every 2000 square yards or less
of installed pavement.
M. Remove and replace or install additional hot mix asphalt where test results or
measurements indicate that it does not comply with specified requirements.
N. Owner may elect to take confirmation tests at Owner's expense. The Contractor
shall cooperate with Owner's testing agency. Failing tests taken at Owner's
direction shall be charged to the Contractor. Failing test charges shall include
pro-rata technician charges, actual failing test charge, pro-rata mileage charge,
and other pro -rated charges.
3.78 DISPOSAL
B. Dispose of excess materials in accordance with the requirements of Section
01576 — Waste Material Disposal.
a. Do not allow excavated materials to accumulate on site.
END OF SECTION
SECTION 03300
CAST -IN -PLACE CONCRETE
PART 1— GENERAL
1.86 RELATED DOCUMENTS
S. Drawings and general provisions of the Contract, including General Conditions
and Division I Specification Sections, apply to this Section.
1.87 SUMMARY
II. This Section includes, but is not limited to cast -in -place concrete, including
formwork, reinforcing, mix design, placement procedures, curing, and finishes.
1.88 DEFINITIONS
C. Cementitious Materials: Portland cement alone or in combination with one or
more of blended hydraulic cement, fly ash or other pozzolans, ground granulated
blast -furnace slag, and silica fume.
1.89 SUBMITTALS
F. Product Data: For each type of manufactured material and product indicated.
G. Design Mixes: For each concrete mix, include alternate mix designs when
characteristics of materials, project conditions, weather, test results, or other
circumstances warrant adjustments.
a. Indicate amounts of mix water to be withheld for later addition at Project
site. Water added at project site will not be permissible without paperwork
showing how much water has been withheld.
1.90 QUALITY ASSURANCE
D. Installer Qualifications: An experienced installer who has completed concrete
work similar in material, design, and extent to that indicated for this Project and
whose work has resulted in construction with a record of successful in-service
performance.
E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed
concrete products complying with ASTM C 94 requirements for production
facilities and equipment.
a. Manufacturer must be certified according to the National Ready Mixed
Concrete Association's Certification of Ready Mixed Concrete Production
Facilities.
F. Source Limitations: Obtain each type or class of cementitious material of the
same brand from the same manufacturer's plant, each aggregate from one source,
and each admixture from the same manufacturer.
G. ACI Publications: Comply with the following, unless more stringent provisions
are indicated:
a. ACI 301 — Specification for Structural Concrete
b. ACI 117 — Specifications for Tolerances for Concrete Construction and
Materials.
1.91 DELIVERY, STORAGE, AND HANDLING
B. Deliver, store, and handle steel reinforcement to prevent bending and damage.
a. Avoid damaging coatings on steel reinforcement.
PART 2—PRODUCTS
2.17 FORM -FACING MATERIALS
CC. Smooth -Formed Finished Concrete: Form -facing panels that will provide
continuous, true, and smooth concrete surfaces. Furnish in largest practicable
sizes to minimize number of joints.
a. Plywood, metal, or other approved panel material.
DD. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another
approved material. Provide lumber dressed on at least two edges and one side for
tight fit.
EE. Chamfer Strips: Wood, metal, PVC, or rubber strips,'/4 by'/4 inch, minimum.
FF. Form -Release Agent: Commercially formulated form -release agent that will not
bond with, stain, or adversely affect concrete surfaces and will not impair
subsequent treatments of concrete surfaces.
a. Formulate form -release agent with rust inhibitor for steel form -facing
materials.
GG. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -
reinforced plastic form ties designed to resist lateral pressure of fresh concrete on
forms and to prevent spalling of concrete on removal.
a. Furnish units that will leave no corrodible metal closer than one (1) inch to
the place of the exposed concrete surface.
b. Furnish ties that, when removed, will leave holes less than one (1) inch in
diameter in concrete surface.
c. Furnish ties with integral water -barrier plates to walls indicated to receive
damp proofing or waterproofing.
2.18 STEEL REINFORCEMENT
K. Reinforcing Bars: ASTM A 615, Grade 60, deformed
2.19 REINFORCEMENT ACCESSORIES
F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing,
supporting, and fastening reinforcing bars and welded wire fabric in place.
Manufacture bar supports according to CRSI's Manual of Standard Practice from
steel wire, plastic, and as follows:
a. For concrete surfaces exposed to view, where legs of wire bar supports
contact forms, use CRSI Class I plastic -protected or CRSI Class 2 stainless -
steel bar supports.
b. For slabs -on -grade, use supports with sand plates or horizontal runners where
base material will not support chair legs.
c. Wood, concrete, or clay blocks are not permissible.
G. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to
length with ends square and free of burrs.
2.20 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I.
a. Fly Ash: ASTM C 618, Class C.
B. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows:
a. Class: Moderate weathering region, but not less than 3M.
C. Water: Potable and complying with ASTM C 94.
2.21 ADMIXTURES
D. General: Admixtures certified by manufacturer to contain not more than 0.1
percent water-soluble chloride ions by mass of cementitious material and to be
compatible with other admixtures and cementitious materials. Do not use
admixtures containing calcium chloride.
E. Air -Entraining Admixture: ASTM C 260.
F. Water -Reducing Admixture: ASTM C 494, Type A.
G. High -Range, Water -Reducing Admixture: ASTM C 494, Type F.
H. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E.
I. Water -Reducing and Retarding Admixture: ASTM C 494, Type D.
J. Moisture Retaining Film: Dayton Superior — Sure Film J-74.
2.22 CURING MATERIALS
A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type
1, Class B.
B. Curing blankets approved by the Engineer.
2.23 REPAIR MATERIALS
A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product
that can be applied in thicknesses from 1/8 inch and that can be feathered at the
edges to match adjacent elevations.
a. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended
hydraulic cement as defined in ASTM C 219.
b. Primer: Product of underlayment manufacturer recommended for substrate,
conditions, and application.
c. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as
recommended by underlayment manufacturer.
d. Compressive Strength: Not less than 4100 psi at 28 days when tested
according to ASTM C 109.
2.24 CONCRETE MIXES
F. Prepare design mixes for each type and strength of concrete determined by either
laboratory trial mix or field data bases, as follows:
a. Proportion normal -weight concrete according to ACI 211.1 and ACI 301.
G. Standard design mix to be used unless noted otherwise, provide normal weight
concrete with the following properties:
a. Compressive Strength (28 days): 3000 psi
b. Type I cement
c. Fly Ash: Allow up to 25% of cementitious material
d. Minimum Slump: 4 inches
e. Maximum Slump: 6 inches
f. Maximum Slump for Concrete Containing High -Range Water -Reducing
Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch
slump.
g. Maximum Water/Cementitious Materials Ratio: 0.55
h. Add air -entraining admixture at manufacturer's prescribed rate to result in
concrete at point of placement having an air content of five (5) to seven (7)
percent, unless otherwise indicated.
H. Cementitious Materials: For concrete exposed to deicers, limit percentage, by
weight, of cementitious materials other than Portland cement according to ACI
301 requirements.
I. Cementitious Materials: Limit percentage, by weight, of cementitious materials
other than Portland cement in concrete as follows:
a. Fly Ash: 20 percent
J. Do not air entrain concrete to trowel -finished interior floors and suspended slabs.
Do not allow entrapped air content to exceed 3 percent.
K. Admixtures with chloride ions are prohibited.
L. Admixtures: Use admixtures according to manufacturer's written instructions.
a. Use water -reducing admixture or high -range water -reducing admixture
(superplasticizer) in concrete, as required, for placement and workability.
b. Use water -reducing and retarding admixture when required by high
temperatures, low humidity, or other adverse placement conditions.
c. Use water -reducing admixture in pumped concrete, concrete for heavy -use
industrial slabs and parking structure slabs, concrete required to be
watertight, and concrete with a water/cementitious materials ratio below
0.50.
2.25 FABRICATING REINFORCEMENT
E. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice.
2.26 CONCRETE MIXING
A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to
ASTM C 94, and as specified.
a. When air temperature is between 85 degrees Fahrenheit and 90 degrees
Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to
seventy-five (75) minutes, and when air temperature is above 90 degree
Fahrenheit, reduce mixing and delivery time to sixty (60) minutes.
PART 3 — EXECUTION
3.79 FORMWORK
AA. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to
support vertical, lateral, static, and dynamic loads, and construction loads that
might be applied, until concrete structure can support such loads.
BB. Construct formwork so concrete members and structures are of size, shape,
alignment, elevation, and position indicated, within tolerance limits of ACI 117.
CC. Limit concrete surface irregularities, designated by ACI 347R as abrupt or
gradual, as follows:
a. Class B, 1/4 inch
DD. Construct forms tight enough to prevent loss of concrete mortar.
EE. Fabricate forms for easy removal without hammering or prying against concrete
surfaces. Provide crush or wrecking plates where stripping may damage cast
concrete surfaces. Provide top forms for included surfaces steeper than 1.5
horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets,
recesses, and the like, for easy removal.
a. Do not use rust -stained steel form -facing material.
FF. Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve
required elevations and slopes in finished concrete surfaces. Provide and secure
units to support screed strips, use strike -off templates, or compacting type
screeds.
GG. Provide temporary openings for cleanouts and inspection ports where interior
area of formwork is inaccessible. Close openings with panels tightly fitted to
forms and securely braced to prevent loss of concrete mortar. Locate temporary
openings in forms at inconspicuous locations.
HH. Chamfer exterior corners and edges of permanently exposed concrete.
H. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds,
and bulkheads required in the Work. Determine sizes and locations from trades
providing such items.
JJ. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood,
sawdust, dirt, and other debris just before placing concrete.
KK. Retighten forms and bracing before placing concrete, as required, to prevent
mortar leaks and maintain proper alignment.
LL. Coat contact surfaces of forms with form -release agent, according to
manufacturer's written instructions, before placing reinforcement.
3.80 EMBEDDED ITEMS
HH. Place and secure anchorage devices and other embedded items required for
adjoining work that is attached to or supported by cast -in -place concrete. Use
Setting Drawings, templates, diagrams, instructions, and directions furnished
with items to be embedded.
a. Install anchor bolts, accurately located, to elevations required.
3.81 REMOVING AND REUSING FORMS
DD. General: Formwork, for sides of beams, walls, columns and similar parts of the
Work, that does not support weight of concrete may be removed after
cumulatively curing at not less than 50 degree Fahrenheit for 52 hours after
placing concrete provided concrete is hard enough to not be damaged by form -
removal operations and provided curing and protection operations are
maintained.
EE. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that
supports weight of concrete un place until concrete has achieved the following:
a. At least 70 percent of 28-day design compressive strength.
b. Determine compressive strength of in -place concrete by testing
representative field or laboratory cured test specimens according to ACI 301.
FF. Clean and repair surfaces of forms to be reused in the Work. Split, frayed,
delaminated, or otherwise damaged form -facing material will not be acceptable
for exposed surfaces. Apply new form -release agent.
GG. When forms are reused, clean surfaces, remove fins and laitance, and tighten to
close joints. Align and secure joints to avoid offsets. Do not use patched forms
for exposed concrete surfaces unless approved by Architect.
3.82 SHORES AND RESHORES
BB. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design,
installation, and removal of shoring and reshoring.
CC. Plan sequence of removal of shores and reshore to avoid damage to concrete.
Locate and provide adequate reshoring to support construction without excessive
stress or deflection.
3.83 STEEL REINFORCEMENT
V. General: Comply with CRSI's Manual of Standard Practice for placing
reinforcement.
a. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor
retarder before placing concrete.
W. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign
materials.
X. Accurately position, support, and secure reinforcement against displacement.
Locate and support reinforcement with bar supports to maintain minimum
concrete cover. Do not tack weld crossing reinforcing bars.
Y. All reinforcement to be in place prior to placing of concrete. Equipment will not
be allowed to drive over reinforcement.
3.84 JOINTS
H. General: Construction joints true to line with faces perpendicular to surface
plane of concrete.
I. Construction Joints: Install so strength and appearance of concrete are not
impaired, at locations indicated or as approved by Architect.
a. Place joints perpendicular to main reinforcement. Continue reinforcement
across construction joints, unless otherwise indicated. Do not continue
reinforcement through sides of strip placements of floors and slabs.
b. Form from preformed galvanized steel, plastic keyway -section forms, or
bulkhead forms with keys, unless otherwise indicated. Embed keys at least
1-1/2 inches into concrete.
L_
c. Locate joints for beams, slabs, joists, and girders in the middle third of spans.
Offset joints in girders a minimum distance of twice the beam width from a
beam -girder intersection.
d. Locate horizontal joints in walls and columns at underside of floors, slabs,
beams, and girders and at the top of footings or floor slabs.
e. Space vertical joints in walls as indicated. Locate joints beside piers integral
with walls, near corners, and in concealed locations where possible.
f. Use a bonding agent at locations where fresh concrete is placed against
hardened or partially hardened concrete surfaces.
J. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints,
sectioning concrete into areas as indicated. Construct contraction joints for a
depth equal to at least one-fourth of concrete thickness, as follows:
a. Sawed Joints: Form contraction joints with power saws equipped with
shatterproof abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints
into concrete when cutting action will not tear, abrade, or otherwise damage
surface and before concrete develops random contraction cracks.
K. Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion
joint at the tangent point on each return at intersections and at the end of each
day's concrete pour. A construction or contraction joint shall be located at
intervals corresponding to the joint interval of the adjacent concrete pavement or
as directed by the Owner's Representative. Joints in the new concrete pavement
shall extend through the new curb and gutter unless otherwise directed by the
Owner's Representative. All joints shall be perpendicular to the surface of the
concrete and to the axis of the section. The contraction joints shall be made by
cutting into the curb and gutter sections with a trowel a depth of 22 inches; these
joints shall be finished as specified under finishing.
L. Expansion joint material shall be an approved preformed bituminous
impregnated non -extruding type jointing material, meeting the requirements of
AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the
section of the curb and gutter or other work.
M. Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20
feet. Expansion joints shall be placed between existing and new setting of
concrete.
N. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support
assemblies at joints where indicated.
a. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to
prevent concrete bonding to one side of joint.
3.85 CONCRETE PLACEMENT
U. Before placing concrete, verify that installation of formwork, reinforcement, and
embedded items is complete and that required inspections have been performed.
V. Do not add water to concrete during delivery, at Project site, or during placement,
unless approved by the Engineer.
W. Before placing concrete, water may be added at Project site, subject to limitations
of ACI 301.
a. Do not add water to concrete after adding high -range water -reducing
admixtures to the mix.
b. Water may not be added beyond the limit of water withheld from the plant.
X. Deposit concrete continuously or in layers of such thickness that no new concrete
will be placed on concrete that has hardened enough to cause seams or planes of
weakness. If a section cannot be placed continuously, provide construction joints
as specified. Deposit concrete to avoid segregation.
Y. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a
manner to avoid inclined construction joints. Place each layer while preceding
layer is still plastic, to avoid cold joints.
a. Consolidate placed concrete with mechanical vibrating equipment. Use
equipment and procedures for consolidating concrete recommended by ACI
309R. .
b. Do not use vibrators to transport concrete inside forms. Inset and withdraw
vibrators vertically at uniformly spaced locations no farther than the visible
effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer
and at least 6 inches into preceding layer. Do not insert vibrators into lower
layers of concrete that have begun to lose plasticity. At each insertion, limit
duration of vibration to time necessary to consolidate concrete and complete
embedment of reinforcement and other embedded items without causing mix
constituents to segregate.
Z. Deposit and consolidate concrete for floors and slabs in a continuous operation,
within limits of construction joints, until placement of a panel or section is
complete.
a. Consolidate concrete during placement operations so concrete is thoroughly
worked around reinforcement and other embedded items and into corners.
b. Maintain reinforcement in position on chairs during concrete placement.
c. Screed slab surfaces with a straightedge and strike off to correct elevations.
d. Slope surfaces uniformly to drains where required.
e. Begin initial floating using bull floats or darbies to form a uniform and open -
textured surface plane, free of humps or hollows, before excess moisture or
bleedwater appears on the surface. Do not further disturb slab surfaces
before starting finishing operations.
AA. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect
concrete work from physical damage or reduced strength that could be caused by
frost, freezing actions, or low temperatures.
a. When air temperature has fallen to or is expected to fall below 40 degree
Fahrenheit, uniformly heat water and aggregates before mixing to obtain a
concrete mix temperature of not less than 50 degrees Fahrenheit and not
more than 80 degrees Fahrenheit at point of placement.
b. Do not use frozen materials or materials containing ice or snow. Do not
place concrete on frozen subgrade or on subgrade containing frozen
materials.
c. Do not use calcium chloride, salt, or other materials containing antifreeze
agents or chemical accelerators, unless otherwise specified and approved in
mix designs.
BB. Hot Weather Placement: Place concrete according to recommendations in ACI
350R and as follows, when hot weather conditions exist:
a. Cool ingredients before mixing to maintain concrete temperature below 90
degrees Fahrenheit at time of placement. Chilled mixing water or chopped
ice may be used to control temperature, provided water equivalent of ice is
calculated to total amount of mixing water. Using liquid nitrogen to cool
concrete is Contractor's option.
b. Cover steel reinforcement with water -soaked burlap so steel temperature will
not exceed ambient air temperature immediately before embedding in
concrete.
c. Fog -spray forms, steel reinforcement, and subgrade just before placing
concrete. Keep subgrade moisture uniform without standing water, soft
spots, or dry areas.
Y
3.86 MISCELLANEOUS CONCRETE ITEMS
O. Filling In: Fill in holes and openings left in concrete structures, unless otherwise
indicated, after work of other trades is in place. Mix, place, and cure concrete, as
specified, to blend with in -place construction. Provide other miscellaneous
concrete filling indicated or required to complete Work.
3.87 CONCRETE PROTECTION AND CURING
C. General: Protect freshly placed concrete from premature drying and excessive
cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection
and with recommendations in ACI 305R for hot -weather protection during
curing.
D. Formed Surfaces: Cured formed concrete surfaces, including underside of
beams, supported slabs, and other similar surfaces.
a. Leave forms in place for a minim of 3 days.
b. Upon removal of forms, apply approved curing compound.
E. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure
unformed surfaces, including floors and slabs, concrete floor toppings, and other
surfaces, by the following method:
a. Concrete shall be wet cured for 3 days after concrete placement. Wet curing
shall begin immediately after final finishing of slab surface and shall consist
of continuous misting by sprinkler or wet burlap.
b. No work will be permitted on the slab during wet curing.
c. Immediately after removal of sprinkler or burlap, Contractor shall apply
approved curing compound.
d. During cold weather concrete placement, in lieu of wet curing, the Contractor
shall place plastic sheets over the concrete surface with blankets over the
plastic. Plastic shall remain in place for 3 days.
F. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing
compound to hardened concrete by power spry or roller according to
manufacturer's written instructions.
3.88 FIELD QUALITY CONTROL
C. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive
device will be permitted by the Engineer.
END OF SECTION
�__� - �' '--- r--' �--- [_��� �--- r--� r--� F--_� r--� r--- ---- r---� ___] �--1 �--� ---� ---�