HomeMy WebLinkAboutResolution - 2009-R0186 - Contract - Wright Construction Co. Inc.- Sewer Lines - 05_14_2009 (3)Resolution No. 2009-RO186
May 14, 2009
Item No. 5.25
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 a Unit Price Construction Contract (No.
8942) and any associated documents with Wright construction Co., Inc., of Grapevine,
Texas, for sewer lines ahead of freeway construction per ITB #09-717-BM, a copy of
which Contract is attached hereto and which shall be spread upon the minutes of this
Council and as spread upon the minutes of this Council shall constitute and be a part
hereof as if fully copied herein in detail.
Passed b} the City Council this 14th day of� , 2009.
TOM MARTIN, MAYOR
ATTEST:
9-V-
Reb4a Ciarza, City SecrY-tary
APP. OVER AST(-) CONTENT:
Aubrey SpeE. ar
Director of er Utilities
APPROVED AS
} T FORM:
Don Vandiver, City Attorney
DlDresi W rightU PsewerC'oit119Res
April 28, 2009
CITY OF LUBBOCK
SPECIFICATIONS FOR
SEWERS AHEAD OF
FREEWAY CONSTRUCTION
ITB # 09-717-BM
Contract # 8942
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
http://pr.thereproductioncompany.com/
Phone: (806) 763-7770
"A City of Planned Progress"
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionafly Left Blank
ITB # 09-717-BM, Addendum # I
City of Lubboqk
PUBLIC WORKS CONTRACTING OFFICE
ROOM 204, MUNICIPAL BUILDING
1625 13T" STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2163 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ADDENDUM # 1
ITB # 09-717-BM
SEWERS AHEAD OF FREEWAY
CONSTRUCTION
April 13, 2009
April 23, 2009 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid
(ITB). Where any item called for in the ITB documents is supplemented here, the original
requirements, not affected by this addendum, shall remain in effect.
1. Bidders' attention is directed to the *** REVISED *** BID SUBMITTAL FORM,
attached.
All requests for additional information or clarification must be submitted in writing and directed
to:
Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock,
Texas79457
Questions may be faxed to 806-775-2164 or Email to bmacnair(a-)mylubbock.us.
THANK YOU,
CITY OF LUBBOCK
66" N"71 a
Bruce MacNair
Public Works Contracting Officer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's
resnonsibility to advise the Citv of Lubbock Public Works Contracting Officer if any language. requirements. etc., or anv
combinations thereof_,_ inadvertently restricts or limits the reouirements stated in this ITB to a single source. Such notification
must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business
days prior to the bid close date. A review of such notifications will be made.
ITB # 09-717-BM-Ad-I 1
*** REVISED *** BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: 09-717-BM - SEWERS AHEAD OF FREEWAY CONSTRUCTION
Bid of
(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 construction of SEWERS AHEAD OF FREEWAY
CONSTRUCTION, 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.
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
1. 629 LF Furnish and install 24 inch ASTM F-679 8-10 ft of depth pipe including detection wire, tape,
excavation, gravel embedment, backflled to 95% proctor, testing, pavement cuts, disposal
of spoils and all necessary accessories, complete and in place.
TOTAL ITEM #1: $ /LF( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
2. 1,084 LF Furnish and install 24 inch ASTM F-679 10-12 ft of depth pipe including detection wire, tape,
excavation, gravel embedment, backflled to 95% proctor, testing, pavement cuts, disposal of
spoils and all necessary accessories, complete and in place.
TOTAL ITEM #2: $ /LF( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
3. 565 LF Furnish and install 36" Steel Casing by jack and boring and install 24 inch ASTM F-679 pipe 10-
12ft of depth, including excavation, trench protection, any required shoring of launching and
receiving pits, backfilling and compaction of pits, installing the pipe 36" and 24", pipe material
for both 36" and 24", casing spacers, casing end seals and disposal of spoils and complete with all
necessary appurtenances and testing.
TOTAL ITEM #3: $ /LF( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
Bidder's Initials
C
Item Estimated
No. Quantity
& Unit Description of Item Total Amount
4. 9 EA
Furnish and install 60 inch standard 4' deep manhole including 30 inch lid, excavation, gravel
embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all
necessary accessories, complete and in place.
TOTAL ITEM #4:
$ /EA( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern)
5. 92 EVF
Furnish and install extra vertical feet of manhole past 4' for 60 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
TOTAL ITEM #5:
$ /EVF( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
6. 1 LS
Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic
Engineering Department prior to implementation. This plan shall include all lights, signs,
barricades, cones and other assorted equipment and tools
TOTAL ITEM #6:
$ /LS( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
7. 1 LS
Provide and maintain a Storm Water Pollution Prevention Program to prevent silt runoff into
existing stone water systems and playa lakes. This item shall include all equipment, tools, fees,
required documents and labor.
TOTAL ITEM #7:
$ /LS( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
8. 1 LS
Conduct a field survey of all proposed water mains adjustment installation and valves and provide
the x, y, and z coordinates of all the sewer mains and valve locations. In both state plane
coordinates and TxDOT surface coordinates.
TOTAL ITEM #8: $ /LS(
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
2 EA Tie New 60" manhole to existing 24 inch Vitrified Clay line 10-12 ft of depth pipe including any
excavation, temporary plugging of upstream manholes and appurtenances.
TOTAL ITEM #9: $ /EA( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
10. 115 FT Furnish, deliver and install 24-inch diameter approved water pipe in 36-inch, .375 wall steel
encased open cut trench as herein specified, including all equipment, tools and labor.
TOTAL ITEM #10: $ /FT( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern)
Bidder's Initials
Item Estimated
No. Quantity
& Unit Description of Item Total Amount
11. 2 EA Cut and plug existing 24 inch line 10-12 ft of depth pipe including any excavation, backfilled
to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete
and in place.
TOTAL ITEM # 11: $ /EA( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
12. 440 SY Pavement repair to the asphalt or concrete as needed.
TOTAL ITEM # 12: $ /SY( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
13. 2,277 LF Provide and maintain a Trench Safety System as per OSHA regulations, include all equipment,
tools and labor.
TOTAL ITEM #13: $ /LF( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
14. 1 EA Equipment mobilization/demobilization. Provide all equipment and tools to complete project,
insurance, bonds, move in/out related costs and preparation of NOI and NOT complete.
TOTAL ITEM #14: $ /EA( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
15. 2 EA Cut and plug existing 12 inch line 10-12 ft of depth pipe including any excavation,
backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary
accessories, complete and in place.
TOTAL ITEM # 15: $ /EA( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
16. 2 EA Cut and plug existing 6 inch line 10-12 ft of depth pipe including any excavation,
backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary
accessories, complete and in place.
TOTAL ITEM #16: $ /EA( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
(
TOTAL BID, ITEMS # 1- # 16:
MATERIALS: $
LABOR: $
TOTAL BID
ITEMS # 1 - # 16: $
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
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 180 (ONE HUNDRED EIGHTY)
calendar days thereafter as stipulated in the specifications and other contract documents.
Bidder's Initials
Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $2,814.00 (TWO THOUSAND,
EIGHT HUNDRED, FOURTEEN AND 00/100 DOLLARS) for each calendar day in excess of the time set forth
herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and
execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of Dollars
($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event
the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance
certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of
written notification of acceptance of said 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:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State
Telephone:
Fax:
Zip Code
FEDERAL TAX ID or SOCIAL SECURITY No.
MMBE Firm: Woman Black American Native American
Hispanic American Asian Pacific AmericanI Other (Specify)
{
ITB # 09-717-BM, Addendmn # 2
City of Lubbock
PUBLIC WORKS CONTRACTING OFFICE
ROOM 204, MUNICIPAL BUILDING
1625 13'' STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2163 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ADDENDUM # 2
ITB # 09-717-BM
SEWERS AHEAD OF FREEWAY
CONSTRUCTION
April 16, 2009
April 23, 2009 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Bidders' attention is directed to the following question and response:
QUESTION: Sheet 4 of 4 TRENCH BACKFILL NOTE states the following: The
backfill around the pipe and to a point 1' above the top of pipe shall be
LOOSE TOPSOIL OR FINELY DIVIDED CALICHE. The detail shows
graded gravel. Which is it?
ANSWER: On Drawings sheet 4 of 4, in TRENCH BACKFILL NOTE, DELETE the
first paragraph ONLY of that NOTE and follow the guidance of the detail
drawing and specifications. GRADED GRAVEL AS SPECIFIED IN PARA.
600-2.17, P.600-8 COL DESIGN STANDARDS, SHALL BE USED.
Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas
79457
Questions may be faxed to 806-775-2164 or Email to bmacnair(0mylubbock.us.
THANK YOU,
CITY OF LUBBOCK
Bruce MacNair
Public Works Contracting Officer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder'
responsibility to advise the City of Lubbock Public Works Contracting Officer if any language, reaujyements. etc., or any
combinations thereat 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 Public Works Contracting Officer no later than five (5) business
days prior to the bid close date. A review of such notifications will be made.
ITB # 09-717-BM-Ad-2
ITB # 09-717-BM, Addendum # 3
City of Lubbock
PUBLIC WORKS CONTRACTING OFFICE
ROOM 204, MUNICIPAL BUILDING
I625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2163 FAX: (806) 775-2164
http://purchasing.ei.lubbock.tx.us
ADDENDUM # 3
ITB # 09-717-BM
SEWERS AHEAD OF FREEWAY
CONSTRUCTION
DATE ISSUED: April 17, 2009
CLOSE DATE: April 23, 2009 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid
(ITB). Where any item called for in the ITB documents is supplemented here, the original
requirements, not affected by this addendum, shall remain in effect.
1. Bidders' attention is directed to the *** SECOND REVISED *** BID SUBMITTAL
FORM, attached.
2. Original bid item # 10 is DELETED, reducing the total number of bid items to 15 and bid
item # 8 is CHANGED.
All requests for additional information or clarification must be submitted in writing and directed
to:
Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock,
Texas79457
Questions may be faxed to 806-775-2164 or Email to bmacnair(a)mylubbock.us.
THANK YOU,
CITY OF � LUBBOC'K_ �`
9%�!
Bruce MacNair
Public Works Contracting Officer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's
responsibility to advise the City of Lubbock Public Works Contracting Officer if any language. requirements, etc., or any
combinations thereof, inadvertently restricts or limits the reouinements stated in this ITB to a single source. Such notification
must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business
days prior to the bid close date. A review of such notifications will be made.
y ITB # 09-717-BM-Ad-3
1,"
*** SECOND REVISED *** BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: 09-717-BM - SEWERS AHEAD OF FREEWAY CONSTRUCTION
Bid of
(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 construction of SEWERS AHEAD OF FREEWAY
CONSTRUCTION, 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.
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
1. 629 LF Furnish and install 24 inch ASTM F-679 8-10 ft of 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.
TOTAL ITEM#1: $ /LF( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
2. 1,084 LF Furnish and install 24 inch ASTM F-679 10-12 ft of 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.
TOTAL ITEM #2: $ /LF( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
3. 565 LF Furnish and install 36" Steel Casing by jack and boring and install 24 inch ASTM F-679 pipe 10-
12ft of depth, including excavation, trench protection, any required shoring of launching and
receiving pits, backfilling and compaction of pits, installing the pipe 36" and 24", pipe material
for both 36" and 24", casing spacers, casing end seals and disposal of spoils and complete with all
necessary appurtenances and testing.
TOTAL ITEM 43: $ /LF( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
Bidder's Initials
Item Estimated
No. Quantity
& Unit Description of Item Total Amount
4. 9 EA
Furnish and install 60 inch standard 4' deep manhole including 30 inch lid, excavation, gravel
embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all
necessary accessories, complete and in place.
TOTAL ITEM 44:
$ /EA( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
5. 92 EVF
Furnish and install extra vertical feet of manhole past 4' for 60 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
TOTAL ITEM #5:
$ /EVF(
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
6. 1 LS
Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic
Engineering Department prior to implementation. This plan shall include all lights, signs,
barricades, cones and other assorted equipment and tools
TOTAL ITEM #6:
$ /LS( )
(Unit Price Amounts
shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
7. 1 LS
Provide and maintain a Storm Water Pollution Prevention Program to prevent silt runoff into
existing storm water systems and playa lakes. This item shall include all equipment, tools, fees,
required documents and labor.
TOTAL ITEM #7:
$ /LS( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
8. 1 LS
Conduct a field survey of all proposed sewer mains and manholes and provide the x, y,
and z coordinates of all the sewer mains and manhole locations. In both, state plane
coordinates and TxDOT surface coordinates.
TOTAL ITEM #8: $ /LS
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
9. 2 EA Tie New 60" manhole to existing 24 inch Vitrified Clay line 10-12 ft of depth pipe including any
excavation, temporary plugging of upstream manholes and appurtenances.
TOTAL ITEM #9: $ /EA(
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
10. 2 EA Cut and plug existing 24 inch line 10-12 ft of depth pipe including any excavation, backfilled
to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete
and in place.
TOTAL ITEM #10: $ /FT( )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
Bidder's Initials
ITB # 09-717-BM, Addendum # 4
City of Lubbock
PUBLIC WORKS CONTRACTING OFFICE
ROOM 204, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2163 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ADDENDUM # 4
ITB # 09-717-BM
SEWERS AHEAD OF FREEWAY
CONSTRUCTION
April 20, 2009
April 23, 2009 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid
(ITB). Where any item called for in the ITB documents is supplemented here, the original
requirements, not affected by this addendum, shall remain in effect.
1. Bidders' attention is directed to the REVISED Specifications Sections (02082, 02084 and
02530), attached.
2. Specifications are CHANGED as follows:
Section 02082:
Section 2.1
C) All manholes shall be eccentric cone section unless specified on the plans.
I) Has been REMOVED. A coating will not be required on the new manholes.
Section 02084:
Now shows 30 inch diameter manholes lids as the standard.
Section 02530:
Now shows 60 inches as the diameter of the manholes for this job.
All requests for additional information or clarification must be submitted in writing and directed
to:
Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock,
Texas 79457
Questions may be faxed to 806-775-2164 or Email to bmacnair &mylubbock.us.
THANK YOU,
CITY OF LUBBOCK
Ewa 7&"741hr
Bruce MacNair
Public Works Contracting Officer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's
responsibility to advise the Citv of Lubbock Public Works Contracting Officer if anv language. requirements, etc.. or anv
combinations thereof. inadvertently restricts or limits the reauirements stated in this ITB to a single source. Such notification
must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business
days prior to the bid close date. A review of such notifications will be made.
ITB # 09-717-BM-Ad4
SECTION 02082
PRE -CAST CONCRETE MANHOLES
PART 1— GENERAL
1.1 SECTION INCLUDES
A. This section of the specifications pertains to pre -cast concrete manholes and
related items.
1.2 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.
1.3 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/ft).
1.4 SUBMITTALS
A. Conform to requirements of Section 01300 — Submittal Procedures.
B. 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 C479 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.
Sewer Line Relocation Ahead 02082-1 March 2009
of Marsha Sharp Freeway
{
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. t"
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver number of units needed in a timely manner to the project site to ensure
installation continuity.
B. Store and handle the units at the project site to prevent cracking, distortion,
staining, or other physical damage, and so that markings are visible. Lift and
support units at designated lift points.
C. Deliver anchorage items that are to be embedded in other construction before
starting such work. Provide setting diagrams, templates, instructions, and
directions, as required, for installation.
PART 2 — PRODUCTS
2.1 PRE -CAST CONCRETE 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 wall 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
Sewer Line Relocation Ahead 02082-2 March 2009
of Marsha Sharp Freeway
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
Sewer Line Relocation Ahead
of Marsha Sharp Freeway
02082-3
March 2009
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: %z inch per foot minimum; 1 inch per foot maximum
b. Depth of bench to invert shall be equal to '/z 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.
Sewer Line Relocation Ahead 02082-4 March 2009
of Marsha Sharp Freeway
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/z 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.
Sewer Line Relocation Ahead
of Marsha Sharp Freeway
END OF SECTION
02082-5
March 2009
SECTION 02084
FRAMES, GRATES, RINGS, AND COVERS
PART l — GENERAL
1.1 SECTION INCLUDES
A. This section of the specification covers iron castings for use as manhole frames
and lids, gratings, and rings.
1.2 RELATED SECTIONS
A. Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections, apply to
this section
B. Section 02082 — Pre -cast Concrete Manholes
C. Section 03300 — Cast -in -Place Concrete
1.3 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
1.4 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
2.1 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
Sewer Line Relocation Ahead 02084-1 March 2009
of Marsha Sharp Freeway
j
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.
2.2 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
3.1 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.
n
Sewer Line Relocation Ahead
of Marsha Sharp Freeway
END OF SECTION
02084-2
March 2009
SECTION 02530
SANITARY SEWER PIPING
PART 1— GENERAL
1.1 SUN 54ARY
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.
1.2 DEFINITIONS
A. PVC — Polyvinyl chloride plastic.
1.3 SUBMITTALS
A. Submittals, in accordance with Section 01300 — Submittals, are required from the
Contractor for the following materials and products. 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.
1.4 DELIVERY, STORAGE, AND HANDLING
A. Protect pipe, pipe fittings, and seals from dirt and damage.
B. Handle manholes according to manufacturer's written rigging instructions.
1.5 PROJECT CONDITIONS
A. 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.
Sewer Line Relocation Ahead 02530-1 March 2009
of Marsha Sharp Freeway
I�
PART 2 — PRODUCTS
2.1 MANUFACTURERS
A. 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.
2.2 PIPING MATERIALS
A. 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
( iii. 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.
2.3 NON -PRESSURE TYPE PIPE COUPLINGS
A. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition
coupling, for joining underground non -pressure piping. Include ends of same
sizes as piping to be joined and corrosion -resistant -metal tension band and
tightening mechanism on each end.
B. Sleeve Materials:
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.
2.4 MANHOLES
A. Standard Pre -cast Concrete Manholes: ASTM C 478, pre -cast, reinforced
concrete, of depth indicated, as specified in Section 02082 — Pre -cast Concrete
Manholes, with provision for sealant joints.
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.
Sewer Line Relocation Ahead 02530-2 March 2009
of Marsha Sharp Freeway
3.5 MANHOLE INSTALLATION
A. General: Install manholes complete with appurtenances and accessories
indicated.
B. Install pre -cast concrete manhole sections with sealants according to ASTM C
891.
C. Install PE sheeting on earth where cast -in -place concrete manholes are to be
built.
D. Form continuous concrete channels and benches between inlets and outlet.
E. Set tops of frames and covers flush with finished surface of manholes that occur
in pavements. Set tops three (3) inches above finished surface elsewhere, unless
otherwise indicated.
F. Install manhole cover inserts in frame and immediately below cover.
3.6 CONCRETE PLACEMENT
A. Place cast -in -place concrete according to Section 03300 — Cast -in -Place
Concrete.
3.7 CLOSING ABANDONED SANITARY SEWER SYSTEMS
A. Plug and abandon in place existing sewer line as shown on plans.
3.8 IDENTIFICATION
A. 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.
3.9 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.
Sewer Line Relocation Ahead 02530-5 March 2009
of Marsha Sharp Freeway
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.
3.10 CLEANING
A. Clean interior of piping of dirt and superfluous material.
END OF SECTION
Sewer Line Relocation Ahead 02530-6 March 2009
of Marsha Sharp Freeway
rM # 09-717-BM, Addendum # 5
City of Lubbock
PUBLIC WORKS CONTRACTING OFFICE
ROOM 204, MUNICIPAL BUILDING
1625 13"' STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2163 FAX: (806) 775-2164
http://purchasing.ei.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ADDENDUM # 5
ITB # 09-717-BM
SEWERS AHEAD OF FREEWAY
CONSTRUCTION
April 21, 2009
April 23, 2009 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Contractor must anticipate caliche rock formations throughout the project area. Excavation by
means of explosives will NOT be permitted.
Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas
79457
Questions may be faxed to 806-775-2164 or Email to bmacnairna,mylubbock.us.
THANK YOU,
CITY OF LUBBOCK
�GyG
6wee X m'
Bruce MacNair
Public Works Contracting Officer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to
advise the City of Lubbock Public Works Contracting Officer 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 Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A
review of such notifications will be made.
ITB # 09-717-BM-Ad-5
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE:
SEWERS AHEAD OF FREEWAY CONSTRUCTION
ADDRESS: LUBBOCK, TEXAS
a
ITB NUMBER: 09-717-BM
Contract # 8942
PROJECT NUMBER: 9754.9242.20000
CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE
1
Paize Intentionally Left Blank
r
City of Lubbock, TX
Public Works Contracting Office
Contractor Checklist for
ITB # 09-717-BM
Before submitting your bid, please ensure you have completed and included the following:
1. ✓ 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. Amounts shall be
written in both words and numerals and in the event of a discrepancy the amounts written in
words shall govern. 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.
J3. ✓ Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
4. ✓ Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior
to the deadline. Late bids will not be accepted.
5. 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.
b. V Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
7. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include ftrrn's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number:
8. ✓ Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING
1. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
'AILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED
[ON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS
'OMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
W R.,T. % HT C. e .
(Type or Print Company Name)
Pate Intentionally Left Blank
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
3-5. PROPOSED LIST OF SUB -CONTRACTORS
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days
after the close date when bids are due.)
4-1. FINAL 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
Page Intentionally Left Blank
NOTICE TO BIDDERS
Pame Intentionally Left Blank
NOTICE TO BIDDERS
ITB # 09-717-BM
Sealed bids addressed to Bruce MacNair, Public works Contracting Officer, City of Lubbock, Texas,
will be received in the office of the Public works Contracting Officer, Municipal Building, 1625 13th Street,
Room 204, Lubbock, Texas, 79401, until 2:00 P.M. on April 23, 2009, 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:
"SEWERS AHEAD OF FREEWAY CONSTRUCTION"
After the expiration of the time and date above first written, said sealed bids will be opened in the office
of the Public works Contracting Officer and publicly read aloud. It is the sole responsibility of the bidder to
ensure that his bid is actually in the office of the Public works Contracting Officer for the City of Lubbock,
before the expiration of the date above first written.
Bids are due at 2:00 P.M. on April 23, 2009, and the City of Lubbock City Council will consider the
bids on May 14, 2009, at the Municipal Building, 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 $25,000. Said statutory bonds should be issued by a company carrying a current Best
Ratiny- of "A" or better.
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
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 April 8, 2009 at 1:00 P.M., in the Lubbock Memorial
Civic Center, Room 101,1501 Mac Davis Lane, Lubbock, Texas.
Bidders may view the plans and specifications without charge at The Reproduction Company, 2102
Avenue Q, Lubbock, Texas 79405 or at http:llpr.thgWroductioncompany.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.
i
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 Public works Contracting Officer 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 Public Works Contracting Office at (806) 775-2163 or write to Post Office
Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
Bruce 9Wac9Va* it
BRUCE MACNAIR
PUBLIC WORKS CONTRACTING OFFICER
GENERAL INSTRUCTIONS TO BIDDERS
Pape Intentionally Left Blank
GENERAL INSTRUCTIONS TO BIDDERS
! 1 BID DELIVERY TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish SEWERS AHEAD OF
FREEWAY CONSTRUCTION per the attached specifications and contract documents. Sealed bids will
-' be received no later than 2:00 P.M. on April 23, 2009 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
comer: "ITB # 09-717-BM, SEWERS AHEAD OF FREEWAY CONSTRUCTION" 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:
Bruce MacNair, Public Works Contracting Officer
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting 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 1:00 P.M., April 8, 2009, at the Lubbock Memorial Civic Center, Room 101,
1501 Mac Davis Lane, 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 Public Works Contracting Office. At the request of the bidder,
or in the event the Public Works Contracting Office deems the interpretation to be substantive, the
interpretation will be made by written addendum issued by the Public Works Contracting Office. Such
addenda issued by the Public Works Contracting Office will be available over the Internet at
www.bids c.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 Public Works Contracting Office no later than five (5) calendar days
before the bid closing date.
s
t
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
supplied by the City of Lubbock Public Works Contracting Office in writing or in this ITB 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 L 4
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.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all mm
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 F
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. 1
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Public works Contracting Officer and a clarification obtained before the bids are
received, and if no such notice is received by the Public works Contracting Officer 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 Public works Contracting Officer 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.
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.
6 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. - 1
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 CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
2
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.
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
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 Public works Contracting Officer 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 Public Works Contracting 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:
BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER
City of Lubbock
Public Works Contracting Office
1625 13u' Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: bmacnair(i► mylubbock.us
Bidsync: www.bidsync.com
13
14
15
M
17
TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within ONE
HUNDRED EIGHTY (180) CALENDAR 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, u.
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 -Y
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
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- L - a
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
4
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
i 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
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.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
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.
24 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.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be famished 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 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.
26 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. 1-1
6
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 weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
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 engaged at the site of
the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each
employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit
shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown)
have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must
classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per
diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the
City of Lubbock on whose behalf this contract is made, 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
t 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he 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 price written in words and the price
written in figures, the price written in words shall govern.
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:
{
29.3.1 Bidder's name
29.3.2 Bid for: ITB-09-717-BM, SEWERS AHEAD OF FREEWAY CONSTRUCTION
7
g
31
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. [i
3
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.
1
(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 IJ
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.
i_
(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.
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 ONE through FIFTEEN 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
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 THE BID CLOSE DATE AND THE CONTRACT
AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL.
NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE
LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -
SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS
REQUESTED BY THE CITY.
33.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. This policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
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.
f
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.gpo.jzov/davisbacon/alistates.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.
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.
10
BID SUBMITTAL FORM
Paize IntentionaBy Left Blank
a
a
I'
Ll
*** SECOND REVISED *** BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE: + — Z i - o
PROJECT NUMBER: 09-717-BM - SEWERS AHEAD OF FREEWAY CONSTRUCTION
Bid of t...1 Z " 4 . (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 construction of SEWERS AHEAD OF FREEWAY
CONSTRUCTION, 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
4: 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.
5 Estimated
Item Quantity
No. & Unit Description of Item Total Amount
1. 629 LF Furnish and install 24 inch ASTM F-679 8-10 ft of 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.
SsxT o0 0�� �s G 4 4-0 .b
TOTAL ITEM # 1: ,► F �. 0 �• $ /LF 2. � 1
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in word shall ern.)
2. 1,084 LF Furnish and install 24 inch ASTM F-679 10-12 ft of 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.
TOTAL ITEM #2: S is r Ty F—J eL 0 0 ,,-0, 4. 6 $72 4 /LF( O Z l (p )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g vern.)
3. 565 LF Furnish and install 36" Steel Casing by jack and boring and install 24 inch ASTM F-679 pipe 10-
12ft of depth, including excavation, trench protection, any required shoring of launching and
receiving pits, backfilling and compaction of pits, installing the pipe 36" and 24", pipe material
for both 36" and 24", casing spacers, casing end seals and disposal of spoils and complete with all
necessary appurtenances and testing.
TOTAL ITEM #3: 1 HAe it 1{-J.a 0 F-40 FzVry &Z uwr $ 3 1�_ b /LF( Z d L0 Z 10 1
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
Bidder's Initials
Item Estimated
No. Quantity
& Unit Description of Item Total Amount
4. 9 EA Furnish and install 60 inch standard 4' deep manhole including 30 inch lid, excavation, gravel
embedment, backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all
necessary accessories, complete and in place.
TOTAL ITEM #4: 'Ty4 ff:z t..ff' -0.ews.$o 18 0 ^/EA(, ) Cl Co 2 d )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall go em.)
5. 92 EW Furnish and install extra vertical feet of manhole past 4' for 60 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
TOTALITEM#5: oNr H�jrae.ap F26-T4 Two Pc"P,R.b $ IS2. /BVF 13 id At
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall go em.)
6. 1 LS Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic
Engineering Department prior to implementation. This plan shall include all lights, signs,
barricades, cones and other assorted equipment and tools
TOTAL ITEM #6: TN e.,*u I e►Q o +M+wy Ti- xmc Kv.-g a.-.o $ 3.3 0 b�/LS( 3. 3 0 v )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amo nt shown in words shall govern.)
7. l LS Provide and maintain a Storm Water Pollution Prevention Program to prevent silt runoff into
existing storm water systems and playa lakes. This item shall include all equipment, tools, fees,
required documents and labor.
TOTAL ITEM#7:Ti4"dTNo-s*A,+P o,.t NOrafAJ&P %sFT!r f•w**-L $ 31So /LS( 3.
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shal govern.)
8. 1 LS Conduct a field survey of all proposed sewer mains and manholes and provide the x, y,
and z coordinates of all the sewer mains and manhole locations. In both, state plane
coordinates and TxDOT surface coordinates.
TOTAL ITEM #8: 6tAf THo- %AoP owa HaP4 go-go $TI o 6 t—/LS( I.01 0 o � )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
9. 2 EA Tie New 60" manhole to existing 24 inch Vitrified Clay line 10-12 ft of depth pipe including any
excavation, temporary plugging of upstream manholes and appurtenances.
TOTAL ITEM #9: S e v e A Sz: KTv 0 0 4 L o t $_ 716 0 /EA( /, .S z o )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sh 1 govem.)
10. 2 EA Cut and plug existing 24 inch line 10-12 ft of depth pipe including any excavation, backfilled
to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary accessories, complete
and in place.
TOTAL ITEM #10: ot., d Tr+o� sp�,a Fzv� H�.�o a �nT��►, O.w a+�s $ 1'L otl /FT 3 D 9' 0` )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shaft govern.)
'l
Bidder's Initials '-
t
Item Estimated
No. Quantity
& Unit Description of Item Total Amount
11. 440 SY Pavement repair to the asphalt or concrete as needed.
O� 0"
TOTAL ITEM #11: Fb*-T:r S a ZN i o�a� �•.aa $ �}'7 — /EA( ZT 8 0 )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
12. 2,277 LF Provide and maintain a Trench Safety System as per OSHA regulations, include all equipment,
tools and labor
TOTAL ITEM #12: 0"S 17oL,y%%t $ i �� /SY( Z. 7,-7-7� )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
13. 1 EA Equipment mobilization/demobilization. Provide all equipment and tools to complete project,
insurance, bonds, move in/out related costs and preparation of NOI and NOT complete
�T G_ s; 0-
TOTAL ITEM # 13 : t-9,1 �N I Hu m aA r+O Qd H V r �D R-Z P �Si�'ip 1? �p Rr$11� J /LF( I I, SS b ' )
Fs SS
(Unit Price Amounts shall be shown in both words and numerals. In case of discre anthe amou t shown in words shallovem.)
14. 2 EA Cut and plug existing 12 inch line 10-12 ft of depth pipe including any excavation,
backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary
accessories, complete and in place.
TOTALITEM#14: ONE �No�LAN�T�+¢r�Yx �•t-�F+r�i $ l,oZd /EA( Z, 040� )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
15. 2 EA Cut and plug existing 6 inch line 10-12 ft of depth pipe including any excavation,
backfilled to 95% proctor, testing, pavement cuts, disposal of spoils and all necessary
accessories, complete and in place.
TOTAL ITEM # 15: N o.,y Tw a to s 7 17 s. s $ 9 2. o /EA( 1. 8 4 0 ^ )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
TOTAL BID, ITEMS # 1- # 15:
MATERIALS: 0 N a }14r, r as a fw.sY Ez. o r! Nv o fog tt 1491-10 4 Z 0 f`at F^I., $ l 4 `b 4 S b
LABOR: .,* Hsti%'OR Co aeEJ ex(-wr TNOd�AMA tNi�-Sd�►�p� ZA �INt�T"YT�$ 2 S %
TOTAL BID
ITEMS #1 - # 15:HK),4, eza CcT3&sd u+
$ 9'd �. 4 3
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
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 180 (ONE HUNDRED EIGHTY)
calendar 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 $2 814.00 (TWO
THOUSAND. EIGHT HUNDRED, FOURTEEN AND 00/100 DOLLARS) for each calendar day in excess of the time
set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract
documents.
1J Bidder's Initials
U
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be goal and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and
execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of .S %o Dollars
($ ), 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 fails to execute the necessary contract documents, insurance
certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of
written notification of acceptance of said 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:
Addenda No. �_ Date 4 -13 - a 9
Addenda No. Z Date 4 -1 V- b 5PAJ
Addenda No. Date 4 - I ? -o 1 dV'
Addenda No. 4 Date 4 -Lo -o 9
r 4--L.I-01
MIWBE Firm:
xc.f}T or,>TILJ1-TXCa" C-..IH,
Company
co 01
Address _
6-P-^e0 V3:Nt: , ) A�5-
City, County �-
Tc-v.%%s 760i l
State Zip Code
Telephone: B)4-
Fax: 61-t
FEDERAL TAX ID or SOCIAL SECURITY No.
-7S - 2;22.Y(-ul
I I Hispanic American I I Asian Pacific American I I Other (Snecifv)
ITB - 04-717-BM - SEWERS AHEAD OF FREEWAY CONSTRUCTION
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Comp] eted by Bidder and Agent II
Must be submitted with Bid I
i, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by
me with the below identified insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able
( to, within ten (10) business days after being notified of such award by the City of Lubbock-, fivaish a valid insurance
I certificate to the City meeting all of the requirements defined in this bid.
Contractor (Orijfinq Signature)` �. Contractor (Print)
FIRM NAME: Wright Construction Co., Inc.
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 601 W. Wall Street
Grapevine, TX 76051
Name of Agent/Broker: Kathy Sells
Agent / Broke (Signature)
Address of Agent/Broker: 1200 S. Main Street, Suite 1600
CitylState/Zip: Grapevine, TX 76051
�- Agent/Broker Teiephone Number: ( 817 ) 481-3529
f Date: April 16, 2009
1_
f NOTE TO CONTRACTOR
l If the time requirement specified above is not met, the City has the right to reject this bid and award the contract
to another contractor. If you have any questions concerning these requirements, please contact the Public Works
1 ' Contracting Officer for the City of Lubbock at (806) 775-2163.
BID # 09-717 BM - SEWERS AHEAD OF FREEWAY CONSTRUCTION
Page Intentionally Left Blank
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding 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.
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 thereof. The
City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it
related or caused by environmental, mechanical, operational, supervision or any other cause or factor.
Specifically, the City may consider, among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (1 U) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
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, partnerslp, 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 Y 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. ,
r Bidder's Initials
L
-E
i• i
OUESTION TWO
is
is
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting fo i
firm, corporation, partnership or institution, received citations for violations of environmental protection laws
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforc 1
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal comp i
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO
-i
` If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with
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 an
penalty assessed.
t
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such '.
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense wb
resulted in 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
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 p
6l,
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
F' statements and answers to questions. I am aware that the information given by me in this questionnaire shy
investigated, with my full permission, and that any misrepresentations or omissions y cause my bid to be rejected.
r
i = SignatureLi
-
��F i
t -
i{
1(E
Q. Z3 C N 1
S—
Title
BID # 09-717-BM - SEWERS AHEAD OF FREEWAY CONSTRUCTION
i I _'
10/28/2008 10t21 6064727686 USDOL/OSHA/LUBBOCK
_ 1
PAGE 02/ 04
U,S. DEPARTMENT OF LABOR OCCUPATIONAL SAFETY AND
HEALTH ADMINISTRATION
In the Matter of: Wright Construction Company
OSHA No.(s): 312386287
INFORMAL SETTLEMENTAGREEMENT
The undersigned Employer and the undersigned Occupational Safety and Health Administration (OSHA),
in settleme►it of the above citation(s) and penalties which were issued on 10/08/08. hereby agree as follows:
1. The Employer agrees to correct the hazards identified in the citations, or as amended below.
The Employer agrees to comply with all applicable abatement verification provisions of 29
C.F.R. 91903.19, including but not limited to, all certification, documentation, and posting
requirements. Abatement certification shall be accomplished within 10 calendar days after the
abatement date by mailing a letter to Occupational Safety and Health Administration, Lubbock
Area Office, 1205 Texas Avenue, Room 806, Lubbock, TX 79401, stating that abatement has
been completed, the date and method of abatement, and that affected employees and their
representatives have been informed of the abatement. Any required abatement documentation
shall be submitted along with the abatement certification.
3. The Employer agrees to pay the proposed penalties, if any, as issued with the above citation(s), or
if amended by this Agreement, as amended below. Such penalty is to be remitted within 5
days of the signing of this Agreement, If the original signed agreement and payment is not
received in accordance with this time period, the Agreement shall be null and void And nil
original penalties shall become payable along with appropriate fees, and interest,
4. The Employer and OSHA agree to amend the citations and penalties, if any, as follows:
CITATION I PENALTY
Cit 1, item 1 ( Reclassified to Other than Serious, Penalty $1,200.00
Cit 1, Item 2 Reclassified to Other than Serious, Penalty $1,200.00
TOTAL PENALTY PROPOSED I $2,400.00 i
5. The Employer promises to permit OSI.-In access to the workplace at issue herein subsequent to
the date fixed for abatement 'for the specific and limited purpose of determining if the conditions
described in the citations have been corrected
10/28/2008 16:21 8064727686 USDOL/OSHA/LUBBOCK PAGE 03/04
6. The employer agrees to continue to comply with the applicable provisions of the
Occupational Safety and 1-3calth Act of 1970, and the applicable safety and health
standards promulgated pursuant to the Act.
7. Neither this settlement agreement, nor the employer's failure to contest the citations at issue, shall
constitute an admission by the employer of any violations of the Occupational Safety and Health
Act to any third parties in any subsequent proceedings, except proceedings brought by the United
States Government.
8. The Employer, by signing this settlement agreement, hereby waives its rights to contest
the above citation(s) and penalties, as amended in paragraph 4 of the agreement.
9. The Employer agrees to immediately post a copy of this settlement agreement in a
prominent place at or near the location of the violation(s) refctred to in paragraphs
3 alid 4 above. This Agreement roust remain posted until the violations cited have
been corrected, or for 3 working days (excluding weekends and Federal Holidays),
whichever is longer.
10. Each party agrees to bear its own attorney's fees, costs and other expenses incurred by
such party in connection with any stage of the above-rcfcrcnccd proceeding including, but
not limited to, attorney's fees which may be available under the Equal Access to Justice
Act, as amended.
11. The Employer agrees to provide training to its foremen and lead persons regarding required
housekeeping and ladder use including required ladder angles and lengths.
Richard F.. Tapio
For Occupational Safety
And Health Administration
(Signature and Date)
2
W
Tand
t, Pres
ction <
Date)
10/28/2BE) 8 10: 21 8064727686
USDOL/OSHA/LUBBOCK
PAGE 0q/04
NOTICE TO EMPLOYEES
The law gives you or your representative the opportunity to object to any abatement dote set Cot a
violation if you believe the date to be unreasonable. Any contest to the abatement dates of the citations
amended in paragraph 3 of this Settlement Agreement must be mailed to the U.S. Department of Labor
Area Office at ROOM 806, GEORGE MAI-ION' FEDERAL BUILDING, 1205 TEXAS AVENUE,
LUBI30CK, TX 79401, within 15 working days (excluding weekends and Federal I.-1.0lidays) of the
receipt by the Employer of this Settlement Agreement. You or your representative also have the right to
object to any of the abatement dates set for violations, which were not amended, provided that the
objection is mailed to the office shown above within the 15-working-day period established by the
original citation.
fi]
U.S. Department of Labor
Occupational Safety and Health Administration
ROOM 806, GEORGE MAHON FEDERAL BUILDING
1205 TEXAS AVENUE
LUBBOCK, TX 79401
Phone: (806)472-7681 FAX: (806)472-7686
N �9
P
W O,
r ;a:
00
0 AP
P
S�ArEs OF
Citation and Notification of Penalty
To: Inspection Number: 312386287
Wright Construction Company Inspection Date(s): 10/02/2008 - 10/02/2008
and its successors Issuance Date: 10/08/2008
601 Wall Street
Grapevine, TX 76051
Inspection Site: The violations) described in this Citation
Loop 289 at Quaker and Notification of Penalty is (are) alleged
Lubbock, TX 79414 to have occurred on or about the day(s) the
inspettion was made unless otherwise
tnti atdivrthttz the desc`x(pocgcjer:belnyv:':
This Citation and Notification of Penalty (this Citation) describes violations of the Occupational Safety and Health
Act of 1970. The penalty(ies) listed herein is (are) based on these violations. You must abate the violations
referred to in this Citation by the dates listed and pay the penalties proposed, unless within 15 working days
(excluding weekends and Federal holidays) from your receipt of this Citation and Notification of Penalty you mail
a notice of contest to the U.S. Department of Labor Area Office at the address shown above. Please refer to the
enclosed booklet (OSHA 3000) which outlines your rights and responsibilities and which should be read in
conjunction with this form. Issuance of this Citation does not constitute a finding that a violation of the Act has
occurred unless there is a failure to contest as provided for in the Act or, if contested, unless this Citation is
affirmed by the Review Commission or a court.
POSting - The law requires that a copy of this Citation and Notification of Penalty be posted immediately in a
prominent place at or near the location of the violation(s) cited herein, or , if it is not practicable because of the
nature of the employer's operations, where it will be readily observable by all affected employees. This Citation
must remain posted until the violation(s) cited herein has (have) been abated, or for 3 working days (excluding
weekends and Federal holidays), whichever is longer. The penalty dollar amounts need not be posted and may
be marked out or covered up prior to posting.
Informal Conference - An informal conference is not required. However, if you wish to have such a
conference you may request one with the Area Director during the 15 working day contest period. During such
-an informal conference you may present any evidence or views which you believe would support an adjustment
to the citation(s) and/or penalty(ies).
Citation and Notification of Penalty Page 1 of 6 OSHA-2(Rev. 6/93)
If you are considering a request for an informal conference to discuss any issues related to this Citation and
Notification of Penalty, you must take care to schedule it early enough to allow time to contest after the informal
conference, should you decide to do so. Please keep in mind that a written letter of intent to contest must be
submitted to the Area Director within 15 working days of your receipt of this Citation. The running of this contest
period is not interrupted by an informal conference.
If you decide to request an informal conference, please complete, remove and post the page 4 Notice to Employees
next to this Citation and Notification of Penalty as soon as the time, date, and place of the informal conference have
been determined. Be sure to bring to the conference any and all supporting documentation of existing conditions
as well as any abatement steps taken thus far. If conditions warrant, we can enter into an infortnal settlement
agreement which amicably resolves this matter without litigation or contest.
Right to Contest - You have the right to contest this Citation and Notification of Penalty. You may contest
all citation items or only individual items. You may also contest proposed penalties and/or abatement dates without
contesting the underlying violations. Unless you inform the Area Director in writing that you intend to contest
the citation(s) and/or proposed penalty(fes) within 15 working days after receipt, the citation(s) and the
Pro -posed penaltyfies) will become a final order of the Occupational Safety and Health Review Commission
and may not be reviewed by any court or agency.
Penalty Payment - Penalties are due within 15 working days of receipt of this notification unless contested.
(See the enclosed booklet and the additional information provided related to the Debt Collection Act of 1982.)
Make your check or money order payable to "DOL-OSHA". Please indicate the Inspection Number on the
remittance.
.. OSHA does not agree to any restrictions or conditions or endorsements put on any check or money order for less
than the full amount due, and will cash the check or money order as if these restrictions, conditions, or
` endorsements do not exist.
Notification Of Corrective Action - For violations which you do not contest, you should notify the U. S.
Department of Labor Area Office promptly by letter that you have taken appropriate corrective action within the
time frame set forth on this Citation. Please inform the Area Office in writing of the abatement steps you have
taken and of their dates, together with adequate supporting documentation, e.g., drawings or photographs of
corrected conditions, purchase/work orders related to abatement actions, air sampling results, etc.
(Please see attached "Corrective Action Verification.")
Employer Discrimination Unlawful - The law prohibits discrimination by an employer against an employee
for filing a complaint or for exercising any rights under this Act. An employee who believes that he/she has been
discriminated against may file a complaint no later than 30 days after the discrimination occurred with the U.S.
Department of Labor Area Office at the address shown above.
-11 Employer Rights and Responsibilities - The enclosed booklet (OSHA 3000) outlines additional employer
f- rights and responsibilities and should be read in conjunction with this notification.
Notice to Employees - The law gives an employee or his/her representative the opportunity to object to any
abatement date set for a violation if he/she believes the date to be unreasonable. The contest must be inailed -to
the U.S. Department of Labor Area Office at the address shown above and postmarked within 15 working days
(excluding weekends and Federal holidays) of the receipt by the employer of this Citation and Notification ®f
r Penalty.
Citation and Notification of Penalty Page 2 of 6 0SHA-2(Rev. 6/9 3)
Corrective Action Verification
Reference
Inspection Number:
Dear Sir:
OSHA's inspections are intended to result in the abatement/correction of violations of the OSHAct. To verify that
this has been accomplished, Section 1903.19 requires that an employer certi to OSHA, within ten (10) days of
the final abatement date that each item cited has been corrected.
This abatement certification letter must include the following:
Name of Employer
OSHA Inspection Number
Citation and Item Numbers to which the submission relates
The date each item was abated, specific action taken to abate each violation and appropriate documentation
for the action taken. Where appropriate, this documentation should include photographs, work orders,
purchase orders, personal protective equipment provided, standard operation procedures, copies of written
programs, engineering controls, monitoring data, etc. Adequate supporting documentation may allow us
to close the case file. The lack of adequate documentation could result in, a follow-up inspection.
A statement that affected employees and their representatives have been informed of the abatement actions
A statement that the information submitted is accurate
The signature of the employer or the employer's authorized representative.
Following is a sample format that may be used for this submittal:
Name of Employer
Citation Item No. Date Item
Number Instance No. Abated
Date this letter of submission posted
I certify that the information submitted is correct.
Employer or Authorized Representative
Corrective
Action Taken
G
a
Citation and Notification of Penalty Page 3 of 6 OSHA-2(Rev. 6/93)
U.S. Department of Labor ,kK`
Occupational Safety and Health Administration W
10
Fo r�
sr4TES 04
ry NOTICE TO EMPLOYEES OF INFORMAL CONFERENCE
An informal conference has been scheduled with OSHA to discuss the citation(s) issued on _
A
10/08/2008. The conference will be held at the OSHA office located at ROOM 806,
t
GEORGE MAHON FEDERAL BUILDING, 1205 TEXAS AVENUE, LUBBOCK, TX, 79401
on at _
. Employees and/or representatives of employees have
a right to attend an informal conference.
r
Citation and Notification of Penalty
Page 4 of 6
OSHA-2(Rev, 6/9p3)
U.S. Department of Labor
Occupational Safety and Health Administration
Citation and Notification of Penalty
Inspection Number: 312386287 EH7 °F
Inspection Dates: 10/02/2008 - 10/02/2008
Issuance Date: 10/08/2008
P
srq TEg OF
Company Name: Wright Construction Company
Inspection Site: Loop 289 at Quaker, Lubbock, TX 79414
Citation 1 Item 1 Type of Violation: Serious
29 CFR 1926.25(a): Debris was not kept cleared from work areas, passageways, and stairs, in and around
buildings or other structures:
On or about October 2, 2008 at the trench site located near the intersection of N TX Loop 289 and N Quaker
Streets in Lubbock, Texas, debris, including but not limited to lumber, cable assemblies, a ladder laying on
the ground parallel to trench, hammer, trench box rods, and a shovel, were strewn along the walk way along
the length/edge of the trench. This created a slipping/tripping hazard to employees as they walked along this
path to retrieve tools, etc.
Date By Which Violation Must be Abated:
Proposed Penalty:
10/15/2008
$ 1575.00
See pages 1 through 4 of this Citation and Notification of Penalty for information on employer and employee rights and responsibilities.
Citation and Notification of Penalty Page 5 of 6 OSHA-2 (Rev. 9/93) ,
U.S. Department of Labor
Occupational Safety and Health Administration
Citation and Notification of Penalty
Inspection Number: 312386287 P11S fg` OF ('
Inspection Dates: 10/02/2008 - 10/02/2008 0 _
Issuance Date: 10/08/2008 r - k?
STgiFg Of
Company Name: Wright Construction Company
Inspection Site: Loop 289 at Quaker, Lubbock, TX 79414
Citation 1 Item 2 Type of Violation: Serious
29 CFR 1926.65 1 (c)(2): A stairway, ladder, ramp or other safe means of egress was not located in trench
excavations that were 4 feet (1.22m) or more in depth so as to require no more than 25 feet (7.62m) of lateral
travel for employees:
On or about October 2, 2008 at the trench site located at the intersection of N TX Loop 289 and N Quaker
Streets in Lubbock, Texas, a commercial extension ladder was employed to provide ingress and egress from a
13.5 foot deep by 12 foot wide trench. However, the ladder was placed at approximately a 20 degree angle( to
ground plane ), the ladder safety -shoes being placed on the concrete pipe in the trench and the ladder rails were
leaning against the top trench wall edge. This configuration was not safe, as it exposed employees to a fall into
the trench during egress or ingress.
Date By Which Violation Must be Abated:
Proposed Penalty:
I.ICHARD F. TAPI
Area Director
10/ 15/2008
$ 1575.00
See pages 1 through 4 of this Citation and Notification of Penalty for information on employer and employee rights and responsibilities.
Citation and Notification of Penalty Page 6 of 6 OSHA-2 (Rev. 9/Db3)
U.S. Department of Labor
Occupational Safety and Health Administration
ROOM 806, GEORGE MAHON FEDERAL BUILDING
1205 TEXAS AVENUE
LUBBOCK, TX 79401
Phone: (806)472-7681 FAX: (806)472-7686
INVOICE/
DEBT COLLECTION NOTICE
Company Name: Wright Construction Company
Inspection Site: Loop 289 at Quaker, Lubbock, TX 79414
Issuance Date: 10/08/2008
Summary of Penalties for Inspection Number 312386287
Citation 1, Serious = $ 3150.00
TOTAL PROPOSED PENALTIES = $ 3150.00
SEEN? O,c
e %
id ;al
r
SrA7E5 OF
To avoid additional charges, please remit payment promptly to this Area Office for the total amount of the
uncontested penalties summarized above. Make your check or money order payable to:
"DOL-OSHA". Please indicate OSHA's Inspection Number (indicated above) on the remittance.
OSHA does not agree to any restrictions or conditions put on any check or money order for less than the full
amount due and will cash the check or money order as if these restrictions or conditions do not exist.
If a personal check is issued, it will be converted into an electronic fund transfer (EFT). This means that our bank
will copy your check and use the account information on it to electronically debit your account for the amount of
the check. The debit from your account will then usually occur within 24 hours and will be shown on your regular
account statement. You will not receive your original check back. The bank will destroy your original check, but
will keep a copy of it. If the EFT cannot be completed because of insufficient funds or closed account, the bank
will attempt to make the transfer up to 2 times.
Pursuant to the Debt Collection Act of 1982 (Public Law 97-365) and regulations of the U.S. Department of Labor
(29 CFR Part 20), the Occupational Safety and Health Administration is required to assess interest, delinquent
charges, and administrative costs for the collection of delinquent penalty debts for violations of the Occupational
Safety and Health Act.
Interest. Interest charges will be assessed at an annual rate determined by the Secretary of the Treasury on all
penalty debt amounts not paid within one month (30 calendar days) of the date on which the debt amount becomes
due and payable (penalty due date). The current interest rate is 5%. Interest will accrue from the date on which
the penalty amounts (as proposed or adjusted) become a final order of the Occupational Safety and Health Review
Commission (that is, 15 working days from your receipt of the Citation and Notification of Penalty), unless you
file a notice of contest. Interest charges will be waived if the full amount owed is paid within 30 calendar days
of the final order.
Page 1 of 2
Delinquent Charges. A debt is considered delinquent if it has not been paid within one month (30 calendar days)
of the penalty due date or if a satisfactory payment arrangement has not been made. If the debt remains delinquent
for more than 90 calendar days, a delinquent charge of six percent (6%) per annum will be assessed accruing from
the date that the debt became delinquent.
Administrative Costs. Agencies of the Department of Labor are required to assess additional charges for the
recovery of delinquent debts. These additional charges are administrative costs incurred by the Agency in its
attempt to collect an unpaid debt. Administrative costs will be assessed for demand letters sent in an attempt to
collect the unpaid debt.
Z /J
RICHARD F. APIO
Area Director
Date
} Page 2 of 2
U.S. Department of Labor
October 8, 2008
Wright Construction Company
601 Wall Street
Grapevine, TX 76051
Occupational Safety and Health Administration
1205 Texas Avenue, Room 806
Lubbock, TX 79401
Phone: 806-472-7681
Fax:806-472-7681
Re: OSHA Inspection Number: 312386287
Dear Employer
Inspection 312386287 of your workplace conducted on October 2, 2008 revealed no instances of
Repeated, Willful, or Failure -to -Abate violations, nor were there a significant number of High Gravity
Serious violations. Additionally, the compliance officer has reported that you have a good
understanding of the actions necessary to correct the violations that were cited, and that you are willing
to make those corrections by the date(s) specified in the citation.
The good faith you have exhibited, and the absence of Repeated, Willful or Failure -to -Abate violations,
makes your firm eligible for an Expedited Informal Settlement Agreement (EISA). Under this
program, an employer and OSHA can enter into an Informal Settlement Agreement without going
through the formal procedure of meeting in the Area Office.
However, if you decide to enter into the Expedited Informal Settlement Agreement, you should be
aware that you relinquish your right to contest the citations and penalties.
The Expedited Informal Settlement Agreement can be used only where the sole issue of dispute is the
dollar amount of proposed penalties. If you wish to discuss, change, or object to any other aspect of
the inspection or citations - including abatement dates, validity of violations, classification of violations
- then the Expedited Informal Settlement agreement cannot be used. Under those circumstances, you
may request an Informal Conference with me and/or exercise your contest rights as explained
elsewhere.
You should carefully read the enclosed Expedited Informal Settlement Agreement to determine whether
the terms of the agreement are acceptable to you. Key elements of the agreement call for OSHA to
agree to a 40 per cent (40 %) reduction in the total penalty amount proposed; for the Employer to
correct the violations by the abatement date(s) set forth in the citation(s); for the Employer to provide
evidence of corrective actions taken and to provide written certification that all terms have been abated
at the time of final abatement. Please note that failure to comply with any of the terms set
forth in the agreement will cause the penalty to revert to the initially proposed
E
amount.
The signed agreement and a check for the full amount of the reduced penalty (40% off the total of
initially proposed penalties) must be delivered to the Area Office prior to the expiration of the 15-
working day contest period. If mailed, the letter must be postmarked not later than the day that the 15-
working day contest period ends.
If you have any questions regarding the Expedited Informal Settlement Agreement, please contact me at
(806) 472-7681, ext 224.
Sincerely,
r =J
�f
i RICHARD F. APIO
Area Director
Lubbock Area Office - OSHA
RFT/pd
U.S. Department of Labor
-
Occupational Safety and Health Administration
Lubbock Area Office
1205 Texas Avenue, Room 806
Lubbock, TX 79401
(806)472-7681
EXPEDITED INFORMAL SETTLEMENT AGREEMENT
In the Matter of: Wright Construction Company
OSHA Inspection Number: 312386287
The undersigned Employer and the undersigned Occupational Safety and Health Administration (OSHA), in
settlement of the above reverenced Citation(s) and Notification(s) of Penalty which were issued on October
8, 2008, hereby agree as follows:
1. The Employer agrees to correct the violations as cited in the above referenced citation(s).
2. The Employer agrees to provide evidence of the actions taken to correct the cited violations.
3. Upon correction of all violations, the Employer agrees to provide written certification to the Area
Director that all of the violations have been corrected. The Employer agrees to post a copy of the
written certification for a period of three days in the place the citations were posted as described in
paragraph 7 of this Agreement.
4. OSHA agrees that the total penalty is amended to $1,890.00. Failure of the Employer to comply
with the terms of this Agreement shall cause the penalty to revert to the initially proposed penalty of
$3,150.00.
5. In consideration of the foregoing amendment(s) and/or modification(s) to the citation(s), the
Employer hereby waives its right to contest said citation(s) pursuant to Section 10c of the
Occupational Safety and Health Act of 1970. It is understood and agreed by the Occupational
Safety and Health Administration and the Employer that the citation(s) as amended and/or modified
by this Agreement shall be deemed a final order not subject to review by any court or Agency.
6. The employer agrees to immediately post a copy of this Settlement Agreement in the same manner I..J
and place as the Citation(s) (Citations are required by law to be posted in a prominent place at or
near the location of the violation (s). Citations must remain posted until the violations cited have
been corrected, or for three working days (excluding weekends and Federal Holidays), whichever is
longer.
7. Each party hereby agrees to bear its own fees and other expenses incurred by such party in
connection with any stage of this proceeding.
r LIM cuiPivyci
"RICHARD(F. TNPIO
=Occupational Safety and Health Administration
Lubbock Area Office
I -,'
Date Signed
Date Signed
NOTICE TO EMPLOYEES
,fhe law gives you or your representative the opportunity to object to any abatement date set for a violation
if you believe the date to be unreasonable. Any contest of the abatement dates of the citations referred to in
)aragraph 1 of this Settlement Agreement must be mailed to the U.S. Department of Labor Area Office at
-1205 Texas Avenue, Room 806, Lubbock, TX 79401, within 15 working days (excluding weekends and
Federal Holidays) of the receipt by the Employer of the original citations.
f
r
IMPORTANT INFORMATION
ABOUT
PENALTY REDUCTIONS
UNDER
EISA
(EXPEDITED INFORMAL SETTLEMENT AGREEMENTS)
WHAT IS EISA?
It is a way to reduce OSHA penalties by 40%. This is a pilot program offered by this OSHA office to
increase the efficiency of business and government; other local OSHA offices may or may not be
currently participating in this pilot program.
WHY IS THE OFFER BEING MADE TO ME?
The recent inspection of your workplace uncovered no Repeated, Willful, or Failure -to -Abate violations
of OSHA standards AND you are willing to correct the violations that were found no later than the
dates shown on the citations.
WHAT DO I HAVE TO DO?
You have to agtee to correct all the violations BY THE DATES shown on the citations AND provide
evidence of the corrections. Submit the Corrective Action Verification Form (in the citation) to this
office.
STEP-BY-STEP, HOW WOULD I PROCEED?
1. Read and understand the Agreement.
2. If the terms are agreeable, sign the Agreement and return it to this office with a check for the
reduced penalty amount. The agreement MUST be signed by you and POSTMARKED not later
that the end of the 15 working day contest period. Correct the violation (Corrections MUST be
made by the dates on the citations) .
3. Send evidence of the corrections made (e.g., photographs,, purchase orders, etc.). If you want, you
can hold your evidence of corrections until everything has been corrected and then send it all out at
once along with the Corrective Action Verification Form.
4. Fill out and sign the Corrective Action Verification Form, certifying that all of the violations have
been corrected. Post one copy for your employees to see and send one copy to this OSHA office.
WHAT IF I RUN INTO PROBLEMS AND CANNOT CORRECT ALL OF THE VIOLATIONS BY
THE DATES ON THE CITATION?
Contact this office as soon as you determine that you will not be able to correct the violations by the dates
on the citations. If you can show a good reason for the delay, a new abatement date can be set.
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
malting sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY NAME:
FEDERAL TAX ID or SOCIAL SECURITY No. (-7�2 3
Signature of Company
Printed name of company official signingAov, : t- M 0 S
Date Signed: A- Z- V - o
t
BID # 09-717-BM - SEWERS AHEAD OF FREEWAY CONSTRUCTION
�r
Page Intentionally Left Blank
RW
PROPOSED LIST OF SUB -CONTRACTORS
M
M.
Company Name and City Minority Owned
Yes or No
s_'! 1. Cwsr-i(.. Cv�ri4a Av���s��o ❑ C�
2. i&AR.+.stp VjA UP L j*%ZTE%D a L_V_ ❑
3.
4. lnl. fh. Pavxr L, ❑ L�
5. ❑ ❑
b. ❑ ❑
7 ❑ ❑
8. ❑ ❑
19. ❑ ❑
10. ❑ ❑
11. ❑ ❑
112. ❑ ❑
j�
1.4 13. ❑ ❑
14. ❑ ❑
.15. ❑ ❑
15. ❑ ❑
4 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR BID
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
i BID # 09-717-BM - SEWERS AHEAD OF FREEWAY CONSTRUCTION
1
Page Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Public Works Contracting Office
Not Later Than TWO BUSINESS DAYS after the close date when bids are due.
FINAL LIST OF SUB -CONTRACTORS
Page Intentionally Left Blank
FINAL LIST OF SUB -CO _NT-R -ACTORS
Company Nam -md City Nfiffmity Owned
Yes or No
L
A 4AXAWt 0 Y-
2.
r3 tl
1
91-ARVOL-40 Mo., wv_,p 0 gr
4.
u
5.
D 0
0 0
7.
0 0
S.
9.
0 0
Rio.
0 0
0 0
12.
0
13.
❑ 0
ir4.
0 0
Nis•
0 0
0 D
THIS FOR, -M SEALL-BE COMPLETED AND -RETURNED NOT LATER THAN TWO BUSINESS
DAYS AFrER THE CLOSE DATIWHEN B1108 ARE -DUE
IF NO SUB -CONTRACTORS WILL 'BEUSED PLEASE INDICATE So
BID, # 097I7,-(BM - MWI-M AHEAD OF FREEWAY CONS-TRUCT-10 N
Paae Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000) Bond No. TXC 81612
KNOW ALL MEN BY THESE PRESENTS, that Wright Construction Co., Inc. (hereinafter called the Principal(s),
as Principal(s), and Merchants Bonding Company (Mutual)
(hereiiiafier called the Surety(s), as Surety(s), are held and lirn-dy bound unto the City of Lubbock (Hereinafter called the
Obligee), in the amount ofFour Hundred Six Thousand, Eight Hundred Forty TPeklais ($406,843.00"") lawfid money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WIiEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 14th duty o
May , 2009, to construct sewers ahead of freeway construction
and said Principal under the law is required before commencing the work provided for in said contract to execute a 'ion:
in the amotuit of said contract which contract is hereby referred to and made a part hereof as fully and to the same exter,'
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pair
all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in S:i
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 t]-C
Texas Goverrnnent Code, and all liabilities on this bond shall be deternnined ill accordance with the provisions of sai
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
20th day of May 2009.
Merchants Bonding Company (Mutual)
Surety
,FBy;
(Title VKhy lSelalsAttorney-in-Fact
1
Wright Construction Co., Inc. _
(Company Name)
7
The unclersigned surety company represents that it is duly qualifiecl to do business in Texas, and hereby
designates Cara D. Hancock an agent resident in Lubbock County to whom any requisite notices may bc; delivered
`! and on whom service of process may be had in matters arising out of such suretyship.
{ Gallagher Risk Management Services
P.O. Box 53910 Merchants Bonding Company (Mutual)
Lubbock. TX 79423 Surety
By:
(Title) Kath ells, Attorney -In -Fact
Approvecl as to form:
City of Lubbock
By: 7/4
itorne
Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showinz)
that tivs person has authority to sip such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
Pj
U
PERFORMANCE BOND
1.
Page Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000) Bond No. TXC 816,:2
Wright Construction Co.,lnc.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s). Paler
Merchants Bonding Company (Mutual)
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called fhe
Obligee), in the amount ofFour Hundred Six Thousand Eight Hundred Forty TDu�lars ($406,843.00**) lawful Money Of he
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adnninistrators,
executors, successors and assiglis, jointly and severally, fin -lily by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 14th clan o '
May 2009, to construct sewers ahead of freeway construction
and said principal under the law is required before commencing the work provided for in said contract to execute a bout
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
be void-, otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of -lie
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 20th
clay of May , 2009.
Merchants Bonding Company (Mutual)
Surety
f 13y:
- (Title) y Sells, Attorney -In Fact
t
Wright Construction Co., Inc.
(Company Name) By. (, ADC 1
The undersigned surety company represents that it is duly qualified to do 'business in Texas, and hereby
designates Cara D. Hancock an agent resident in Lubbock County to whom any requisite notices inlay be delivered and on
whom service of process unay be ]bad in matters arising out of such suretyship.
Gallagher Risk Management Services Merchants Bonding Company (Mutual'
P.O. Box 53910
Lubbock, TX 79423 Surety
By:
(`Title) atAy Sells, Attorney-ln act
Approved as to Form
City ubbock -�
Y
C itorl
r. Note: If sighed by an officer of the Surety Company, there must be on file a certified extract from the by-laws sllovl irig
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.
2
POWER OF ATTORNEY
Merchants Bonding Company (Mutual)
Nations Bonding Company
Bond No_ TXC 81612
KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organ¢ed under the
laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas
(herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint
Clydene Johnson, Dustin Parker, Kathy Sells and/or Carolyn J. Scott
of Grapevine and State of Texas their true and lawful Attorney -in -Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
FIVE MILLION ($5,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers
of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors
of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bending
Company on April 19, 2003.
"The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint
Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.
The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or
Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship
obligations of the Company, and such signature and seal when so used shall have the same force and effect as though
manually fixed."
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 16th day of January, 2006.
•.oNfli.
0 RP0 '9'
. Z ; 0- t=
2003 a;
STATE OFIOWA •�•�`•��•
COUNTY OF POLKss.
MERCHANTS BONDING COMPANY (MUTUAL)
NATIONS BONDING COMPANY
President
On this 16th day of January, 2006, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that
he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and thatthe seals
affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in
behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first
above written.
E
CINDYSMYTHCommission Number 173604 My Commission Expires
STATE OF IOWA
March 16, 2009 Notary Public. Polk County. Iowa
COUNTY OF POLK ss.
t, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify
that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is
still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 20th day of May 2009
.o'N•D liy••
Co.--� 99
:0.'r, 2003
NBC 0103 (1/06)
Secretary
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your insurance agent at the telephone number provided by your insurance agent.
You may call Merchants Bonding Company's toll -free telephone number for information or to make a
complaint at:
1-800-678-8171
You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights cr
complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx,us
E-mail: ConsumerProtection@tdi.state.tx.us
PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim
you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a parr
or condition of the attached document.
1.11, SUP 0032 TX 7/07
c ?
CERTIFICATE OF INSURANCE
Page Intentionally Left Blank
- ACORP. CERTIFICATE F LIABILITY INSURANCE DATE (MM/DD/YYYY)
512012009
PRODUCER Phone: 817-481-3529 Fax: 817-424-1404 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
pox Tnsurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ct2C0 S. TX Street, Ste. 1600 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW- .I
Grapevine TX 76C51 ; ---
INSURERS AFFORDING COVERAGE NAIC #
INSURED ._-........_... .____...._—._.__ ..--- --_ INSURERA:St. Paul Fire and Marine -__-... .-. •2 767.._......._.....I,
Wright Construction Co., Inc. r
INsuRERe:Bituminous.._Ca20C95
6()l W. wall. St. r
Grapevine TX 76051 INsuRERc:
i�
INSURER D:
INSURER E:
COVERAGES
r"IE PCi,ICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATs-').
^1'id?7::fi'iP:Ni?iNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECTTG WHICH '11", 3
„EF-t'� TF'Cla'TE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJEC"S'--0
-RMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. '
INSR AUD'L -( —
LTR 1 SR IYPEOFINSURANCE POLICY NUMBER
POLICY EFFECTIVE I POLICY EXPIRATION
DATE M Y DATE (MM/ Y LIMITS t
); GENERAL LIABILITY 'CLP3259097
11/29/2008 11/29/2009 ;_EACHOCCURRENCF 5,1 000,_0. )G
X COMMERCIAL GENERAL LIABILITY !
{ I DAMA(aE TO RENTi:D
PREMISES Ea oc urenc 5 ]. Q
_. ft AIMS P'ADE IX j OCCUR
MED EX( {Any one puso,il S 5� 0 (_ ..
..
X ,�i:U__,_._-__ -.- '
i PERSONALBAD+INJURY 5 ], OQ
X. L.;) S Excluded (
I GENERAL AGGREGATE S Z Q Q Q {) ',) ('
f L 4 . AGURtGATE LIMIT APPLIES PER l i
I i PRODUCTS-COMPIOP.iGG - 5) �) (? i,, ') {;
PRO -
POLICY ;X I JECTI i LOC j
AUTOMOBILE LIABILITY !CAP3526269
11/29/2008 111/29/2009 - I
COMBINED SINGLE LIMIT
( (Ea accident) 5 1, O C 0, ow,
('
X ANYAUTO
ALI. OWNED AUTOS
BODILY INJURY
SCIIEDULEDAUT05
;X
( (Per person) S
HIREDAUTOS
j j BODILY INJURY
X NON-Oi,/NED AUTOS
I (Per accident)
..
PROPER FY DAMAGE -
S
(Per accident) {
GARAGE LIABILITY {
{ AUTO ONLY-EAACCIDLNT IS
' ANY AUTO
OTHER THAN EAAC(, S
I I AUTO ONLY: AGV 5 `
J; EXCESS/UMBRELLA LIABILITY !QK09101466
111/29/2008 111/29/2009
_-t
EACH OCCURRENCE S10 QQ'i i)(-)
X OCCUR _ 1 CLAIMS MADE ',
I
AGGREGATE
DEDUCTIBLE
� X ' RETENTION S 10 0 0 0
j
{ S
WORKERS COMPENSATION AND WC3526269
1i 29 2008 11 2°/2009
v _
-WQCATU_OTH
LMITT+
T$,.
EMPLOYERS'LIABILITY
` E L EACH ACCIDENT_ $ 1 Q Q n 0.0c
ANY PROPRIEI OR,PARTNER/EXECUTIVE
}FFICCRtM19`F,18ER EXCLUDED) s
(. i
I 1
I El, DISEASE EA EMPLOYEE, S 1
If yes. descnbe under
SPECIAL. PROVISIONS below
I t
E.L. DISEASE - POLICY LIMI I { 5 1 0 Q (,?-
OTHER
I
(
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
2 Iu-09-"1.7-2M - sewers ahead of freeway construction
_e City of Lubbock, its officers, agents, and employees are Additional insured on a Primary/Non-contributory basis c:..
rr-spects General Liability (per form GL-3085 (01/06) and form GL-4503 (04/07)), Auto Liability, and 'Umbrella Liah4
(` recivired by written contract. Waiver of Subrogation applies in favor of same as respects General Liabili.L%r' %'t:,
abit_ty, umbrella Liability, and workers' Compensation if required by written contract.
CERTIFICATE HOLDER
City of Lubbock
i625 13th Street, Suite 204
Lubbock, TX 79401
ACORD 25 (2001I08)
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES PE CrNC11?1,:,;?:;
BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING i1uSi':?Eikt
WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO 2'141t
CERTIFICATE HOLDER NAMED TO THE: LEFT, BUT FAIL.UNT— '1'I 1)(J
SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY FIND UPO3 :
THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTAT1 .eL� -+•.� i
OACORD' ORP fi 198 >
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner`s Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
38. OUANTITIES 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,
t' payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and 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 officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
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
i- 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.
PARTIAL PAYMENTS
43.
44.
45
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)
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
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final 1
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.
CORRECTION OF WORK
1}
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 4
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. F
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
F-
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
f
d
E 46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of -
(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.
11 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.
f- 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
{
I-
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $10,0,000 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 $25,000. 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
t-.- 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 sha 1 remain, an independent contractor with full, complete and exclusive power and authori
ty
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
__ 19
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. r
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
20
DAVIS BACON WAGE DETERMINATIONS
Page Intentionally Left Blank
EXHIBIT A
GENERAL DECISION: TX20080028 02/08/2008 TX28
Date: February 8, 2008
General Decision Number: TX20080028 02/08/2008
Superseded General Decision Number: TX20070028
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 02/08/2008
* 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
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
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
EXHIBIT B
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.
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act
Page Intentionally Left Blank
SPECIFICATIONS
Paite Intentionally Left Blank
SEWER LINE RELOCATION AHEAD OF MARSHA
SHARP FREEWAY
TECHNICAL SPECIFICATIONS
Pate Intentionally Left Blank
TABLE OF CONTENTS
SEWER LINE RELOCATION AHEAD OF MARSHA SHARP FREEWAY
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
DIVISION 3 — CONCRETE
03300 Cast -in -Place Concrete...............................................................13
Page Intentionally Left Blank
DIVISION 1
GENERAL REQUIREMENTS
Page Intentionally Left Blank
SECTION 01010
SUMMARY OF WORK
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) 745 — 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. 629-ft of 24-in ASTM F-679 pipe at 8-10-ft deep.
b. 1084-ft of 24-in ASTM F-679 pipe at 10-12-ft deep.
c. 565-ft of 36-in Encasing with 24-in ASTM F-679 10-12 ft deep Jack and Bore under
I-27.
d. 9 EA 60-in standard manholes with 30-in lid.
e. 92-EVF of 60" 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
Sewer Line Relocation Ahead 01019-1 March 2009
of Marsha Sharp Freeway
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 180 calendar days from
the date of the Notice to Proceed. There will be a $2,800.00 per day liquidated
damages for each day that exceeds the 180 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
be $200 day liquidated damages assessed for each day that exceeds the 50
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
Sewer Line Relocation Ahead 01019-2 March 2009
of Marsha Sharp Freeway
1 . 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
Sewer Line Relocation Ahead 01019-3 March 2009
of Marsha Sharp Freeway
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 101h
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
END OF SECTION
Sewer Line Relocation Ahead 01019-1 March 2009
of Marsha Sharp Freeway
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.
Sewer Line Relocation Ahead
of Marsha Sharp Freeway
01028-1
March 2009
a
a
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
f,
A. Submit itemized account and supporting data after completion of change, within
time limits indicated in the Conditions of the Contract.
B. The Engineer will determine the change allowable in Contract Sum/Price and ,
Contract Time as provided in the Contract Documents.
C. Maintain detailed records of work done on Time and Material basis. t j
D. Provide full information required for evaluation of proposed changes, and to
substantiate costs for changes in the Work.
Sewer Line Relocation Ahead 01028-2 March 2009
of Marsha Sharp Freeway
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
Sewer Line Relocation Ahead
of Marsha Sharp Freeway
END OF SECTION
01028-3
March 2009
r
SECTION 01140
WORK RESTRICTIONS
PART 1— GENERAL
1.1 SECTION INCLUDES
A.
Use or premises
B.
Special scheduling requirements
C.
Working period
D.
Utility cutovers and interruptions
E.
Noise restrictions
F.
Occupancy requirements
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions
and other Division 1 Specification Sections, apply to this Section.
1.3 USE OF PREMISES
A. 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 341h
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.
1.4 SPECIAL SCHEDULING REQUIREMENTS
A. Have materials, equipment, and personnel required to perform the work at the
site prior to the commencement of the Work.
B. Permission to interrupt and utility service shall be requested in writing a
minimum of fourteen (14) calendar days prior to the desired date of interruption.
1.5 WORKING PERIOD
A. 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
Sewer Line Relocation Ahead 01140-1 March 2009
of Marsha Sharp Freeway
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
F ' 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.
B. 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.
C. The Drawings contain specific requirements that affect certain areas of the work.
1.6 NOISE RESTRICTIONS
A. 75 dB limit at face of nearest structure during normal daylight hours.
B. 65 dB limit at face of nearest structure during evening and nighttime hours in or
near residential areas and for 24-hour working conditions that have received
Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to
7:00 a.m.
C. The Contractor shall keep on -site a hand portable sound measurement device for
both the Owner's and the Contractor's use for measuring noise levels.
1.7 ADVANCE NOTICE
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
Sewer Line Relocation Ahead 01140-2 March 2009
of Marsha Sharp Freeway
reflect the time that the city block of interest will be affected by non-
trafficability).
1.8 WATER FOR CONSTRUCTION
A. Obtaining water for construction is the Contractor's sole responsibility.
B. Water is available from the potable water system of the City of Lubbock for
construction purposes. 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
3.1 WORK AREA LIMITS
A. 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
Sewer Line Relocation Ahead 01140-3 March 2009
of Marsha Sharp Freeway
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.
Manufacturers' instructions
H.
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. Transmit each submittal with Contractor's standard transmittal letter including
Contractor's name, address, and phone number.
B. Identify Project, Contractor, Subcontractors or Suppliers; pertinent Drawings
sheet and detail number(s), and specification Section number, as appropriate.
C. Schedule submittals to expedite the Project and coordinate submission of related
items.
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'h Street
Lubbock, Texas 79457
D. 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.
Sewer Line Relocation Ahead 01300-1 March 2009
of Marsha Sharp Freeway
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.
I. 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
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.
Sewer Line Relocation Ahead 01300-2 March 2009
of Marsha Sharp Freeway
I
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 1 x 17 inches, submit in the form of one
reproducible transparency and one opaque reproduction.
c. For drawings 11 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 11 inches and a maximum of 24 x
36 inches.
e. Draw details to a minimum size of % 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.
i_ 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
Sewer Line Relocation Ahead 01300-3 March 2009
of Marsha Sharp Freeway
f,.
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
Sewer Line Relocation Ahead 01300-4 March 2009
of Marsha Sharp Freeway
SECTION 01310
PROGRESS SCHEDULES
PART 1— GENERAL
1.1 SECTION INCLUDES
A.
Format
B.
Content
C.
Revisions to schedules
D.
Submittals
1.2 RELATED SECTIONS
A. Section 01010 — Summary of Work
B. Section 01019 — Contract Considerations
C. Section 01300 — Submittal Process
1.3 FORMAT
A. Sequence of Listings: The chronological order of the start of each item of Work.
B. Scale and Spacing: To provide space for notations and revisions.
C. Sheet Size: Minimum 8 1/2 x 11 inches
D. Submit only if requested by the Engineer or Owner at preconstruction or
partnering conference.
E. Maintain monthly updates to schedule.
1.4 CONTENT
A. 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.
1.5 REVISIONS TO SCHEDULES
A. Indicate progress of each activity to date of submittal, and projected completion
date of each activity.
B. Identify activities modified since previous submittal, major changes in scope, and
other identifiable changes.
C. Provide narrative report to define problem areas, anticipated delays, and impact
on Schedule. Report corrective action taken, or proposed, and its effect.
Sewer Line Relocation Ahead 01310-1 March 2009
of Marsha Sharp Freeway
1.6 SUBMITTALS
A. Submit initial Schedules within ten (10) days after date established in Notice to
Proceed. After review, resubmit required revised data within ten (10) days.
B. Submit revised Progress Schedules with each Application for Payment.
C. Submit the number of opaque reproductions which the Contractor requires, plus
two (2) copies which will be retained by the Engineer.
1.7 DISTRIBUTION
A. Distribute copies of reviewed Schedules to project site file, Subcontractors,
suppliers, and other concerned parties.
B. Instruct recipients to promptly report, in writing, problems anticipated by
projections indicated in Schedules.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
Not used
END OF SECTION
Sewer Line Relocation Ahead 01310-2 March 2009
of Marsha Sharp Freeway
SECTION 01322
PHOTOGRAPHIC DOCUMENTATION
PART 1— GENERAL
1.1 SECTION INCLUDES
A. This section includes administrative and procedural requirements for the
following:
a. Preconstruction photographs
b. Periodic construction photographs
B. Related Sections include the following:
a. Division 1 Section "Submittal Procedures" for submitting construction
photographs.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.3 SUBMITTALS.
A. 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
Sewer Line Relocation Ahead 01322-1 March 2009
of Marsha Sharp Freeway
PART 3 — EXECUTION
3.1 PHOTOGRAPHS, GENERAL
A. 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.
3.2 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
Sewer Line Relocation Ahead 01322-2 March 2009
of Marsha Sharp Freeway
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
Sewer Line Relocation Ahead 01356-1 March 2009
of Marsha Sharp Freeway
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 y
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
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.
Sewer Line Relocation Ahead 01356-2 March 2009
of Marsha Sharp Freeway
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
Sewer Line Relocation Ahead 01356-3 March 2009
of Marsha Sharp Freeway
SECTION 01400
QUALITY REQUIREMENTS
PART 1— GENERAL
1.1 SUMMARY
A. This Section includes administrative and procedural requirements for quality
assurance and quality control.
B. 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.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions
and other Division 1 specification Sections, apply to this section.
B. Divisions 2 through 16 Sections for specific test and inspection requirements.
1.3 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.
1.4 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
� 3
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
a. Date of issue
t
Sewer Line Relocation Ahead 01400-1 March 2009
of Marsha Sharp Freeway
r
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
£ 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.
m. 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
s 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.
1.5 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
will be performed.
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.
Sewer Line Relocation Ahead 01400-2 March 2009
of Marsha Sharp Freeway
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
g
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
ry
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
Sewer Line Relocation Ahead 01400-3 March 2009
of Marsha Sharp Freeway
PART 3 — EXECUTION
3.1 REPAIR AND PROTECTION
A. 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.
B. Protect construction exposed by or for quality control service activities.
C. Repair and protection are the Contractor's responsibility, regardless of the
assignment of responsibility for quality control services.
END OF SECTION
Sewer Line Relocation Ahead
of Marsha Sharp Freeway
01400-4
March 2009
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 1— 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. ANSI/ASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing
and/or Inspection of Soil and Rock as Used in Engineering Design and
Construction.
B. ANSI/ASTM 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.
Water Line Relocation Ahead 01410-1 March 2009
of Marsha Sharp Freeway
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.
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.
Water Line Relocation Ahead 01410-2 March 2009
of Marsha Sharp Freeway
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
Water Line Relocation Ahead 01410-3 March 2009
of Marsha Sharp Freeway
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
Sewer Line Relocation Ahead 01555-1 March 2009
of Marsha Sharp Freeway
SECTION 01576
WASTE MATERIAL DISPOSAL
PART 1— GENERAL
1.1 SECTION INCLUDES
A. Disposal of waste material and salvageable material.
1.2 RELATED SECTIONS
A. Section 02221— Removing Existing Pavements.
B. Section 02317 — Excavation and Backfill for Utilities.
1.3 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
City's website at W://solidwaste.ci.lubbock.tx.us/disogsal/disfees.htm.
There will also be a fee of $15.00 per load for every truck that is not covered
Sewer Line Relocation Ahead 01576-1 March 2009
of Marsha Sharp Freeway 111
properly when coming to the landfill. All tipping fees shall be considered to
be included in the Contractor's bid prices.
B. 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 LIC above.
C. 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
Sewer Line Relocation Ahead
of Marsha Sharp Freeway
01576-2
March 2009
i;
SECTION 01700
CONTRACT CLOSEOUT -
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions of the Agreement,
Special Provisions and Division 1 — General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Closeout procedures
B. Final cleaning
C. Adjusting
D. Project record documents
E. Operations and maintenance data
F. Warranties
G. Spare parts and maintenance materials.
1.3 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work
has been inspected, and that Work is complete in accordance with Contract
Documents and ready for Engineer's inspection.
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.
B. Provide submittals to the Engineer that are required by governing or other
authorities.
C. Submit final Application for Payment identifying total adjusted Contract Sum,
previous payments, and sum remaining due.
1.4 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.
1.5 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered - +
operation.
Sewer Line Relocation Ahead 01700-1 March 2009
of Marsha Sharp Freeway
l
1.6 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.
1.7 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.
1.8 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
Sewer Line Relocation Ahead 01700-2 March 2009
of Marsha Sharp Freeway
PART 3 — EXECUTION
Not used
END OF SECTION
Sewer Line Relocation Ahead 01700-3 March 2009
of Marsha Sharp Freeway
DIVISION 2
SITE WORK
Pa2e Intentionally Left Blank
3
SECTION 02082
PRE -CAST CONCRETE MANHOLES
PART 1— GENERAL
1.1 SECTION INCLUDES
A. This section of the specifications pertains to pre -cast concrete manholes and
related items.
1.2 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.
1.3 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).
1.4 SUBMITTALS
A. Conform to requirements of Section 01300 — Submittal Procedures.
B. 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.
Sewer Line Relocation Ahead 02082-1 March 2009
of Marsha Sharp Freeway
e. Manufacturer's data for pre -mix (bag) concrete, if used for channel inverts
and benches.
£ Material to be sued for sealing of riser joints.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver number of units needed in a timely manner to the project site to ensure
installation continuity.
B. Store and handle the units at the project site to prevent cracking, distortion,
staining, or other physical damage, and so that markings are visible. Lift and
support units at designated lift points.
C. Deliver anchorage items that are to be embedded in other construction before
starting such work. Provide setting diagrams, templates, instructions, and
directions, as required, for installation.
PART 2 — PRODUCTS
2.1 PRE -CAST CONCRETE 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 forty-eight (48) 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. Sanitary sewer manholes shall have eccentric or concentric cone sections as
shown in the Drawings."
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 wall 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.
I.
For sanitary sewer applications, the Contractor shall supply a primer coating of 5_
mils thickness and a topcoat of 75 mils thickness on all interior surfaces of the
manhole. The primer shall be Polibrid 670 or approved equal as manufactured
Sewer Line Relocation Ahead 02082-2 March 2009
of Marsha Sharp Freeway
by Polibrid Coatings, Inc. The topcoat shall be Polibrid 705 or approved equal as
manufactured by Polibrid Coatings, Inc. Applications of coatings shall be by
spraying as recommended by the manufacturer. Coated surfaces shall be cleaned
to permit visual inspection and spark testing. A minimum twelve (12) hours after
application, the coating shall be spark tested with high -voltage holiday detection
equipment set at minimum of 100 volts per mil of total coating thickness. All
pinholes detected visually or by spark testing shall be clearly marked and then
repaired in accordance with the manufacturer's recommendations. At the option
of the Engineer, areas with excessive pinholes shall be re -sprayed rather than
patched individually by hand. Surfaces show poor adhesion, improperly cured
areas, or blisters will not be accepted and shall be removed or repaired per the
,- manufacturer's recommendations.
2.2 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.
2.3 REINFORCING STEEL
A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place
Concrete.
2.4 MORTAR
A. Conform to requirements of ASTM C 270, Type S using Portland Cement.
2.5 MISCELLANEOUS METALS
A. Provide gray -iron frames, rings, and covers conforming to requirements of
Section 02084 — Frames, Grates, Rings, and Covers.
2.6 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.
2.7 BACKFILL MATERIALS
A. Backfill materials shall conform to the requirements of Section 02317 —
` Excavation and Backfill for Utilities.
t_
Sewer Line Relocation Ahead 02082-3 March 2009
of Marsha Sharp Freeway
2.8 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.
Sewer Line Relocation Ahead 02082-4 March 2009
of Marsha Sharp Freeway
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: '/2 inch per foot minimum; 1 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 lh inch thick and'/4 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
Sewer Line Relocation Ahead 02082-5 March 2009
of Marsha Sharp Freeway
SECTION 02084
FRAMES, GRATES, RINGS, AND COVERS
PART 1— GENERAL
1.1 SECTION INCLUDES
A. This section of the specification covers iron castings for use as manhole frames
and lids, gratings, and rings.
1.2 RELATED SECTIONS
A. Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections, apply to
this section
B. Section 02082 — Pre -cast Concrete Manholes
C. Section 03300 — Cast -in -Place Concrete
1.3 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
1.4 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
2.1 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 24
Sewer Line Relocation Ahead 02084-1 March 2009
of Marsha Sharp Freeway ?
�s
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.
2.2 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
3.1 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
Sewer Line Relocation Ahead 02084-2 March 2009
of Marsha Sharp Freeway
SECTION 02200
DEMOLITION, REMOVAL, AND SALVAGING OF EXISTING MATERIALS
PART 1— GENERAL
1.1 GENERAL
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.
1.2 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
3.1 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.
3.2 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
l
i
Waterlines Ahead of Freeway 02050-1 March 2009
i
:
SECTION 02221
REMOVING EXISTING PAVEMENTS
PART 1— GENERAL
1.1 SECTION INCLUDES
A. 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.
1.2 RELATED DOCUMENTS
r- 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 01576 — Waste Material Disposal
C. Section 02317 — Excavation and Backfill for Utilities
1.3 REGULATORY REQUIREMENTS
A. Conform to applicable codes for disposal of debris. Refer to Section 01576 —
Waste Material Disposal.
B. Coordinate removal work with utility companies.
PART 2 — PRODUCTS
Not used
r,.
PART 3 — EXECUTION
3.1 PREPARATION
A. Obtain advance approval from the Engineer for dimensions and limits of removal
work.
B. Identify known utilities below grade. Stake and flag locations.
r
3.2 PROTECTION
A. 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
E
removed.
Sewer Line Relocation Ahead 02221-1 March 2009
of Marsha Sharp Freeway
3.3 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.
3.4 BACKFILL
A. Backfill of removal zones shall be in accordance with requirements of Section
02317 — Excavation and Backfill for Utilities as applicable to the specific portion
of the work.
3.5 DISPOSAL
A. Remove from the site debris resulting from work under this section in accordance
with requirements of Section 01576 — Waste Material Disposal.
END OF SECTION
Sewer Line Relocation Ahead 02221-2 March 2009
of Marsha Sharp Freeway
SECTION 02240
DEWATERING
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and General Provisions of the Contract, including General Conditions
• and Division 1 Specifications, apply to this Section.
1.2 SUMMARY
A. This Section includes construction dewatering.
B. A geotechnical survey has not been performed at the site. This Section shall be
applicable only if ground water begins to enter the trench.
C. Related Sections include the following:
a. Division I Section "Temporary Facilities and Controls" for temporary
utilities and support facilities.
b. Division 2 Section "Excavation Support and Protection".
1.3 PERFORMANCE REQUIREMENTS
A. 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.
1.4 SUBMITTALS
A. 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.
B. Photographs or videotape, sufficiently detailed, of existing conditions of
adjoining construction and site improvements that might be misconstrued as
damage caused by dewatering operations.
C. 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.
Sewer Line Relocation Ahead 02240-1 March 2009
of Marsha Sharp Freeway
D. Field Test Reports: Before starting excavation, submit test results and
computations demonstrating that dewatering system is capable of meeting
performance requirements.
1.5 QUALITY ASSURANCE
A. Regulatory Requirements: Comply with water disposal requirements of
authorities having jurisdiction.
1.6 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
3.1 PREPARATION
A. 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.
B. 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.
Sewer Line Relocation Ahead 02240-2 March 2009
of Marsha Sharp Freeway
i
3.2 INSTALLATION
A. Install dewatering system utilizing wells, well points, or similar methods
complete with pump equipment, standby power and pumps, filter material
gradation, valves, appurtenances, water disposal, and surface -water controls.
B. Before excavating below ground water level, place system into operation to
lower water to specified levels. Operate system continuously until drains,
sewers, and structures have been constructed and fill materials have been placed,
or until dewatering is no longer required.
C. 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.
D. 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.
E. 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.
F. 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.
G. Damages: Promptly repair damages to adjacent facilities caused by dewatering
operations.
3.3 OBSERVATION WELLS
A. Provide, take measurements, and maintain at least the minimum number of
observation wells or piezometers indicated and additional observation wells as
may be required by authorities having jurisdiction.
B. Observe and record daily elevation of ground water and piezometric water levels
in observation wells.
C. Repair or replace, within twenty-four (24) hours, observation wells that become
inactive, damaged, or destroyed. 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
Sewer Line Relocation Ahead 02240-3 March 2009
of Marsha Sharp Freeway
SECTION 02260
EXCAVATION SUPPORT AND PROTECTION
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specifications, apply to this Section.
1.2 SUMMARY
A. This Section includes temporary excavation support and protection systems.
1.3 PERFORMANCE REQUIREMENTS
A. Design, furnish, install, monitor, and maintain excavation support and protection
system capable of supporting excavation sidewalls and of resisting soil and
hydrostatic pressure and superimposed and construction loads.
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.
1.4 SUBMITTALS
A. 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.
B. Qualification Data: For installer and Professional Engineer.
C. Photographs or videotape, sufficiently detailed, of existing conditions of
adjoining construction and site improvements that might be misconstrued as
damage caused by the absence of, the installation of, or the performance of
excavation support and protection systems.
1.5 PROJECT CONDITIONS
A. 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.
B. 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
Sewer Line Relocation Ahead 02260-1 March 2009
of Marsha Sharp Freeway
( 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
3.1 PREPARATION
A. Project structures, utilities, sidewalks, pavements, and other facilities from
damage caused by settlement, lateral movement, undermining, washout, and
other hazards that could develop during excavation support and protection
systems operations.
a. Shore, support, and protect utilities encountered.
B. 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.
C. Locate excavation support and protection systems clear of permanent
construction so that forming and finishing of concrete surfaces is not impeded.
D. 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.
E. Promptly repair damages to adjacent facilities caused by installing excavation
support and protection systems.
3.2 SHEET PILING
A. Before starting excavation, install one-piece sheet piling lengths and tightly
interlock to form a continuous barrier. 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.
Sewer Line Relocation Ahead 02260-2 March 2009
iof Marsha Sharp Freeway
t.
3.3 TRENCH BOXES
A. Provide Engineer approved trench boxes sufficient for depth and width of open -
cut trench. All exposed trench shall be protected.
3.4 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.
3.5 REMOVAL AND REPAIRS
A. Remove excavation support and protection systems when construction has
progressed sufficiently to support excavation and bear soil and hydrostatic
pressures. Remove in stages to avoid disturbing underlying soils or damaging
structures, pavements, facilities, and utilities.
END OF SECTION
Sewer Line Relocation Ahead 02260-3 March 2009
of Marsha Sharp Freeway
SECTION 02317
EXCAVATION AND BACKFILL FOR UTILITIES
PART 1— GENERAL
1.1 SECTION INCLUDES
A. This section of the specifications includes information on excavation, trenching,
foundation, embedment, and backfill for installation of utilities, including
manholes and pipeline structures.
1.2 RELATED SECTIONS
A. Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections apply to
this section.
B. Section 01300 — Submittal Procedures.
C. Section 01400 — Quality Requirements.
D. Section 01500 — Temporary Facilities and Controls.
E. Section 01555 —Barricades, Signs, and Traffic Handling.
F. Section 02082 — Pre -Cast Concrete Manholes.
G. Section 02200 — Demolition, Removal, and Salvaging of Existing Materials.
H. Section 02221— Removing Existing Pavements.
1. Section 02260 — Excavation Support and Protection.
J. Section 02320 — Utility Backfill Materials.
K. Section 02530 — Sanitary Sewer Piping.
1.3 DEFINITIONS
A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench
subgrade after excavation to depth of bottom of the bedding as shown on the
Drawings, or foundation backfill material placed and compacted in over -
excavations.
B. Pipe Bedding — The portion of trench backfill that extends vertically from top of
foundation up to a level line at bottom of pipe, and horizontally under one-third
of the pipe O.D.
C. Haunching — The material placed on either side of the pipe from the foundation
to the springline of the pipe for rigid wall pipe, and horizontally from one trench
sidewall to opposite sidewall, excluding the bedding section as shown on the
plans.
D. Initial Backfill — The portion of trench backfill that extends vertically from the
top of haunching or cement stabilized backfill up to a level line immediately
below pavement subgrade, and horizontally from on trench sidewall to opposite
sidewall.
E. Pipe Embedment — The portion of trench backfill that consists of bedding,
haunching, and initial backfill.
F. Trench Zone — The portion of trench backfill that extends vertically from top of
pipe embedment up to a line immediately below pavement subgrade or up to
final grade when not beneath paving.
Sewer Line Relocation Ahead
of Marsha Sharp Freeway
02317-1
March 2009
G.
Backfill — Suitable material meeting specified quality requirements, placed and
r
compacted under controlled conditions.
_
H.
Ground Water Control Systems — Installations external to trench, such as well
points, eductors, or deep wells. Ground water control includes dewatering to
lower ground water, intercepting seepage which would otherwise emerge from
side or bottom of trench excavation, and depressurization to prevent failure or
heaving of excavation bottom. Refer to Section 02240 — Dewatering.
l_
I.
Surface Water Control — Diversion and drainage of surface water runoff and rain
water away from trench excavation. Rain water and surface water accidentally
entering trench shall be controlled and removed as a part of excavation drainage.
9'!
J.
Excavation Drainage — Removal of surface and seepage water in trench by sump
pumping or other approved means.
K.
Trench Conditions are defined with regard to the stability of trench bottom and
trench walls of pipe embedment zone. Maintain trench conditions that provide
for effective placement and compaction of embedment material directly on or
against undisturbed soils or foundation backfill, except where structural trench
support is necessary.
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.
L.
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.
M.
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.
N.
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.
O.
Trench Safety Systems include both protective systems and shoring systems as
defined in Section 02260 — Excavation Support and Protection
P.
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
Sewer Line Relocation Ahead 02317-2 March 2009
of Marsha Sharp Freeway
trench. Trench shields may be stacked if so designed or placed in a series
depending on depth and length of excavation to be protected.
Q. 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.
1.4 REFENCES
A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement
Mixtures.
B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -
Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop.
C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method.
D. ASTM D 2487 — Classification and Soils for Engineering Purposes.
E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by
Nuclear Methods (Shallow Depth).
F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by
Nuclear Methods (Shallow Depth).
G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils.
H. TxDOT Tex-101-E — Preparation of Soil and Flexible Base Materials for Testing.
I. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils.
1. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational
Safety and Health Administration (OSHA).
1.5 SCHEDULING
A. Schedule work so that pipe embedment can be completed on the same day that
acceptable foundation has been achieved for each section of pipe installation,
manhole, or other structures.
1.6 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.
Sewer Line Relocation Ahead 02317-3 March 2009
of Marsha Sharp Freeway
1.7 TESTS
A. The Contractor is to perform backfill material source qualification testing in
accordance with requirements of Section 02320 — Utility Backfill Materials.
B. The Contractor shall have a competent, separate agency perform field density
tests of trench backfill representative of each 200 linear feet of trench and each
compacted layer.
PART 2 — PRODUCTS
2.1 EQUIPMENT
A. Perform excavation with hydraulic excavator or other equipment suitable for
achieving the requirements of this Section.
B. Use only hand -operated tamping equipment until a minimum cover of twelve
(12) inches is obtained over pipes, conduits, and ducts. 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.
C. Use trench shields or other protective systems or shoring systems which are
designed and operated to achieve placement and compaction of backfill directly
against undisturbed native soil.
2.2 MATERIAL CLASSIFICATIONS
A. Embedment and Trench Zone Backfill Materials: Conform to classifications and
product descriptions of Section 02320 — Utility Backfill Materials.
2.3 ACCESSORIES
A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali
resistant polyethylene film warning tape manufactured for marking and
identifying underground utilities, six (6) inches wide and four (4) mils thick,
continuously inscribed with a description of the utility; colored as follows:
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
3.1 INSTALLATION
A. Install flexible pipe to conform to the trench details shown in the drawings.
Sewer Line Relocation Ahead 02317-4 March 2009
of Marsha Sharp Freeway
r,
--- B. Install rigid pipe to conform with the trench details shown in the drawings.
3.2 PREPARATION
A. Establish traffic control to conform with requirements of Section 01555 —
Barricades, Signs, and Traffic Handling and the drawings.
B. Perform work to conform with applicable safety standards and regulations.
Employ a trench safety system as specified in Section 02260 — Excavation
Support and Protection.
C. 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.
D. Remove existing pavements and structures, including sidewalks and driveways,
to conform with requirements of Section 02220 — Demolition, Removal, and
Salvaging of Existing Material.
E. Maintain permanent benchmarks, monumentation and other reference points.
Unless otherwise directed in writing, replace those which are damaged or
destroyed.
3.3 PROTECTION
A. Protect trees, shrubs, lawns, existing structures, and other permanent objects
outside of the construction limits.
B. Protect and support above grade and below grade utilities, which are to remain.
C. Restore damaged permanent facilities to pre -construction conditions unless
replacement or abandonment of facilities are indicated on the Drawings.
D. Take measures to minimize erosion of trenches. 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.
E. 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.
F. 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.
G. Trench digging machinery may be used to make the trench excavations except in
places where operation of same would cause damages to pipelines, fences, or
other existing structures either above or below ground; in such instances hand
methods shall be employed.
3.4 EXCAVATION
A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths
and alignments shown on the Drawings. Avoid disturbing surrounding ground
and existing facilities and improvements.
Sewer Line Relocation Ahead 02317-5 March 2009
of Marsha Sharp Freeway
4
t
B. Determine trench excavation widths based on the requirements shown on the
plans.
C. 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.
D. 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.
j
E. 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.
£ 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.
F. 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
( ,
#�I�
performed in a safe manner.
e. Contractor shall provide trench shield for Owner's tests within the trench as
required in paragraph 3.1 LB
Sewer Line Relocation Ahead 02317-6 March 2009
of Marsha Sharp Freeway
3.5 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.
3.6 TRENCH FOUNDATION
A. The trench shall be excavated to an even grade so that the bottom of the pipe
will rest on the bottom of the trench over the entire length of the pipe.
B. Any part of the trench excavated below grade shall be corrected by filling with
approved material and compacting thoroughly.
C. If ledge rock, rock fragments, or other unyielding material is encountered in the
bottom of the trench, it shall be removed to a depth of six (6) inches below
grade, refilled with selected material, and thoroughly compacted.
D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing
of pipe to be made properly, and of sufficient depth to prevent the bell of the
pipe from resting on undisturbed materials.
3.7 GROUND WATER CONTROL
A. Should ground water become and issue, refer to Section 02240 — Dewatering.
Provide a stable trench to allow installation in accordance with the
Specifications.
3.8 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION
A. Immediately prior to placement of embedment materials, the bottoms and
sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise
unsuitable soil.
B. Place embedment including bedding, haunching, and initial backfill as shown on
the Drawings.
C. For pipe installation, manually spread embedment materials around the pipe to
provide uniform bearing and side support when compacted. 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.
Sewer Line Relocation Ahead 02317-7 March 2009
of Marsha Sharp Freeway
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.
3.9 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
a
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.
Sewer Line Relocation Ahead 02317-8 March 2009
of Marsha Sharp Freeway
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 2.1.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.
3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES
A. Meet the requirements of adjoining utility installations for backfill of pipeline
structures, as shown on the Drawings.
3.11 FIELD QUALITY CONTROL
A. Test for material source qualifications as defined in Section 02320 — Utility
Backfill Materials.
B. Provide excavation and trench safety systems at locations and to depths required
for testing and retesting during construction at no additional cost to the Owner.
C. Tests will be performed by the Contractor on a minimum of three (3) different
samples of each material type for plasticity characteristics, in accordance with
ASTM D 4318, and for gradation characteristics, in accordance with Tex- 101-E
and Tex-110-E. Additional classification tests will be performed whenever there
is a noticeable change in material gradation or plasticity.
D. At least three (3) tests for moisture -density relationships will be performed
initially for backfill materials in accordance with ASTM D 698. Additional
moisture -density relationship tests will be performed whenever there is a
noticeable change in material gradation or plasticity.
E. The Contractor shall perform in -place density tests of compacted pipe
foundation, embedment, and trench zone backfill soil materials will be performed
according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the
following frequencies and conditions.
Sewer Line Relocation Ahead 02317-9 March 2009
of Marsha Sharp Freeway
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.
3.12 DISPOSAL OF EXCESS MATERIAL
A. Dispose of excess materials in accordance with requirements of Section 01576 —
Waste Material Disposal.
END OF SECTION
Sewer Line Relocation Ahead 02317-10 March 2009
of Marsha Sharp Freeway
SECTION 02320
UTILITY BACKFILL MATERIALS
PART 1— GENERAL
1.1 SECTION INCLUDES
A. 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.
1.2 RELATED SECTIONS
A. Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections apply to
this section.
B. Section 01300 — Submittal Procedures
C. Section 01400 — Quality Requirements
D. Section 02317 — Excavation and Backfill for Utilities.
1.3 DEFINITIONS
A. Refer to Section 02317 — Excavation and Backfill for Utilities.
1.4 REFENCES
A. ASTM C 33 — Specification for Concrete Aggregate.
B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for
Concrete.
C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate.
D. ASTM C 131— Test Method for Resistance to Degradation of Small -Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine.
E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates.
F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates.
G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12,400 ft-lb/ft3).
H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than
Number 200 Sieve.
I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil
Classification System).
J. ASTM D 2488 — Standard Practice for Description and Identification of Soils
(Visual -Manual Procedure).
K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils.
Sewer Line Relocation Ahead 02320-1 March 2009
of Marsha Sharp Freeway
L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil
by the Microwave Oven Method.
M. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing.
N. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils
(Part 1).
O. TxDOT Tex- 106-E — Test Method — Methods of Calculating Plasticity Index of
Soils.
P. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils.
1.5 SUBMITTALS
A. Conform to Section 01300 — Submittal Procedures.
B. Submit a description of source, material classification and product description,
production method, and application of backfill materials.
C. Submit test results for samples of off -site backfill materials.
D. For each delivery of material, provide a delivery ticket which includes source
location.
1.6 TESTS
A. Perform tests of sources for off -site backfill material.
B. Verification tests of backfill materials may be performed by the Owner, at the
Owner's expense; however, failing tests will be charged to the Contractor.
PART 2 — PRODUCTS
2.1 MATERIAL DESCIRPTIONS
A. "Concrete" Sand
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 Passim
3/8"
100
No. 4
95 to 100
No. 8
80 to 100
No. 16
50 to 85
No. 30
25 to 60
No. 50
10 to 30
No. 100
2 to 10
B. Native Soil Material for Backfill
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.
C. 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.
Sewer Line Relocation Ahead 02320-2 March 2009
of Marsha Sharp Freeway
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.
D. 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.
E. 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.
2.2 MATERIAL TESTING
A. Ensure that material selected, produced, and delivered to the project meets
applicable specifications and is of sufficiently uniform properties to allow
practical construction and quality control.
B. Source or Supplier Qualification: Perform testing, or obtain representative tests
by suppliers, for selection of material sources and products. Provide test results
for a minimum of three (3) samples for each source and material type. Tests
samples of processed materials from current production representing material to
be delivered. Tests shall verify that the materials meet specification
requirements. Repeat qualification test procedures each time the source
characteristic changes or there is a planned change in source location or supplier.
IQualification 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
C particle through the No. 200 sieve.
-i b. Plasticity of material passing the No. 40 sieve.
c. Clay lumps.
d. Lightweight pieces.
e. Organic impurities.
C. Production Testing: Provide reports to the Engineer from an independent testing
laboratory that backfill materials to be placed in the Work meet applicable
specification requirements.
Sewer Line Relocation Ahead 02320-3 March 2009
of Marsha Sharp Freeway
:
D. Native material requires testing only when questionable material is encountered.
PART 3 — EXECUTION
3.1 SOURCES
A. Use of material encountered in the trench excavations is acceptable, provided
applicable specification requirements are satisfied. If excavation material is not
acceptable, provide from other approved source. Top two (2) feet of excavated
material shall be used as topsoil.
B. Identify off -site sources for backfill material at least fourteen (14) days ahead of
intended use so that the Engineer may obtain samples fro verification testing.
C. Obtain approval for each material source by the Engineer before delivery is
started. If sources previously approved do not produce uniform and satisfactory
products, furnish materials from other approved sources. Materials may be
subjected to inspection or additional verification testing after delivery. Materials
which do not meet the requirements of the specifications will be rejected. Do not
use material which, after approval, has become unsuitable for use due to
segregation, mixing with other materials, or by contamination. Once a material
is approved by the Engineer, expense for sampling and testing required to change
to a different material will be at the Contractor's expense with no additional cost
to the Owner.
3.2 MATERIAL HANDLING
A. Establish temporary stockpile locations as practical for material handling and
control.
B. Cement stabilized backfill shall be consolidated upon placement by using
concrete vibrators to ensure filling of voids, filling around and under haunches of
pipe and filling of spaces between corrugations. Vibration shall not be applied to
the utility pipe itself.
3.3 FIELD QUALITY CONTROL
�a
A. Quality Control 1-
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.
iii. Materials placed in the Work.
b. The Engineer may resample material at any stage of work or location if
changes in characteristics are apparent.
B. Production Verification Testing: The Owner's testing laboratory will provide ,
verification testing on backfill materials, as directed by the Engineer. Samples
may be taken at the source or at the production plant, as applicable. Contractor '
shall cooperate with the Owner and Engineer in allowing access to materials.
END OF SECTION
�j
Sewer Line Relocation Ahead 023204 March 2009
of Marsha Sharp Freeway
SECTION 02530
SANITARY SEWER PIPING
PART 1— GENERAL
1.1 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.
1.2 DEFINITIONS
A. PVC — Polyvinyl chloride plastic.
1.3 SUBMITTALS
A. Submittals, in accordance with Section 01300 — Submittals, are required from the
Contractor for the following materials and products. 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.
1.4 DELIVERY, STORAGE, AND HANDLING
A. Protect pipe, pipe fittings, and seals from dirt and damage.
B. Handle manholes according to manufacturer's written rigging instructions.
1.5 PROJECT CONDITIONS
A. 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.
Sewer Line Relocation Ahead 02530-1 March 2009
of Marsha Sharp Freeway
t __
PART 2 — PRODUCTS
2.1 MANUFACTURERS
A. 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.
2.2 PIPING MATERIALS
A. 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
iii. 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.
2.3 NON -PRESSURE TYPE PIPE COUPLINGS
A. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition
coupling, for joining underground non -pressure piping. Include ends of same
sizes as piping to be joined and corrosion -resistant -metal tension band and
tightening mechanism on each end.
B. Sleeve Materials:
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.
2.4 MANHOLES
A. Standard Pre -cast Concrete Manholes: ASTM C 478, pre -cast, reinforced
concrete, of depth indicated, as specified in Section 02082 — Pre -cast Concrete
Manholes, with provision for sealant joints.
a. Diameter — forty-eight (48) 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. 3
Sewer Line Relocation Ahead 02530-2 March 2009
of Marsha Sharp Freeway
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,
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.
x'
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.
2.5 CONCRETE
A. General: Cast -in -place concrete according to Section 03300, ACI 318, ACI
35OR, and the following:
a. Cement: ASTM C 150, Type H.
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.
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.
Sewer Line Relocation Ahead 02530-3 March 2009
of Marsha Sharp Freeway
2.6 MISCELLANEOUS MATERIALS 3
A. Paint: SSPC —Paint 16.
B. PE Sheeting: ASTM D 4397, with at least eight (8) mil thickness or other
equivalent, imperious material.
PART 3 - EXECUTION
3.1 EARTHWORK
A. Excavating, trenching, and backfilling are specified in Division 2 Section 02317
— Excavation and Backfill for Utilities.
3.2 PIPING INSTALLATION
A. 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.
B. 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.
C. Install manholes for changes in direction, unless fittings are indicated. Use
fittings for branch connections, unless direct tap into existing sewer is indicated.
D. 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.
E. 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.
F. 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.
3.3 SEWER LINE CROSSING WATER LINE
A. Where a new sewer line crosses a waterline, the wastewater line shall be
embedded in cement -stabilized sand for the total length of one (1) pipe segment
plus twelve (12) inches beyond the joint on each end as shown on the drawings.
3.4 PIPE JOINT CONSTRUCTION
A. Join gravity -flow, non -pressure, drainage piping according to the following:
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.
�i
3
Sewer Line Relocation Ahead 02530-4 March 2009
of Marsha Sharp Freeway
3.5 MANHOLE INSTALLATION
A. General: Install manholes complete with appurtenances and accessories
indicated.
B. Install pre -cast concrete manhole sections with sealants according to ASTM C
891.
C. Install PE sheeting on earth where cast -in -place concrete manholes are to be
built.
D. Form continuous concrete channels and benches between inlets and outlet.
E. Set tops of frames and covers flush with finished surface of manholes that occur
in pavements. Set tops three (3) inches above finished surface elsewhere, unless
otherwise indicated.
F. Install manhole cover inserts in frame and immediately below cover.
3.6 CONCRETE PLACEMENT
A. Place cast -in -place concrete according to Section 03300 — Cast -in -Place
Concrete.
3.7 CLOSING ABANDONED SANITARY SEWER SYSTEMS
,,.A. Plug and abandon in place existing sewer line as shown on plans.
3.8 ..' IDENTIFICATION
A. 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.
3.9 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.
Sewer Line Relocation Ahead 02530-5 March 2009
of Marsha Sharp Freeway
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.
3.10 CLEANING
A. Clean interior of piping of dirt and superfluous material.
END OF SECTION
Sewer Line Relocation Ahead 02530-6 March 2009
of Marsha Sharp Freeway
SECTION 02533
ACCEPTANCE TESTING FOR SEWERS
PART 1— GENERAL
1.1 SECTION INCLUDES
A. 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.
1.2 REFERENCES
A. ASTM C 828 — Low -Pressure Air Test of Sewer Lines.
B. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the
Negative Air Pressure (Vacuum) Test.
C. ASTM F 1417 — Standard Test Method for Installation Acceptance of Plastic
Gravity Sewer Lines Using Low -Pressure Air.
D. UNI B 6 — Recommended Practice for Low Pressure Air Testing of Installed
Sewer Pipe.
1.3 PERFORMANCE REQUIREMENTS
A. Perform air testing in accordance with requirements ofthis section and the
referenced standards in paragraph 1.2.
1.4 SUBMITTALS
A. Conform to requirements of Section 01300 — Submittal Procedures.
B. Test Plan: Before testing begins and in adequate time to obtain approval through
the submittal process, prepare and submit a test plan for approval by the
Engineer. Include testing procedures, methods, equipment, and tentative
schedule. Obtain advance written approval for deviations from the Drawings and
Specifications.
C. Test Reports: Submit test reports for each test on each segment of sewer.
1.5 GRAVITY SEWER QUALITY ASSURANCE
A. Repair, correct, and retest manholes or sections of pipe which fail to meet
specified requirements when tested.
1.6 SEQUENCING AND SCHEDULING
A. Perform testing after installation is complete.
B. Coordinate testing schedules with the Engineer. Perform testing under
observation of the Engineer.
Sewer Line Relocation Ahead 02533-1 March 2009
of Marsha Sharp Freeway
PART 2 — PRODUCTS
2.1 LOW PRESSURE AIR TEST
A. 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.
B. 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.
2.2 GROUND WATER DETERMINATION
A. Equipment: Pipe probe or small diameter casing for ground water elevation
determination.
2.3 DEFLECTION TESTING
A. Go — No Go Device (mandrel) 1.5 pipe diameter in length per the City of
Lubbock specifications.
PART 3 — EXECUTION
3.1 PREPARATION
A. Notify the Owner's Representative a minimum of 24 hours prior to conducting
any testing.
B. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose,
pressure meters, pipe probe, calibrated weirs, or any other device necessary for
proper testing and inspection.
C. The selection of test methods and pressures for storm sewers shall be determined
based on ground water elevation. Determine ground water elevation using
equipment and procedures conforming to Section 02240 — Dewatering. If no
ground water control is required for pipe installation, then ground water will not
be considered a factor.
D. Components to be tested will be thoroughly cleaned to remove debris, gravel,
grit, dirt or other foreign material prior to performing any tests.
E. The Engineer will approve equipment used for testing. The Contractor at no
expense to the Owner will replace testing equipment rejected by the Engineer.
F. The Contractor is responsible for all costs associated with testing.
r
Sewer Line Relocation Ahead 02533-2 March 2009
of Marsha Sharp Freeway
3.2 LEAKAGE TESTING FOR GRAVITY SEWERS
A. 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.
B. 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.
C. 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-
D . 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.
E. Retest: Any section of pipe which fails to meet requirements shall be repaired
and retested.
3.3 TEST CRITERIA
A. 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
Sewer Line Relocation Ahead 02533-3 March 2009
of Marsha Sharp Freeway
L = length of line of same pipe size in feet
Q = rate of loss, 0.0015 W/minute/square foot internal surface a
3.4 DELFECTION TESTING
A. 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.
B. Test pipe after it has been installed and completely backfilled to finished grade
for a minimum of 30 days.
C. Test will be considered successful if the mandrel passes the through the pipe
segment unhindered.
D. 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.
E. Use a mandrel that has a diameter on no less than ninety-five (95) percent of the
inside diameter of the pipe.
F. Mandrel will be provided by the Contractor and will be design to withstand a
pressure of 200 psi without being deformed.
G. 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.
3.5 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.
3.6 ADJUSTMENT AND CLEANING
A. Contractor will return areas disturbed by the Work to the conditions existing
prior to commencement of the work.
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
construction debris.
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
Sewer Line Relocation Ahead 02533-4 March 2009
of Marsha Sharp Freeway
SECTION 02665
WATER WORKS PIPING, VALVES, AND FITTINGS
PART 1— GENERAL
1.1 WORK INCLUDED
A. 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.
1.2 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
1.3 MATERIAL SCHEDULE
A. 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 150 or AWWA C905 (DR 25)
B. Ductile Iron Fittings (AWWA C 153)
C. Tapping Sleeve (ductile iron or stainless steel)
D. Gate Valves
E. Valve Boxes
F. Fire Hydrants (AWWA C 502)
G. Mechanical Joint Restraints
1.4 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.
1.5 REFERENCES
A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for
Water.
B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for
Water.
C. AWWA C 111— Rubber Gasket Joints for Ductile Iron Pressure Pipe and
Fittings.
Sewer lines Ahead of Freeway
02665-1
March 2009
D.
AWWA C 104 — Rubber Seated Butterfly Valves.
t
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" - 14411
,
N.
ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe
Fittings
i
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 E
workmanship. '
B. All pipe, fittings, and valves shall conform to American National Standards
Institute/National Sanitation Foundation (ANSI/NSF) Standard 61.
Sewer lines Ahead of Freeway 02665-2 March 2009
' C. In areas where natural gas lines exist, and are cathodically protected by means of
impressed current, only electrically non-conductive pipe shall be allowed.
2.2 POLYVINYL CHLORIDE (PVC) PIPE
A. PVC pipe 10 inches and smaller shall be AWWA C-900, Class 150 (DR-18).
B. PVC pipe 12 inches shall be AWWA C-900, Class 200 (DR-14)
C. 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.
D. 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.
E. 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.
F. Pipe shall meet all additional test requirements as described in AWWA C-900 or
C-905, as applicable.
G. 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.
11
Sewer lines Ahead of Freeway 02665-3 March 2009
2.5
2.6
2.7
2.8
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.
PIPE FITTINGS
A. General: Pipe fittings shall be of a type and design especially suitable for use
with the type of piping with which they are installed. Pressure rating of fittings
shall not be less than that of the pipe. All ductile iron fittings shall have an
external bituminous coating and shall be cement lined in accordance with
AWWA C 104.
B. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless
otherwise specified or shown on the Drawings.
C. 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.
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.
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.
STEEL CASING
A. Steel casing shall be new welded steel pipe with minimum yield strength of
g t
35,000 psi meeting ASTM A36. The exterior of the casing pipe shall have a
Sewer lines Ahead of Freeway
02665-4
March 2009
�i
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 larger
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.
L..
Sewer lines Ahead of Freeway 02665-5 March 2009
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
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 1
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-B.
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
Sewer lines Ahead of Freeway 02665-6 March 2009
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
3.1 GENERAL
A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for
defects and for leakage, and disinfected in the manner herein specified.
3.2 INSPECTION
A. The pipe, fittings, and accessories shall be inspected upon delivery and during the
progress of the Work and any material found to be defective will be rejected by
the Engineer, and the Contractor shall remove such defective material from the
site of the Work.
3.3 RESPONSIBILITY FOR MATERIALS
A. The Contractor shall be responsible for all material furnished and shall replace, at
the Contractor's expense, all such material that is found to be defective in
manufacture or has become damaged in handling after delivery.
3.4 HANDLING PIPE AND ACCESSORIES
A. All pipe, fittings, and other accessories shall, unless otherwise directed, be
unloaded at the point of delivery, hauled to and distributed at the site of the Work
by the Contractor. In loading and unloading, they shall be lifted by hoists or slid,
or rolled on skidways in such a manner as to avoid shock or damage to the
materials. Under no circumstances shall they be dropped. Pipe handled on
skyways must not be skidded or rolled against pipe already on the ground.
B. The pipe, fittings, and accessories shall be placed along the site in such a manner
as to be kept as free as possible from dirt, sand, mud, and other foreign matter.
3.5 ALIGNMENT AND GRADE
A. All pipe shall be laid and maintained to the lines and grades shown on the plans
or as established on the ground by the Engineer.
Sewer lines Ahead of Freeway 02665-7 March 2009
i
3.6
3.7
3.8
B. 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.
C. 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.
MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH
A. After the trench grade has been completed, all bell holes dug and the grade
inspected, the pipes and accessories may be placed in the trench. 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.
CLEANING AND INSPECTING
A. Before lowering into the trench, the pipe shall be again inspected for defects and
the pipe, while suspended, shall be lightly hammered to detect cracks. Any
defective, damaged, or unsound pipe and materials shall be rejected.
B. All foreign matter or dirt shall be removed from the inside of the pipe and from
all bells, spigots, or parts of the pipe used in forming the joint, before the pipe is
lowered into the trench, and it shall be kept clean by approved means during and
after laying.
C. At a time when pipe laying is not in progress, the open ends of the pipe shall be
closed by approved means, and no trench water shall be allowed to enter the pipe.
LAYING AND JOINTING PVC PIPE
A. General: Unless otherwise directed, pipe shall be laid with bells facing in
direction of laying; and for lines on appreciable slopes, bells shall, at the
discretion of the Engineer, face up grade.
B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and
workmanlike manner without damage to the pipe or the cement lining.
C. The jointing shall be completed for all pipe laid each day, in order not to leave
open joints in the trench overnight. At times when pipe laying is not in progress, '
the open ends of the pipe shall be closed by approved means, and not trench
water shall be permitted to enter the pipe.
D. No pipe shall be laid in water, or when the trench conditions or weather are
unsuitable for such work, except by permission of the Engineer.
E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed
from the bell and spigot ends of each pipe; the outside of the spigot and the inside
of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be
kept clean until joints are made.
F. Defective joints shall be repaired as directed by the Engineer.
G. Mechanical Joint Piping: 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 Ll
Sewer lines Ahead of Freeway
02665-8
March 2009 1 1
{ 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.
H. If water gets in the trench before the joint is completed, or if the pipe is disturbed
from line and grade after being laid, the pipe shall be taken up, the joints cleaned
and the pipe re-laid.
I. Immediately after completion of the jointing, sufficient bedding and backfill
material shall be placed around and over the pipe to hold the pipe to line and
grade.
J. 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.
3.9 PLUGGING DEAD ENDS
A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or
crosses and spigot ends shall be capped. 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.
3.10 FITTINGS
A. Fittings shall be set at the locations shown on the plans or at locations as
established by the Engineer, and shall be set and jointed to the pipe in the manner
heretofore specified for pipe installations. Concrete blocking shall be provided
for all buried fittings.
3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS, AND FITTINGS
A. 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
t boxes under pavement shall be adjusted to finished pavement grades.
Sewer lines Ahead of Freeway 02665-9 March 2009
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.
3.12 THRUST RESTRAINT
A. All fittings, valves and fire hydrants, unless otherwise specified, shall be
provided with suitably restrained joints per the manufacturer's recommendation.
B. Restrained 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.
3.13 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
Sewer lines Ahead of Freeway 02665-10 March 2009
-' 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
p�p
i- 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 geotechnical
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.
3.14 LINE TESTING
A. After the pipe is laid and the joints completed, each section or run of piping, shall
be tested as specified herein. The Contractor shall bear all costs of providing all
equipment, materials, labor, and other incidentals required to test pipe lines as
specified herein. 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 = S
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
Sewer lines Ahead of Freeway 02665-11 March 2009
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.
3.15 DISINFECTION OF PIPE LINES
A. The Contractor shall furnish all labor, equipment, and materials necessary for the
disinfection of all pipe lines, which shall be disinfected before being placed in
service. The lines shall be disinfected by the application of a chlorinating agent
3
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
IJ
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.
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.
�t
Sewer lines Ahead of Freeway
02665-12
March 2009
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.
3.16 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
Sewer lines Ahead of Freeway 02665-13 March 2009
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
Sewer lines Ahead of Freeway
02665-14
March 2009 4
r-�
DIVISION 3
CONCRETE
Page Intentionally Left Blank
SECTION 03300
CAST -IN -PLACE CONCRETE
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions
and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes, but is not limited to cast -in -place concrete, including
formwork, reinforcing, mix design, placement procedures, curing, and finishes.
1.3 DEFINITIONS
A. Cementitious Materials: Portland cement alone or in combination with one or
more of blended hydraulic cement, fly ash or other pozzolans, ground granulated
blast -furnace slag, and silica fume.
1.4 SUBMITTALS
A. Product Data: For each type of manufactured material and product indicated.
B. Design Mixes: For each concrete mix, include alternate mix designs when
characteristics of materials, project conditions, weather, test results, or other
circumstances warrant adjustments.
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.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete
work similar in material, design, and extent to that indicated for this Project and
whose work has resulted in construction with a record of successful in-service
performance.
B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed
concrete products complying with ASTM C 94 requirements for production
facilities and equipment.
a. Manufacturer must be certified according to the National Ready Mixed
Concrete Association's Certification of Ready Mixed Concrete Production
Facilities.
C. 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.
D. ACI Publications: Comply with the following, unless more stringent provisions
are indicated:
a. ACI 301 — Specification for Structural Concrete
Sewer Lines Ahead of Freeway
03300-1
March 2009
b. ACI 117 — Specifications for Tolerances for Concrete Construction and
Materials.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle steel reinforcement to prevent bending and damage.
a. Avoid damaging coatings on steel reinforcement.
PART 2 — PRODUCTS
2.1 FORM -FACING MATERIALS
A. Smooth -Formed Finished Concrete: Form -facing panels that will provide
continuous, true, and smooth concrete surfaces. Furnish in largest practicable
sizes to minimize number of joints.
a. Plywood, metal, or other approved panel material.
B. 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.
C. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by N inch, minimum.
D. 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.
E. 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.
2.2 STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615, Grade 60, deformed
2.3 REINFORCEMENT ACCESSORIES
A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing,
supporting, and fastening reinforcing bars and welded wire fabric in place.
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 1 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. I
a
Sewer Lines Ahead of Freeway 03300-2 March 2009 j
r
B. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to
length with ends square and free of burrs.
2.4 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I.
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.
2.5 ADMIXTURES
A. General: Admixtures certified by manufacturer to contain not more than 0.1
percent water-soluble chloride ions by mass of cementitious material and to be
compatible with other admixtures and cementitious materials. Do not use
admixtures containing calcium chloride.
B. Air -Entraining Admixture: ASTM C 260.
C. Water -Reducing Admixture: ASTM C 494, Type A.
D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F.
E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E.
F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D.
G. Moisture Retaining Film: Dayton Superior — Sure Film J-74.
2.6 CURING MATERIALS
A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type
1, Class B.
B. Curing blankets approved by the Engineer.
2.7 REPAIR MATERIALS
A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product
that can be applied in thicknesses from 1/8 inch and that can be feathered at the
edges to match adjacent elevations.
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.
2.8 CONCRETE MIXES
A. Prepare design mixes for each type and strength of concrete determined by either
laboratory trial mix or field data bases, as follows:
a. Proportion normal -weight concrete according to ACI 211.1 and ACI 301.
B. Standard design mix to be used unless noted otherwise, provide normal weight
concrete with the following properties:
Sewer Lines Ahead of Freeway 03300-3 March 2009
F-
removal operations and provided curing and protection operations are
maintained.
B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that
supports weight of concrete 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.
C. 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.
D. When forms are reused, clean surfaces, remove fins and laitance, and tighten to
close joints. Align and secure joints to avoid offsets. Do not use patched forms
for exposed concrete surfaces unless approved by Architect.
3.4 SHORES AND RESHORES
A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design,
installation, and removal of shoring and reshoring.
B. Plan sequence of removal of shores and reshore to avoid damage to concrete.
Locate and provide adequate reshoring to support construction without excessive
stress or deflection.
3.5 STEEL REINFORCEMENT
A. 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.
B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign
materials.
C. 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.
D. All reinforcement to be in place prior to placing of concrete. Equipment will not
be allowed to drive over reinforcement.
3.6 JOINTS
A. General: Construction joints true to line with faces perpendicular to surface
-
plane of concrete.
B. 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.
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.
[if
Sewer Lines Ahead of Freeway 03300-6 March 2009
i
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 comers, 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.
C.
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.
D.
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.
E.
Expansion joint material shall be an approved preformed bituminous
impregnated non -extruding type jointing material, meeting the requirements of
AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the
section of the curb and gutter or other work.
F.
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.
G.
Dowel Joints: Install dowel sleeves and dowels or dowel bar and support
assemblies at joints where indicated.
a. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to
prevent concrete bonding to one side of joint.
3.7 CONCRETE PLACEMENT
A. Before placing concrete, verify that installation of formwork, reinforcement, and
embedded items is complete and that required inspections have been performed.
B. Do not add water to concrete during delivery, at Project site, or during placement,
unless approved by the Engineer.
C. Before placing concrete, water may be added at Project site, subject to limitations
of ACI 301.
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.
D. 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.
Sewer Lines Ahead of Freeway 03300-7 March 2009
E.
F
C�
In
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.
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.
C
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.
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.
Sewer Lines Ahead of Freeway 03300-8 March 2009 H
c. Fog -spray forms, steel reinforcement, and subgrade just before placing
concrete. Keep subgrade moisture uniform without standing water, soft
�j spots, or dry areas.
3.8 MISCELLANEOUS CONCRETE ITEMS
A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise
indicated, after work of other trades is in place. Mix, place, and cure concrete, as
specified, to blend with in -place construction. Provide other miscellaneous
concrete filling indicated or required to complete Work.
3.9 CONCRETE PROTECTION AND CURING
A. 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.
B. 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.
C. 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.
D. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing
compound to hardened concrete by power spry or roller according to
manufacturer's written instructions.
3.10 FIELD QUALITY CONTROL
A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive
device will be permitted by the Engineer.
END OF SECTION
Sewer Lines Ahead of Freeway 03300-9 March 2009
Pase Intentionally Left Blank