HomeMy WebLinkAboutResolution - 2016-R0112 - Lone Star Dirt And Paving - 03_15_2016Resolution No. 2016-RO112
Item No. 6.11
March 24, 2016
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT City of Lubbock Bid No. ITB 16-12711-TF/Contract No. 12711 is awarded to
Lone Star Dirt and Paving, Ltd., for Concrete Patching, and further THAT the Mayor of the City
of Lubbock is authorized and directed to execute, for and on behalf of the City of Lubbock, a
contract for said activities with Lone Star Dirt and Paving, Ltd., consistent with the terms of the
bid submittal attached hereto and incorporated herein, in a form acceptable to the City Attorney,
and related documents.
Passed by the City Council on March 24, 2016
GLEN C &BTSON, MAYOR
ATTEST:
&'_O"Ce - "9K�
Rebec a Garza, City Secret
3/3/ 16
VED AS T(YCONTENT:
P.E., Director of Public Works
)irt and Paving -Concrete Patching.2016.doc
CERTIFICATE OF INTERESTED PARTIES
FORM 3.295
1 of 1
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2016-22482
Lone Star Dirt and Paving LTD
Lubbock, TX United States
Date Filed:
03/07/2016
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
03/09/2016
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the goods or services to be provided under the contract
12711
Concrete Patching
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest (check applicable)
Controlling
Intermediary
Sanders, Wesley
L, TX United States
X
Turner, S
L, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct.
Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP / SEAL ABOVE
Sworn to and subscribed before me, by the said this the
day of
20 , to certify which, witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.312
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
loll
Complete Nos. 1 - ,I and 6 it there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2016-22482
Lone Star Dirt and Paving LTD
Lubbock, TX United States
pate Filed.
03/07/2016
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged-
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the goods or services to be provided under the contract.
12711
Concrete Patching
4
Nature of interest (check applicable)
Name of Interested Party
City, State, Country (place of business)
Controlling
fniermediary
Sanders, Wesley
L, TX United States
X
Turner, S
L, TX United States
X
5
Check only if there Is ND Interested Party. ❑
6
AFFIDAVrr t swear, or affirm, under penalty of perjury, that the
above disclosure is true and correct.
DEBBIEHFRWDEZYAABRt)llGH
g'trry `. -
�= MY GOMMISSION EXPlAPS
'+ June22,2018 5 re of authorized agent of contracting
business entity
AFFIX NOTARY STAMP ! SEAL ABOVE
/f %
Sworn to and subscribed before me, by the said this this the day of 11,,
201i_, to certify which, witness my hand and eat of office.
Signature of oflicer adn%istgring oath u Printed name of officer admini ring oath Title of o ..er a ministering oat i
Forms provided by Texas Ethics Commission www.ethics.stale,tx.us Version V1.0.312
BOND CHECK
BEST RATING:
LICENSED IN TEXAS
DATE: BY:
CONTRACT AWARD DATE: March 24, 2016
CITY OF LUBBOCK
SPECIFICATIONS FOR
Concrete Patching
ITB 16-12711-TF
CONTRACT 12711
PROJECT NUMBER: 92248.9260.30000
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
www.thereproductioncompany.com
Phone: (806) 763-7770
,�Lubb�ock
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
Page Intentionally Left Blank
Contractor Checklist
Before submitting your bid, please ensure you have completed and included the following documents in the
order they are listed. The contractor is only to submit (1) one original unbound copy of every item listed.
1. 81� Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by
typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds
himself on acceptance of his bid to execute a contract and any required bonds, according
to the accompanying forms, for performing and completing the said work within the time
stated and for the prices stated below. In case of a discrepancy between the Unit Price and
the Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and
Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID
number or Owner's SOCIAL SECURITY number.
2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to
provide a bid surety WILL result in automatic rejection of your bid.
3. omplete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT
AFFIDAVIT. Contractor's signature must be original.
4. ✓ Clearly mark the bid number, title, due date and time and your company name and address on
the outside of the envelope or container.
5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management
Office prior to the deadline. Late bids will not be accepted.
6. ./ Complete and sign the 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 ftrm's
/ FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
8. ✓ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE.
9. Complete and submit the LIST OF SUB -CONTRACTORS.
10. ✓ Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED;
11. _Z PIease acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES
FORM 1295 within the specified time according to Texas Government Code 2252.908 using the
Texas Ethics Commission website.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING
DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE
INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
(Type or Print Company Name)
Page Intentionally Left Blank
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL — (must be submitted by published due date & time)
3-1. UNIT PRICE BID SUBMITTAL FORM
3-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
3-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-4. SAFETY RECORD QUESTIONNAIRE
3-5. SUSPENSION AND DEBARMENT CERTIFICATION
4. LIST OF SUB -CONTRACTORS
5. PAYMENT BOND
6. PERFORMANCE BOND
7. CERTIFICATE OF INSURANCE
8. CONTRACT
9. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
10. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
11. GENERAL CONDITIONS OF THE AGREEMENT
12. DAVIS BACON WAGE DETERMINATIONS
13. SPECIAL CONDITIONS (IF APPLICABLE)
14. SPECIFICATIONS
2
Page Intentionally Left Blank
NOTICE TO BIDDERS
ITB 16-12711-TF
Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City
of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management
Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 p.m. on
February 23, 2016, 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:
Concrete Patching
After the expiration of the time and date above first written, said sealed bids will be opened in
the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole
responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and
Contract Management Office for the City of Lubbock, before the expiration of the date above first
written.
Bids are due at 2:00 p.m. on February 23, 2016, and the City of Lubbock City Council will
consider the bids on March 10, 2016, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon
thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive
any formalities. The successful bidder will be required to furnish a performance bond in accordance
with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event
that said contract price exceeds $100,000 and the successful bidder will be required to furnish a
payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the
total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should
be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE
IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE
SAME DATE THAT THE CONTRACT WAS AWARDED. The estimated budget for the
construction phase of this project is $2,000,000.
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 February 10, 2016 at 10:00 a.m.,
at 1625 13t' Street, Committee Room 103, Lubbock, Texas.
Copies of plans and specifications may be obtained at bidder's expense from the City of
Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed
online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size,
please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS
may use computers available at most public libraries.
Bidders may view the plans and specifications without charge at The Reproduction Company,
2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.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.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents on file in the office of the Purchasing and Contract
Management Office of the City of Lubbock, which document is specifically referred to in this Notice
to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258,
Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and
payment by the contractor of the prevailing rates of wages as heretofore established by owner in said
wage scale.
The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises shall be afforded equal opportunities
to submit bids in response to this invitation and will not be discriminated against on the grounds of
race, color, sex, disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock
pre -bid meetings and bid openings are available to all persons regardless of disability. If you require
special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572
or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
.wlarta ACvarez
DIRECTOR OF PURCHASING
AND CONTRACT MANAGEMENT
4
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Concrete
Patching per the attached specifications and contract documents. Sealed bids will be received no
later than 2:00 p.m., on February 23, 2016 at the office listed below. Any bid received after the
date and hour specified will be rejected and returned unopened to the bidder. Each bid and
supporting documentation must be in a sealed envelope or container plainly labeled in the lower
left-hand corner: "ITB 16-12711-TF, Concrete Patching" and the bid opening date and time.
Bidders must also include their company name and address on the outside of the envelope or
container. Bids must be addressed to:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract
Management 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 10:00 a.m., on February 10, 2016, at 1625 13tn
Street, Committee Room 103, 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.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information
available over the Internet at www.bidsync.com. We strongly suggest that you check for any
addenda a minimum of forty-eight hours in advance of the response deadline.
BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most Public
libraries.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Purchasing and Contract Management Office. At
the request of the bidder, or in the event the Purchasing and Contract Management Office deems
the interpretation to be substantive, the interpretation will be made by written addendum issued
by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and
Contract Management Office will be available over the Internet at www.bidsync.com and will
become part of the bid package having the same binding effect as provisions of the original ITB.
NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to
have a request for interpretation considered, the request must be submitted in writing and must be
received by the City of Lubbock Purchasing and Contract Management Office no later than five
(5) calendar days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any amendment or interpretation that is not in writing.
Only information supplied by the City of Lubbock Purchasing and Contract Management 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 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
requirements before submitting a bid to ensure that their bid meets the intent of these
specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and
examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Invitation to Bid. Failure to make such investigations and examinations shall
not relieve the bidder from obligation to comply, in every detail, with all provisions and
requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Purchasing and Contract Management Office and a
clarification obtained before the bids are received, and if no such notice is received by the
Purchasing and Contract Management Office prior to the opening of bids, then it shall be
deemed that the bidder fully understands the work to be included and has provided
sufficient sums in its bid to complete the work in accordance with these plans and
specifications. If bidder does not notify Purchasing and Contract Management Office
before bidding of any discrepancies or omissions, then it shall be deemed for all purposes
that the plans and specifications are sufficient and adequate for completion of the project.
It is further agreed that any request for clarification must be submitted no later than five
(5) calendar days prior to the bid closing date.
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any
services or equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
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.
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.
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 Purchasing and Contract Management Office if
anylanguage, requirements, etc., or any combinations thereof, inadvertently restricts or limits the
requirements stated in this ITB to a single source. Such notification must be submitted in writing
and must be received by the City of Lubbock Purchasing and Contract Management Office no
later than five (5) calendar days before the bid closing date. A review of such notifications will
be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS
FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS
INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN
FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED
TO:
Teofilo Flores, Sr. Buyer
City of Lubbock
Purchasing and Contract Management Office
1625 131h Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: tkflores@mylubbock.us
Bidsync: www.bidsyne.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 250
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, 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.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
15 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some
detail will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a
representative of the City on the site will not relieve the Contractor of full responsibility of complying
with this provision. The specifications for materials and methods set forth in the contract documents
provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory
project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed
against defective materials and workmanship. Prior to final acceptance, the Contractor shall
furnish to the Owner, a written general guarantee which shall provide that the Contractor shall
remedy any defects in the work, and pay for any and all damages of any nature whatsoever
resulting in such defects, when such defects appear within TWO years from date of final
acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner
(City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents
and warrants fault -free performance and fault -free result in the processing date and date -related
data (including, but not limited to calculating, comparing and sequencing) of all hardware,
software and firmware products delivered and services provided under this Contract, individually
or in combination, as the case may be from the effective date of this Contract. Also, the
Contractor warrants calculations will be recognized and accommodated and will not, in any way,
result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may
require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to
comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its
sub -contractor or any third party involved in the creation or development of the products and
services to be delivered to the City of Lubbock under this Contract. Failure to comply with any
of the obligations contained herein, may result in the City of Lubbock availing itself of any of its
rights under the law and under this Contract including, but not limited to, its right pertaining to
termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in
this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor's liability which may be specified in this Contract, its appendices, its
schedules, its annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to five sets of plans and specifications and
related contract documents for use during construction. Plans and specifications for use during
construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies
of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the
work contemplated by the Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of
construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not
paid for such work, until the date the City issues its certificate of completion to Contractor. The City
reserves the right, after the 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
furnished to the City and written notice of cancellation or any material change will be provided
ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the
part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his
sole cost and expense through the life of this contract, insurance protection as hereinafter
specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance
shall be carried with an insurance company authorized to transact business in the State of Texas
and shall cover all operations in connection with this contract, whether performed by the
Contractor or a subcontractor, or separate policies shall be provided covering the operation of
each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN
THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE
CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS
ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND
NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE
OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY
OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
10
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH
SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED.
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that must be paid on this
project shall not be less than specified in the schedule of general prevailing rates of per diem
wages as above mentioned. The bidders' attention is further directed to the requirements of
Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment
of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of
the schedule of general prevailing rate of per diem wages in the contract documents does not
release the Contractor from compliance with any wage law that may be applicable. Construction
work under the contract requiring an inspector shall not be performed on weekends or holidays
unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sunday or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on
the project under this contract in full (less mandatory legal deductions) in cash, or by check readily
cashable without discount, not less often than once each week. The Contractor and each of his
subcontractors shall keep a record showing the name and occupation of each worker employed
by the Contractor or subcontractor in the construction of the public work and the actual per
diem wages paid to each worker. This record shall be open at all reasonable hours to
inspection by the officers and agents of the City. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per
diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a
penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars ($60) for each
laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer,
workman or mechanic is paid less than the wages assigned to his particular classification as set forth
in the schedule of general prevailing rate of per diem wages included in these contract documents.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to
increases or decreases in the cost of materials, labor or other items required for the project will be rejected
and returned to the bidder without being considered.
29 PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form
shall be correctly filled in, stating the price in numerals for which he intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and
11
30
31
legibly, or typewritten. In case of discrepancy between the unit price and the extended total for
a bid item, the unit price will be taken. A bid that has been opened may not be changed for the
purpose of correcting an error in the bid price.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized
agent. If a bid is submitted by a firm, association, or partnership, the name and address of each
member must be given and the bid signed by a member of the firm, association or partnership, or
person duly authorized. If the bid is submitted by a company or corporation, the company or
corporate name and business address must be given, and the bid signed by an official or duly
authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly
certified and must be in writing and submitted with the bid. The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders,
and endorsed on the outside of the envelope in the following manner:
29.3.1 Bidder's name
29.3.2 Bid for "ITB 16-12711-TF, CONCRETE PATCHING" Bid submittals may be
withdrawn and resubmitted at any time before the time set for opening of the bids, but no
bid may be withdrawn or altered thereafter.
29.4 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has
been opened may not be changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE
BID SUBMITTAL FORM PRIOR TO BID OPENING.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include
the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to
Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service
specified therein in a satisfactory manner. The bidder may also be required to give a past history and
references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to
perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that
may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected
if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the
bidder is properly qualified to carry out the obligations of the contract and to complete the work described
therein. Evaluation of the bidder's qualifications shall include:
12
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time
specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of
ALL similar municipal and similar non -municipal current and completed projects for the past three (3)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock
specifications herein.
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid,
and to waive immaterial formalities and to accept the offer most advantageous to the City of
Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid
based on the total bid for Bid Items 1 through 10 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
13
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
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:
hqp://www.wdol.gov/dba.as]2x
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 sixty dollars ($60) for each worker employed for each
calendar day or part of the day that the worker is paid less than the wage rates stipulated
in the contract.
14
BID SUBMITTAL FORM
Page Intentionally Left Blank
BID SUBNHTTAL FORM
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: ITB 16-12711-TF, Concrete Patching
Bidof Lone 54Ar` D%r-t it
(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 Concrete Patching, 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.
ITEM
NO.
DESCRIPTION
ESTIMATED
QUANTITY
UNIT OF
MEASURE
UNIT PRICE
EXTENDED
AMOUNT
Curb &Gutter, Class B Concrete (3,000
psi @ 7 days), 30" wide separate gutter or
I
saw -tooth curb & gutter; including labor,
equipment, removal and disposal of existing
3,700
LF
40
q3
Q
7 ! i eSdfl
materials, sub -grade preparation, complete and
in place.
Valley Gutter & Fillets, 8" reinforced Class B
concrete (3,000 psi a 7 days), (Ref. Section
85
2
8.7.12 for specifications for reinforcement
4,800
SY
%C) {a $ D�
information); including labor, equipment,
1
removal and disposal of existing materials,
sub- ade preparation, complete and in place.
5
Placement of 2 sack flowable fill to 6" depth;
j
I
including labor, equipment, removal and
S
3
disposal of asphaltic surface, caliche base or
existing sub -grade (if soft or unstable) to a
1,700
SY
a 8
W
y 81 oa5
depth of 8" and replace with 6" of 2 sack
flowable fill.
Patching 2" H.M.A.C. (Type D, with approves
4
crushed gravel); including labor, equipment,
7,800
SY
y
co
311'5r 9 Do
removal and disposal of existing surface, and
(�
(if applicable) prime and tack coat.
Concrete slab removal and disposal; including
OJ
`73,
5
labor, equipment, removal and disposal of
4,900 SF
I
existing concrete surface.
16
ITEM
DESCRIPTION
ESTIMATED
UNIT OF
UNIT PRICE
EXTENDED
NO.
QUANTITY
MEASURE
AMOUNT
Reinforced Concrete (Class A) and Detecable
6
Warning Tile; including labor, equipment,
4,900
SF
sub -grade preparation, installed and complete
/�
Jjr� DD�
Q
in place.
Concrete Flatwork (Class A), 4" reinforced
7
concrete (3,000 psi @ 28 days); including
1,860
SF
labor, equipment, sub -grade preparation,
!
complete and in place.
Concrete Retaining Wall (Class A), 6" thick
8
and varying heights; including labor,
equipment, sub -grade preparation, complete
1,220
LF
13 �
1
l 44, i 0D
and in 21ace.
Valley Gutter & Fillets, 8" reinforced Class C
concrete (3,600 psi @ 28 days), (Ref. Section
9
8.7.12 for specifications for reinforcement
3,100
SY
GO
Qo
3 o 1,O
information); including labor, equipment,
removal and disposal of existing materials,
sub -grade preparation, complete and in place.
10
Mobilization
1
LS
Doc)
QO �D=-
_ I ,
00
TOTAL BASE BID (ITEMS 1-10)
$ It l2 ,9 "7 3 -
19 I
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 250 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 $1,204.28 for each consecutive 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 70 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 10 business days after notice of award of the contract to him
17 Bidder's Initials
0
Enclosed with this bid is a Cashier's Check or Certified Check for Dollars
(S ) or a Bid Bond in the sum of % Dollars (S ), which it is agreed
shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the
Owner within Ill 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.
-- - T----- _ -- ---- _ I Date: 9—d3 - /4-
(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
Aufhture �
W— /" r`n e
(Printed or Typed Name)
r
Long 5-1c- D, r-4 d J 7* V t l'-c -
Company
118X0
Address L L 6
u t+t
Cicity 1
�X Cou -7 c? ii X-5
State Zip Code
Telephone: 7 4 '5 G ea t I
Fax: 19 o G -7 H 5 4 o -t '-f
FEDERAL TAX ID or SOCIAL SECURITY No.
Q 0DO i3 o V
EMAIL; one s�rNr S-%v� �rr7 S- a/r'tiE. n�-F
MiWBE Finn; Woman Black American Native American
Hispanic American Asian Pacific American Other (S ecif )
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $50,000): Date P.OJContract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND
YOUR COMPANY NAME AND ADDRESS.
Is
ENDURANCE REINSURANCE
CORPORATION OF AMERICA
Bid Bond
KNOW ALL MEN BY
THESE PRESENTS:
That we
Bond Number BIDR123170001
LONE STAR DIRT & PAVING, LTD, 11820 UNIVERSITY AVE, LUBBOCK, TX 79423
(Name and Address of Contractor)
as Principal (hereinafter the "Principal"), and Endurance Reinsurance Corporation of America, a
Delaware corporation having its principal office located at 750 Third Ave NY, NY 10017 (hereinafter
the "Surety"), are held and firmly bound unto
CITY OF LUBBOCK_ 162513TH STREET, LUBBOCK, TX 79401
(Name, address and legal title of Owner)
(hereinafter the "Obligee") in the sum of 5% OF AMOUNT BID _Dollars
OF AMOUNT Blq, for the payment of which sum the Principal and Surety bind themselves, their
heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein.
WHEREAS, the Principal has submitted a bid for
CONCRETE PATCHING - ALL OVER CITY
(insert full name, address and description of Project)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a contract with the Obliges in accordance with the terms of such bid, and give such bond or bonds as may
be specified in the bidding or contract documents with good and sufficient surety, or in the event of the
failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay
to the Obligee the difference, not to exceed the penalty hereof between the amount specified in said bid
and such larger amount for which the Obligee may reasonably contract with another party to perform the
work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and
effect The liability of the Surety hereunder shall in no event exceed the lesser of. (a) the penalty hereof,
or (b) the difference between the amount specified in the Principal's bid and any larger amount for which
the Obligec reasonably contracts with another party to perform the work specified in the Principal's bid.
Signed and sealed this 23RD
ATTEST:
day of FEBRUARY , 2016
LONE STAR DIRT & PAVING. -LTD.
(Principal)
Endurance Reinsurance Corporation of America WS-1191502-0911
N
N
By: I (SEAL.)
('Title)
WITNESS: ENDURANCIdzd
SURANCE CORPORATION OF
AMERICA
Sy: _ 0 _ (SEAL)
(Attorney-in-fact)DAVW . TAYLOR
Endurance Reinsurance Corporation of America
WS-1191502-0911
ENDURANCE REINSURANCE CORPORATION OF AMERICA
SIDR123170002
POWER OF ATTORNEY
XWW aft Nenr 6y there 1RUent, that ENDURANCE REINSURANCE CORPORAT ON OF AMERICA, a Delaware corporation (the'Corporation'j, with offices al
Manhattanville Road, 3rd Hoar, Purchase, NY 10M. has made, constituted and appointed and by these presents, does make, constitute and appoint KIRK KILLOUGH, ALICIA
GRUMBLES, TRACY L. GINGRAS, MITCHELL JENNINGS, JAMES R. REID, CAREY BRENT AYCOCK, DAWN TAYLOR its [rue and lawful
Attorneys) -in -fact, at LUBBOCK in the State of TX and each of them to have full power to act without the other or others, to make, execute and deliver on its behalf, as surety or
co -surely; bonds and undertakings given for any and all purposes, also to execute and deriver on its behalf as aforesaid renewals extensions, agreements, waivers, consents or
stipulations relating to such bands or undertakings provided however that no single bond or undertaking so made, executed and delivered shall obligate The Corporation for any portion
of the penal sum_I►+Gq * w!ecva9S,4f the sum of TEN MILLION Dollars ($10,000,000),
Such bons cin`gsT sus when duly executed by said altomey(s)-in-fact, shall be binding upon the Corporation as fully and 10 the same extent as if signed by
the Pre th n rate seal attested by its Corporate Secretary.
This^ made under t!-of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 9th of January, 2014
a cap whic appears below under thentitled 'Certificate'
This a9wer of Atto &nd sealed f�acsimrle under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written
co qn January said resoletio not since been revoked. amended or repealed:
RE ED, that in g ng powers of att ,pursuant 10 certain resolutions adapted by the Board of Directors of the Corporation by unanimous written consent on January 9, 2014
the s'cq rd h directors an tha seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimileand any such
power' rti[rate imile signature or seal shall be valid and binding upon the Corporation In the future with respect to any bond or undertaking to which it
is attach`.
x�/, f IIVV� 1
This r
Power oFAlterpp.AAhA TpAe&d all authority hereunder shall terminate without notice al midri ght(Standard Timer where said attomeyjs)-in-fact is authorized to act)
February 7, 2017
cu
IN WITNESS WHEREOF, the Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested This 8sh day of February 2016 at
Purchase, New York.
(Corporate Seal} L ENDURANCE REkNSJRANCCEECORPORATION OF AMERICA
ATTEST By
MARIANNE L WILBERT, SEN OR VICE PRESIDENT SHARON L S MS, SENIOR VICE PRESIDENT
STATE OF NEW YORK ss: Purchase
COUNTY OF WESTCHESTER
On the Bth day f FVtlrubry� 2d 6bejarg me personally came SHARON L SIMS SEN OR VICE PRE SIDENTto me known, who being by ma duly swum, did depose and say That (s)he
resides in �CO U* 4gVNERSEY that (s)he is a SENIOR VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, the Corporation described
in and which a IheAhave n t®r jhal (s)he knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that i1 was so affixed by order
of the BbardlV irVp1bo s�1�Qo�ar aW that (s)he signed his (her) name thereto by like order
iC0fm CaLwy
CbM14i01s, k MARIA ARROYO, Notary Public - My Commission Expires
02/23/2017
�+fit- CERTIFICATE
STATE OrItEWYC � 4 Purchase
COUNTY OF 48T;TW�
r t
I, CHRISTOPHER DONEthe PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, a Delaware Corporation (the'Corporationj. hereby certify:
1 That the original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked amended or modified; that the
undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of the
whole thereof;
2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on January 9, 2014 and said resolutions have not since
been revoked, amended or modified:
'RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds, undertakings or
obligations in surety or co -surety with others:
�rlrrrrr+rr+ CHRISTOPHER DONELAN, SHARON L. SIMS, MARIANNE L. WILBERT
And be it turthMy%L 4-lp r'4Trl'_+r,.
above is authorized to appoint ahomeys4n-fact for the purpose of making, executing, sealing and delivering bonds, undertakings or
uB of the Corporation:
er9ighed further certifies tat tf e resolutions are true and correct copies of the resolutions as so reco d of the whole thereof f
S WHEIS aLhereunto s;�ghand and affixed the corporate seal this r � �Q day of '�� , 20 1
Seal)
A I CHRISTOPHER DONELAN, PRESIDENT
A+V mpadckm nwi¢
POLICYHOLDER NOTICE
C
TEXAS - IMPORTANT NOTICE
To obtain information or make a complaint:
You may call the company's telephone number for
information or to make a complaint at:
1-212-472-2800
You may write the Company at:
EnduranceAmerican Insurance Company
Attention: <<Business Unit>>
750 Third Avenue
New York, NY 10017
You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the
Texas Department of Insurance
PO Box 149104
Austin, TX 78714-9104
FAX# (512) 475-1771
Web: http://www.tdi. texas.gov
E-mail: ConsumerProtection@tdi. texas.gov
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede liamar al numero de telefono de la
compania para informacion o para someter una
queja al:
1-212-471-2800
Usted tambien puede escribir a:
EnduranceAmerican Insurance Company
Attention: <<Business Unit>>
750 Third Avenue
New York, NY 10017
Puede communicarse con el Departamento de
Seguros de Texas para obtener informacion acerca
de companias, coberturas, derechos o quejas al:
1-800-252-3439
Puede escribir al
Departamento de Seguros de Texas
PO Box 149104
Austin, TX 78714-9104
FAX# (512) 475-1771
Web: http://www.tdi. texas.gov
E-mail: ConsumerProtection@tdi. texas.gov
PREMIUM OR CLAIM DISPUTES: Should you have a DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene
dispute concerning your premium or about a claim una disputa concerniente a su prima o a un
you should contact the company first. if the dispute reclamo, debe comunicarse con la compania
is not resolved, you may contact the Texas primero. 511 no se resuelve la disputa, puede
Department of Insurance. entonces comunicarse con el departamento (TDI).
ATTACH THIS NOTICE TO YOUR POLICY: This notice
is for information only and does not become a part
or condition of the attached document.
«Endurance Insurer>>
Page 1 of 1
UNA ESTE AVISO A SU POLIZA: Este aviso es solo
para proposito de informacion y no se convierte en
parte o condicion del documento adjunto.
PN 00010413 TX
Page Intentionally Left Blank
CONTRACTORS STATEMENT OF QUALIFICATIONS
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint
ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information
must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER
considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional
information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit
as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give
details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the
Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the
submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best
bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or conditional bids. In
addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER
changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such
misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract.
Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such
misstatements, including costs and attorney's fees for collecting such costs and damages.
Complete the following information for your organization:
19
Contractor's General Information
Organization Doing Business As
Lone Star Dirt & Paving
Business Address of Principle Office
11820 University Avenue
Lubbock Texas 79423
Telephone Numbers
Main Number
(806) 745-6011
Fax Number
80.6 745-4074
Web Site Address
Form of Business (Check One)
A Corporation
I xj
A Partnership
An Individual
RUMMEM
Date of Incorporation
Stale of Incorporation
Chief Executive Officer's Name
President's Name
Vice President's Name(s)
Secretary's Name
Treasurer's Name
Date of Organization
1985
State whether partnership is general or
limited
Limited
Name —
Business Address
Wesley Sanders President
SteveMice
pramidpat
Average Number of Current Full Time
Employees
9 5
Average Estimate of Revenue for $10 , 0 0 0 , 0 0 0
the Current Year
Contractor's Organizational Experience
Organization Doing Business As
Lone Star Dirt & paving
Business Address of Regional Office
Name ofRegionalOffice Manager
Debbie Yarbrou h
Telephone Numbers
Main Number
8 0 6 7 4 5- 6 011
Fax Number
806 745-4074
Web Site Address
e -
List of names that this organization currently, has or anticipates operating under over the history of the organization,
including the names of related companies presently doinst business:
Names of Organization
From Date
To Date
NONE
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization
Percent Ownership
Years experience in projects similar to the proposed project:
As a General Contractor
3 0 years
I As a Joint Venture Partnera
Has this or a predecessor organization ever defaulted on a project or failed to complete any
work awarded to it?
NO
If yes provide full details in a separate attachment, See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the past ten
ears? I
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
local, stale, or federal agency within the last five ears?
No
If yes provide full details in a separate attachment. See attachment No.
Is this organization or your proposed surety currently in any litigation or contemplating
litigation?
go
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
No
If yes provide full details in a separate attachment. See attachment No.
Contractor's proposed Key Personnel
Organization Doing Business As
013
Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart.
Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment
No.
Wesley Sanders -- President James Martell --Asphalt forman
Steve Turner -----Vice President
rbrey Stockmsn --- General Superintendent
olin Coe --------Superintendent
Jesse Palacous ---- Concrete Forman
Carlos Yannis----- Dirt Forman
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
chart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to
this description. See attachment No.
Arbrey Stockman will be the project general manager
on this project.
Provide information on the key personnel proposed for this project that will provide the following key functions.
Provide information for candidates for each of these positions on the pages for each of these key personnel. Also
provide biographical information for each primary and alternate candidate as an attachment. The biographical
information must include the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and responsibilities for each
assignment, and primary language. Additional information highlighting experience which makes them the best
candidate for the assi&Ment should also be included.
Role
Primary Candidate
Alternate Candidate
Project Manager
krbre Stockman
Project Superintendent Arbrev
Stockma
Project Safety Officer
Quality Control Manager
rbrev Stockm
If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how
much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time
that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to
be divided between this project and their other assignments.
r!
Proposed Project Managers
Organization Doing Business As one Star Dirt & Paying
Name of Individual rbrey Stockman
Years of Experience as Project Manager
Years of Experience with this organization yjar
Number of similar projects as Project Manager more
Number of similar projects in other positions
Current Pmjcct Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Worth West Drainage Project
Spends time Needed
Kelsev Park
for each Project.
Cambridge Way
Reference Contact Information(listing names indicates approval to contacting the
names individuals as a reference
Name
Neil Welch
Name
Title/ Position
Title/ Position
Organization
Talbback
Organization
Tel hone
_
Telephone
E-mail
E-mail
Project
Project
Candidate role on
P 'ect
Name of Individual
Candidates role
on Project
Colin Coe
Years of Experience as Project Manager
Years ofExperience with this organization
Number of similar projects as Project Manager
years
Number of similar projects in other positions
Ever 20
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Proect
Estimated Project
Completion Date
Foxridge
Kelse Park
Fountain Hills
e-il Welch
Name
_Name
Title(Position
Dwner Representative
Title/Position
O anization
O 'on
Telephone
(SOL775-3000
Telephone
_
E-mail
E-mail
Project
Pro ect
Candidate role on
Pro ect
Candidate role
on Project
K
M
Proposed Project Superintendent
Organization Doing Business As Lone Star Dirt & Pauli..
Name of Individual krbrey Stockman
Years of Experience as Project Superintendent 20 Xrs
Years of Experience with this organization 1 Year
Number of similar projects as Superintendent 100 or more
Number of similar projects in other positions k0o or more
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Kelsey Pal—
Ermi ect i!
Reference Contact
Information(listing names indicates awroval to contacting the
names
individuals as a reference
Name
ennifer Davidson
Name
Neil ydQIgb
Title! Position
Title/ Position
O lion
O aniiation
Tel hone
Telephone
E-mail
E-mail
Project
Project
Eandi datemleont
Project
Name of individual
General
Su erintendent
Candidate role General
onProect
Years orExperience as Project Superintendent
Years of Experience with this organization
Number of similar projects as Superintendent
Number of similar projects in other positions
bViaX, 2 e
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Proect
Estimated Project
Completion Date
Foxdd e
Kelse Park
eeded for each
Fountain Hills
1
Name
Name
Kyle Jackson
Title/ Position
Owner RgpggggntitiMp,
Title/ Position
Organization
PMRization
Telephone
_
Telephone
_
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role
on Project
M
Proposed Project Safety Officer
Organization Doing Business As
one Star Dirt & Pavin
Name of Individual Colin Coe
Years of Experience as Project Safety Officer
5 years
Years of Experience with this organization
112 ye
Number of similar projects as Safety Officer
20
Number of similar projects in other positions
ve r 2 0
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Foxridge
Spends flime needed
Kelsey Park
Fountain HiIE
Reference Contact
Information(listing names indicates approval to contacting the
names individuals as a reference
Name
Name
Kvle Jac Son
Title/ Position
Title/ Position.
O anization
OjEanization
PS
Telephone
f
Tel hone
4 7 3- 2 2 0 0
E-mail
E-mail
Project
Pro ect
Candidate role on
Pro'ecton
Name of Individual
Safety
Candidate role Safety
Pect ro
Years of Experience as Project Safety Officer
Years of Experience with this organization
Number of similar projects as Safety Officer
Number of similar projects in other positions
xa
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name
Name
Title/ Position
Title/ Position
7
Organization
O anization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role
on Project
Proposed Project Quality Control Manager
Business As
Lone Star Dirt & Pavi
Name of Individual ISteve Turner
Years of Experience as Quality Control manager
Years of Experience with this organization
Number of similar projects as Quality manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Lai
Percent of Time Used for
7
as a
role on Candidate role
Quality Control I onProiect Quality Control
Name of Individual
Years of Experience as Quality Control manager
Years of Experience with this organization
Number of similar projects as Quality manager
Number of similar projects in other positions r
Current Project Assignments
Name ofAssignment Percent or Time Used for Estimated Project
this Proiect I Completion Date
Name Name
Title/ Position Title/ Position
E mail I I E-mail
Project Project
Candidate role on I I Candidate role
a
Wesley D. Sanders
11820 University Avenue,
Lubbock, Texas 79423
PROFILE
Managed million dollar projects
0 Involved in all phases concrete and asphalt work
r-- Utilized creative thinking, and superior problem solving skills to overcome all challenges.
0 Highly motivated to improve efficiency and profitablfity of projects through
I communication and analysis of methods.
4 Strong leadership skills ensure all contributors remain focused on Critical Success
Factors to achieve all objectives
Managed multiple simultaneous projects
%% Good computer skills
EXPERIENCE:
Over 30 years in the construction industry: 20 years experience as a partner/owner, Presently a
Partner in Lone Star Dirt & Paving Company, in addition to Seven Sanders a roll -off company,
as well as sole owner of a over the road trucking company Sanders Transportation.
CORE COMPETENCIES:
"Scheduling — Engineering — Material Management — Budgeting — Contract Negotiations —
�7,
Hands on Supervisor - Staff Training/Mottvahng.
RECENT PROJECTS:
City of Idalou — road excavation, curb & gutter work, hot mix, and erosion control
City of Lubbock — remove existing asphalt surface, and replace with concrete
City of Lubbock — Seal coat streets throughout the city
Lake Alan Henry G1 — asphalt paving repair, milling, asphalt paving replacement, caliche road
replacement and concrete work.
Lubbock ISD parking lots — demolish and rebuild three (3) parking lots
Cooper Technology Building — new building, curb & gutter work, sidewalks, asphalt & concrete
paving.
Cooper ISD softball complex — demolish existing complex and rebuilt complex.
STEPHEN D. TURNER
3202 WOODROW ROAD
LUBBOCK, TEXAS 79423
(806) 548 3721
PROFILE
I have been in the construction business for over 30 years and have worked with local
individual contractors as well as with the City, County and State. Successfully
completing multi -million dollar projects on a on time fashion while building a positive
rapport with architects, engineers, local officials, venAors ?nd client while maintain
cost. Versed in contract negotiations project estimating, document preparation, codes
and regulations, material purchasing, site management.
Areas of Expertise fie in:
• Team Building & Leadership
• Permitting and Building Code
• Construction Planning and Scheduling
• Critical Path Project Management
• Budget Analysis
EMPLOYEMENT HISTORY
* Quality Control Management
* Safety & Compliance Management
* Organization & Time Management
* Vendor & Materials Management
* Estimating & Job Costing
19
Lone Star Dirt & Paving 1995 - Present
Plan, organize, and manage the overall projects. Responsibilities include blueprint
review and analysis of projects, preparation of construction documents, bidding,
negotiations, material purchasing, scheduling, project budget, building code
compliance, project development quality control.
KEY PROJECTS AND SELECTED ACCOMPLISHMENTS
• Tx Dot Highway reconstruction
• New Airport construction and renovation of existing runways 'and taxiways at
Reese Air Force Base and Dallas Naval Air Station
• City of Muleshoe
• Heavy Highway concrete paving in Greenville, Tx
• Seal coat of numerous Texas major highways in Districts all over Texas
NO
806-799-2603
ARBREY S. STOCKMAN
79423
IN CONSTRUCTION SINCE 1979
WITH GRANITE SINCE 2000
Arbroys1@wLcom
Seasoned Asphalt Superintendent who has worked in-depth in all aspects of Highway Construction for almost
30 years. Progressive experience starting as bagger and advancing to equipment operator, blade operator,
asphalt foreman ,and promoted to asphalt superintendent. Broad range of project a xnience with TXDOT,
NMDOT, federal projects, private sectors and city projects of all sizes. Demonairated ability to communicate,
manage and motivate employees to create a unified and versatile crew with completion of all tasks assigned.
Seven employees have worked under my supervision for the past 15- 25 yrs.
GRANITE CONSTRUCTION COMPANY, Lubbock, TX 2000 — 2010
Asphalt S mrintetn t
East / West Projects, Lubbock, TX, Texas Dept. Of Transportation 2003 — 2010
The East / West (Marsha Sharp) Freeway is a five -phase, 13 mile Highway project in Lubbock, TX designed to
reduce congestion throughout the city and provide added capacity to meet future transportation needs. The
project alignment touches several major portions of the city, including Texas Tech University, Jones Stadium,
the central business district, education centers and several hospitals and medical fiacilities. Granite has
performed work as the general contractor for all 4 phases of the project awarded by TxDOT so far. Overall
project responsibilities included scheduling multiple crews in various tasks including milling, trucking, asphalt
paving of Type B, C.M.H.B, S.M.A, O.G.F.C, all Prime Oils, Emulsions, tots of Seal Coats and seeding and sod
work for final job sales.
Phase 1— The projects initial phase consisted of the widening, from four to six lanes, of approximately 5.1
miles of West Loop 289 and Slide Rd. to 34th St. Also included in the contract were frontage roads,
constriction of mainline Loop 289 bridges over US 62 / 82 and building of the 50th St overpass. Managed and
facilitated paving 3200 tons of Type B mix and passed all TXDOT specifications resulting in bonus profits.
Generated a 97% bonus rating of 37 out of 38 lots with no removal.
Phase 2 — This ongoing portion of the project upgrades a 4.9 mile portion of US 82 into a limited access
freeway, including the construction of frontage roads mainlines. This phase features several major cross street
overpasses, including 30 ft tall 19th St connector, Quaker Ave., 4th St and Avenue Q. Facilitated and
supervised the laying of 3860 tons of Type B mix which broke a company record of amount of mix laid. Laid
3000 tons of Type B mix on several days in high traffic areas. Generated a 92% bonus rating of 38 out of 42
paving lots with no removal.
Phase 3A — Consisted of 3.18 miles of multi -lane fiwway, approaches, frontage roads and two major flyover
bridges. The southbound flyover from Loop 289 to US 82 Highway spans 3900 R and reaches over 74 ft high,
making it the longest and tallest structure in the history of TxDOrs Lubbock District. The second flyover, an
eastbound connector from US 82 Highway to Loop 289 extends 2,080 & and stands 41 ft. tall. Generated 100%
bonus pay for all mixes paved with new specifications for OGFC and SMA with no removal.
Phase 311 — Constructed 1.5 miles stretch from Chicago to Salem Ave. and includes interchanges at 34th St and
Slide Rd. with overpass construction at the Slide intersection. Generated 98% bonus rating with 20 out of 21
paving lots and no removals.
Colin A. Coe
Objective Seeking fulltime employment as a construction manager
Experience 2012-Current Lone Star Dirt and Paving, LTD. Lubbock, TX
Project Superintendent
• Schedule and coordinate construction activities for multiple projects
• Oversee all construction layout, surveying, and CADD activities
• Track project progress, quantities, and trends
• Coordinate with owners representatives to ensure proper contract execution
• Responsible for maintaining a safe work environment for all employees
2012 Nelcon, Inc. Kalispell, MT
Project Manager
• Manage $50 million oil services contract in ND
• Act as primary contact for owner and owner's representatives
• Coordinate activities with local government and procure necessary permits
0 • Prepare progress and schedule reports for weekly construction meetings
• Ensure all work is performed safely and per specification
• Coordinate and manage a $3 million equipment fleet
2004-2012 West Texas Paving Inc. Lubbock, TX
Operations Manager - Project Manager - Plant Managk
• Directly support president in all aspects of company administration
• Supervise, manage, estimate and engineer road/ utility construction projects
• Provide engineering assistance for crushing crew at base pit mine
m Modified 180 TPH plant to increase production, efficiency and capability
• Created multiple compliance plans, permitting expansion into public market
2003-2004 Martin K. Eby Construction Inc. Austin, TX
Field Engineer/Estimator Round Rode Wafer Treatment Plant Round Rode, TX
• Performed quantity take -off and estimates for large construction projects
• Analyzed bid day quotes for scope, value and contract spec compliance
e Layout, survey, and quality control of walls, equipment, and roads for City of
Round Rock Water Treatment Plant
Education 1999-2003 Texas Tech University Lubbock, TX
e B.S. in Engineering Technology with Specialization in Construction Mgmt.
0 • Society of Engineering Technologists and Association of General
Contractors.
One of four representatives on University Construction Mgmt. Team
Contractor's Project Experience and Resources
Organization Doing Business As
IT,Qnr.
Provide a list of major projects that are currently underway, or have been completed within the last ten years on
Attachment A
Provide a completed Project information form (Attachment B) for projects that have been completed in the last five
ears which swcifically illustrate the o anizations cagabilill to Erovide best value to the Owner for this ro ecL
Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the
proposed k personnel.
Provide a description of your organizations approach to completing this project to provide best value for the Owner.
Including a description of your approach in the following areas:
l Contract administration
2. Management of subcontractor and suppliers
3. Time management
4. Cost control
5. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
9. Meetinf. HUB / MWBE Participation Goal
Provide a list of major quipment. proposed for
use on this gpjeCL Attach Additional Information if
necess
Equipment Item
Primary Use on Project
Own
Will
Lease
See attached E i me
t Last
What work will the o anization cam fete using its own resources?
What work does the organization gropose to subcontract on thisproject?
4�
M
M
Contractor's Subcontractors and Vendors
Business is
Provide a list of subcontractors that will vrovide more than I0 percent of the work ased on contract amounts
Name Work to be Provided Est. Percent I MMRvft BE
of Contract I Firm
Provide information on the proposed key personnel, project
IL -
work eXierience lur each subcontractor listed above usinx u+c
Provide a list of maior eouiument oronosed for use on this
a description of past
don i''MIUS.
I Furnish Furnish J HUB/M
Vendor Name Equipment / Material Provided and I
WBE
Only Install Firm
t0
Lone Star Did & Paving, Ltd
Unit #
Supervisor
Year
Make
Model
Serial Number
Comments
12
Cruz
2002
Chev
Silverado
221911
extended cab 4x4
P11
Shop
1999
Ford
F250 3/4 ton
A31625
4 Wheel Dr
pig
Extra
1999
Ford
E350
B06017
Passenger Van
P22
Mike
2000
Chev
Z71
229871
3 Door club cab
P26
Roland
2007
Ford
E-350
A46598
Passenger Van
P27
Johnny
2007
GMC
Sierra
119086
4DR 2Wheel Drive
P28
John King
2006
Chev
Silverado
257869
4DR
P29
Asphalt crew
2007
Chev
Silverado
109690
OR Flat Bed
P30
Rickey
2006
Chev
Silverado
153964
4DR 4 Wheel Drive
P31
Pete
2007
Chev
Silverado
117505
OR 4 Wheel Drive
P32
James
2007
Chev
Silverado
103023
OR 4Wheel Drive
P33
Jesse's Crew
2005
Chev
4500
509416
4500 Crew Cab Flat Bed
P34
Omero
2007
Chev
Silverado
132775
4DR 4 Wheel Drive
P35
Pete's Crew
2006
Chev
4500
420184
4500 Crew Cab Flat Bed
P36
Darren
2007
Chev
Silverado,
178325
OR 4 Wheel Drive
'137
Jesse
2011
Ford
E350
A59295
Passenger Van
P38T
A]
2010
Chev
1500
257991
4DR 4 Wheel Drive
P39
Colin
2010
Chev
Silverado
248749
4DR 4 Wheel Drive
P40
Mark
2007
Ford
F550
28113
Mechanics Truck
P41
Arbrey
2013
GMC
1500
34311
OR 4 Wheel Drive
P42
Carlos
2012
GMC
1500
157494
4DR 4 Wheel Drive
P43
Asphalt crew
2013
Chevrolet
3500 HD
141603
44 Work Truck
WS
2013
Ford
F250
18280
4DR 4 Wheel Drive
ST
2008
GMC
Sierra HD
146343
OR 4Wheel Drive
PT1
41 Pit
2002
Terex
TA30
A7991477
Articulated Dump Truck
TI
1991
Ford
F8000
A13102
Water Truck
T7
1992
Ford
F80DO
A07950
Water Truck
T27
1993
Ford
F8000
Al 1847
Water Truck
T28
1991
Ford
F8000
A37304
Bobtail Dump_(Asphalt Plan!_T�)
T29
2002
Ford
F450
A58078
1 Ton Flathed
T30
2001
Frflnr
FL70
F21460
Rosoo Max 3 dishibutor
T36
2000
Pbt
377
486009
Tractor (Belly dump)
T45
1999
Pbt
385
502626
Bobtail Dump
Page 1 of 7
T50
1998
Ford
F800
A29809
Mechanics Trk
T51
1991
KW
W900
561203
Tractor (white truck)
T52
2005
Pbt
330
857589
Fuel & Lube Truck (Polo)
T53
1995
Ford
L900
A42667
Bobtail Dump (Asphalt Plant Trk)
T54
2008
Pbt
388 TrVA
740319
Winch Truck (Red haul truck) "Logs
T55
2007
Pbt
Water Truck
676323
Water Truck
T56
2005
Pbt
Water Truck
872143
Water Truck
T57
2008
Pbt
388
752240
Tractor
T59
2007
KW
T-800
183633
Tractor
T60
2007
KW
T-800
183631
Tractor
T61
2007
KW
T-800
183632
Tractor
T62
2007
KW
T-800
207407
Tractor
T63
2007
KW
T-800
185739
Tractor
T64
2008
KW
T-800
21990
Bobtail
T65
2008
KW
T-800
213389
Bobtail
T66
2008
KW
T-800
213387
Bobtail
T67
2008
KW
T-800
212981
Bobtail
T68
2008
KW
T-800
213386
Bobtail
69
2006
Ptrblt
335
657385
Water Truck
T70
1993
Mack
CH613
27600
Water Truck
T71
2016
Freightliner
108SD
8810
Distributor Truck
TR1
1972
Vermeer
Flatbed
1906
16' Folding equip trailers
TR2
1988
Lee
Form
595388
18' equip trailers
TR3
1994
Gooseneck
Flatbed
31241
29 tandam axle wAoading ramp
TR5
1988
Kaly
Dump
5104
Hydraulic Dump Trailer
TR6
1982
Fruehauf
Tank
2806
Hot oil tanker
TR7
1981
Howl
Equip
S8111280
16' Equip Tdr
TR8
1966
Fruehauf
Tank
OMG353619
Hot Oil Tanker
TR10
1998
CPS
Bellydump
000577
20 Yard
TR11
1997
CPS
Bellydump
425
20 Yard
TR19
2002
CPS
Bellydump
770724
20 Yard
TR20
2001
BIGTEX
Utility
E42782
18'
TR21
2002
Shopbuilt
Lube
124068
Lube Trailer
" t25
2003
CPS
Bellydump
4171
Belly dump trailer
TR26
2003
CPS
Bellydump
4232
Belly dump trailer
TR27
2003
CPS
Bellydump
004116
Belly dump trailer
Page 2 of 7
TR30
2006
Clem
End Dump
005313
End dump trailer
TR31
2008
Tiger
Utility
2253
18' utility
"R32
2001
Loadking
Haul Trailer
023906
Low Boy Haul Trailer
W33
1999
Lee
Model T7
215286
14ft Utility Flatbed
TR34
2009
Tiger
Utility
227
Flat Bed Utility
TR35
2001
Etnyre
Haul Trailer
111211
Low Boy Haul Trailer
TR36
2009
Shopbuilt
Flatbed
Flat Bed Utility
TR37
2005
Load
Tilt Utility
005393
Flat Bed Tilt Utility
TR38
2012
AFF
Equipment
1A9BE1826CL790030
18' BP Equipment
TR39
2012
AFF
Equipment
lA9BE1824CL790031
18' BP Equipment
TR40
2006
Ranco
Dump
1 R9ESD5016L008143
Framless End Dump Trailer
TR41
2012
Bels
Equipment
16JF01622C1046491
Utility
TR42
2012
Bels
Equipment
16JF01629C1045486
Utility
TR43
2001
SEI
SEIPUP
1 S9PD33261B638302
Pup End Dump
TR44
2001
SEI
SEIPUP
1S9PD33271B638308
Pup End Dump
TR45
1998
SEI
SEIPUP
1 S9PD3322WB638109
Pup End Dump
TR46
2000
SEI
SEIPUP
1 S9PD3421 YB638215
Pup End Dump
TR47
2003
Warren
T/A
1 W9CA4B263T369001
Pup End Dump
i1
1994
CAT
95OF
8TKO1482
4112 cly Loader
L6
1977
CAT
950
81J10964
4112 cly GP Bucket Loader
L9
1989
CAT
980C
89P4756
Loader GP bucket wl cab
L14
1983
CAT
980C
63X4723
Loader
L16
1983
CAT
930
41K11978
Loader
L17
2002
CAT
416D
BFP03226
Backhoe
L19
1989
CAT
988B
05OW09849
Loader
L20
CAT
966F
01SLO3446
Loader
L21
CAT
252E
Skidsteer
L22
2002
CAT
420D
FDP12773
Backhoe
L23
2007
CAT
928G
DJD02717
Loader
L24
CAT
950 G
3JW01649
Loader
L25
2009
CAT
289C
JMP00867
Compact Track Loader
L26
2012
CAT
289C
JMP2776
Compact Track Loader
L27
2012
CAT
289C
JMP2780
Compact Track Loader
28
2011
CAT
98OG
2KR75009
Loader
L29
2008
CAT
966H
MD1384
Loader
L30
2006
CAT
416DIL
B2D2395
Landscape Tractor
Page 3 of 7
L31
2007
CAT
420EIT
KMWI549
Backhoe
L32
34
2006
1995
CAT
CAT
93BG
938F
RTB2312
Loader
Loader
j:zz:��
;.: : 7.: : :,.:
L�
:-:-; : :-: :-:-: :.: I I I �
7, 77 7rM, 777-:1,
777 77 7.7
7, 7777, 77,:,!.� ;.:Z�,:�!,� !.: : : :,: � :,:,:
C3
Dynapac
CP271
23620353
Pnuemafic Roller
C5
1978
Ingram
10-12 ton
726BO95
3 Wheel Steel
C8
Wacker
Packer
583601396
Yellow Wacker Packer
C9
Wacker
Packer
654504947
Green Wacker Packer
C10
Dynapac
CC421
58010324
Double Drum Vibratory Roller
Cill
1977
Ingram
539375
6419950D63
3 Wheel Steel
C13
1968
Ingram
1125
3A80281FC
25 Ton Pneumafic
C17
2000
Dynapac
CS141
21720145
3 Wheel Steel Wheel (9010005)
C18
2000
Dynapac
CP271
69913453
Pnuemabc Roller
C22
1999
Dynapac
CC522
62910590
Tandem 'Drum Roller
C20
1993
Wacker
Packer
LF70
VIB
C23
2000
Dynapac
CA250PD
65320338
Vibratory Padfoot
C24
2000 1
Dynapac
CA251PD
58311823
Vibratory Padfoot
C25
1999
Dynapac
CA152PD
64320602
Vibratory Padfoot
C26
1991
Dynapac
CS12
175363
3 Wheel Steel
27
1995
Dynapac
CP30
7018797
30 Ton Pneumatic
C28
1978
INGRAM
10-12ton
882750E9Q
3 Wheel steel
C31
Dynapac
CP301
25 Ton Pneumatic
C32
1998
Dynapac
CS141
903R140055
3 Wheel Steel
C33
2008
Dynapac
CC142
60214052
Double Drum Asphalt
C34
1998
Dynapac
CC522
62910617
Double Drum Compactor
C35
1992
Caterpillar
815B
17ZOO487
Soil Compactor
C36
2001
CMI
335C
HE-1506
Compactor
C37
1999
Rex
3-35C
HE1498
Compactor
C38
2006
Dynapac
CC522
51720556
VHF Roller
C39
2002
Caterpillar
PS360B
9LS00221
Pneumatic
C40
1992
Hamm
WH90
33906
3 Wheel Steel
C41
2001
Caterpillar
PS360B
9LS00229
7 Wheel Roller
C43
2011
Hamm
GRW280-30
H1950097
Pneumatic Roller
rCE 1
1995
Gomaco
GT3600
902900-053
Curb & gutter machine
L-
E5
Gomaco
Commander 111
900100562
4 Track Concrete Paver
JZSEJ6
Gomaco
9500
MCI 8682-55
Placer wfr6mmer Head
7:7
�;:: 7:: � � ��: -E;::;:j:
:;:�: :E:�� — .— :�: � : , ::: : : ; : : ..-
Page 4 of 7
D1
Gardner -Denver
GD45C
45001
Blasthole D611
D2
1999
John Deere
850C
T0850CX814295
Dozer
N
2006
E-Z Drill
21OB-2SRA
U3349
Slab Drill
1991
John Deere
79OD-LC
2ZKOD649 (8465)
Excavator
2002
Cat
350L
3MLOO286
Hyd Excavator
FE3
E4
2009
Cat
307D
CAT0307DPDSGO0187
Track Excavator
LN
2002
Leeboy
L500
309276
500 Gal Tack Wagon
LD6
2000
Champion
1110-W
30277
Pro-Pav
LD8
2009
Lee -Boy
8515T
8515T-54865
Asphalt Paver
LD9
2002
Cedar -Rapids
MS2
45280
Pick-up Machine
LD10
2004
Ingersoll-Rand
PF3120
178754
Crawler Asphalt Paver
LD11
2015
Lee -Boy
250T
1309357
500 Gal Tack Wagon
LD12
2011
CAT
AP-1000D
EAD00433
Asphalt Paver
M4
1996
CAT
140H
2ZK006X9
equipped w/rear ripper
M6
1999
CAT
140H
2ZC04412
equipped w1rear ripper
M7
CAT
140 H
2ZK05654
equipped w/rear ripper
M8
2008
CAT
140H
2ZKO7110
equipped w/rear ripper
19
2008
CAT
140M
139DO0423
equipped w/rear ripper
M10
2004
CAT
140H
HVCCA00746
equipped w/rear ripper
S6
1999
CAT
623E
6YFOO166
Scraper
S7
CAT
623E
6CB00600
Scraper
S8
1996
CAT
623F
68KO0215
Scraper
L�
77 77 :77777=�
7777— 7
. , . � - � - . . . I � . � 1 7 - 7 � : I ! � �
� . : I � . : I � . : , : . : � : , : � 1 . : , . , : , � , : 0 : 1 � ; � F � - � � - ! ! : 1 � :
. : . � : . : . � � � Z o � . � , . . , � - , - . - 7 . 7 . 7 . 7 , 7 . 7 , � � I , � , , , � . � � 7 7 7 7
CS1
2002
Geffs
BM624
DHO1 03
Chip Spreader
77r�
72
1986
John Deere
8640
PWSGO17008067
Tractor 4X4
73
1986
John Deere
8650
007014
Tractor 04
74
1994
John Deere
8870
RW8870HOO2124
Tractor 4X4
7�
WTI
2003
Interpipe
12000 Gals
12KT-0002
12000 Tank Tower
WT2
2006
MSE
12000 Gals
2006-31
12000 Tank Tower
WT3
2004
Superior
12000 Gals
OD-12-73
12000 Tank Tower
: � : ' : : ,
I : - � ' : - ! : ' : ; 7 . � L: ,
I : I � : . : . : : , : : : , : �
� : I � : , : : , : : . : I T — , : , : -
: . � : � : , 7 : � : : : : . : : , � . : : - : , : : . : . : . : . : , : : . : : T T 7 7 1 1
MS2
1999
Broos
sweeper
88467
MS4
Morgan Bldg
10161CTBCUSA
Office building
14S5
2000
JD
OFF -SET
8'Mi)dng Disc
NIS6
Star
fuel tanker
CTT1028
1000gal trailer mounted fuel supply
MS8
2001
BROCE
RJ 350
401011 1
Broom
Page 5 of 7
MS10
Shop made
3000 gal fuel storage /electric pump
MSi 1
Shop made
2000 gal fuel storage w/electric pump
*112
Shop made
1000 gal fuel storage elelechic pump
MS13
Miller
Big 20
trailer mounted welding machine
MS15
Steel Forms
NIA
mist concrete paving forms
MS16
Storage
building
20' enclosed storage van
MS17
Storage
building
18 enclosed storage van
MS18
Shopmade
Trailer
Ramped Single Axle 5X8
MS19
John Deere
Plow
Flat Bottom Breaking Plow
MS20
John Deere
Shreader
Bat Wing
MS23
Lenp
Compressor
KG56-1303
Trailer MTD Air Compressor
MS24
Hotsy
S7055
C792330700
Pressure Washer
MS25
MKC
MK Concrete saw
Honda engine
MS26
Corecut Saw
Honda engine
MS30
Hotsy
5516
203243
Pressure Washer
MS31
1992
Cat
Forklift
7SCO0883
60001b
MS37
2003
Bobcat
BIT
24"
MS39
2003
Bobcat
BIT
12'
Al
1992
Onan
Generator
V2203-136528
Trailer Mtd Power Unite
MS42
1986
Lincoln
SA200
A802862
Welder
MS43
2004
Rome
G1-7-24
2OGT-1021
Mixing disc plow
MS46
2004
S Pump
2" Centrifugal Selfpriming
MS47
Poulan
Chainsaw (two)
MS48
1990
Lincoln
SA200
A-802862
Welder
MS50
1990
AMCO
WOG-2-3230-BG
1053
PLOW
MS51
2006
Allmand
0534AB06
AWB15.5573
Arrowboard
MS52
2006
Allmand
0549AB06
AW815-5574
Arrowboard
MS53
2006
Red Lion
RLGF8
2906 CODE 616808
2" Pump Type A
MS54
2006
Red Lion
RLGF8
3705 CODE 616808
2" Pump Type A
MS55
Target
PR06511ID30
228590001
Concrete Saw
MS56
2006
Allmand
0536AB05
Arrowboard
MS57
1996
Arrow Master
1350
6410
Self Propelled Hammer
MS58
2009
Norton
BBC547
8083028
Brick Saw
''S59
MI-T-M
75000 MHO
40033591
Generator
2005
Wirtgen
W2100
410145
Pavement Profiler
1'MS60
-'MS61
2004
Ingersall Rand
P185WJD
346433UE0221
Portable Air Compressor
Page 6 of 7
MS62
2003
ingersall Rand
P185WJD
356249UDPB34
Portable Air Compressor
MS63
2005
Bomag
MPH364R-2
9011323001607
Soil Stabilizer
° °S64
2010
MI-T M
6000OMHO
40025106
Generator
MS65
1999
Allmand
402AB05
Portable Solar Arrowboard
MS66
2010
Terex
ODLSE25LA
EVD-10635
Arrowboard
MS67
2010
TerextAmida
ODLSE25LA
GRD-21578
Arrowboard
MS68
2010
Terex/Amida
ODLSE25LA
GRD-21579
Arrowboard
MS69
2010
TerextAmida
ODLSE25LA
FKD-13884
Arrowboard
MS70
2010
Terex
ODLSE25LA
FKD-13885
Arrowboard
MS71
2011
GNSS852-882
Trimble fit
MS72
12'x48'
Mobile Office trailer
MS73
Trimble
GPS System Mounted on M6
MS74
Trimble
GCS900 3D Auto
Option Key
MS75
MS76
Remco
MC WIZ
MCW07-762
Plow
MS77
2012
Maxe
5R81161027CM022963
Pump
MS78
Husqvama
FS400
Concrete Flat Saw
MS79
Stihl
TS420-14
179141323
Cut off Saw
380
2008
Wirtgen
W2100
09.21.0286
Cold Planer
MS81
Husgvama
FS400
Concrete Flat Saw
Plant 1
1979
Jaw Crusher Gen Set Feeder
(Pit41)
Crusher Plant
Plant 2
1978
H & B Hatch Plant Control
(Asphalt Plant)
Hot Elev 10000ASP Tank Misc
Plant 3
2013
Powerscreen Cheifton 1400 Trax
PID00066JDGD16223
(Screen Plant) 5x16 ft deck portable
Plant 4
199$
Yard Crusher - Dehiot Eng
OMTRO01
Impact crusher
Plant 5
1999
Nordberg 1213CC
2052-2781
Impact crusher
Plant 6
1970
Commander II Plant
I I
Crusher
1*1
Page 7 of 7
Protect Inrmmation
Pro ca Owner I Q11y of Lu6bock, I Pmjert Name I ConcFe-te Patching
General ' lion of Pmjcct
Concrete Patching on City of Lubbock Streets all over city
--
5chcdulc Performance
rBld
Amount
% of Bid
Amount
Dale
Days
7464
Notice to Proceed 212312015
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner F.nhancemcats
Cootract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Chance Order Authorized Substantial Completion Date
Design Imucs
Change Order Authorized Final Completion Date
Total
Actual I Estimated Completion Date
Cast
Said
A;:«1I_matcd Saa1 CompletionPro
rN,mc
ect Manager Project Sup sarety Omcer Qualfty Control Manager
manArbre
5# ckm nge
omme Devoted to the Projccl
Ag Weeded
Weadod —As Meaded AS Needed
Proposed for Ibis Pro
—As
Did Individual Stara and Complete the Pmjccl7
Yes
Yes Yes Yen
if not, who started or compacted the project in their place.
R=50n for chance.
Name
Titlet Position
Organization Telephone Email
Owner
Seniot:Rroeclbdgcof
ock
Designer
Construction Manaccr
Surd-
Number of Issues Total Amount involved in
Resolved 0 Resolved Issues 0
Number or Issues Total Amount involved in
Pending Resolved Issues 0
N
Attachment A
Current Projects and Project Completed within the last 10 Years
cct Owner lCityofLubbock
IProlcamanic ILubbkPMAjlon Smith Int'I Aft2rt
AlrflekLAsphalt
re
Geoeral Description orhm ecl
Project cost
I Dote Project Completed
Key Project Personnel
Project Munger Project Superintendent
Surety Officer
quality
htmName
Control
Arbr Stockman Inghrey Stockman
Llin Coe
kteve Turner
ltefereacc Contact Information (listing names indicates aval to contacting the names individuals as a reference)
Name
Mdd Position10gani:tation
7
hone
E mail
Owner
_
Designer
ConStlVetion M
Pro OwnerfdJe2ndsqhhJl)ect
General Description of Pm ectsite prep,concrete
Name EMMMW Lc Center
work retension pond, mow stri s handicap rams curb 8 outter
Project Cost
1,474,740.00 Date Project
Compktcd
on ooinQ
Key Project Personnel
Pmject Manager
Project Superintendent
Safety Officer
quoliry
Manager
Iteve
control
Name
—
�rbrey Stockman
kbrey stockman
Olin Coe
Turner
Reference Contact Inrornmwil noistiognamrsindicatesap
roval to contacting the names individuals as a reference)
Namc
Tide Position
Organization
T
nc
Owner
Deli er
LL
Consruction Mager
na
Project Owner NgM
Unnem.
LIU I Project Name West End
RhUS
2
General Deseri "on of Projee tF,-
Projcct Cost _
Datc Pto¢jcct
Completed
on i
Key Pmjcct Personnel
Pmject Manager
PSuperintendent
roject
Safety Officer
Quality
Mau a
Control
Nome
Arbrey Stoekm n
MMy Stockman
IQgiln Coo
ISteva-LMW
Rrremnee Contact Information (listing ones indicates appmvnl
to contacting the names individuals as a reference)
Name
Tide/ Position
Organization
Tel
bane
E-mail
Owner
Designer
Construction Man er
Q r It
e I.C. i
<. U
Ira
Attachment A
Current Projects and Project Completed within the tart 10 Years
Pwimowncr lCitv of Lubbock JPmJccINa= 134th Street CPS
General Desert Lion orProen
Projeet Cost IS B . 988. 866 .09 Date Pro
act Completed
KeyI'rojeel Perwuacl
eel M a
Project Superialendrnl Safety orRur
Quality Coottol
Manager
Name
Steve Turner
Arbrey Stockman I Colin Coe
Isteve Turner
Reference Contact Information (listing anmes indicates up
toval to contacting the names individuals as a tefcmnce)
Nate
Tidal Position Organization Tdcpbone
E-mail
Owner
City of Lubbock
(806)775-3000
Deslpper
CoosuntionM cr
Steve Turner
Owner ne star Dirt & Pavi (006)745-6011
Projectowtser Cit of Lubbock ectName Mc A aster Park Pro
ect
GenallDcscripdonorPmjcctReshal2ing Existing playa lake limits
Project Cost $ 2, 275, 990.00 DolcPmjcctCompleted
2014
Key Pmject Personnel
Project Manager
Project Superintendeal
Safely Offter Quality Control
Manger
Name
Steve Turner
Arbrey Stockman
tin Coe
Reference Conan lnforntntion (listing names indicates up
mval to contacting the names individuals as a reference)
Name
Tidd Position
Organization T ne
E-mail
Owner
CitV of Lubbock
I K6J 77E-3 00
Desier
-
pniEer pavidigon
lenaingbor
City of Lubbock
CoatiltLctionManager
Steve Turner
Owner L
gne Star Dirt & Pavi (806)745-6011
NIXON! IN
PtojectOwn- t i ty of LubbockPwJccI dme ksphalt Repair at variqua locations
GcocrnlDescri tionofProjcct: Repair Asphalt on citv streets all over Lubbock',
PMJM Cost 1$981,800.00 Date PM
cctCompleted n giong
Kcy Project Personnel
LPnlcct Mon cr
Project Supoinendenl
[Sarely0fricer Quality Canlroi
Manner
Name
-
9c+•v¢ Turner
Refcmtce Contact Information (listing names indicates approval
to contacting the names individuals as a rcference)
Name
Tidd Position
Organization
Telephone
E-mail
Owner
Citv of Lubbock
(806)775-3000
Designer
Consuuclion Man a
Steve Turner
Owner ione
star Dirt & Pavi
(806)745-6011
Attachment A
Current Projects and Project Completed within the last 10 Years
ProjeclOwntr rity of Lubbock iPmJWN=c R14th from Indiana to Mem his
General Description orpmjec
PmjeclCosl IS651,139.50
1 Date Proecl kted 4/30/13
Key Project Personnel
Project Manager Pmjett Superintendent
Safety Olhlcer
Quality Control
M
Name
rey Stoc man brey Stockman
Colin Coe
teve Turner
Reference Contact Information (listing names indirstesap, coval to contocting the names Individuals as a refsencc)
Name Title/ Position
Organization
Telephone
E-mail
Ownel
ity of Lubbock
(806)775-3000
Des' er
CoasGvction Man er
ProectOwna Icity of Lubbock ProjcetName a halt Re air Various Locations _
GcncndDcsc:dpWnofEcct. Repair a s i3 t on Eitz Streets
Project Cost 1$864,000.00 1 DatePrajec1Completed
B 130113
Key Project Personnel Project Mooagcr
Project Superintendent
Safcty Ofter Quality Contra
Mom
Name fLrbrey Stockman
JArbrey Stockman
Colin Coe Pteve Turner
Refermce Contact Information (listing names indicales approval
to contacting the names individnals as a reference)
Name
Tidd Position
Orpohation
Tophonc
E-mail
Owner
ity of Lubbock
(806)775-3000
Desilper
Construction Manager
Project Owner 12 of LubbQds Project Name variQug L27ations
Gencml Dcwdpdon orProjccr.Rp,pfliiL
Concrete all QVer Sutgot&
Project Cost
$738 002.00 1 Date Project
Camp leled 2013
Key Project Personnel
Project Manager
Project Superintendent Sarcly Othicer
Man ly Camrol
naa
Name
rbrey Stockman
PLrbrey Stockman J Colin Coe Isteve
Turner
Rererence Contact Information (listing names indicaltz W
woval to contacting the names individuals as a reference)
Name
Title! Position
Organization
Telephone E-mail
Owner
ity of Lubbock
0 775-3000
Designer
Construction Manager
(:D
Proteet Infarmadan
Project Owner i t of Lubbock
Project Name Slide Rd-4th to
Loop 289
General Description of eet
emove ouse u on a on, a-- ent-7onstruct new 7 laneco;ncrete pave roaO way while Iceeping existing Fire
Station in operation.
Budget HisEory
Schedule Performance
Amount
% of Bid
Amount
Dale
Days
Bid
2, 137, 666.13
.00
Notice IV Proceed
3/2010
Clumge Orders
Contract Substantial Completion Date at Notice to Prooeed
3 / 9 / 20 0 9
Owner Enhencemmts
Coat= Final Completion Date at Notice to Proceed
Unfonmcm Conditions
5600.47
.0026
Chen eOrderAuthadzedSubstantialCompletionDate
Design Imes
Chulc ONerAvibmizrd Final Ca lotion Date
Total
Actual I Estimated Substantial Completion Date
2/5/2010
ii-uil Cosa2,
a
143 , 266 . 6O
Au,wi 1 .r3e"ii+ua.ed Final Completion Gate
Project Manager Pro ed 5 _ Safety 011icer
Quality Control Mena er
Name
Wesley Sanders Steve Turner Steve Turner
Wesley Sanders
Pertenlagc aI'Mme Devoted to the Project
25 g 25 V 10%
3 5Ic
PmpDscd for this projeei
2591 25 V 10 6
3 5 %
Did individual Stan and Complete the Project?
Yes Yes Yes
Yes
If not, who started or completed the project in their place
Rcmn for change.
Name
Title! Position
t
Organization Telephone
E-mail
Uwncr ity of Lubbock
(806)775-3000
Designer C Johnathan Zi ne
Engineer P
rkhill,Smith&Coo r (806)473-2200
Construction Manager Wesley Sanders
Owner
L
ne Star Dirt & Pa i (806)745-6011
5urc�--h
p
A cock & Fowler (n06)441-3992
Number of Issues
Resolved
'total Amount involiRFInI
Resolved Isstees
0
Number of Issues Total Amount involved in
Pending Resolved Issues 0
City of Lubbock, TX
Insurance Requirement Affidavit
To Be Completed by Bidder
Must be submitted with Bid
1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by
me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten
(10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the
City mee�iiAg all of the requirements defined in this bid.
c5e.Ve- Iurii p r
Signature) Contractor (Print)
LB ESS NAME: On e v J� I �' 4 ��y l n
CONTRACTOR'S USIN
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 11 U 1 LAn, N/
NOTE TO CONTRACTOR
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 Director of
Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572.
ITB 16-127I I-TF Concrete Patching
Page Intentionally Left Blank
City of Lubbock, TX
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 incidents involving worker safety or safety of the citizens of the City of Lubbock, be it
related or caused by environmental, mechanical, operational, supervision or any other cause or factor.
Specifically, the City may consider, among other things:
a, Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
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, suspensiontrevocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted from 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 answcr the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO —
If 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
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction;
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten ( 10) years, of a criminal offense which
resulted from serious bodily injury or death?
YES NO
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
ODate of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the informa 'on given by me in this questionnaire shall be
investigated, with my full permission, and that any misrepresentations omissions may use my bid to be rejected.
Si ture
V, P.
Title
City of Lubbock, TX
Suspension and Debarment Certification
Federal Law (A-102 Common Rule and OMB Circular A -I 10) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY
FEDERAL TAX ID or SOCIAL SECURIVYY No. .'60
Signature of Company
Printed name of company official signing above: '5AeUIn 4A rn fir
Date Signed: Q2 ''�A � — / (0
W
Page Intentionally Left Blank
LIST OF SUB -CONTRACTORS
Page Intentionally Left Blank
ITB 16-12711-TF Concrete Patching
LIST OF SUB CONTRACTORS
Minority Owned
Company Name
Location Services Provided Yes
No
1. 4no e
❑
a
2,
❑
❑
3.
❑
❑
4.
❑
❑
55.
❑
G]
6.
❑
❑
7.
❑
❑
8.
❑
❑
9.
❑
❑
10.
❑
❑
11.
❑
❑
12.
❑
❑
❑
❑
13.
14.
❑
❑
Is.
❑
❑
16.
❑
❑
We
onefl�r r-i QAv
Company
Address � L4
City, County
State Zip Code
Telephone: �b4 - 7 f/ S too l
Fax: 741 T AI n 7 y
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO
2
Page Intentionally Left Blank
0
Nal
ITB 16-12711-TF Concrete Patching
FINAL LIST OF SUB CONTRACTORS
Company Name Location
1.�
2.
3.
4.
5.
6.
7.
8.
9.
10.
ll.
12.
13.
14.
15.
16.
kDne,9A, Dirf �A#v L+-1
Company
Address ++
�UO ,
City, f County
7.f
State T Zip Code
Telephone: ?0L
Fax: 4L - 7-15 Lio7W
Services Provided
Minority Owned
Yes No
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
Cl
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID
CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO.
3
Page Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt & Paving, Ltd. (hereinafter called
the Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock
(hereinafter called the Obligee), in the amount of One Million Eight Hundred Ninety -Eight Thousand
Nine Hundred Seventy -Three Dollars ($1 89, 8,973) lawful money of the United States for the payment
whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the
24th day of March, 2016, to ITB 16-12711-TF Concrete Patching
and said Principal under the law is required before commencing the work provided for in said contract to
execute a bond in the amount of said contract which contract is hereby referred to and made a part
hereof as fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall pay all claimants supplying labor and material to him or a subcontractor in the
prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to
remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section
2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this
instrument this day of , 2016.
Surety
* By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and
hereby designates an agent resident in Lubbock
County to whom any requisite notices may be delivered and on whom service of process may be had in
matters arising out of such suretyship.
Surety
*By:_
(Title)
Approved as to form:
City of Lubbock
By:
City Attorney
* Note: If signed by an Office of the Surety Company there must be on file a certified extract from the
by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact,
we must have copy of power of attorney for our files.
Page Intentionally Left Blank
PERFORMANCE BOND
Page Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt & Paving, Ltd. (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of One Million Eight Hundred Ninety -Eight Thousand Nine Hundred
Seventy -Three Dollars ($1 89, 8,973) lawful money of the United States for the payment whereof, the said
Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 24" day
of March, 2016, to ITB 16-12711-TF Concrete Patching
and said Principal under the law is required before commencing the work provided for in said contract to
execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a)
of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the
provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of 92016.
Surety
* By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite
notices may be delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
*By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is,
at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for
the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. Injury $
❑ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident) $
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
11
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'S RISK
❑ 100% of the Total Contract Price
$
❑ INSTALLATIONFLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ :1 Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Offices are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than the legal time required after the insured has received written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
IC
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE
ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND
NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A
WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH
SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Page Intentionally Left Blank
CONTRACT
Page Intentionally Left Blank
Contract 12711
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 24" day of March, 2016, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Lone Star Dirt & Pavin2, Ltd. of the City of Lubbock, County of Lubbock and
the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
ITB 16-12711-TF Concrete Patching
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Conditions of Agreement. Lone Star Dirt & Paving, Ltd.'s bid dated February 23, 2016 is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
Lone Star Dirt & Paving, Ltd.
By:
PRINTED NAME:
TITLE:
COMPLETE ADDRESS:
Company
Address
City, State, Zip
ATTEST:
Corporate Secretary
Lo
Glen C. Robertson, Mayor
ATTEST:
Rebecca Garza, City Secretary
APPROVED AS TO CONTENT:
Mike Gilliland, Street & Utilities Superintendent
L. Wood Franklin, P.E., Director of Public Works
APPROVED AS TO FORM:
John Grace, Assistant City Attorney
Page Intentionally Left Blank
CONFLICT OF INTEREST QUESTIONNAIR CHAPTER 176
FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY
This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session
Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the
Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists.
The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has
a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor
meets the requirements under Section 176.006(a).
By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later
than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be
filled.
Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts
Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors).
The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase
of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire"
regarding the vendor's business relationships, if any, with Council Members or the City Manager.
Compliance is the responsibility of each individual, business or agent who is subject to the law's filing
requirement. Questions about compliance should be directed to your legal counsel.
Office of the City Secretary
1625 13th Street, Room 206
Lubbock, TX 79401
Questionnaire is available at hgp://www.ci.lubbock.tx.us/departmental-
websites/departments/purchasing/vendor-information
Page Intentionally Left Blank
Texas Government Code 2252.908
Disclosure of Interested Parties
Form 1295
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section
2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to
file with the governmental entity or state agency a disclosure of interested parties at the time the business entity
submits the signed contract to the governmental entity or state agency.
§2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new
disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be
signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made
under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or
vote by the governing body of the governmental entity or state agency before the contract may be signed or has
a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section.
House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016.
An interested party is defined as a person who has a controlling interest in a business entity with whom a
governmental entity or state agency contracts or who actively participates in facilitating the contract or
negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business
entity.
Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires
registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form,
notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department.
Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with
the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than
the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will
complete the form for the contract with which the form is associated. The completed form will be made
available via the Texas Ethics Commission website.
Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed
instructions are located at: hgps://www.ethics.state.tx.us/whatsnew/elf info forml295.htm
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit Lone Star Dirt & Paving, Ltd., who has agreed to perform the work embraced
in this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative Mike Gilliland, Public Works Superintendent, so designated
who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors
as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors
or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly
supervise the Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are
necessary for the commencement of the work contemplated by these contract documents or the completion of the
work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order
to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as
practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's
Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc.,
shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its
Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at
Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to said
work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment are permitted only at such places as the Owner's
Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at
all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any
location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation
that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each
part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work
found to be defective or not in accordance with the contract documents, regardless of the stage of its completion
or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously
accepted the work through oversight or otherwise. If any such work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at
Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
4
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been
charged by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance with
these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are
sufficient and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the
progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to
such an extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverage's shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME
THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A
PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE
OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL
PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
With Heavy Equipment Endorsement
B. Owner's and Contractor's Protective Liability Insurance. - NOT REQUIRED.
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and
non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED.
E. Umbrella Liability Insurance - NOT REQUIRED.
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $1,000,000
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity shall have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
M
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
shall provide services on the project shall be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
10
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (www.tdi.state.tx.us) to receive information of the legal requirements for
coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage, " and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
11
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
12
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances
within said time, any objection and/or assertion that the plans and specifications are at variance with any federal,
state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or
subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice
to the Owner's Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
13
may withhold permanently from Contractor's total compensation, the sum of $1,204.28 PER DAY, not as a
penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working
day that the Contractor shall be in default after the time stipulated for substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided
and the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
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.
14
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
be estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
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 Offices, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
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
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment 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
15
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.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
16
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(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
17
(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.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall
18
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
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 (it) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
19
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise,
including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction.
Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek
judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised
concurrently. To the extent of any conflict between this provision and another provision in, or related to, this
document, this provision shall control.
59. HOUSE BILL 2015
House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty
to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly
classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly
classify individuals performing work under a governmental contract will be penalized $200 for each individual
that has been misclassified (Texas Government Code Section 2155.001).
60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908
requires a business entity entering into certain contracts with a governmental entity or state agency to file with the
governmental entity or state agency a disclosure of interested parties at the time the business entity submits the
signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be
signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under
oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by
the governing body of the governmental entity or state agency before the contract may be signed or has a value of
at least $1 million. Instructions for completing Form 1295 are available at:
http://www.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-information
20
DAVIS BACON WAGE DETERMINATIONS
Page Intentionally Left Blank
EXHIBIT A
General Decision Number: TX160007 01/08/2016
TX7
Superseded General Decision Number: TX20150007
State: Texas
Construction Types: Heavy and Highway
Counties: Armstrong, Carson, Crosby, Ector, Irion,
Lubbock,
Midland, Potter, Randall, Taylor and Tom Green
Counties in Texas.
HEAVY & HIGHWAY CONSTRUCTION
PROJECTS
Note: Under Executive Order (EO) 13658, an hourly
minimum wage of $10.15 for calendar year 2016
applies to all contracts subject to the Davis -Bacon Act
for which the solicitation was issued on or after
January 1, 2015. If this contract is covered by the EO,
the contractor must pay all workers in any
classification listed on this wage determination at least
$10.15 (or the applicable wage rate listed on this wage
determination, if it is higher) for all hours spent
performing on the contract in calendar year 2016. The
EO minimum wage rate will be adjusted annually.
Additional information on contractor requirements
and worker protections under the EO is available at
www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/08/2016
* SUTX2011-002 08/02/2011
Rates Fringes
CEMENT MASON/CONCRETE
FINISHER (Paving & Structures) ... $ 13.55
ELECTRICIAN ......................$ 20.96
FORM BUILDER/FORM SETTER
Paving & Curb ...............$ 12.36
Structures ..................$ 13.52
W.111 Tell,]"
Asphalt Raker ...............$ 12.28
Flagger.....................$ 9.30
Laborer, Common .............$ 10.30
Laborer, Utility ............ $ 11.80
Work Zone Barricade
Servicer....................$ 10.30
POWER EQUIPMENT OPERATOR:
Asphalt Distributer ......... $ 14.87
Asphalt Paving Machine ...... $ 13.40
Broom and Sweeper ........... $ 11.21
Crane, Lattice Boom 80
Tons or Less ................$ 16.82
Crawler Tractor Operator .... $ 13.96
Excavator, 50,000 lbs or less ...............
Front End Loader Operator,
Over 3 CY...................$ 12.77
Front End Loader, 3CY or less............
Loader/Backhoe..............$ 14.18
Mechanic ....................$ 20.14
Milling Machine .............$ 15.54
Motor Grader, Rough ........ $ 16.15
Motor Grader, Fine .......... $ 17.49
Pavement Marking Machine .... $ 16.42
Reclaimer/Pulverizer........ $ 12.85
Roller, Asphalt .............$ 10.95
Roller, Other ...............$ 10.36
Scraper .....................$ 10.61
Spreader Box ................$ 12.60
Servicer .........................$ 13.98
Steel Worker (Reinforcing) ....... $ 13.50
TRUCK DRIVER
Lowboy -Float ................$ 14.46
Single Axle .................$ 12.74
Single or Tandem Axle Dump..$ 11.33
Tandem Axle Tractor with
Semi ........................$ 12.49
.$ 13.46
$ 12.28
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)).
The body of each wage determination lists the
classification and wage rates that have been found to
be prevailing for the cited type(s) of construction in
the area covered by the wage determination. The
classifications are listed in alphabetical order of
"identifiers" that indicate whether the particular rate is
a union rate (current union negotiated rate for local), a
survey rate (weighted average rate) or a union average
rate (weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier
enclosed in dotted lines beginning with characters
other than "SU" or "UAVG" denotes that the union
classification and rate were prevailing for that
classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an
abbreviation identifier of the union which prevailed in
the survey for this classification, which in this
example would be Plumbers. 0198 indicates the local
union number or district council number where
applicable, i.e., Plumbers Local 0198. The next
number, 005 in the example, is an internal number
used in processing the wage determination.
07/01/2014 is the effective date of the most current
negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all
rate changes in the collective bargaining agreement
(CBA) governing this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier
indicate that no one rate prevailed for this
classification in the survey and the published rate is
derived by computing a weighted average rate based
on all the rates reported in the survey for that
classification. As this weighted average rate includes
all rates reported in the survey, it may include both
union and non -union rates. Example: SULA2012-007
5/13/2014. SU indicates the rates are survey rates
based on a weighted average calculation of rates and
are not majority rates. LA indicates the State of
Louisiana. 2012 is the year of survey on which these
classifications and rates are based. The next number,
007 in the example, is an internal number used in
producing the wage determination. 5/13/2014
indicates the survey completion date for the
classifications and rates under that identifier.
Survey wage rates are not updated and remain in
effect until a new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier
indicate that no single majority rate prevailed for
those classifications; however, 100% of the data
reported for the classifications was union data.
EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a
weighted union average rate. OH indicates the state.
The next number, 0010 in the example, is an internal
number used in producing the wage determination.
08/29/2014 indicates the survey completion date for
the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in
January of each year, to reflect a weighted average of
the current negotiated/CBA rate of the union locals
from which the rate is based.
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.
SPECIAL CONDITIONS
Page Intentionally Left Blank
SPECIAL CONDITIONS
1. TIME AND ORDER FOR COMPLETION
The patching process covered by the contract documents shall be fully completed within 250 (TWO
HUNDRED FIFTY) consecutive calendar days from the date specified in the Notice to Proceed issued
by the City of Lubbock to the successful bidder.
A. The concrete repairs, with locations and materials as designated by the City's representative, may begin
as soon as the Contractor receives the Notice to Proceed, and proceed until all designated locations are
completed.
B. The repairs shall be completed in 250 (TWO HUNDRED -FIFTY) consecutive calendar days. The
Contractor shall pay to the owner $1,204.28 per day for each calendar day after that as liquidated
damages. No credit will be given for bad weather days or other delays. In the event it is determined by
the City that the progress of the work is not satisfactory, the City may direct the Contractor to take
such action as the City deems necessary to insure completion of the project within the time specified.
2. CHANGES IN THE WORK
The Street Department may make changes in the scope of the work required to be performed by the
Contractor under the Contract or making additions thereto, or by omitting work therefrom, without
involving the Contract, and without relieving or releasing the Contractor from any of his obligations under
the contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the
validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All
such work shall be executed under the terms of the original Contract unless it is expressly provided
otherwise
Except for the purpose of affording protection against any emergency endangering health, life, limb or
property, the Contractor shall make no change in the materials used or in the specified manner of
constructing and/or installing the improvements or supply additional labor, services or materials beyond
that actually required for the execution of the contract, unless in pursuance of a written order from the
local Public Agency authorizing the Contractor to proceed with the change. No claim for an adjustment of
the contract price will be valid unless so ordered.
If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or
a Supplement Schedule of Unit Prices) the Street Department may order the Contractor to proceed with
desired changes in the work, the value of such changes to be determined by the measured quantities
involved and the applicable unit prices specified in the contract; provided that in case of a unit price
contract the net value of all changes does not increase or decrease the original total amount shown in the
Agreement by more than twenty-five (25%) percent.
3. SUPERINTENDENCE
The Contractor's Superintendent and/or his assistants will not be allowed to serve two functions
simultaneously, such operating machinery and acting as Superintendent at the same time. The
Contractor's Superintendent must be free of individual responsibilities to enable him to give the entire
project his constant attention to facilitate the progress thereof. The Contractor's Superintendent will be
responsible for establishing grade control on concrete removal and replacement.
4. PROSECUTION OF WORK
The Contractor will, before starting any work on any street, erect barricades and signs, or provide
sufficient flagmen, as approved by the Street Superintendent, to give notice to vehicular traffic. During the
construction the Contractor is too close to traffic streets, as approved by the Street Superintendent.
At no time during the period of construction shall driveways and/or alleys be left impassable between the
night hours of 6 P.M. to 6 A.M., except during the construction of the curb and gutter for which the
driveways and/or alleys shall remain closed not more than 4 days including 72 hours for curing.
The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such
barricades and warnings, as approved by the Street Superintendent, necessary to give notice to vehicular
and pedestrian traffic of any and all obstructions and insofar as possible keep the streets and/or alleys on
which work is being done in a passable condition. During the time the concrete is curing in the alleys and
until it can be opened to traffic, the Contractor shall maintain warning signs on barricades with lights at
each end of the block until the alley can be opened to traffic.
The flagmen will be required to wear vests and use the type of flag as shown on flagging detail sheet in
specifications.
All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent red -
orange flags at least 16" x 16" in size. These flags shall be mounted high enough on the equipment so that
they will be visible to all traffic meeting or passing the equipment.
Before work is started on any street it will be the responsibility of the Contractor to notify each property
owner that has a car or cars parked in their driveways or garages so that each owner might have the
opportunity to move their cars.
The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in advance,
in order that businesses may have time to adjust their plans. On all thoroughfares and collectors, the
Contractor and the City's Representatives will work with each of the businesses, hospitals, schools, etc.,
so that only part of the driveways into their parking lots will be closed. At no time will any parking lot be
completely closed, without prior approval from the Owner's Representative, unless the work is being
accomplished at night and the businesses are closed. The Contractor shall be responsible for notifying
affected businesses of the proposed work and the projected schedule for completion of this work.
Immediately after each re -construction the Contractor shall clean, remove any paving materials from
gutters, rubbish and temporary structures from the street, restore in an acceptable manner all property,
both public and private which has been damaged during the prosecution of the work, and leave the site of
the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as
part of the cost of the various items of the work involved, and no direct compensation will be made for
this work.
The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL
DEVICES for Streets and Highways. Part VI.
5. BARRICADES AND DANGER. WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING
The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining,
cleaning and removing upon completion of work, all barricades, warning signs, barriers, cones, lights,
signals and other such type devices for handling traffic control as indicated in the plans or as directed by
the Street Superintendent. All barricades, warning signs, barriers, cones, lights, signals and other such
type devices shall conform to details shown on the plans and as indicated in the Texas Manual on
Uniform Traffic Control Devices.
The Contractor may provide special signs not covered by plans to protect the traveling public against
special conditions or hazards, provided however, that such signs are first approved by the Street
Superintendent.
Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such
type devices and evident thereof shall be removed by the Contractor.
6. MAINTENANCE OF DETOURS
The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public
travel in accordance with the Traffic Control Plan and these specifications. There shall be maintained in
passable condition, such temporary roads and structures as may be necessary to accommodate public
travel. Temporary approaches and crossings of intersecting highways shall be provided and maintained in
a safe and passable condition by the Contractor at his entire expense.
7. PUBLIC SAFETY AND CONVENIENCE
Ingress and egress to private property shall be provided as specified in the plans or as directed by the
Street Superintendent.
The Contractor shall plan and execute his operations in a manner that will cause the minimum
interference with traffic.
The Contractor shall secure the Street Superintendent's approval of his proposed plan of operation,
sequence of work, and methods of providing for the safe passage of traffic before it is placed into
operation. If at any time during construction the approved plan does not accomplish the intended purpose,
due to weather or other conditions affecting the safe handling of traffic, the Contractor shall immediately
make necessary changes therein to correct the unsatisfactory conditions.
At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as
not to interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such
points an for such periods of time as may be required to provide for the safety and convenience of public
travel and Contractor's personnel, and as directed by the Street Superintendent. Flaggers shall be English
speaking, courteous, well informed, physically and mentally able to effectually perform their duties in
safeguarding and directing traffic and protecting the work, and shall be neatly attired and groomed at all
times when on duty. When directing traffic, flaggers shall use standard attire, flags and signals and follow
the flagging procedures set forth in the Texas Manual on Uniform Traffic Control Devices for Streets and
Highways.
8. REMOVING OBSTRUCTIONS
The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles,
etc., prior to building. It shall be the Contractor's responsibility to remove these obstructions at the
direction of the Street Superintendent, except that the utility companies will move their equipment at no
cost to the Contractor. The Contractor will receive no compensation for delay caused by the Utility
Companies in relocating or removing their equipment.
9. TEST OF MATERIALS
The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for
approval of materials, mix designs, adequacy of procedures, etc. The results of such testing shall be
evaluated and final approval given by the Street Superintendent.
A. CONCRETE MATERIALS
Before Concrete materials can be used on any street, a current mix design (not older than 30 days) with
test reports will be submitted to the Street Superintendent for approval. During the construction period,
concrete tests that fail will require the location to be cored at the contractor's expense. If the concrete
cores fail, the concrete work will be removed and replaced at no additional cost to the City of Lubbock.
B. HOT MIX
The Contractor, or supplier of such materials, shall submit a mix design to the City Pavement
Management office, at least thirty (30) days prior to the reconstruction, a mix design it shall include,
but not limited to crushed face counts, Flakiness Index tests, and magnesium sulfate (soundness) tests.
The gradation requirements shall be that as necessary to meet the gradation requirements of Item 6.3
(HMAC Mix Design Requirements). The crushed face count, Flakiness Index, and Magnesium Sulfate
requirements shall meet those established in City of Lubbock Standard Paving Specifications, Item
number 6.4.
10. SUBCONTRACTOR
The Contractor shall not award any work to any subcontractor without prior written approval of the
Owner, which approval will not be given until the Contractor submits to the Owner a written statement
concerning the proposed award to the subcontractor, which statement shall contain such information as
the Owner may require.
The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors,
and of persons either directly or indirectly employed by them, as he is for the acts and omissions of
persons directly employed by him.
The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to
bind subcontractors to the Contractor by the terms of the General Conditions and other contract
documents insofar as applicable to the work of subcontractors and to give the Contractor the same power
as regard terminating any subcontract that the Owner may exercise over the Contractor under any
provision of the contract documents.
Nothing contained in this contract shall create any contractual relation between any subcontractor and the
Owner and said subcontractor will look exclusively to contractor for any payments due subcontractor.
11. UNDERGROUND UTILITIES
The Contractor's attention is directed to the fact that pipelines and other underground installations as may
be shown on the plans have been taken from the best available information. There may be other pipelines
or installations. The Contractor shall hold harmless the City from any and all suits or claims resulting
from damage by his operations to any pipeline or underground installation.
It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in
the limits of street construction have been properly backfilled, compacted, and the top 6" inches backfilled
with 2-sack flowable fill. It is not the intent to require the Contractor to provide for the utility cut repair
but for the individual utility company making the cut to provide their own repairs.
In the case of a City underground installation, the Contractor may be required, at the Street
Superintendent's option, to repair the cut with 2-sack flowable fill at the unit price bid.
12. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an
application for partial payment. Owner's Representative shall review said application for partial payment
and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate
for partial payment showing as completely as practical the total value of the work done by the Contractor
up to and including the last day of the preceding month.
13. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy and defects due thereto and pay
for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from
date of final acceptance of the project. The Owner or the Owner's Representative shall give notice of
observed defects with reasonable promptness.
14. LABOR
The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of
Labor, and must not pay less than the rate legally prescribed or as set forth herein, whichever is higher.
Payment for time worked over forty -hours per week shall be made at one and one-half (1-1 /2) times the
above prevailing rates. Payment for time worked on legal holidays shall be paid at one and one-half (1-
1/2) times the regular governing per diem wage rates.
Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar
day, under the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No.
201 of the 47th Legislature shall be paid on the basis of eight (8) hours constituting a day's work.
15. WORKING HOURS DEFINED
During this contract the contractor shall make every effort to complete the work ahead of schedule. The
working day shall consist of but, is not limited to the following hours 8 AM to 5 PM Monday thru Friday.
Working on Saturday shall subject to the approval of the Street Superintendent or his representative. At
any time during the contract the street superintendent or his representative may adjust the working hours if
adequate progress is not being made.
16. WORK SCHEDULE
The work schedule shall follow a predetermined route that will be laid out by the street superintendent or
his representative at the preconstruction meeting. At any time the street superintendent or his
representative shall have the capability to adjust the predetermined route. The contractor or his
representative may summit in writing no less than 10 working days to the street superintendent or his
representative a request to change the predetermined route. This request will be subject to approval by the
street superintendent or his representative.
Page Intentionally Left Blank
SPECIFICATIONS
Page Intentionally Left Blank
City of Lubbock
Public Works Engineering
Minimum Design Standards and
Specifications
Tubbock
City of
TExas
Department of Public Works Engineering
City of Lubbock, Texas
May 1, 2014
These Standards and Specifications are general standards and specifications for design work on public
infrastructure. At all times these regulations are subject to the specific o versight and judgment of the City
Engineer who may make modifications in their implementation as may be necessary on a case -by -case
basis to protect the best interest of the public.
Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and
Specifications. Approval of plans shall not relieve the Engineer or Developer of any responsibility for
deviation from any City, State or other Governing Requirements nor for errors or omissions in plans and
specifications
§Awl►i City of
Lubbock
FMR
April 7, 2014
Subject: City of Lubbock Public Works Engineering Minimum Design Standards &
Specifications
To whom it may concern:
This letter is to advise of the release of the 2014 annual update to the City of Lubbock Public
Works Engineering Minimum Design Standards and Specifications. Over the past year the
City of Lubbock Engineering staff has been working with vendors, manufacturers, engineering
firms and the development community to update and improve the 2013 edition.
The Public Works Engineering Department will be reviewing plans and making comments
according to these standards for any proposed infrastructure beginning May 1, 2014. Therefore
any plans received by this department dated on or after May 1, 2014 will be reviewed under
these newly adopted design and construction standards.
This manual is available in digital format on the City of Lubbock website.
Please feel free to contact me if you have any questions
Sincer/,,ely,
I
L. ood ranklin, P.E.
City ngineer
City of Lubbock
1625 13`' Street
Lubbock, Texas 79401
(806) 775-2343
L:\WATER\DESIGN STANDARDS & SPECIFICATIONS 2013\ADOPTION LETTER & MAJOR CHANGES LIST ADOPTION LETTERDOC
No Text
Design Standards and Specifications
Table of Contents
SECTION1......................................................................................................................................... 1
MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION.......................................................... 1
1.1
General......................................................................................................................................1
1.2
Design Flow................................................................................................................................1
1.3
Design Pressure..........................................................................................................................2
1.4
Hydraulic Design.........................................................................................................................2
1.5
Typical Layout............................................................................................................................2
1.6
Bedding and Cover......................................................................................................................3
1.7
Relation to Sanitary Sewer Mains and Appurtenances....................................................................3
1.8
Pipe Size and Spacing.................................................................................................................6
1.9
Pipe Materials.............................................................................................................................6
1.10
Methods of Connection................................................................................................................7
1.11
Flanged Outlets..........................................................................................................................7
1.12
Valve Spacing.............................................................................................................................7
1.13
Fire Protection Requirements.......................................................................................................7
1.14
Easements..................................................................................................................................8
1.15
Soil Analysis................................................................................................................................9
1.16
Pipe Restraints and Reaction Blocking..........................................................................................9
1.17
Tunneling, Jacking and Boring.....................................................................................................9
1.18
Dead-end Mains..........................................................................................................................9
1.19
Abandonment of Water Mains....................................................................................................10
SECTION2.......................................................................................................................................11
CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS.................................................11
2.1
Plan Submittal Requirements.....................................................................................................11
2.2
Plan Details..............................................................................................................................13
SECTION3.......................................................................................................................................15
MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS..............................................................15
3.1
General....................................................................................................................................15
3.2
Design Flow..............................................................................................................................15
3.3
Hydraulic Design.......................................................................................................................16
3.4
Design Details...........................................................................................................................16
3.5
Typical Layout..........................................................................................................................17
3.6
Bedding and Cover....................................................................................................................18
3.7
Relation to Water Mains............................................................................................................18
3.8
Abandonment of Sewer Mains and Manholes..............................................................................20
3.9
Easements................................................................................................................................20
3.10
Soil Analysis..............................................................................................................................20
3.11
Tunneling, Jacking and Boring...................................................................................................21
3.12
Lift Station................................................................................................................................21
SECTION4.......................................................................................................................................
23
CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS.........................................................
23
4.1
Plan Submittal Requirements.....................................................................................................23
4.2
Plan Details..............................................................................................................................25
SECTION5.......................................................................................................................................
27
STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION ................................................
27
5.1
General....................................................................................................................................27
5.2
Plan Requirements....................................................................................................................27
5.3
Plan Approval...........................................................................................................................27
5.4
Inspection................................................................................................................................27
5.5
Specifications............................................................................................................................27
5.6
Materials of Construction...........................................................................................................27
5.7
Methods of Construction............................................................................................................36
5.8
Pneumatic Testing for Tapping Sleeves......................................................................................43
5.9
Hydrostatic Pressure Testing......................................................................................................43
5.10
Sterilization and Bacteriological Testing......................................................................................44
Design Standards and Specifications
Table of Contents
5.11
Restoration and Clean Up..........................................................................................................45
5.12
Warranty and Acceptance..........................................................................................................45
SECTION6.......................................................................................................................................47
STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION ...............................
47
6.1
General....................................................................................................................................47
6.2
Plan Requirements....................................................................................................................47
6.3
Plan Approval...........................................................................................................................47
6.4
Inspection................................................................................................................................47
6.5
Specifications............................................................................................................................47
6.6
Materials of Construction...........................................................................................................48
6.7
Methods of Construction............................................................................................................52
6.8
Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes
.61
6.9
Lift Station................................................................................................................................67
6.10
Restoration and Clean Up..........................................................................................................68
6.11
Warranty and Acceptance..........................................................................................................69
SECTION7.......................................................................................................................................
71
APPROVED MATERIALS AND MANUFACTURERS LIST.....................................................................
71
7.1
Introduction..............................................................................................................................
71
7.2
Product Submittal Procedures....................................................................................................71
7.3
Evaluation Process....................................................................................................................72
7.4
Approval Process......................................................................................................................72
7.5
Water System...........................................................................................................................74
7.6
Sanitary Sewer System..............................................................................................................81
7.7
Water and Sanitary Sewer Systems............................................................................................86
SECTION8.......................................................................................................................................
87
Standard Specifications for streets and drainage construction......................................................
87
8.1
General....................................................................................................................................87
8.2
Design Standards......................................................................................................................87
8.3
Testing and Inspection..............................................................................................................88
8.4
Notification of Property Owners.................................................................................................89
8.5
Protection of Utilities and Irrigation Systems...............................................................................89
8.6
Water for Construction..............................................................................................................89
8.7
Concrete..................................................................................................................................90
8.8
Subgrade and Base...................................................................................................................99
8.9
Hot Mix Asphalt Concrete Surface(HMAC)................................................................................104
8.10
Micro-Surfacing.......................................................................................................................III
8.11
Storm Sewer...........................................................................................................................115
8.12
Fences...................................................................................................................................120
8.13
Salvage of Asphalt Paving........................................................................................................121
8.14
Traffic Control.........................................................................................................................121
8.15
Prosecution of the Work and Working Days..............................................................................122
8.16
Measurement and Payment.....................................................................................................123
8.17
Restoration and Clean Up........................................................................................................126
8.18
Certificate of Completion and Warranty....................................................................................126
SECTION9.....................................................................................................................................129
CHECK LIST FOR STREETs AND DRAINAGE CONSTRUCTION PLANS............................................129
9.1
Plan Submittal Requirements...................................................................................................129
9.2
Plan Details............................................................................................................................131
SECTION 10 TYPICAL DETAILS OF CONSTRUCTION..................................................................132
10.1
General Details.......................................................................................................................132
10.2
Water Details..........................................................................................................................122
10.3
Sewer Details..........................................................................................................................136
10.4
Street and Drainage Details.....................................................................................................146
10.5
Appendix................................................................................................................................163
Design Standards and Specifications
Water Standards
SECTION 1
MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION
1.1 General
1.1.01 All water distribution system design shall be in accordance with the requirements of TCEQ
Chapter 290, AWWA Standards, City of Lubbock Water System Master Plan, current City
ordinances and the City of Lubbock Minimum Design Standards for Water Distribution,
1.2 Design Flow
1.2.01 The design of the water distribution system shall be based on the following:
A. Design flow for residential use:
iv.
Criteria
®esf n Value
Units
Peak Hourly Demand
1,000
g pcd
Maximum Daily Demand
650
g pcd
Average Daily Demand
240
g pcd
Capita per Household (Single Family)
3.2
persons
Capita per Household(Multi-family)
2.5
persons
Domestic water service shall be provided from an alley or easement.
Lines in alleys or easements shall be adequate to provide for a maximum size water
meter of 1-1/2 inches per lot for each 75 feet of frontage.
Property owner may acquire a maximum domestic water tap and meter of 1-1/2 inches
or the equivalent in two meters per lot for each 75 feet of frontage.
Minimum size water tap and meter shall be one inch.
B. Design flow for fire protection:
Proposed Use
Minimum Fire Flow (9pm)
1- and 2-Family Residential
1,000
Other Than 1- and 2-Family Residential
1,500-8,000
i. Fire protection service shall be provided from a street right-of-way or comparable
easement.
ii. Flow may be from more than one fire hydrant, provided the additional hydrants are
accessible to any possible fire location.
iii. Fire protection must comply with Fire Marshall's Office regulations, and in no case be
less than currently adopted International Fire Code requirements.
iv. Additional infrastructure may be required to provide fire protection service when
existing water distribution lines are inadequate.
Section 1 1
Design Standards and Specifications
Water Standards
C. Design flow for development other than residential use shall be based on the following or as
directed by the Chief Water Utilities Engineer:
Type of Development
Average Daily Demand
Restaurant
18
Without cafeteria or showers
18
School
With cafeteria; no showers
24
With cafeteria and showers
30
Without cafeteria, restrooms or showers
6
Youth
With restrooms; no cafeteria or showers
24
camp
With restrooms and showers; no cafeteria
30
With restrooms, showers and cafeteria
42
Office building
18
Hospital(per bed
720
Institution other than hospital)
240
Factories exclusive of industrialprocesses)
24
Recreational Parks
6
Swimming pools
12
Country clubs
120
Airport(per passenger)
6
Self-service laundry
60
Service station/convenience store
12
i. Peak hourly demand for other than residential flows shall be 2.5 times the average
daily demand.
1.3 Design Pressure
1.3.01 Distribution system shall have a maximum operating pressure of 150 pounds per square
inch (psi) and a minimum operating pressure of 40 psi.
1.3.02 Distribution system shall maintain a 20 psi residual pressure during required fire flow and a
40 psi residual pressure during peak hourly demand.
1.4 Hydraulic Desian
1.4.01 Distribution mains shall be designed to have a maximum velocity of 10 feet per second.
1.4.02 Distribution mains shall be designed using a Hazen -Williams friction coefficient "C" equal to
140.
1.5 Typical Layout
1.5.01 Unless approved otherwise by the Chief Water Utilities Engineer, water distribution mains
shall be located:
A. In north -south alleys or streets, 5 feet west of centerline.
B. In east -west alleys or streets, 5 feet north of centerline.
1.5.02 Water mains to provide service connections shall be located within an alley or easement.
A. Service connections shall not be allowed within street right-of-way without written approval of
the Chief Water Utilities Engineer.
2 Section 1
Design Standards and Specifications
Water Standards
B. Service lines shall not cross property boundaries into adjacent private property without
coverage by a dedicated easement.
1.5.03 Where a water distribution main crosses a street, the crossing shall be made at as near to
perpendicular as possible.
1.5.04 Valves shall be installed at each junction such that no more than one connecting leg is
unvalved.
A. At street intersections, valves shall be located at right-of-way lines unless flanged fittings are
required.
B. At alley intersections with thoroughfare streets, valves shall be located at right-of-way lines of
the alleys.
C. Where possible, valves in streets should be designed to fall outside of wheel paths.
1.5.05 Water mains shall be designed as looped systems.
1.5.06 Minimum radius of curvature and maximum deflection angle of pipe joints shall be
restricted to 80% of manufacturer's recommendation, after which the use of horizontal or
vertical bends will be required.
1.5.07 In all instances water mains shall extend to the extremities of the platted property or the
subdivision served, and further when required to tie into existing mains adjacent to the
development.
1.6 Bedding and Cover
1.6.01 Water distribution mains shall ordinarily have a minimum of 4 feet of cover from top of
pipe to finished ground surface.
1.6.02 All water lines shall be laid as horizontal as possible, avoiding excessive numbers of high or
low points.
1.6.03 Pipe bedding and embedment shall be in accordance with the Standard Specifications for
Water Main Construction but in all cases shall be not less than manufacturer
recommendations.
1.7 Relation to Sanitary Sewer Mains and Appurtenances
1.7.01 No physical connection shall be made between a drinking water supply and a sewer line.
A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage
entering the drinking water system.
1.7.02 Water lines shall be located a minimum of 9 feet horizontally outside to outside from
existing or proposed sanitary sewer lines or appurtenances.
A. Where the 9 foot separation distance cannot be achieved, the following criteria shall apply:
i. New waterline installation —parallel lines:
a. Where a new potable waterline parallels an existing, non -pressure or pressure rated
sanitary sewer main and the Design Engineer is able to determine that the existing
sanitary sewer main is not leaking:
Section 1 3
Design Standards and Specifications
Water Standards
(1) The new potable waterline shall be located a minimum of 2 feet above and a
minimum of 4 feet horizontally between outside diameters from the existing
sanitary sewer main.
(2) Every effort shall be exerted not to disturb the bedding and backfill of the
existing sanitary sewer main.
b. Where a new potable waterline parallels an existing, non -pressure or pressure rated
sanitary sewer main and it cannot be determined by the Design Engineer if the
existing line is leaking:
(1) The existing sanitary sewer main shall be replaced with at least 150 psi pressure
rated pipe.
(2) The new potable waterline shall be located a minimum of 2 feet above and a
minimum of 4 feet horizontally between outside diameters from the existing
sanitary sewer main.
c. Where a new potable waterline parallels a new sanitary sewer main:
(1) The sanitary sewer main shall be constructed of at least 150 psi pressure rated
pipe.
(2) The new potable waterline shall be located a minimum of 2 feet above and a
minimum of 4 feet horizontally between outside diameters from the existing
sanitary sewer main.
ii. New waterline installation —crossing lines:
a. Where a new potable waterline crosses over an existing, non -pressure rated sanitary
sewer main:
(1) A minimum 2 foot separation distance between outside diameters shall be
maintained.
(2) One segment of the waterline pipe shall be centered over the sanitary sewer
main such that the joints of the waterline pipe are equidistant and at least 9 feet
horizontally from the centerline of the sanitary sewer main.
(3) Whenever possible, the crossing shall be centered between the joints of the
sanitary sewer main.
(4) Every effort shall be exerted not to disturb the bedding and backfill of the
existing sanitary sewer main.
(5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall
be replaced for at least 9 feet in both directions (18 feet total) with at least 150
psi pressure rated pipe.
b. Where a new potable waterline crosses over an existing, pressure rated sanitary
sewer main:
(1) An absolute minimum separation distance of 6 inches between outside diameters
shall be maintained.
(2) One segment of the waterline pipe shall be centered over the sanitary sewer
main such that the joints of the waterline pipe are equidistant and at least 9 feet
horizontally from the centerline of the sanitary sewer main.
(3) Whenever possible, the crossing shall be centered between the joints of the
sanitary sewer main.
(4) Every effort shall be exerted not to disturb the bedding and backfill of the
existing sanitary sewer main.
(5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall
be replaced for at least 9 feet in both directions (18 feet total) with at least 150
psi pressure rated pipe.
4 Section 1
Design Standards and Specifications
Water Standards
c. Where a new potable waterline crosses over a new, non -pressure rated sanitary
sewer main:
(1) A minimum 2 foot separation distance between outside diameters shall be
maintained.
(2) One segment of the waterline pipe shall be centered over the sanitary sewer
main such that the joints of the waterline pipe are equidistant and at least 9 feet
horizontally from the centerline of the sanitary sewer main.
(3) Whenever possible, the crossing shall be centered between the joints of the
sanitary sewer main.
(4) The sanitary sewer main shall be embedded in flowable fill from one quarter of
the diameter of the sanitary sewer main below the centerline of the pipe up to
12 inches above top of pipe for the total length of one pipe segment, minimum 9
feet in each direction from water line, plus 12 inches beyond the joint on each
end.
d. Where a new potable waterline crosses over a new, pressure rated sanitary sewer
main:
(1) An absolute minimum separation distance of 6 inches between outside diameters
shall be maintained.
(2) The sanitary sewer main shall be constructed of at least 150 psi pressure rated
pipe.
(3) One segment of the waterline pipe shall be centered over the sanitary sewer line
such that the joints of the waterline pipe are equidistant and at least 9 feet
horizontally from the center line of the sanitary sewer main.
(4) Whenever possible, the crossing shall be centered between the joints of the
sanitary sewer main.
(5) The sanitary sewer main shall be embedded in flowable fill from one quarter of
the diameter of the sanitary sewer main below the centerline of the pipe up to
12 inches above top of pipe for the total length of one pipe segment, minimum 9
feet in each direction from water line, plus 12 inches beyond the joint on each
end.
e. When a new potable waterline crosses under a sanitary sewer main:
(1) An absolute minimum separation distance of 1 foot between outside diameters
shall be maintained.
(2) The waterline shall be encased in an 18-foot or longer section of pipe or be
constructed of ductile iron or steel pipe with mechanical or welded joints as
appropriate.
(3) The encasing pipe shall be centered on the sewer line and shall be at least 2
nominal pipe diameters larger than the water line.
(4) The carrier pipe shall be supported at 5-foot or less intervals with spacers.
(5) Each end of the casing shall be sealed with watertight non -shrink cement grout
or a manufactured watertight seal.
(6) Both the waterline and sanitary sewer main must pass a pressure and leakage
test as specified in AWWA C600.
iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main
embedment is recommended for identification during future construction.
iv. In all cases, suitable backfill or other structural protection shall be provided to preclude
settling and/or failure of the higher pipe.
Section 1 5
Design Standards and Specifications
Water Standards
B. Waterline and sanitary sewer manhole or cleanout separation:
i. The separation distance from a potable waterline to a sanitary sewer manhole or
cleanout shall be a minimum of 9 feet.
ii. Where the 9-foot separation distance cannot be achieved:
a. The waterline shall be encased in an 18-foot or longer section of pipe or constructed
of ductile iron or steel pipe with mechanical or welded joints as appropriate.
b. The encasing pipe shall be centered on the sewer line or manhole and shall be at
least 2 nominal pipe diameters larger than the water line.
c. The carrier pipe shall be supported at 5-foot or less intervals with spacers.
d. Each end of the casing shall be sealed with watertight non -shrink cement grout or a
manufactured watertight seal.
C. Location of fire hydrants
i. Fire hydrants shall not be installed within 9 feet vertically or horizontally of any sanitary
sewer main, manhole or service line regardless of construction.
D. Location of potable or raw water supply or suction lines
i. Suction mains to pumping equipment shall not cross sanitary sewer mains or sanitary
sewer service lines.
ii. Raw water supply lines shall not be installed within 5 feet of any tile or concrete
sanitary sewer main or sanitary sewer service line.
E. Proximity of septic tank drain fields
i. Waterlines shall not be installed closer than 20 feet to septic tank drain fields.
1.7.03 Water and sewer lines shall be installed in separate trenches.
1.7.04 For other instances not covered in these design standards, consult current TCEQ
regulations.
1.8 Pipe Size and Spacing
1.8.01 Distribution mains shall be located and sized in accordance with the current City of
Lubbock Water System Master Plan and current TCEQ rules:
.Water Line SixDid Im
16-inch or larger Section Line mile
10- or 12-inch Half -Section Line 1/2 mile
6- or 8-inch Eighth -Section Line 660 feet
1.8.02 The standard pipe sizes that shall be used are 4-, 6-, 8-, 10-, 12-, 16-, 20- and 24-inch.
Pipe sizes not listed here are considered non-standard and shall not be used in the City of
Lubbock water distribution system, unless approved by the Chief Water Utilities Engineer.
1.9 Pioe Materials
1.9.01 All pipe used in the City of Lubbock water distribution system shall be Cement -lined Ductile
Iron, C900 PVC, C905 PVC, C301 Prestressed -Concrete Steel Cylinder Pressure or Concrete
Bar -wrapped Steel Cylinder Pressure Pipe.
1.9.02 See City of Lubbock Standard Specifications for Water Main Construction for details on
materials and methods of construction.
6 Section 1
Design Standards and Specifications
Water Standards
1.10 Methods of Connection
1.10.01 Tapping Sleeves
A. Tapping sleeves with tapping valves shall be used whenever possible for connections to
existing mains in order to avoid interruption of water service.
B. Maximum tap size shall be no larger than one standard size smaller than the main to be
tapped.
C. Size -on -size taps shall not be allowed without prior approval by the Chief Water Utilities
Engineer.
D. Using a tapping sleeve of one standard size smaller than the main to be tapped and
immediately increasing the pipe to a larger size shall not be allowed without prior approval by
the Chief Water Utilities Engineer.
1.10.02 Cut -in Tees
A. When it is necessary for a size -on -size connection and interruption of water service is not an
issue, a cut -in tee with valve shall be used.
B. Cut -in tees shall not be used without prior approval by the Chief Water Utilities Engineer.
1.11 Flanaed Outlets
1.11.01 All side outlets for valve attachments on lines 16-inches and larger shall be flanged.
1.12 Valve Suaci
1.12.01 Valves shall be provided in the distribution system so that no single accident, break or
repair will necessitate shutting down a length of pipe greater than 600 feet.
A. On distribution mains 12-inch diameter and smaller, valves shall be located at each tee, cross
or other junction.
B. Valves shall be installed at each junction such that no more than one connecting leg is
unvalved.
IL. 12.02 On 16-inch arterial mains, valves shall be spaced no greater than 800 feet as the arterial
feeder main traverses undeveloped land or is not intersected by other distribution mains.
1.12.03 Transmission mains 20-inch diameter and larger shall be equipped with valves at one-half
mile intervals unless intersected by arterial mains or other distribution mains, or it is
determined that more valves are required.
1.13 Fire Protection Requirements
1.13.01 Fire protection must comply with Fire Marshall's Office regulations, and in no case be less
than currently adopted International Fire Code requirements.
A. Each building in the city limits shall be within 500 feet of a fire hydrant, as measured by lay -
of -hose length.
IL. 13.02 In all cases, the following criteria shall be adhered to:
A. Fire hydrant leads shall be minimum 6-inch diameter, sole purpose and shall not exceed 150
feet in length. The entire length of the lead shall be mechanically restrained.
Section 1 7
Design Standards and Specifications
Water Standards
B. Private fire protection lines and hydrant leads shall connect at the main with a gate valve or
tapping valve of at least equal size to the fire protection line.
C. A fire hydrant is required within 200 feet of a Fire Department Connection.
D. Fire lines from public mains to buildings shall be installed by a state certified fire sprinkler firm
and tested to Fire Marshall's Office requirements.
E. Fire hydrants shall be located at intersections wherever possible.
i. Consult Section C-104 of the International Fire Code for requirements on hydrants that
may obstruct access during fire fighting operations.
F. A hydrant shall be placed at the throat or beginning of each cul-de-sac at the intersecting
street.
i. Additional fire hydrants may be required based on length of cul-de-sac.
ii. Fire hydrants placed at the bulb end of cul-de-sacs should be avoided.
G. On divided highways hydrants shall be placed on each side of the highway wherever possible.
H. Fire hydrants shall be installed with the 4-inch nozzle facing the required access way or street.
I. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet is
18 inches above the ground.
J. Fire hydrants shall be placed so that they are readily visible from the street and shall be no
closer than 2 feet nor further than 5 feet from back of curb.
K. A reflective, blue, raised pavement marker shall be placed at the center of the required access
way or street for any new fire hydrant installation, in line with the 4-inch nozzle.
L. No bushes, ground cover over 6 inches in height, or other obstructions shall be placed within
a 5 foot radius in all directions of a hydrant or fire department connection.
M. Where fire hydrants are vulnerable to vehicular damage, appropriate crash posts shall be
provided.
i. No obstructions shall exist within a 3-foot working area of each fire hydrant.
ii. Crash posts shall be 4-inch, cement -filled pipe with a minimum of 3 feet above finished
grade and 2 feet of pipe anchored in concrete below grade.
N. Fire hydrants shall be in operation before framing is started or combustibles are stored on any
construction site.
0. Streets and fire access roadways shall be able to support fire apparatus in wet weather before
framing is started or combustibles are stored on any construction site.
P. Fire hydrant shall be installed with flange 0.2 to 0.4 foot above finished grade.
1.14 Easements
1.14.01 When it is determined not to be feasible to construct a public water distribution main in a
street or alley, the installation may be made in a dedicated easement or right-of-way.
1.14.02 The minimum width of an easement or right-of-way for a public water distribution main is
10 feet exclusive, 20 feet if shared with a public sanitary sewer main or other utilities or if
depth of water distribution main is greater than 10 feet.
1.14.03 Easements will not be allowed between residential lots unless they are in combination with
a drainage easement or with prior approval from the Chief Water Utilities Engineering.
8 Section 1
Design Standards and Specifications
Water Standards
1.14.04 When a fire hydrant is to be installed on private property, an easement shall be dedicated
which provides a minimum of 5 feet clearance in all directions from the center of the fire
hydrant.
1.15 Soil Analysis
1.15.01 The Contractor or Design Engineer may be required to submit a report showing the types
and characteristics of the soils to be encountered, water table elevations along the
proposed water distribution main, recommended methods of dewatering for water
distribution main construction, and the recommended methods of backfilling and
compacting to be used.
1.16 PiDe Restraints and Reaction Blocki
1.16.01 The size of required pipe restraints and reaction blocks shall be determined by the Design
Engineer for the project based on the allowable soil pressure and the anticipated working
pressure plus water hammer of the line.
1.16.02 For restrained joint lengths required, refer to Appendix A as derived from EBAA Iron, Inc.
1.17 Tunneling, Jacking and Boring
1.17.01 Tunneling, jacking and boring are methods used for water line placement under restrictive
conditions when open cut construction is not allowed.
A. Only straight pipe alignments for both horizontal and vertical alignment are allowed.
B. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities
Engineer.
C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe.
D. Casing pipe thickness shall be:
Casing Diameter
Minimum Casing Thickness
<16 inches
3/8 inch
>_16 inches
1/2 inch
E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as
recommended by the manufacturer.
i. Only purpose-built centralizers may be used.
F. Coal tar coating for casing pipe shall conform to AWWA C203.
G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used.
1.17.02 Slick boring or directional drilling without encasement shall be considered on a case -by -
case basis by the Chief Water Utilities Engineer.
1.17.03 Annular space between casing or uncased pipe and bored hole shall be injection grouted.
1.18 Dead-end Mains
1.18.01 A dead-end main is defined as a length of water line greater than 150 feet with no looped
connection.
1.18.02 Dead-end mains shall not be allowed unless approved by the Chief Water Utilities Engineer.
Section 1 9
Design Standards and Specifications
Water Standards
1.18.03 Where dead-end mains are necessary as a stage in the growth of the system, they shall be
designed so that:
A. The system may be periodically flushed by use of a blow -off valve or fire hydrant, or
B. A temporary looped connection is installed.
1.19 Abandonment of Water Mains
1.19.01 When a water line is to be abandoned, allowances shall be made so that existing and new
water mains may be in service simultaneously, thereby providing a means for transferring
customer's service from the old main to the new main with minimal interruption.
1.19.02 If the construction of a proposed main necessitates the abandoning of the existing main
prior to the new main's placement into service, provisions for a temporary water main with
services must be addressed.
1.19.03 On mains to be abandoned, the designer shall note locations of cut and plug as close as
possible to the main that remains in service.
1.19.04 Fire hydrants, valves and other fittings located on mains to be abandoned shall be
removed and delivered to the City of Lubbock Water Utilities Department.
10 Section 1
Design Standards and Specifications
Water Check List
SECTION 2
CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS
2.1 Plan Submittal Reauirements
2.1.01 All water main construction plans shall be checked for conformance with City of Lubbock
Minimum Design Standards for Water Distribution prior to submittal to the Water Utilities
Engineering Department. Approval of plans is for general conformance with the City of
Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve
the Engineer or Developer from any City, State or other governing requirements nor for
errors or omissions in plans and specifications.
2.1.02 Plan Review
A. The Design Engineer shall submit two sets of water main construction plans to the Chief
Water Utilities Engineer for review and comment.
B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set
shall be returned to the Design Engineer with comments.
i. Plans requiring resubmittal may require payment of an additional Plan Review fee.
C. After comments have been addressed and changes have been made, 8 sets of plans shall be
provided for final approval for construction.
i. If a fire hydrant or fire protection service is specified for installation, 2 additional sets
of water plans shall be submitted with the construction sets (10 total).
ii. If the proposed infrastructure is intended to serve a commercial structure, 1 additional
set of water plans shall be submitted with the construction sets (9 or 11 total).
iii. If additional approved plan sets are required by the Design Engineer, the appropriate
amount of additional plans shall be provided at this time.
iv. If comments have not been addressed on plans submitted for final approval for
construction the plans will be rejected and returned to the Design Engineer.
D. Upon approval, stamped "Approved for Construction" plans shall be logged into the City's GIS
data base and distributed as follows:
i. Two (2) sets will be returned to the Engineer.
ii. Six (6) sets will be distributed to the City's inspectors and support staff.
iii. Where applicable, 2 sets will be delivered to the Fire Marshall's Office.
iv. Where applicable, 1 set will be delivered to the Building Inspection Department.
E. The Design Engineer shall notify TCEQ in writing prior to the start of construction.
i. A copy of the TCEQ notification letter shall be submitted to the Water Utilities
Engineering Department.
F. Final construction plans should not be submitted for Water Utilities Engineering Department
approval for work that will not be installed within 6 months of the approval date.
i. Delays between approval date and construction may require resubmittal of the plans
for review under current standards.
2.1.03 Pro Rata Estimate and Fees
A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan
review submittal.
Section 2 11
Design Standards and Specifications
Water Check List
B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall
be submitted at the time of plan review submittal.
C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum
$125) shall be submitted prior to construction.
D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be
submitted and resulting differences in fee amounts settled.
2.1.04 Construction Plans
A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly
marked "Approved for Construction" with the signature of reviewer and date approved by the
Water Utilities Engineering Department.
Should circumstances during construction warrant changes from the approved plans or
specifications, a written approval must be obtained from the Water Utilities Engineering
Department.
i. Copies of the written approval shall be attached to the construction plans and
maintained on the job site.
2.1.05 Record Drawings
A. The Design Engineer shall be responsible for recording constructed dimensions and
information on a set of Record Drawings during the progress of construction.
i. The City of Lubbock Water Utilities Engineering Department shall monitor this process
to assure that changes in construction are kept up to date on the Record Drawings.
Reproducible Mylar "Record Drawings" certified by the Design Engineer shall be presented to
the Water Utilities Engineering Department within 30 days of completion of the construction.
i. Record Drawings shall include locations of all valves, valve vaults, fire hydrants, bends
and tees or other changes in main pipe direction, material or size.
a. GPS Coordinates or property ties are acceptable.
C. Where the construction is phased and a lapse of more than 60 days occurs between phases,
then reproducible Mylar Record Drawings shall be presented to the Water Utilities Engineering
Department reflecting the completed construction prior to issuance of the Certificate of
Acceptance of Utility Construction.
2.1.06 Acceptance
A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings,
the Design Engineer shall submit a request to the Chief Water Utilities Engineer for a
Certificate of Acceptance of Utility Construction.
i. Water distribution system improvements shall not be put online or brought into service
without written approval by the Water Utilities Engineering Department.
ii. A newly constructed system will not be accepted until the supplying, adjacent system
has been accepted.
iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record
Drawings are provided to the Water Utilities Engineering Department.
iv. When all paperwork has been completed and provided to the City with a written
notification, utilities will be accepted within 30 days if there is no exception by the City.
Building Permits for residential developments and Certificates of Occupancy for commercial
facilities to be serviced by a newly constructed water system will not be released by the Water
Utilities Engineering Department until said system has been brought into service.
12 Section 2
Design Standards and Specifications
Water Check List
2.2 Plan Details
2.2.01 Plan Format
A. Standard drawing size shall be 24-inch by 36-inch.
2.2.02 The following information shall be shown on the plans:
A. General
i. Title Block (lower right hand corner preferred)
ii. Scale
iii. Original Date and Revision Dates
iv. Name of Professional Engineer
v. Professional Engineer's Seal
vi. Firm Name and Contact Information
vii. City of Lubbock Engineering Department Contact Information:
a. Chief Water Utilities Engineer: (806) 775-2342
b. Senior Inspector: (806) 548-4152
viii. Drawings Number(s)
ix. Legal Description of Property Being Improved
x. Statement:
"All work shall be performed in accordance with the City of
Lubbock Minimum Design Standards and Specifications."
B. Plan
i. Bench Marks
ii. North Arrow
iii. Property Lines
iv. Street Names and Easements with Width Dimensions
v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.)
vi. Proposed Water Mains (Bold)
a. Stationing
b. Size
c. Length
d. Material and Type of Joints
e. Location Dimensions
f. Fittings
g. Tees
h. Crosses
i. Reducers
j. Bends
k. Plugs
I. Blow -offs
m. Thrust Blocks
n. Valves
o. Fire Hydrants
Section 2 13
Design Standards and Specifications
Water Check List
vii. Existing Utility
Lines (Gray) with Location and Depth According to the Following
Standard:
W W w
WATER LINE
S S S
SANITARY SEWER LINE
G G G
GAS LINE
FOC FOC
FIBER OPTIC CABLE
GATV CATV
CABLE TELEVISION
SW Sw
STORM WATER LINE
UGE UGE
UNDER GROUND ELECTRIC
— OHE OHE—
OVER HEAD ELECTRIC
UGT UGT
UNDER GROUND TELEPHONE
OHT OHT
OVER HEAD TELEPHONE
T5 Ts
TRAFFIC SIGNAL LINE
C. Profile (required for water lines greater than 12-inch diameter)
i. Ground Surface - Existing (Dotted) and Proposed (Solid)
ii. Station Numbers
iii. Existing and Proposed Utilities Where Crossed
iv. Proposed Water Main Control Elevation and Grades
D. Plan, Profile and Complete Details for Off -Site Transmission Mains, Pump Stations, Special
Valves and Vaults, Tanks, Etc.
E. Detail Sheet - As Required
i. Standard Bedding Detail
ii. Thrust Block and Joint Restraint Tables
iii. Fire Hydrant Detail
iv. Tapping Details
v. Air Valve Detail
vi. Blow -off Detail
vii. Crossing Detail
F. Overall Layout Sheet - If Required
i. Scale 1 "=100'
ii. Lot Lines
iii. Streets and Street Names
iv. Water Line Sizes and Material
v. Valves
vi. Fire Hydrants
vii. Connections to Existing System
14 Section 2
Design Standards and Specifications
Sewer Standards
SECTION 3
MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS
3.1 General
3.1.01 All sanitary sewer system design shall be in accordance with the requirements of TCEQ
Chapter 217, AWWA Standards, City of Lubbock Sewer System Master Plan, current City
ordinances and the City of Lubbock Minimum Design Standards for Sanitary Sewers.
3.2 Design Flow
3.2.01 The design of the sanitary sewer system shall be based on the following:
A. For sewers in new developments sewer main lines and lift stations shall be designed for the
estimated future population to be served plus adequate allowance for future institutional and
commercial flows.
B. Minimum flow capacity for sizing of sewers for peak flow conditions shall not be less than the
following:
RalbN Criteria
7Units
_�—PWmqvallue
Average Daily Flow
100
g pcd
Peak Factor, 2-hour flow <0.5 MGD
5
-
Peak Factor, 2-hour flow >0.5 MGD
4
Capita per Household (Single Famil
3.2
persons
Capita per Household(Multi-family)
2.5
persons
C. Minimum residential population density shall be figured on a basis of 6 houses per acre, and
70 percent of total land area developed as residential, unless detailed analysis of the area to
be served indicates differently.
D. Design flow for development other than residential use shall be based on the following or as
directed by the Chief Water Utilities Engineer:
of 0eVW0 i
Criteria
-
I w gpcd
Trailer Park — transient
2.5persons/trailer
50
Mobile Home Park
3persons/trailer
75
School with cafeteria
With showers
20
Without showers
15
Recreational Parks
Day Use
5
Overnight Use
30
Commercial/Industrial Building
20
Motel
50
Restaurant
Per meal served
5
Hospital
Per bed
200
Nursing Home
Per bed
100
Section 3 15
Design Standards and Specifications
Sewer Standards
3.3 Hydraulic Design
3.3.01 The minimum velocity at the design flow rate shall be 2.0 feet per second.
3.3.02 Maximum allowable velocity shall be 10 feet per second.
3.3.03 Manning's coefficient for design purposes shall be n=0.013 for PVC pipe.
3.3.04 Manhole inverts shall be designed in such a manner that the energy gradient is
consistently falling in the direction of flow.
3.4 Design Details
3.4.01 Sewer Pipe
A. The standard pipe sizes that shall be used are 6-, 8-, 10-, 12-, 15-, 18- and 21-inch. Pipe
sizes not listed here are considered non-standard and shall not be used in the City of Lubbock
sanitary sewer system, unless approved by the Chief Water Utilities Engineer.
B. The following slopes shall apply to sanitary sewer mains:
Diameter
Minimum
Maximum
6 inch
0.60
12.35
8 inch
0.40
8.40
10 inch
0.28
6.23
12 inch
0.22
4.88
15 inch
0.15
3.62
18 inch
0.12
2.83
C. Sewer main lines shall be straight between manholes both in line and grade.
D. All sewer main lines shall terminate in a manhole.
i. Cleanouts on sewer main lines shall not be permitted without written approval of the
Chief Water Utilities Engineer.
3.4.02 Manholes
A. Manholes shall be a minimum of 48-inch diameter and shall be provided at every change in
direction, grade, or connection with other sewer main lines.
B. Manhole spacing and depth shall be as follows:
Pipe Diameter Manhole Manhole
Diameter
Max. Spacing
Between Manholes
15 inches or smaller 0-16 Ft. 48 in.
500 Ft.
15 inches or smaller Over 16 Ft. 60 in.
500 Ft.
Over 15 inches All depths 60 in.
800 Ft.
C. Manholes greater than 16 feet deep or serving pipes larger than 15 inches shall be 60-inch
diameter and include a protective coating system per the Approved Materials List.
D. Connections at manholes shall be designed such that the crowns of connecting pipes are
equal elevation if possible.
E. Force mains shall discharge directly into a manhole through a 900 downspout connection.
16 Section 3
Design Standards and Specifications
Sewer Standards
F. Manholes receiving force main discharge shall include a protective coating system per the
Approved Materials List.
G. Minimum elevation difference across manhole inverts shall be as follows:
tWer 'fon Annlc Qetvveit.n Min. [IQvaMnn Diffe►cnm
Less than 30' 0.10 Ft.
Greater than 300 0.20 Ft.
H. Drop manholes shall be provided for sewer main lines entering a manhole at an elevation 24
inches or more above the manhole invert.
i. Drop connections on new manholes shall be constructed with an exterior or "outside"
drop system.
ii. Drop connections on existing manholes shall be constructed with an interior or "inside"
drop system.
I. Where the difference in elevation is less than 24 inches, the invert shall be filleted to prevent
solids deposition.
J. Manholes shall be stubbed out with suitable size pipe wherever future extension of the sewer
is anticipated.
i. Stub -outs shall extend beyond the edge of existing or proposed paving.
K. Inflow Prevention Devices (IPDs) shall be specified on all new manhole installations.
3.4.03 Service Connections
A. Tees or wyes shall be provided in sewer main lines for service connections at each lot or
building site.
B. Service connections shall ordinarily be located 5.0 feet south or east of the centerline of the
lot.
C. Service lines shall not cross property boundaries into adjacent private property without
coverage by a dedicated easement.
D. Minimum size service connections shall be 4 inch diameter.
E. Maximum size service connection shall be no larger than one standard size smaller than the
main to be tapped.
F. Size -on -size service connections are not allowed.
G. Gravity sewer taps shall connect to sewer main lines at or above the spring line.
H. No gravity service lines shall discharge directly into a manhole.
I. Service connections shall not be installed within 5 feet of the outside wall of a manhole.
3.5 Typical Layout
3.5.01 Unless approved otherwise by the Chief Water Utilities Engineer, sanitary sewer mains shall
be located:
A. In north -south alleys or streets, 5 feet east of the centerline.
B. In east -west alleys or streets, 5 feet south of the centerline.
Section 3 17
Design Standards and Specifications
Sewer Standards
3.5.02 Sanitary sewer mains to provide service connections shall be located within an alley or
easement.
A. Service connections shall not be allowed within street right-of-way without written approval of
the Chief Water Utilities Engineer.
B. Service connections shall not be deeper than 12 foot without prior written approval from the
Chief Water Utilities Engineer.
3.5.03 Where a sanitary sewer main crosses a street, the crossing shall be made at as near to
perpendicular as possible.
3.5.04 Manholes shall be located as to provide access for maintenance crews and equipment.
A. Where possible, manholes in streets should be designed to fall outside of wheel paths.
B. Where possible, manholes in alleys should be designed to fall at the projected intersection of
perpendicular lot lines.
3.5.05 In all instances sanitary sewer mains shall extend to the extremities of the platted property
or the subdivision served.
3.6 Bedding and Cover
3.6.01 Sewer mains shall ordinarily have a minimum of 4 feet of cover from top of pipe to finished
ground surface.
A. Where less than 5 feet of elevation difference between the finished lot grade at building line
and the top of the sewer main is provided, the plans shall indicate that the lot is served by a
"shallow sewer" and appropriate elevation information shall be given.
B. Where a sewer main has less than 4 feet of cover, provisions shall be made to protect the
pipe from impact loading when located in a street or alley.
C. Maximum sanitary sewer depth in alleys shall be 12 feet unless approved by the Water
Utilities Engineering Department.
3.6.02 Pipe bedding and embedment shall be in accordance with the Standard Specifications for
Sanitary Sewer Main Construction but in all cases shall be not less than manufacturer
recommendations.
3.7 Relation to Water Mains
3.7.01 No physical connection shall be made between a drinking water supply and a sewer line.
A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage
entering the drinking water system.
3.7.02 Sewers shall be located a minimum of 9 feet horizontally outside to outside from existing
or proposed water mains.
A. Where the 9-foot separation distance cannot be achieved, the following guidelines shall apply:
i. New sanitary sewer installation — parallel lines:
a. Where a new sanitary sewer main parallels a water line:
(1) The sewer shall be constructed of ductile iron or PVC meeting ASTM
specifications with a pressure rating for both the pipe and joints of 150 psi.
(2) The vertical separation shall be a minimum of 2 feet and the horizontal
separation shall be a minimum of 4 feet between outside diameters.
18 Section 3
Design Standards and Specifications
Sewer Standards
(3) The sewer shall be located below the water line.
ii. New sanitary sewer installation — crossing lines:
a. Where a sanitary sewer crosses under a water line and the sewer is constructed of
ductile iron or PVC with a minimum pressure rating of 150 psi:
(1) An absolute minimum separation distance of 6 inches between outside diameters
shall be maintained.
(2) One segment of the sewer pipe shall be centered on the water line such that the
joints of the sewer pipe are equidistant and at least 9 feet horizontally from the
centerline of the water line.
(3) Whenever possible, the crossing shall be centered between the joints of the
waterline.
(4) The sanitary sewer main shall be embedded in flowable fill from one quarter of
the diameter of the sanitary sewer main below the centerline of the pipe up to
12 inches above top of pipe for the total length of one pipe segment, minimum 9
feet in each direction from water line, plus 12 inches beyond the joint on each
end.
b. Where a sanitary sewer crosses under a water line and the sewer is constructed of
ABS truss pipe, similar semi -rigid plastic composite pipe, clay pipe or concrete pipe
with gasketed joints (Non -pressure rated pipe):
(1) A minimum 2 foot separation distance between outside diameters shall be
maintained.
(2) One segment of the sewer pipe shall be centered on the water line such that the
joints of the sewer pipe are equidistant and at least 9 feet horizontally from the
centerline of the water line.
(3) Whenever possible, the crossing shall be centered between the joints of the
waterline.
(4) The sanitary sewer main shall be embedded in flowable fill from one quarter of
the diameter of the sanitary sewer main below the centerline of the pipe up to
12 inches above top of pipe for the total length of one pipe segment, minimum 9
feet in each direction from water line, plus 12 inches beyond the joint on each
end.
c. Where a sanitary sewer crosses over a water line:
(1) An absolute minimum separation distance of 1 foot between outside diameters
shall be maintained.
(2) All portions of the sewer within 9 feet of the water line shall be encased in a joint
of 150 psi pressure class pipe at least 18 feet long and 2 nominal sizes larger
than the new conveyance.
(3) The carrier pipe shall be supported at 5-foot or less intervals with spacers.
(4) The encasement pipe should be centered on the crossing and each end sealed
with watertight non -shrink cement grout or a manufactured watertight seal.
(5) Both the waterline and sanitary sewer main must pass a pressure and leakage
test as specified in AWWA C600.
iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main
embedment is recommended for identification during future construction.
iv. In all cases, suitable backfill or other structural protection shall be provided to preclude
settling and/or failure of the higher pipe.
B. Sanitary sewer manhole and clean out separation from water
i. Manholes and clean outs must be installed so as to provide a minimum of 9 feet of
outside to outside clearance from an existing or proposed water line.
Section 3 19
Design Standards and Specifications
Sewer Standards
ii. Where the 9-foot separation distance cannot be achieved, an encasement pipe as
described in subparagraph (c.) above may be used for the water line.
3.7.03 Water and sewer lines shall be installed in separate trenches.
3.7.04 For other instances not covered in these design standards, consult current TCEQ
regulations.
3.8 Abandonment of Sewer Mains and Manholes
3.8.01 When a sewer system is to be abandoned the Design Engineer shall ensure that all existing
mains and service connections are properly plugged or transferred to the new system prior
to decommissioning of the existing system.
3.8.02 Sewer Mains
A. If a line to be abandoned terminates in a manhole that will remain in service, the existing
main to be decommissioned shall be plugged from within the manhole and clearly marked on
the plans.
i. Cutting and plugging of existing lines directly outside of manholes should be avoided.
B. If a portion of a line is to be abandoned a manhole must be installed on the new terminus of
the portion of line to remain in service.
3.8.03 Sewer Manholes
A. Manholes may be decommissioned by either of the following methods or as approved by the
Chief Water Utilities Engineer:
i. Complete removal of the manhole structure including ring, lid, cone, riser sections,
base and all appurtenances. The excavation shall be backfilled with compacted native
material or flowable fill.
ii. Remove cone, ring and lid sections and backfill to top of remaining structure with
flowable fill. Remaining excavation shall be backfilled with compacted native material
or flowable fill.
3.9 Easements
3.9.01 When it is determined not to be feasible to construct a public sanitary sewer line in a street
or alley, the installation may be made in a dedicated easement or right-of-way.
3.9.02 The minimum width of easement or right-of-way for a public sanitary sewer is 10 feet
exclusive, 20 feet if shared with a public water main or other utilities or if depth of sewer
main is greater than 10 feet.
3.10 Soil Ana
3.10.01 The Contractor or Design Engineer may be required to submit a report showing the types
and characteristics of the soils to be encountered, water table elevations along the
proposed sewer, recommended methods of dewatering for sewer main construction, and
the recommended methods of backfilling and compacting to be used.
20 Section 3
Design Standards and Specifications
Sewer Standards
3.11 Tunneling, Jacking and Boring
3.11.01 Tunneling, jacking and boring are methods used for sewer line placement under restrictive
conditions when open cut construction is not allowed.
A. Only straight pipe alignments for both horizontal and vertical alignment are allowed.
B. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities
Engineer.
C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe and must
allow for the required casing spacers.
D. Casing pipe thickness shall be:
Casing Diameter
Minimum Casing Thickness
<16 inches
3/8 inch
>_16 inches
1/2 inch
E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as
recommended by the manufacturer.
i. Only purpose-built centralizers may be used.
F. Coal tar coating for casing pipe shall conform to AWWA C203.
G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used.
3.11.02 Slick boring or directional drilling without encasement shall be considered on a case -by -
case basis by the Chief Water Utilities Engineer.
3.11.03 Annular space between casing or uncased pipe and bored hole shall be injection grouted.
3.12 Lift Station
3.12.01 A thorough engineering analysis must be performed on physical and economic factors to
determine if a lift station is required.
A. A preliminary engineering report will be required to list all factors including TCEQ regulations
as outlined in the Standard Specifications for Sanitary Sewer Construction.
B. The Chief Water Utilities Engineer will review the preliminary report and reserves the right to
determine if there is merit to require a lift station.
C. After approval of the preliminary report design shall follow the Standard Specifications for
Sanitary Sewer Main Construction.
D. Design of a lift station facility shall take into consideration the entire drainage basin.
E. The review and approval process for lift station design could be subject to addition rules and
requirements more comprehensive than those listed in these specifications.
Section 3 21
Design Standards and Specifications
Sewer Standards
22 Section 3
Design Standards and Specifications
Sewer Check List
SECTION 4
CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS
4.1 Plan Submittal Reauirements
4.1.01 All sanitary sewer main construction plans shall be checked for conformance with City of
Lubbock Minimum Design Standards for Sanitary Sewer prior to submittal to the Water
Utilities Engineering Department for approval. Approval of plans is for general conformance
with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans
shall not relieve the Engineer or Developer from any City, State or other governing
requirements nor for errors or omissions in plans and specifications.
4.1.02 Plan Review
A. The design Engineer shall submit two sets of sanitary sewer main construction plans to the
Chief Water Utilities Engineer for review and comment.
B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set
shall be returned to the Design Engineer with comments.
i. Plans requiring resubmittal may require payment of an additional Plan Review fee.
C. After comments have been addressed and changes have been made, 8 sets of plans shall be
provided for final approval for construction.
i. If the proposed infrastructure is intended to serve a commercial structure, 1 additional
set of sanitary sewer plans shall be submitted with the construction sets (9 total).
ii. If additional approved plan sets are required by the Design Engineer, the appropriate
amount of additional plans shall be provided at this time.
iii. If comments have not been addressed on plans submitted for final approval for
construction the plans will be rejected and returned to the Design Engineer.
D. Upon approval, stamped "Approved for Construction" plans shall be logged into the City's GIS
data base and distributed as follows:
i. Two (2) sets will be returned to the Engineer.
ii. Six (6) sets will be distributed to the City's inspectors and support staff.
iii. Where applicable, 1 set will be delivered to the Building Inspection Department.
E. The Design Engineer shall notify TCEQ in writing prior to the start of construction.
i. A copy of the TCEQ notification letter shall be submitted to the Water Utilities
Engineering Department.
F. Final construction plans should not be submitted for Water Utilities Engineering Department
approval for work that will not be installed within 6 months of the approval date.
i. Delays between approval date and construction may require resubmittal of the plans
for review under current standards.
4.1.03 Pro Rata Estimate and Fees
A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan
review submittal.
B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall
be submitted at the time of plan review submittal.
Section 4 23
Design Standards and Specifications
Sewer Check List
C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum
$125) shall be submitted prior to construction.
D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be
submitted and resulting differences in fee amounts settled.
4.1.04 Construction Plans
A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly
marked "Approved for Construction" with the signature of reviewer and date approved by the
Water Utilities Engineering Department.
B. Should circumstances during construction warrant changes from the approved plans or
specifications, a written approval must be obtained from the Water Utilities Engineering
Department.
i. Copies of the written approval shall be attached to the construction plans and
maintained on the job site.
4.1.05 Record Drawings
A. The Design Engineer shall be responsible for recording constructed dimensions and
information on a set of Record Drawings during the progress of construction.
i. The City of Lubbock Water Utilities Engineering Department shall monitor this process
to assure that changes in construction are kept up to date on the Record Drawings.
B. Reproducible Mylar "Record Drawings", certified by the Design Engineer, shall be presented to
the Water Utilities Engineering Department within 30 days of completion of the construction.
i. Record Drawings shall include locations of all lift stations, manholes or other changes
in main pipe direction, material or size.
a. GPS Coordinates or property ties are acceptable.
C. Where the construction is phased and a lapse of more than 60 days occurs between phases,
then reproducible Mylar Record Drawings shall be presented to the Water Utilities Engineering
Department reflecting the completed construction prior to issuance of the Certificate of
Acceptance of Utility Construction.
4.1.06 Acceptance
A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings,
the Design Engineer shall submit a request to the Chief Water Utilities Engineer for a
Certificate of Acceptance of Utility Construction.
i. Sanitary sewer system improvements shall not be put online or brought into service
without written approval by the Water Utilities Engineering Department.
ii. A newly constructed system will not be accepted until the receiving, downstream
system has been accepted.
iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record
Drawings are provided to the Water Utilities Department.
iv. When all paperwork has been completed and provided to the City with a written
notification, utilities will be accepted within 30 days if there is no exception by the City.
B. Building Permits for residential developments and Certificates of Occupancy for commercial
facilities to be serviced by a newly constructed system will not be released by the Water
Utilities Engineering Department until said system has been brought into service.
24 Section 4
Design Standards and Specifications
Sewer Check List
4.2 Plan Details
4.2.01 Plan Format
A. Standard drawing size shall be 24-inch by 36-inch.
4.2.02 The following details shall be shown on the plans:
A. General
i. Title Block (lower right hand corner preferred)
ii. Scale
iii. Original Date and Revision Dates
iv. Name of Professional Engineer
v. Professional Engineer's Seal
vi. Firm Name and Contact Information
vii. City of Lubbock Engineering Department Contact Information:
a. Chief Water Utilities Engineer: (806) 775-2342
b. Senior Inspector: (806) 548-4152
viii. Drawings Number(s)
ix. Legal Description of Property Being Improved
x. Statement:
"All work shall be performed in accordance with the City of
Lubbock Minimum Design Standards and Specifications."
B. Plan
i. Bench Marks
ii. North Arrow
iii. Property Lines
iv. Street Names and Easements with Width Dimensions
v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.)
vi. Proposed Sanitary Sewer Mains (Bold)
a. Stationing
b. Size
c. Materials
d. Gradients
e. Length between Manholes
f. Proposed Manholes
g. Elevation of Inverts In And Out Of Manhole
h. Elevation of Manhole Rim
i. Location Control Dimensions
j. Manhole Stub -Outs
k. Proposed Future Extensions
I. Proposed Service Connections or Stub -Ins
m. Standard Bedding Cross -Section
n. Proposed Concrete Encasement
o. Proposed Cut -Off Walls
Section 4 25
Design Standards and Specifications
Sewer Check List
vii. Existing Utility
Lines (Gray) with Location and Depth According to the Following
Standard:
W W w
WATER LINE
S S S
SANITARY SEWER LINE
G G G
GAS LINE
FOC FOC
FIBER OPTIC CABLE
GATV CATV
CABLE TELEVISION
SW Sw
STORM WATER LINE
UGE UGE
UNDER GROUND ELECTRIC
— OHE OHE—
OVER HEAD ELECTRIC
UGT UGT
UNDER GROUND TELEPHONE
OHT OHT
OVER HEAD TELEPHONE
T5 Ts
TRAFFIC SIGNAL LINE
C. Profile
i. Ground Surface - Existing (Dotted) and Proposed (Solid)
ii. Station Numbers
iii. Existing and Proposed Utilities Where Crossed
iv. Existing Manhole Invert and Rim Elevations
D. Plan, Profile and Complete Details for Off -Site Force or Gravity Mains, Lift Stations, Special
Valves and Vaults, Tanks, Etc.
E. Detail Sheet - As Required
i. Standard Bedding Detail
ii. Standard Manhole Detail
iii. Drop Manhole Details
iv. Tapping Details
F. Overall Layout Sheet - If Required
i. Scale 1 "=100'
ii. Lot Lines
iii. Streets and Street Names
iv. Sewer Line Sizes and Material
v. Manholes
vi. Connections to Existing System
26 Section 4
Design Standards and Specifications
Water Specifications
SECTION 5
STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION
5.1 General
5.1.01 All water main construction within the City of Lubbock water system or for future
connections to the City of Lubbock water system shall be accomplished in accordance with
the requirements of these specifications.
5.2 Plan Requirements
5.2.01 Water main construction shall be done in accordance with engineered construction plans
for the work, prepared under the direction of a Professional Engineer and approved by the
City of Lubbock Water Utilities Engineering Department.
5.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Water
Distribution and shall show all information called for on the City of Lubbock Check List for
Water Distribution Construction Plans.
5.3 Plan Approval
5.3.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped
"Approved for Construction" to the Design Engineer.
5.4 Inspection
5.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48
hours prior to the planned construction is to commence and also before starting up when
construction is interrupted for any reason.
5.4.02 All work shall be inspected by a representative of the Water Utilities Engineering
Department who shall have the authority to halt construction when, in their opinion,
construction is being performed contrary to these specifications or other approved plans.
5.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer,
by written notice, may order that portion of construction in violation of these specifications
or other approved plans, specifications and material to cease until such violation is
corrected.
5.5 Suecifications
5.5.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are
made a portion of these specifications by reference shall be the latest edition and revision
thereof.
5.6 Materials of Construction
5.6.01 Water Pipe
A. All pipe used in the City of Lubbock water distribution system shall be C900 PVC, C905 PVC,
C906 High Density Polyethylene (HDPE), Cement -lined Ductile Iron, C301 Prestressed -
Section 5 27
Design Standards and Specifications
Water Specifications
Concrete Steel Cylinder Pressure Pipe or C303 Concrete Bar -wrapped Steel Cylinder Pressure
Pipe and shall conform to the Approved Materials List.
B. The following are approved materials for water main construction:
i. PVC Pipe
a. Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with AWWA C900
or C905 specifications and shall be minimum DR-18, Pressure Class 235 PSI.
b. Pipe shall be furnished with bell and spigot joint with rubber gasket joint conforming
to the above specification.
c. Spigot ends shall be beveled and reference marked to facilitate joining and insure
proper seating depth.
d. Water pipe shall be blue.
ii. High Density Polyethylene (HDPE)
a. HDPE pipe shall be made of high density, high molecular weight polyethylene pipe
material meeting the requirements of the latest revision of AWWA C906, PE 4710,
Minimum DR11, Pressure Class 200 PSI.
b. Use of HDPE pipe must be preapproved by the Chief Water Utilities Engineer in
writing prior to use within the City of Lubbock service area.
iii. Cement -lined Ductile Iron Pipe
a. Ductile iron pipe shall conform to AWWA C150 — ANSI A21.50 and AWWA C151 —
ANSI A21.51.
b. All ductile iron pipe shall be cement lined in accordance with AWWA C104 - ANSI
A21.4 specifications. The external surface shall be coated with an asphalt base paint.
c. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type,
except where connecting flanged fittings, and shall otherwise conform to the base
specifications to which the pipe is manufactured.
d. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe.
e. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber
gasket meeting standards specified by AWWA C111 - ANSI A21.11 or its latest
revision.
f. Flanged joints shall conform to AWWA C115 — ANSI A21.15
iv. Concrete Cylinder Pipe
a. Pre -stressed Concrete Steel Cylinder Pressure Pipe shall be manufactured in
accordance with the latest revision of AWWA C301.
b. Concrete Bar -wrapped Steel Cylinder Pressure Pipe shall be manufactured in
accordance with the latest revision of AWWA C303.
c. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi longitudinally
and helically.
d. The joints of the pre -tensioned concrete cylinder pipe and fittings shall be sealed
with a continuous ring rubber gasket meeting standards specified in AWWA C303.
e. A Portland cement mortar shall be used to fill the annular space both inside and
outside of joints in the pre -tensioned concrete cylinder pipe.
(1) Portland cement used in the mortar shall conform to ASTM C150 and C77.
(2) Sand for the mortar shall conform to ASTM C33 for fine aggregate.
f. The exterior joints on pre -tensioned concrete cylinder pipe shall be poured with a
heavy duty diaper. The width of the diaper shall be 9 inches. The band shall be
provided with 3/8 inch x 0.20 steel straps on each side.
28 Section 5
Design Standards and Specifications
Water Specifications
5.6.02 Service Saddles
A. 1-inch and 2-inch Service Connection
i. Service connections shall be made through an approved service saddle.
a. Service saddles shall be manufactured to conform to ASTM A240 Type 304 stainless
steel.
b. Service saddles shall be 4-bolt, double band type.
c. Service saddle shall be fusion bonded epoxy or nylon coated.
d. 1-inch service saddles shall have AWWA Tapered (CS/CC) threaded connection.
e. 2-inch service saddles shall have iron pipe sized (IPS) threaded connection.
5.6.03 Tapping Sleeves
A. 4-inch through 12-inch Main Line Connection
i. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to
the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand
a working pressure of 200 psi.
ii. Gaskets shall be compounded from new materials, and the shape of cross-section of
gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued
to the groove provided in the body section.
iii. Bolts and hex nuts shall be stainless steel.
B. 16-inch through 24-inch Main Line Connection
i. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to
the latest revision of ASTM Standard Designations. Tapping sleeves shall be capable of
withstanding a working pressure of 200 psi.
ii. Flanges shall be fabricated from steel plate conforming to ASTM Standard Designation
A36 or A285, Grade C.
iii. Dimensions shall conform to AWWA Standard C207, "Steel Pipe Flanges," Class D.
a. Flanges shall be machined to a flat face with finish of 250 micro -inches or machined
to a flat surface with a serrated finished in accordance with AWWA Standard C-207,
"Steel Pipe Flanges."
b. Machined face shall be recessed for tapping valves in accordance with the MSS
Standard SP-60.
iv. Gaskets shall be compounded from new materials, and the shape of cross-section of
gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued
to the groove provided in the body section.
v. Bolts and hex nuts shall be stainless steel.
C. Testing Outlet
A 3/4-inch NPT by welded coupling shall be attached to the outlet nozzle of each
tapping sleeve assembly complete with a 3/4-inch square head pipe plug.
D. Painting
i. All surfaces of the saddle shall be clean, dry, and free from grease and dirt before
painting.
ii. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall be given a
shop coat of a two-part thermosetting epoxy. Face of flanges shall be shop coated with
a rust preventive compound.
iii. Bolts and nuts shall be shipped bare, no paint or protective coating.
Section 5 29
Design Standards and Specifications
Water Specifications
5.6.04 Ductile Iron Fittings
A. Fittings shall be mechanical joint or rubber gasket AWWA Class D bell with transition gasket
for the type of pipe used.
B. All fittings shall be lined with cement or coal tar and coated with an asphaltic paint.
C. Fittings shall conform to AWWA C104, AWWA C110 and AWWA C111 latest revision.
5.6.05 Double Disc Gate Valves
A. Double disc gate valves 12-inch and smaller shall be parallel seat, ductile iron body and
bronze mounted throughout. In line valves shall be flanged or mechanical joint. Side outlets
shall be flanged.
i. Gate valves 12-inch and smaller shall be direct bury.
ii. Valves shall have non -rising stems, shall open by turning to the left (counter-
clockwise), and shall be furnished with a 2-inch square operating nut.
iii. Valves shall comply with the latest revision of AWWA C500 standards.
5.6.06 Resilient Seat Gate Valves
A. Resilient seat gate valves 12-inch and smaller shall be ductile iron. In line valves shall be
flanged or mechanical joint. Side outlets shall be flanged.
i. Gate valves 12-inch and smaller shall be direct bury.
ii. Valves shall have non -rising stems, shall open by turning to the left (counter-
clockwise), and shall be furnished with a 2-inch square operating nut.
iii. Valves shall comply with the latest revision of AWWA C509 or C515 standards.
5.6.07 Butterfly Valves
A. Butterfly valves 16-inch and larger shall be ductile iron and may be either short body or long
body lengths.
i. Butterfly valves shall be installed in a concrete valve vault and shall be equipped with a
hand wheel, a 2-inch square operating nut, a locking device and a position indicator.
ii. Valve shall open by turning to the left (counter -clockwise).
iii. Valves shall be designed for positive stop in the closed position.
iv. Valve shall be manually operated with enclosed worm gear or traveling nut operation
and shall be designed to operate at maximum torque with a maximum pull of 80
pounds.
v. The design water pressure differential shall be 150 psi upstream and 0 psi
downstream.
vi. Valves shall comply with the latest revision of AWWA C504 for Class 150B.
B. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type
to be approved by Water Utilities Engineering Department.
5.6.08 Pressure Regulating Valves
A. The function of a pressure regulating valve is to reduce an existing high pressure to a pre -
adjusted lower downstream pressure for varying rates of flow without causing shock or water
hammer on the system.
i. The pressure reducing valve shall be hydraulically operated with a free floating guided
piston having a seat diameter equal to the size of the valve.
ii. A pilot valve for controlling operation of the main valve shall be a single seated,
diaphragm operated and spring loaded type.
30 Section 5
Design Standards and Specifications
Water Specifications
iii. Pilot valve shall be attached to the main valve with piping and isolation valves so
arranged for easy access in making adjustments and also for its removal from the main
valve while the main valve is under pressure.
iv. Needle valve shall be all bronze and included with the main valve to control the speed
of piston travel.
v. An indicator rod shall be furnished as an integral part of the valve to show the position
of the piston within the valve body.
vi. The valve shall be designed to provide an access opening in the valve body for
removing the piston and other internal parts without removing the main valve body
from the line.
B. The valve shall be fully bronze -mounted and all packing shall have either leather or rubber
seals to provide tight closure and prevent metal to metal friction.
i. Valves shall be ductile iron body.
ii. Bronze casting or parts for internal trim shall conform to ASTM B62.
C. All valves shall be furnished with flanged ends sized and drilled in accordance with ANSI
B16.1, Class 125.
i. Flanges and covers shall conform to ASTM A126, Class B.
ii. Flanges shall be machined to a flat face with a finish of 250 micro -inches or machined
to a flat surface with a serrated finish in accordance with AWWA C207.
D. Pressure regulating valves shall be capable of withstanding an operating pressure of 150 psi.
E. Body of the pressure reducing valve shall be given a hydrostatic test of 50% more than the
operating pressure specified herein. A second test of check seating of the cylinder shall be
made at the operating pressure.
F. All surfaces of the valve shall be clean, dry, and free from grease and dirt before painting.
i. Ductile iron surfaces, except the machined face of the flange, shall be evenly coated
with a suitable primer to inhibit rust, or a black asphalt varnish in accordance with
Federal Specification TT-V-51e.
ii. The face of flanges shall be shop coated with a rust preventive compound.
G. Pressure regulating valves shall be installed in an approved concrete valve vault.
5.6.09 2-inch Combination Air and Vacuum Release Valves
A. The function of a combination air and vacuum release valve is to allow air to escape during
pipeline filling and to enter during draining of the pipeline. Valve shall close water tight when
liquid enters the valve. The valve shall also be capable of releasing small pockets of trapped
air after the pipeline is filled and under pressure.
i. Combination air and vacuum release valves shall be shop assembled and shipped as a
complete unit ready for field installation.
ii. The combination air valve shall be the single body type.
iii. The valve body and cover shall be designed to operate under a maximum working
pressure of 150 psi.
iv. Material shall be one of the following:
a. Valve body
(1) Cast Iron - ASTM A48-CIass 35
(2) Cast Steel - ASTM A27 GR U60-30
(3) Ductile Iron - ASTM A536 GR 65-45-12
(4) Bosses for tapping pipe threads shall be cast integrally with each valve body and
cover.
Section 5 31
Design Standards and Specifications
Water Specifications
b. Float shall be stainless steel.
c. All other internal parts shall be fabricated from bronze.
d. Valve seat shall be fabricated from oil resistant synthetic rubber.
v. The diameter of the large orifice of the combination air valve shall be 2 inches and the
small orifice diameter shall be 3/32 inch.
vi. Inlet shall be 2 inches in diameter with tapered iron pipe thread conforming to AWWA
C800.
B. Guard Valve and Connecting Pipe
i. Guard valve to be used with air valve shall be bronze ball valve with female iron pipe
thread ends.
ii. Connections between the air valve and the guard valve shall be made using brass
nipples with tapered iron pipe threads conforming to AWWA Standard C800.
C. All components shall be capable of withstanding an operating pressure of 150 psi.
D. Each shop assembled valve shall be given a hydrostatic test of 2 times the rated operating
pressure. During the test, air shall be injected into the body chamber of the valve to check its
ability to release entrained air to the atmosphere under operating pressure.
E. All surfaces of the valve shall be clean, dry and free from grease before painting. Exterior and
interior surfaces except the stainless steel trim and the seating surface of the flange face shall
be evenly coated with a suitable primer, or a black asphalt varnish in accordance with Federal
Specification TT-V51 C or Military Specification C-450-C, Type II.
5.6.10 Swing Check Valves
A. Swing check valves shall be manufactured in accordance with AWWA Standard C508, "Swing -
Check Valves for Ordinary Waterworks Service", with the following additional requirements or
exceptions.
B. All valves shall be iron body, fully bronze -mounted, metal to metal seating with a swing -type
disc.
i. Valves installed in vaults shall be in a horizontal position with exterior lever and
adjustable spring or weight operation.
ii. Valves which are buried shall be installed in a horizontal position and shall be gravity
operated with no external levers or weights.
C. Swing check valves shall be capable of withstanding an operating pressure of 150 psi.
D. Bolts and hex nuts used for attaching top cap to the body shall be the manufacturer's
standard, either fabricated from a low -alloy steel for corrosion resistance or electroplated with
zinc or cadmium.
i. The hot -dip process in accordance with ASTM A135 is not acceptable for the threaded
portions of the bolts and nuts.
E. Flat gasket, either ring type or full faced type, required at the body and cap connection, shall
be fabricated from compressed asbestos sheet with a rubber compound binder.
i. Use of a homogeneous rubber or vegetable fiber sheets is not acceptable.
F. All check valves shall be furnished with flanged ends. The size and drilling shall be in
accordance with ANSI B16.1 Class 125; flanges shall be machined to a flat face with a finish
of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with
AWWA Standard C207.
G. All surfaces of the valve shall be clean, dry and free from grease before painting.
32 Section 5
Design Standards and Specifications
Water Specifications
i. All ferrous surfaces, exterior and interior, except the seating surfaces of flange faces,
shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in
accordance with Federal Specification TT-V-51e.
ii. Flange faces shall be shop coated with a rust preventive compound.
5.6.11 Blowoffs
A. Temporary or permanent blowoffs may be fabricated from 2-inch pipe with a 2-inch gate
valve.
B. Valve to be iron bodied bronze mounted with 2-inch square operating nut complete with valve
box.
C. Valve and valve box shall be as specified in the Approved Materials List.
5.6.12 Fire Hydrants
A. Fire hydrants shall be standard AWWA C502 hydrants, iron body, bronze mounted throughout
including drain seat ring, and shall be designed for a working pressure of 150 psi.
B. Fire hydrants shall be traffic model type and shall have a 5-1/4 inch valve opening, two 2-1/2
inch hose nozzles, one 4-inch steamer nozzle with 4 threads per inch and a crest to crest
dimension of 4.995 inches, and shall open by turning counter -clockwise.
C. Hydrants shall be for 6-inch mechanical joint connection and shall be 4-1/2 foot bury unless
otherwise shown on plans.
D. When required, a single fire hydrant extension section shall be used to bring the fire hydrant
to the appropriate elevation. No more than one extension will be allowed per installation.
E. Operating nuts shall be 1-1/2 inch pentagons measured to a point.
F. Hydrants shall be painted orange.
G. Fire hydrants that are not yet in service or have been taken out of service shall be covered
completely and securely with black plastic wrap or bags.
H. Hydrants shall meet the requirements as detailed in the Approved Materials List.
5.6.13 Valve Boxes, Vaults, Frames and Covers
A. Valve boxes for 12-inch or smaller valves shall be as specified in the Approved Materials List.
i. The boxes shall be designed to fit over a section of 6-inch C900 PVC pipe which will be
used as an extension from the top of the valve.
ii. Top of valve box shall be set flush with surrounding finished grade.
iii. Valve boxes set in HMAC or brick pavement shall have a 2-foot square by 6-inch thick
reinforced concrete collar.
iv. Valve box shall be heavy cast iron.
v. Valve box shall have a heavy cast iron cover marked "Water Valve".
vi. Valve box shall have a flange type base approximately 2 inches larger in diameter than
the outside diameter of the barrel of the box.
B. Valve vaults for butterfly valves and gate valves 16-inches and larger shall be poured concrete
or pre -cast construction.
i. Valve vaults shall be constructed with the dimensions as called for on the plans or as
approved by the Chief Water Utilities Engineer.
ii. Valve vault cover opening shall be centered over operating nut.
Section 5 33
Design Standards and Specifications
Water Specifications
C. Manhole frames and covers shall be of good quality gray iron casting of a pattern similar to
that shown on the plans and with a clear opening of not less than 30 inches.
i. Frame and cover shall be designed with a full bearing ring so as to provide a
continuous seat between frame and cover.
ii. Cover shall be furnished with lifting ring cast into the cover in such manner as to
prevent leaking through.
iii. The cover shall be marked "City of Lubbock Water".
iv. Frame and cover shall be as specified in the Approved Materials List.
5.6.14 Boring Encasement Pipe
A. Encasement pipe shall be smooth steel pipe conforming to the following:
Casing Diameter
Minimum Casing Thickness
<16 inches
3/8 inch
>_16 inches
1/2 inch
B. Boring encasement steel pipe shall have welded joints.
5.6.15 Concrete
A. Proportioning of the constituents of the concrete shall produce a dense and workable mixture
and the designed mix shall be approved by the Engineer before any concrete is placed.
i. The concrete shall be of such consistency that it will flow without separation of the
aggregates.
B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the
different applications:
i. Concrete for manhole bases, valve vaults and other reinforced concrete structures shall
contain not more than 7.0 gallons of water per sack of cement and yield a 28-day
compressive strength of not less than 3,000 psi.
ii. Concrete for pipe cradling, thrust blocking or fittings and other non -reinforced concrete
shall contain not more than 9 gallons of water per sack of cement and yield a 28-day
compressive strength of not less than 2,500 psi.
C. Concrete shall be made with Portland cement which conforms to "Standard Specifications and
Test for Portland Cement", ASTM C150.
D. Concrete aggregates shall consist of natural washed and screened sand, and washed and
screened gravel or clean crushed limestone conforming to "Standard Specifications for
Concrete Aggregate", ASTM C33.
i. Aggregates shall be well graded from coarse to fine and shall be free from injurious
amounts of clay, soft or flaky materials, loam or organic impurities.
ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use.
E. Water used in mixing concrete shall be clear, clean, free from oil, acid or organic matter and
free from injurious amounts of alkali, salts or other chemicals.
F. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing
water.
G. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for
Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50.
i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric.
ii. All reinforcement shall be permanently marked with grade, identification marks or shall,
on delivery, be accompanied by a manufacturer's guarantee.
34 Section 5
Design Standards and Specifications
Water Specifications
H. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete
without bulging between supports and sufficiently water tight to hold the concrete mortar.
i. Forms shall be so constructed that the finished concrete shall be of the form and
dimensions shown on the plans.
ii. Form work for exposed surfaces shall be of such material and so constructed as to
produce a wall with a smooth, even surface when the concrete is poured.
iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct
position and alignment.
iv. Walls for all reinforced concrete work shall be formed inside and outside.
v. Form ties shall be adjustable in length and of such type as to leave no metal closer
than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other
devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or
depth back of the exposed surface of the concrete.
a. Wire ties will not be permitted.
vi. Temporary openings for cleaning and inspection shall be provided at the base of
vertical forms or other places where necessary. Such openings shall be neatly and
securely closed before concrete is placed.
vii. Forms shall be oiled before use.
viii. No forms shall be removed without permission of the City Inspector. However, in
general, wall forms may be removed after the concrete has been in place for 24 hours
and on roof slabs after the concrete has been in place for 10 days.
ix. Immediately upon removal of the forms any honey -combed sections shall be repaired
as directed by the City Inspector.
I. Compounds used to form an air tight membrane over a fresh concrete surface shall be in
accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650).
i. Curing compound shall be applied with a pressurized sprayer in an even coating or as
recommended by the manufacturer.
5.6.16 Bedding, Embedment and Back -fill
A. Water Pipe 12-inch diameter and smaller
i. Bedding and embedment shall be native, sandy soil material free from rocks, clods,
roots or other debris larger than 1-inch diameter.
ii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or
other debris larger than 2-inch diameter.
B. Water Pipe 16-inch diameter and larger
i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris
larger than 3/8-inch.
a. Bedding material shall be free from injurious amounts of clay, dust, blow sand,
caliche or slag.
ii. Embedment material shall be crushed stone with irregular surfaces and comply with
the following gradation requirements:
Standard Crushed Rock Aggregate
Cumulative Percent Retained
1t
Retained on 1" Sieve
Retained on 1/2" Sieve
0
0-20
Retained on 3/8" Sieve
15-40
Retained on No. 4 Sieve
60-90
Retained on No. 8 Sieve
95-100
Section 5 35
Design Standards and Specifications
Water Specifications
a. Embedment shall extend to 12 inches above top of pipe.
iii. Back -fill material shall be native, sandy soil material free from rocks, clods, roots or
other debris larger than 2-inch diameter.
C. Compaction
i. Bedding, embedment and backfill shall be compacted to 95% Modified Proctor Density
by approved mechanical means.
a. Compaction shall be in maximum 6-inch compacted lifts.
ii. Water jetting will not be allowed.
5.6.17 Flowable Fill
A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content
of 1-1/2 sacks per cubic yard.
i. Utility ditches in existing paved streets shall be backfilled with flowable fill from the top
of the embedment material to the paving surface, as specified in City of Lubbock
Ordinance.
ii. Use of concrete in place of flowable fill is not acceptable, and if used in place of
flowable fill shall be removed by the Contractor at their expense.
5.7 Methods of Construction
5.7.01 Scope
A. The work covered by this section consists of constructing water distribution mains and other
appurtenances normally installed as a part of this system. Construction may include surface
preparation; trench excavation; shoring; dewatering; laying, aligning and joining pipe;
installation of pipe, valves, valve boxes, and fittings; cradling, blocking and anchorage;
bedding, embedment and backfilling; and other related work.
5.7.02 Quality Standards
Standard
Taft
ASTM D698
Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Standard Effort
AWWA C600 ANSI
Installation of Ductile Iron Mains and Their Appurtenances
Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
AWWA C900
Fittings, 4-inch through 12-inch for Water Transmission and
Distribution
Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
AWWA C905
Fittings, 14-inch through 48-inch for Water Transmission and
Distribution
AWWA M23
Polyvinyl Chloride PVC Pipe Design and Installation
ACPA
Concrete Pipe Installation Manual (Published by American
Concrete Pipe Association
ASTM C891
Installation of Underground Pre -cast Utility Structures
5.7.03 Materials
A. The Contractor shall install water distribution pipe of the type, diameter, wall -thickness and
protective coating that is defined in the Approved Materials List or designated by the Chief
Water Utilities Engineer.
36 Section 5
Design Standards and Specifications
Water Specifications
B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the
option of installing any of the acceptable types, provided only one type is used throughout
any single size designation or run of pipe.
5.7.04 Storm Water Pollution Prevention Plan (SWPPP)
A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock
Storm Water Engineering Department to develop a site -specific Storm Water Pollution
Prevention Plan.
SWP3 measures shall be installed prior to construction and shall be maintained throughout the
construction until final stabilization.
5.7.05 Surface Preparation
A. Within Easements, Cultivated or Agricultural Areas
i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable
matter, rubbish and other unsuitable material within the area of excavation and spoils
storage shall be stripped and properly disposed.
ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever
is less.
iii. Removed topsoil shall be stockpiled during construction in an approved location.
Within Unpaved Roadway Areas
i. Contractor shall strip the cover material from graveled roadways or other developed
but unpaved traffic surfaces to the full depth of the existing surfacing.
ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes.
C. Within Paved Areas
i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock
Street Ordinance.
ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or
curbs and gutters, the cuts shall be made in such a manner as to cause the least
possible damage to adjoining surfaces.
iii. Asphalt Paving
a. Asphalt surfaces shall be saw cut along each side of the trench ahead of the
trenching machine and the paving and base removed with the trenching machine as
the trench is excavated.
b. The width of surface removed by the Contractor is not to exceed the outside limits of
the trench plus 12 inches.
iv. Concrete Paving
a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and
gutters shall be made by saw cutting the concrete to a straight line on each side of
the trench and removing the concrete ahead of the trenching.
b. Concrete shall be saw cut vertically in straight lines and avoiding acute angles.
c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a
power saw to a depth of not less than 2 inches prior to breaking.
d. Overbreak, separation or other damage to the existing bitumen or concrete outside
the designated cut lines shall be replaced at the Contractor's expense.
e. Tunneling may be required under curb and gutters.
f. The width of surface removed by the Contractor of concrete paving is not to exceed
the outside limits of the trench plus 12 inches.
Section 5 37
Design Standards and Specifications
Water Specifications
5.7.06 Barricades and Safety Measures
A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for
the protection of persons, property and the works as may be necessary.
B. All barricades and safety measures shall meet the rules and regulations of Federal, state and
local authorities, including but not limited to:
i. OSHA regulations for excavation, trenching and shoring
ii. Texas Manual on Uniform Traffic Control Devices
iii. City of Lubbock Barricade Ordinance
C. Contractor will be held responsible for all damage to the work due to failure of barricades and
safety measures.
i. If damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at their own cost and expense.
D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease
until the project is accepted by the City.
5.7.07 Water for Construction
A. The City will furnish water from fire hydrants for construction purposes.
i. To use City water for construction the contractor shall acquire a water meter for use on
a City fire hydrant, and will be charged the applicable rate for the quantity of water
used.
ii. The contractor shall contact Lubbock Power and Light Customer Service Department
and establish a utility account. The contractor must pay the current deposit for each
fire hydrant meter and will be responsible for all charges associated with that account.
iii. Once an account is established and the deposit is paid, the contractor may pick up a
meter from the City Water Department at 600 Municipal Drive.
iv. The contractor shall be responsible for reporting monthly water usage.
v. All water used shall be in accordance with City Ordinance, all water shall be used
within City Limits.
B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe
wrenches, or other unapproved devices, shall be used to open or close a fire hydrant.
C. For top loading trucks or containers the contractor shall provide a back flow prevention
assembly on the discharge side of the meter.
i. The backflow prevention assembly shall be in the form of two spring loaded ball check
valves.
ii. When filling the truck or container there shall be an air gap of at least two times the
opening diameter of the truck or container.
D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type
backflow prevention assembly.
i. All RPZ type back flow prevention assemblies must be tested and the test results
approved by the City prior to use.
ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter
and Customer Service Supervisor for approval.
E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention",
City representatives are authorized to suspend water use from a fire hydrant by a contractor
until the proper and correct backflow prevention device is installed.
38 Section 5
Design Standards and Specifications
Water Specifications
5.7.08 Protection of Existing Utilities
A. It shall be the Contractor's responsibility to properly mark (white line) the work area and
notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of
48 hours prior to construction or excavation.
B. Contractor shall locate all utility lines, including customer service lines, far enough in advance
of the trenching to make proper provisions for protecting the lines and to allow for any
deviations that may be required from the established lines and grades.
C. If required, the Contractor shall "pothole" or physically locate existing underground utilities
ahead of trench excavation.
D. A contractor shall not be allowed to disrupt water service without permission from the Water
Utilities Engineering Department.
i. When a service disruption is planned, the Contractor shall notify the Water Utilities
Engineering Department a minimum of 48 hours in advance.
E. Contractor shall notify local utilities whenever working near gas mains or services or near
electrical or telephone cables or when the presence of these utilities is suspected in the area
of construction.
F. Contractor shall proceed with caution in the excavation and preparation of the trench so that
the exact location of underground structures, both known and unknown, may be determined.
G. Hand excavation shall be used where necessary.
H. All utility lines shall be properly supported to prevent settlement or damage to the line both
during and after construction.
I. Contractor shall be held responsible for the repair of any utilities when broken or otherwise
damaged because of carelessness on their part.
1. The Contractor shall immediately notify the proper utility company of any damage to utility
lines in order that service may be established with the least possible delay. Any damage to
existing lines and the repair of customer lines which are authorized to be cut shall be at the
Contractor's expense, and as directed by an official representative of the utility company
involved.
K. Any permanent relocation of existing utility lines shall be done by the proper utility company.
5.7.09 Excavation and Trenching
A. Minimum width of the trench shall be the outside diameter of the pipe plus 12 inches.
B. Maximum width of the trench shall be the outside diameter of the pipe plus 18 inches.
i. The Chief Water Utilities Engineer shall review instances where trench widths are
required to be greater than the maximum allowable due to installation techniques or
shoring.
C. Contractor shall take all necessary precautions for protecting paved streets and drives from
being damaged by the trenching and back -filling equipment.
D. Grade shall be such that the pipe will rest firmly on the bedding material throughout the
entire length of the pipe cylinder.
i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing
of the pipe.
E. In order to obtain a true, even grade, the trench shall be fine -graded.
i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The
depth of the fine grading material shall not exceed 3 inches.
Section 5 39
Design Standards and Specifications
Water Specifications
ii. Where the trench is excavated in excess of 3 inches below grade, the bedding material
shall be compacted to 95% Modified Proctor Density.
iii. If the material being excavated is rock or other unyielding material, it shall be removed
to a depth of 3 inches below grade and replaced with approved bedding material to
grade.
F. All excavated material shall be placed in a manner that will not endanger the work or damage
existing structures.
5.7.10 Methods of Connection
A. Service and main line taps and connections shall comply with current City of Lubbock Utilities
Ordinance.
B. Service Taps
i. All service taps on existing mains shall be installed by City personnel or a City -
designated contractor.
C. Main Line Taps
i. All taps on existing mains in service shall comply with current TCEQ requirements.
ii. Persons installing main line taps shall hold a Class "C" or higher TCEQ Water Operator's
License.
iii. A person holding a Class "D" TCEQ Water Operator's License may install main line taps
only if they are in direct communication with a person holding a Class "C" or higher
TCEQ Water Operator's License.
iv. City Inspector must be present for any tap being installed on an existing main.
D. Valve Operating Procedures
i. Contractors shall not operate valves within the existing City of Lubbock
water distribution system.
ii. Operation of valves shall be done by authorized City of Lubbock personnel only.
iii. Contractors shall arrange opening or closing of valves by notifying the Water Utilities
Engineering Department at least 24-hours prior to needing a valve operated.
5.7.11 Pipe Installation
A. Pipe, fittings, valves and other accessories shall be inspected, handled, laid and joined in the
manner herein specified.
B. Pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress
of the work and any material found to be defective may be rejected.
i. If rejected, the Contractor shall remove and replace such defective material at their
own expense.
C. Pipe, fittings, valves, and other accessories shall be handled in accordance with
manufacturer's specifications.
i. Before lowering into the trench the pipe, fittings, valves and accessories shall be
inspected for defects.
a. Any defective, damaged, or unsound pipe or other incidental materials shall not be
incorporated into the work.
b. Contractor shall remove and replace such defective material at their own expense.
ii. All pipe, fittings, valves and accessories shall be carefully lowered into the trench piece
by piece using suitable tools or equipment in such a manner as to prevent damage to
the material.
40 Section 5
Design Standards and Specifications
Water Specifications
iii. Under no circumstance shall pipe, valves, fittings, accessories or tools be dropped
directly into the trench.
D. All foreign matter shall be removed from the inside of the pipe, bells, spigots or parts of the
pipe used in forming the joint before the pipe is lowered into the trench;
i. Pipe shall be kept clean by approved means during and after laying.
ii. The open end of the pipe in the trench shall be plugged when pipe is not being laid.
E. Pipe shall be laid to the alignment as established on the approved plans.
i. Where grade is being maintained as shown on the plans, the use of batter boards or
laser beam will be required to fine grade the trench.
ii. Whenever 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 required, the allowable angle of curvature shall be 80% of the
manufacturer's maximum recommended curvature.
iii. Deflection at each joint shall not exceed 80% of the manufacturer's maximum
recommended deflection.
F. Pipe shall be laid so that the pipe label is facing up.
G. Pipe shall be jointed per manufacturer's requirements.
i. Pipe shall be laid with bells facing in the direction of laying.
a. For lines on appreciable slopes, the Engineer may specify the pipe to be installed
with the bell ends facing up grade.
ii. Bell, spigot and gasket of pipe to be laid shall be wiped clean prior to jointing.
iii. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat
workmanlike manner without damage to the pipe or lining.
iv. Jointing shall be completed for all pipe laid each day.
a. At the times when pipe laying is not in progress, the open ends of pipe shall be
properly plugged and sealed to prevent contamination.
b. No trench water shall be permitted to enter the pipe.
v. No pipe shall be laid in conditions unsuitable for such work as determined by the City
Inspector.
5.7.12 Trace wire for nonmetallic pipe installation
A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing
with all nonmetallic pipe during pipe installation.
i. Trace wire shall be 14 gauge minimum solid copper with thermoplastic insulation
recommended for direct bury.
ii. Trace wire shall be secured to the pipe as required to insure that the wire remains
directly on top of the pipe.
iii. Trace wire shall be securely bonded together at all wire joints with wire connectors
that are watertight and provide for electrical continuity.
iv. Trace wire shall be made accessible at water valve boxes, water meter boxes and fire
hydrants.
a. Trace wire shall not be placed inside valve box risers.
b. Trace wire shall be installed such that no less than 6 inches but no more than 12
inches of wire remain accessible.
Section 5 41
Design Standards and Specifications
Water Specifications
5.7.13 Detectable Marking Tape
A. Metallic marking tape shall be installed in the same trench with all pipe during pipe
installation.
i. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "Caution:
Buried Water Line."
ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of
24 inches above top of pipe.
iii. Depth of bury shall be 18 inches below top of trench.
5.7.14 Setting Valves, Valve Boxes and Fittings
A. Valves and fittings shall be set at the locations shown on the approved plans.
B. Valves and fittings shall be adequately blocked for thrust with concrete or mechanically
restrained.
i. Refer to thrust blocking details or Appendix A — Restrained Joint Lengths.
5.7.15 Cradling, Blocking and Anchorage
A. Contractor will be required to install concrete pipe cradle at all valve vaults and properly block
or mechanically restrain all fittings including tees, bends and valves.
B. Where concrete cradling or blocking is used, concrete shall conform to the concrete
specifications.
C. Before placing the concrete, all loose earth shall be removed from the trench.
D. Concrete shall be placed in the trench by the use of chutes extending to within 3 feet of the
bottom of the trench and shall be deposited uniformly on each side of the pipe in such a
manner as to not disturb the grade and alignment of the pipe.
E. Blocking shall be placed between solid ground and the fitting to be anchored. The area of
bearing on pipe and on the ground in each instance shall be that required by the Engineer.
F. Blocking shall be placed so that the joints of all pipe and fittings are accessible for repair.
G. Soil bearing value for thrust blocking shall be as recommended by the Engineer based on soil
analysis of the site. In the absence of such recommendation, the allowable soil bearing value
shall not exceed 2,500 pounds per square foot.
5.7.16 Backfilling
A. Backfilling of all trenches and excavations shall comply with the current City of Lubbock Street
Ordinance.
B. After the trench has been backfilled, the disturbed area shall be cleared of all rocks larger
than 1-1/2 inches in diameter and leveled so that the surface will have the same slope and
appearance as it possessed before construction.
C. All surplus material shall be loaded and legally disposed of at the Contractor's expense at an
approved location.
D. Contractor shall compact backfill and clean up as close behind the pipe laying and backfilling
as possible.
E. Following completion of backfill and cleanup, the Contractor shall maintain the street and
trench surfaces in a satisfactory manner until final acceptance of the work.
i. Maintenance shall include blading, filling depressions caused by settlement, sprinkling
to settle dust, brooming and other work required to keep the streets and disturbed
areas in satisfactory condition as determined by the Chief Water Utilities Engineer.
42 Section 5
Design Standards and Specifications
Water Specifications
ii. The Contractor shall maintain and be responsible for all paving cuts until such time as
repairs can be completed.
5.8 Pneumatic Testing for Tapping Sleeves
5.8.01 Upon completion of tapping sleeve installation, the tapping sleeve shall be subjected to a
pneumatic pressure test according to the most recent City of Lubbock requirements.
5.8.02 Pneumatic Pressure Test
A. Contractor shall be responsible for performing a pneumatic pressure test witnessed by a City
Inspector.
i. Tapping sleeve shall be pressurized through 3/4-inch NPT port at a minimum
test pressure of 50 psi.
ii. Duration of the pressure test shall be a minimum of 10 minutes or as
directed by the City Inspector.
5.9 Hydrostatic Pressure Testing
5.9.01 Upon completion of pipe installation, the line shall be subjected to a hydrostatic pressure
test and leakage test according to the most recent AWWA standards, TCEQ rules and City
of Lubbock requirements.
5.9.02 Hydrostatic Pressure Test
A. Contractor shall be responsible for performing a hydrostatic pressure test witnessed by a City
Inspector.
i. Minimum test pressure shall be 100 psi or 150% of static operating
pressure, whichever is greater.
ii. Duration of each pressure test shall be a minimum of 2 hours or as directed
by the Chief Water Utilities Engineer.
B. Hydrostatic Test Procedure
i. Each valved section of pipe shall be slowly filled with water.
ii. As the line is being filled, all air shall be expelled from the pipe.
a. Taps shall be made, if necessary, at points of highest elevation.
b. Taps shall be tightly plugged upon satisfactory completion of the test.
iii. Pressure shall be applied and maintained by means of a pump connected to the pipe in
a manner satisfactory to the City Inspector.
iv. The pump, pipe connection, and all necessary apparatus except meters shall be
furnished by the Contractor.
v. Contractor shall furnish all necessary labor for connecting the pump, meter, and gages.
vi. Water for filling and making tests may be obtained at a location designated by the
Water Utilities Engineering Department.
a. No charge will be made for the first 2 pipe volumes of water.
b. Contractor will be charged for water used in subsequent tests at the current rate of
bulk usage.
vii. The line shall be carefully checked at regular intervals for breaks or leaks.
viii. Any joints showing appreciable leaks shall be repaired and any cracked or defective
pipes or fittings shall be removed and replaced at the Contractor's own expense.
ix. The test shall be repeated until satisfactory results are obtained.
Section 5 43
Design Standards and Specifications
Water Specifications
C. Leakage Test
i. For pipe of 12-inch diameter or smaller, no leakage or pressure drop shall be
allowed over a two hour period at the test pressure.
ii. For pipe 16-inch diameter or larger, the allowable leakage (gallons per hour)
shall not be greater than:
L _ NDIP
7400
L = Gallons per Hour
N = Number of Joints
D = Nominal Pipe Diameter (in.)
P = Test Pressure (PSI)
iii. The leakage shall be determined by measuring the quantity of water supplied to each
valved section of the lines, during the test period, when the various sections of the
lines are under pressure.
iv. If individual sections show leakage greater than the limits specified above, the
Contractor shall locate and repair the defective portions at their own expense.
5.10 Sterilization and Bacterioloaical Testi
5.10.01 Upon completion of pipe installation, the line shall be sterilized and tested according to the
most recent AWWA standards, TCEQ rules and City of Lubbock requirements.
A. Contractor shall furnish all labor, equipment and material necessary for the chlorination and
testing of the new pipe lines which shall be sterilized before being placed into service.
B. Sterilization Procedure
i. Contractor shall verify that all valves adjacent to test section are closed.
a. Valves shall be operated in accordance with the current City of Lubbock valve
operating procedures.
ii. Lines shall be sterilized by the application of an approved chlorinating agent.
iii. Chlorinating agent may be liquid chlorine, liquid chlorine gas -water mixture, or a
calcium hypochlorite solution, which shall be fed into the lines through a suitable
solution -feed device or other methods approved by the Chief Water Utilities Engineer.
iv. All newly installed pipes and related products must conform to American National
Standards Institute / National Sanitation Foundation (ANSI/NSF) Standard 61 and must
be certified by an organization accredited by ANSI, including chlorine for disinfection.
v. Chlorinating agent shall be applied at or near the point from which the line is being
filled, and through a corporation stop or other approved connection inserted in the
horizontal axis of the newly laid pipe.
vi. Water being used to fill the line shall be controlled to flow into the section to be
sterilized very slowly.
vii. Rate of application of the chlorinating agent shall be at least 50 parts per million.
viii. Chlorinated water shall be retained in the pipe lines for a period of not less than 24
hours.
C. Testing/Sampling Procedure
i. The sampling riser shall be located at the farthest point possible from the chlorination
point.
a. The riser shall be above ground and equipped with a faucet for control of flow during
sampling.
44 Section 5
Design Standards and Specifications
Water Specifications
ii. Samples shall be taken by City of Lubbock Inspectors from the line and will be tested
for bacteriologic growth at a City of Lubbock certified laboratory.
a. Samples will be taken twice in a 48 hour period not less than 24 hours apart.
b. Initial samples may only be taken on Monday, Tuesday or Wednesday prior to 2:00
p.m.
D. Chlorinated water used for sterilization shall be legally disposed of per current TCEQ or other
applicable regulations.
i. A temporary blow off may be required to achieve adequate flushing flow rates.
ii. Under no circumstances shall chlorinated water used for sterilization be released
directly into the storm drain system or a body of water.
iii. All flushing must conform with the City of Lubbock Storm Water Permit and SWP3 Best
Practices.
5.11 Restoration and Clean Up
5.11.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks,
gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to
a condition equal to that before the work began and to the satisfaction of the Chief Water
Utilities Engineer.
5.11.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by
the Contractor shall be reconstructed as required by the current City of Lubbock Street
Ordinance.
5.11.03 Topsoil material shall be replaced to pre -construction conditions or better.
5.11.04 All rubbish, unused materials and other non-native materials shall be removed from the
jobsite.
5.11.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief
Water Utilities Engineer.
5.12 Warranty and Acceptance
5.12.01 Within 30 calendar days after the Developer or Developers Engineer has given written
notice that the improvements have been substantially completed, the City shall inspect the
completed improvements and provide a punch list if necessary.
A. If it is mutually determined that the improvements have been constructed in accordance with
the engineering plans and the City of Lubbock Public Works Engineering Minimum Design
Standards and Specifications, the Developers Engineer shall submit Record Drawings,
Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of
Completion and the Developers Warranty Statement are included in the City of Lubbock Public
Works Engineering Minimum Design Standards and Specifications)
B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the
Developers Warranty Statement, the City will accept improvements within 30 calendar days;
unless exception is given in writing.
C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or
Contractor of responsibility related to warranty of materials or workmanship.
D. The Developer shall remedy any defects due to faulty materials or workmanship that appear
within 1 year from the written Certificate of Completion.
Section 5 45
Design Standards and Specifications
Water Specifications
46 Section 5
Design Standards and Specifications
Sewer Specifications
SECTION 6
STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN
CONSTRUCTION
6.1 General
6.1.01 All sanitary sewer main construction within the City of Lubbock sanitary sewerage system
or for future connections to the City of Lubbock sanitary sewerage system shall be
accomplished in accordance with the requirements of these specifications.
6.2 Plan Requirements
6.2.01 Sanitary sewer main construction shall be done in accordance with engineered construction
plans for the work, prepared under the direction of a Professional Engineer and approved
by the City of Lubbock Water Utilities Engineering Department.
6.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Sanitary Sewer
and shall show all information called for on the City of Lubbock Check List for Sanitary
Sewer Construction Plans.
6.3 Plan Approval
6.3.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped
"Approved for Construction" to the Design Engineer.
6.4 Inspection
6.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48
hours before the planned construction is to commence and also before starting up when
construction is interrupted for any reason.
6.4.02 All work shall be inspected by a representative of the Water Utilities Engineering
Department who shall have the authority to halt construction when, in their opinion,
construction is being performed contrary to these specifications or other approved plans.
6.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer,
by written notice, may order that portion of construction which is in violation of these
specifications or other approved plans, specifications and material to cease until such
violation is corrected.
6.5 Specifications
6.5.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are
made a portion of these specifications by reference shall be the latest edition and revision
thereof.
Section 6 47
Design Standards and Specifications
Sewer Specifications
6.6 Materials of Construction
6.6.01 Sewer Pipe
A. All pipe used in the City of Lubbock sanitary sewer collection system shall be SDR 35 PVC,
SDR 26 PVC, PVC Corrugated Sewer Pipe with Smooth Interior, High Density Polyethylene
(HDPE), Ductile Iron, Steel Reinforced Polymer Concrete or Polypropylene Corrugated Single
Wall or Dual Wall Pipe and shall conform to the Approved Materials List.
B. PVC Pipe - Gravity Flow
i. Gravity flow PVC pipe and fittings shall conform to the requirements of ASTM F679 and
D3034 for SDR 35 sewer pipe.
ii. The pipe shall be jointed with an integral bell and spigot type rubber gasketed joint.
a. Each integral bell joint shall consist of a formed bell complete with a single rubber
gasket.
b. Gaskets shall conform to ASTM F477.
iii. Standard joint length shall be 14 or 20 feet t one inch.
iv. Gravity flow PVC pipe shall be installed in accordance with the manufacturer's
recommendations and shall not exceed 80% of the manufacturer's recommended
maximum deflection.
v. The minimum pipe stiffness factor shall be 46 psi.
vi. Gravity flow sewer pipe shall be green.
C. PVC Pipe - Pressure Rated
i. Pressure rated PVC sewer pipe and fittings shall conform to the requirements of ASTM
D2241 for SDR 26 sewer pipe.
ii. The pipe shall be joined with an integral bell and spigot type rubber gasketed joint.
a. Each integral bell joint shall consist of a formed bell complete with a single rubber
gasket.
b. Gaskets shall conform to ASTM F477.
iii. Pressure rated PVC pipe shall be installed in accordance with the manufacturer's
recommendations and shall not exceed 80% of the manufacturer's recommended
maximum deflection.
iv. Standard joint length shall be 14 or 20 feet t one inch.
v. Pressure rated sewer pipe shall be green.
D. PVC Pipe - Spiral Wound
i. Spiral wound PVC pipe and fittings shall conform to the requirements of the latest
revision of ASTM F794 for large diameter ribbed gravity sewer pipe.
ii. Spiral wound PVC pipe shall be installed in accordance with the manufacture's
recommendations and shall not exceed 80% of the manufacturer's recommended
maximum deflection.
iii. The minimum pipe stiffness factor shall be 46 psi.
E. High Density Polyethylene Pipe
i. The pipe shall be made of high density, high molecular weight polyethylene pipe
material meeting the requirements of ASTM F894.
ii. Rubber gaskets shall comply in all respects with the physical requirements specified in
the non -pressure requirements of ASTM Specifications C443.
iii. Polyethylene pipe shall be installed in accordance with the manufacturer's
recommendations.
48 Section 6
Design Standards and Specifications
Sewer Specifications
F. Ductile Iron Pipe
i. Ductile iron pipe shall conform to ANSI/ASTM specifications A746 for Ductile Iron
Sewer Pipe.
a. Pipe and fittings shall have a 30-mil thickness epoxy lining on the interior.
b. Pipe and fittings shall have an exterior coating of coal tar pitch conforming to
requirements of Federal Specifications WW-P-421.
ii. Joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when
otherwise shown on the plans and where connecting to flanged fittings, and shall
conform to the base specifications to which the pipe is manufactured.
iii. Fittings shall be AWWA Standard Class "D" bell and spigot type or an approved gasket
joint for the particular type of pipe used and designed for the pressures of the pipe
except as shown on the plans.
G. Steel Reinforced Polymer Concrete Pipe
i. Steel Reinforced Polymer Concrete Pipe and fittings shall conform to ASTM C76, D6783
and A615 and all other applicable standards.
ii. Steel Reinforced Polymer Concrete Pipe shall be installed in accordance with the
manufacturer's recommendations and shall not exceed 80% of the manufacturer's
recommended maximum deflection.
H. Polypropylene Corrugated Dual Wall and Triple Wall Pipe
i. Polypropylene Corrugated Dual Wall Pipe and fittings shall conform to ASTM F2736.
ii. Polypropylene Corrugated Triple Wall Pipe and fittings shall conform to ASTM F2764.
iii. Polypropylene Corrugated Dual Wall and Triple Wall Pipe shall be installed in
accordance with the manufacturer's recommendations and shall not exceed 80% of the
manufacturer's recommended maximum deflection.
6.6.02 Pre -cast Reinforced Concrete Manholes
A. Manhole barrel, cone, and extension sections shall be constructed of pre -cast concrete.
i. Manhole products shall be smooth, uniform in size and dimensions, consistent in
components throughout and free of voids or honeycombs.
ii. No grouting shall be applied to the edges or inside surfaces of manholes during the
manufacturing process.
iii. A plant inspection may be required for production facility inspection and to review
record -keeping for material certification.
B. Manufacturer must provide certification that all materials used for manufacturing meet with
the following ASTM Specifications:
4pedficatic�__l
Material
ASTM C-33
Aggregates
ASTM C-150
Cement
ASTM C-39
Sampling Specimens
ASTM C-185
Reinforcing
ASTM C-144
Sand and Mortar
C. Pre -cast Concrete Manhole Sections
i. Pre -cast concrete manhole sections shall conform to ASTM C478 specifications.
ii. Compressive strength test results must verify concrete strengths meet or exceed 4,000
psi.
iii. Coarse aggregate shall consist of 95% crushed limestone.
iv. Manholes shall be designed to withstand H-20 AASHTO loading.
Section 6 49
Design Standards and Specifications
Sewer Specifications
v. Manholes shall have lifting holes that do not protrude through manhole wall; one full
inch of concrete thickness must remain between lift hole and outside wall of manhole.
D. Joints Other Than Grade Rings
i. Joints other than grade rings shall be tongue and groove or an equivalent male and
female type joint.
ii. Joints shall be effectively joined with water -tight sealant to prevent leakage and
infiltration. Sealant shall comply with the Approved Materials List.
E. Cones and Grade Rings
i. Cones and grade rings shall maintain a clear 30-inch opening.
ii. Grade rings shall be reinforced with the same percentage of steel as risers and tops
and shall also meet ASTM C478 specifications.
6.6.03 Inflow Prevention Device (IPD)
A. All new manholes shall be equipped with an approved IPD to prevent unwanted inflow into
the sanitary sewer system.
B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800
pounds.
C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform
load of 500 pounds.
D. IPDs shall be equipped with ventilation valves or holes.
i. Release of water through vent valves or holes shall not exceed 5 gallons per 24 hour
period.
ii. Vent valves or holes shall vent sewer gas at one p.s.i. or less.
E. IPDs shall comply with the Approved Materials List.
6.6.04 Manhole Frames and Cover
A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM
Designation A48, having a clear opening of not less than 30 inches.
B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between
frame and cover.
C. Cover shall be furnished with lifting ring or pick bar cast into the cover in such a manner as to
prevent water leaking through.
D. Frame and cover shall have a weight of not less than 275 pounds, shall include lettering "City
of Lubbock, Texas Sanitary Sewer" and shall comply with the Approved Materials List.
6.6.05 Concrete
A. Proportioning of the constituents of the concrete shall be such as to produce a dense and
workable mixture, and the designed mix shall be approved by the Engineer before any
concrete is placed.
i. The concrete shall be of such consistency that it will flow without separation of the
aggregates.
B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the
different applications:
i. Concrete for manholes, valve vaults and other reinforced concrete structures shall
contain not more than 7.0 gallons of water per sack of cement and yield a 28-day
compressive strength of not less than 3,000 psi.
50 Section 6
Design Standards and Specifications
Sewer Specifications
ii. Concrete for pipe cradling, blocking of fittings, manhole inverts and other non -
reinforced concrete shall contain not more than 9.0 gallons of water per sack of
cement and yield a 28-day compressive strength of not less than 2,500 psi.
C. Concrete to be used in manhole bases, sections, cones, grade rings and inverts shall be made
with Portland cement which conforms to "Standard Specifications and Test for Portland
Cement", ASTM C150.
D. Concrete coarse aggregates shall consist of natural washed and screened sand, and clean
crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM
C33.
i. Aggregates shall be well graded from coarse to fine and shall be free from injurious
amounts of clay, soft or flaky materials, loam or organic impurities.
ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use.
E. Sand to be used in cement mortar shall conform to ASTM C144 specifications.
F. Water used in mixing concrete or mortar shall be clear, clean, free from oil, acid or organic
matter and free from injurious amounts of alkali, salts or other chemicals.
G. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing
water.
H. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for
Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50.
i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric.
ii. All reinforcement shall be permanently marked with grade, identification marks or shall,
on delivery, be accompanied by a manufacturer's guarantee.
I. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete
without bulging between supports and sufficiently water tight to hold the concrete mortar.
i. Forms shall be so constructed that the finished concrete shall be of the form and
dimensions shown on the plans.
ii. Form work for exposed surfaces shall be of such material and so constructed as to
produce a wall with a smooth, even surface when the concrete is poured.
iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct
position and alignment.
iv. Walls for all reinforced concrete work shall be formed inside and outside.
v. Form ties shall be adjustable in length and of such type as to leave no metal closer
than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other
devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or
depth back of the exposed surface of the concrete.
a. Wire ties will not be permitted.
vi. Temporary openings for cleaning and inspection shall be provided at the base of
vertical forms or other places where necessary. Such openings shall be neatly and
securely closed before concrete is placed.
vii. Forms shall be oiled before use.
viii. No forms shall be removed without permission of the City Inspector. However, in
general, wall forms may be removed after the concrete has been in place for 24 hours
and on roof slabs after the concrete has been in place for 10 days.
ix. Immediately upon removal of the forms any honey -combed sections shall be repaired
as directed by the City Inspector.
J. Compounds used to form an air tight membrane over a fresh concrete surface shall be in
accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650).
Section 6 51
Design Standards and Specifications
Sewer Specifications
i. Curing compound shall be applied with a pressurized sprayer in an even coating or as
recommended by the manufacturer.
6.6.06 Bedding, Embedment and Backfill
A. Sewer Pipe, All Diameters
i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris
larger than 1/2-inch.
a. Bedding material shall be free from injurious amounts of clay, dust, blow sand,
caliche or slag.
ii. Embedment material shall be crushed stone with irregular surfaces and comply with
the following gradation requirements:
Standard Crushed Rock Aggregate
Cumulative Percent Retained
Retained on 1" Sieve
0
Retained on 1/2" Sieve
0-20
Retained on 3/8" Sieve
15-30
Retained on No. 4 Sieve
60-90
Retained on No. 8 Sieve
90-100
a. Embedment shall extend to 12 inches above top of pipe.
iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or
other debris larger than 2-inch diameter.
6.6.07 Flowable Fill
A. Flowable fill shall consist of a mixture of Portland cement, pea gravel and sand with a cement
content of 1-1/2 sacks per cubic yard.
i. Utility ditches in existing paved streets shall be backfilled with compacted native
material or flowable fill from the top of the embedment material to the paving surface
as specified in the current City of Lubbock Streets Ordinance.
ii. Alternatively, flowable fill can be used for full depth backfill in all utility ditches within
the right-of-way.
iii. Use of concrete in place of flowable fill is not acceptable, and if used in place of
flowable fill shall be removed by the Contractor at their own expense.
6.7 Methods of Construction
6.7.01 Scope
A. The work covered by this section consists of constructing gravity flow sanitary sewers,
manholes and other appurtenances normally installed as a part of this system. Construction
may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and
jointing pipe; installation of appurtenances; construction of pre -cast, pre -assembled or field
assembled manholes; manhole bases; placement and assembly of manhole risers, cones, or
tops; installation of manhole rings, covers and grade rings; bedding, embedment and
backfilling; and other related work.
52 Section 6
Design Standards and Specifications
Sewer Specifications
6.7.02 Quality Standards
Standard
I Taft
Standard Test Methods for Laboratory Compaction
ASTM D698
Characteristics of Soil Using Standard Effort
ASTM A746 ANSI
Ductile Iron Gravity Sewer Pipe
AWWA C600 (ANSI)
Installation of Ductile Iron Mains and Their
Appurtenances
AWWA M23
Polyvinyl Chloride PVC Pipe Design and Installation
Recommended Practice for Polyvinyl Chloride (PVC)
UNI B 5
Sewer Pipe
ASTM C891
Installation of Underground Pre -cast Utility Structures
6.7.03 Materials
A. The Contractor shall install sanitary sewer pipe of the type, diameter, wall -thickness and
protective coating that is defined in the Approved Materials List or designated by the Chief
Water Utilities Engineer.
B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the
option of installing any of the acceptable types, provided only one type is used throughout
any single size designation or run of pipe.
6.7.04 Storm Water Pollution Prevention Plan (SWP3)
A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock
Storm Water Engineering Department to develop a site -specific Storm Water Pollution
Prevention Plan.
B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the
construction until final stabilization.
6.7.05 Surface Preparation
A. Within Easements, Cultivated or Agricultural Areas
i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable
matter, rubbish and other unsuitable material within the area of excavation and spoils
storage shall be stripped and properly disposed.
ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever
is less.
iii. Removed topsoil shall be stockpiled during construction in an approved location.
B. Within Unpaved Roadway Areas
i. Contractor shall strip the cover material from graveled roadways or other developed
but unpaved traffic surfaces to the full depth of the existing surfacing.
ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes.
C. Within Paved Areas
i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock
Street Ordinance.
ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or
curbs and gutters, the cuts shall be made in such a manner as to cause the least
possible damage to adjoining surfaces.
Section 6 53
Design Standards and Specifications
Sewer Specifications
iii. Asphalt Paving
a. Asphalt surface shall be cut along each side of the trench ahead of the trenching
machine and the surfacing and base removed with the trenching machine as the
trench is excavated.
b. The width of surface removed by the Contractor is not to exceed the outside limits of
the trench plus 12 inches.
iv. Concrete Paving
a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and
gutters shall be made by cutting the concrete to a straight line on each side of the
trench and removing the concrete ahead of the trenching.
b. Concrete shall be cut vertically in straight lines and avoiding acute angles.
c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a
power saw to a depth of 2 inches prior to breaking.
d. Overbreak, separation or other damage to the existing bitumen or concrete outside
the designated cut lines shall be replaced at the Contractor's expense.
e. Tunneling may be required under curb and gutters.
f. The width of surface removed by the Contractor of concrete paving is not to exceed
the outside limits of the trench plus 12 inches.
6.7.06 Barricades and Safety Measures
A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for
the protection of persons, property and the works as may be necessary.
B. All barricades and safety measures shall meet the rules and regulations of Federal, state and
local authorities, including but not limited to:
i. OSHA regulations for excavation, trenching and shoring
ii. Texas Manual on Uniform Traffic Control Devices
iii. City of Lubbock Barricade Ordinance
C. Contractor will be held responsible for all damage to the work due to failure of barricades and
safety measures.
i. If damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at their own cost and expense.
D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease
until the project is accepted by the City.
6.7.07 Water for Construction
A. The City will furnish water from fire hydrants for construction purposes.
i. To use City water for construction the contractor shall acquire a water meter for use on
a City fire hydrant, and will be charged the applicable rate for the quantity of water
used.
ii. The contractor shall contact Lubbock Power and Light Customer Service Department
and establish a utility account. The contractor must pay the current deposit for each
fire hydrant meter and will be responsible for all charges associated with that account.
iii. Once an account is established and the deposit is paid, the contractor may pick up a
meter from the City Water Department at 600 Municipal Drive.
iv. The contractor shall be responsible for reporting monthly water usage.
B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe
wrenches, or other unapproved devices, shall be used to open or close a fire hydrant.
54 Section 6
Design Standards and Specifications
Sewer Specifications
C. For top loading trucks or containers the contractor shall provide a back flow prevention
assembly on the discharge side of the meter.
i. The backflow prevention assembly shall be in the form of two spring loaded ball check
valves.
ii. When filling the truck or container there shall be an air gap of at least two times the
opening diameter of the truck or container.
D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type
backflow prevention assembly.
i. All RPZ type back flow prevention assemblies must be tested and the test results
approved by the City prior to use.
ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter
and Customer Service Supervisor for approval.
E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention",
City representatives are authorized to suspend water use from a fire hydrant by a contractor
until the proper and correct backflow prevention devices are installed.
6.7.08 Protection of Existing Utilities
A. It shall be the Contractor's responsibility to properly mark (white line) the work area and
notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of
48 hours prior to construction or excavation.
B. Contractor shall locate all utility lines, including customer service lines, far enough in advance
of the trenching to make proper provisions for protecting the lines and to allow for any
deviations that may be required from the established lines and grades.
C. If required, the Contractor shall "pothole" or physically locate existing underground utilities
ahead of trench excavation.
D. Contractor will not be allowed to disrupt the service on any utility lines except customer
service lines, which may be taken out of service for short periods of time, provided the
Contractor obtains permission from the Water Utilities Engineering Department and from the
owner of the premises being served by the utility.
i. When a customer outage is planned, Contractor shall notify effected customer a
minimum of 24 hours in advance.
E. Contractor shall notify local utilities whenever working near gas mains or services or near
electrical or telephone cables or when the presence of these utilities is suspected in the area
of construction.
F. Contractor shall proceed with caution in the excavation and preparation of the trench so that
the exact location of underground structures, both known and unknown, may be determined.
G. Hand excavation shall be used where necessary.
H. All utility lines shall be properly supported to prevent settlement or damage to the line both
during and after construction.
I. Contractor shall be held responsible for the repair of such structures when broken or
otherwise damaged because of carelessness on their part.
J. The Contractor shall immediately notify the proper utility company of any damage to utility
lines in order that service may be established with the least possible delay. Any damage to
existing lines and the repair of customer lines which are authorized to be cut shall be at the
Contractor's expense, and as directed by an official representative of the utility company
involved.
K. Any permanent relocation of existing utility lines shall be done by the proper utility company.
Section 6 55
Design Standards and Specifications
Sewer Specifications
6.7.09 Excavation and Trenching
A. The width of the trench shall provide adequate working room for installation, joining and
proper compaction along both sides of the pipe. Trenches shall conform to the following
dimensions, unless otherwise shown on the Plans:
Size 11Min.
4" thru 12"
15" thru 21"
Trench Width Max. Trench Width
Pipe O.D. +12"
Pipe O.D. +18"
Pipe O.D. +18'
Pipe O.D. +24"
B. Contractor shall take all necessary precautions for protecting paved streets and drives from
being damaged by the trenching and backfilling equipment.
C. Grade shall be such that the pipe will rest firmly on the bedding material throughout the
entire length of the pipe cylinder.
i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing
of the pipe.
D. In order to obtain a true, even grade, the trench shall be fine -graded.
i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The
depth of the fine grading material shall not exceed 3 inches.
ii. Where the trench is excavated in excess of 3 inches below grade, the material shall be
compacted to 95% Modified Proctor Density or shall be replaced with approved
bedding material.
iii. If the material being excavated is rock or other unyielding material, it shall be removed
to a depth of 3 inches below grade and replaced with approved bedding material to
grade.
E. Excavation for manholes, structures and other appurtenances shall be sufficient to provide
clearances adequate for proper backfill and compacting on all sides.
F. All excavated material shall be placed in a manner that will not endanger the work or damage
existing structures.
6.7.10 Dewatering
A. All pipe trenches and excavation for structures and appurtenances shall be kept free of water
during pipe laying and other related work.
B. The method of dewatering shall provide for a dry foundation at the final grades of the
excavation.
C. Water shall be disposed of in accordance with current City of Lubbock Storm Water
Engineering Department requirements and in a manner that does not inconvenience the
public or result in a menace to public health.
D. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is
discontinued.
E. Dewatering shall continue until such time as it is safe to allow the water to rise in the
excavation.
6.7.11 Methods of Connection
A. Service and main line taps and connections shall comply with current City of Lubbock Utilities
Ordinance.
B. Service Taps
i. Service taps on newly constructed mains shall be installed by the utility contractor at
the time of pipe installation.
56 Section 6
Design Standards and Specifications
Sewer Specifications
ii. Service taps on existing, in-service mains shall be installed by City personnel or a City -
designated contractor.
C. Main Line Connections
i. Connections on existing mains shall comply with current TCEQ requirements.
ii. Connection to existing main shall be by a new manhole constructed on the existing
main or connection to an existing manhole.
iii. City Inspector must be present for any connection being installed on an existing main.
6.7.12 Pipe Installation
A. The Contractor shall be responsible for all materials intended for the Work including the safe
and proper storage of such materials until incorporated into the work.
B. Gravity sanitary sewer pipe and other accessories shall be inspected, handled, laid and joined
in the manner herein specified.
i. Force mains shall be installed according to water pipe installation specifications and
current TCEQ requirements.
C. Pipe and accessories shall be inspected upon delivery and periodically during the progress of
the work. Any material found to be defective may be rejected.
i. If rejected, the Contractor shall remove and replace such defective material at their
expense.
D. Pipe and accessories shall be handled in accordance with manufacturer's specifications.
i. Before lowering into the trench, the pipe and accessories shall be inspected for defects.
a. Any defective, damaged, or unsound pipe or other incidental materials shall not be
incorporated into the work.
ii. All pipe and accessories shall be carefully lowered into the trench piece by piece using
suitable tools or equipment in such a manner as to prevent damage to the material.
iii. Under no circumstance shall pipe, accessories or tools be dropped directly into the
trench.
E. Pipe shall be laid to the alignment as established on the approved plans.
i. Pipe shall be laid from lowest point to highest point.
ii. Pipe shall be laid with spigots facing in the direction of flow.
iii. Batter boards or laser beam will be required to fine grade the trench.
iv. All foreign matter shall be removed from the inside of the pipe, bells, spigots, or parts
of the pipe used in forming the joint before the pipe is lowered into the trench;
a. Pipe shall be kept clean by approved means during and after laying.
b. At the times when pipe laying is not in progress, the open ends of pipe shall be
closed by approved means.
v. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the
barrel of the pipe to rest on the bottom of the trench and to allow ample space for
properly jointing the pipe.
F. Pipe shall be laid so that the pipe label is facing up.
G. Pipe shall be jointed per manufacturer's requirements.
i. Bell, spigot and gasket of pipe shall be wiped clean prior to joining.
ii. Cutting of pipe for inserting accessories or closure pieces shall be done in a neat
workmanlike manner without damage to the pipe or lining.
iii. If the pipe is disturbed from line and grade after being laid and jointed, the pipe shall
be removed from trench, the joints cleaned and the pipe re-laid.
Section 6 57
Design Standards and Specifications
Sewer Specifications
iv. Jointing shall be completed for all pipe laid each day.
v. No pipe shall be laid in conditions unsuitable for such work as determined by the City
Inspector.
vi. No trench water shall be permitted to enter the pipe.
H. The Water Utilities Engineering Department shall be notified at least 24 hours in advance of
when pipe is to be laid in any trench.
i. No pipes shall be covered or authorized for cover until they have been inspected by the
City's Inspector.
6.7.13 Detectable Marking Tape
A. Metallic marking tape shall be installed in the same trench with all pipe during pipe
installation.
i. Marking tape for sewer mains shall be 3-inch, green in color and clearly labeled
"Caution: Buried Sewer Line."
ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of
24 inches above top of pipe.
iii. Depth of bury shall be 18 inches below top of trench.
6.7.14 Backfill around Pipe
A. Bedding
i. Bedding material shall be fine graded select sand or aggregate material conforming to
the Materials of Construction section of these Specifications and shall be a minimum of
2 inches thick.
B. Embedment
i. Embedment, including haunching under pipe and to a point 12 inches above the top of
the pipe shall be carefully placed and shall be graded embedment material conforming
to the Materials of Construction section of these Specifications.
C. Compaction
i. Bedding and embedment shall be compacted to in accordance with pipe manufacturer's
specifications and approved mechanical means.
ii. Compaction shall be in maximum 6-inch compacted lifts.
D. Backfill
i. The remainder of the backfill shall conform to the current City of Lubbock Street
Ordinance.
ii. In unpaved streets and alleys or in agricultural or cultivated areas, backfill shall be
compacted to a minimum of 90% Modified Proctor Density.
iii. In paved streets, alleys or proposed paving, backfill shall be compacted to a minimum
of 95% Modified Proctor Density.
iv. Flowable fill may be substituted for compacted backfill.
v. Special situations such as state highway or railroad crossings may be subject to more
stringent requirements and shall be addressed on a case -by -case basis.
vi. Water jetting will not be allowed.
E. Following the completion of the backfilling, the Contractor shall maintain the trench surfaces
in a satisfactory manner until final completion and acceptance of the work.
i. The maintenance may include blading from time to time as necessary, filling
depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the
58 Section 6
Design Standards and Specifications
Sewer Specifications
request of the Chief Water Utilities Engineer and other work required to keep the
streets and roads in satisfactory condition for traffic.
ii. The Contractor shall maintain and be responsible for all paving cuts until such time as
permanent repairs are made.
6.7.15 Manhole Construction
A. The Contractor shall be responsible for all materials intended for the Work including the safe
and proper storage of such materials until incorporated into the work.
B. Manholes and other accessories shall be inspected, handled, and installed in the manner
herein specified.
C. Manhole components and accessories shall be inspected upon delivery and periodically during
the progress of the work. Any material found to be defective may be rejected.
i. If rejected, the Contractor shall remove and replace such defective material at their
expense.
D. Manhole Base
i. Field poured concrete bases shall be at least 12 inches thick and not less than 12
inches greater diameter than the outside diameter of the manhole riser section.
ii. Concrete shall be minimum 3,000 psi.
iii. Concrete placement shall conform to ACI and good construction practices.
iv. Concrete shall be consolidated and struck -off to a horizontal surface within the forms
or pouring rings.
v. Field poured concrete bases shall be reinforced.
vi. Pre -cast reinforced concrete bases shall be of the size and shape detailed on the Plans.
E. Manhole Inverts
i. Invert channels shall be smooth and semi -circular in shape conforming to the inside of
the adjacent sewer section.
ii. Changes in direction of flow shall be made with a smooth curve of as large radius as
the size of the manhole will permit.
iii. Changes in size and grade of the channels shall be made gradually and evenly.
iv. The invert channels may be formed directly in the concrete of the manhole base or
may be half -pipe laid in concrete.
v. The floor of the manhole outside the channel shall be smooth and shall slope toward
the channel not less than one inch per foot or more than two inches per foot.
F. Manhole Barrels
i. Manhole barrels shall be assembled of pre -cast riser sections. Riser sections shall be
placed vertically with tongues and grooves properly keyed.
ii. Free drop inside the manhole shall not exceed 24 inches measured from the invert of
the inlet pipe to the invert of the outlet pipe.
a. Where the drop exceeds 24 inches, an approved drop manhole shall be required.
iii. All connections between the riser or base sections and the sewer pipe shall be joined in
such a manner as to make the manholes watertight.
a. Preformed rubber waterstop gaskets shall be cast into the riser or base section.
b. Approved preformed flexible plastic sealing compounds are also acceptable, provided
water tightness is achieved.
Section 6 59
Design Standards and Specifications
Sewer Specifications
G. Top or Cone Sections
i. Cone shaped top sections shall be assembled on top of the manhole barrel with
tongues and grooves properly keyed.
ii. On shallow lines where standard cone sections will not conform to specified elevations,
flat top sections may be considered with prior approval of the Chief Water Utilities
Engineer.
H. Grade Rings
i. Grade rings shall be used for adjusting the top elevation.
a. Grade rings shall be set to the elevations shown on the Plans or established by the
City's Inspector.
b. Each manhole shall have a minimum of 6 inches of grade adjustment.
c. Total height of the grade rings shall not exceed 18-inches at any manhole.
d. Non -shrink grout shall be placed around and under the rings to provide a seal and
properly seat the rings at the required elevation.
I. Manhole Frame and Cover
i. Manhole frame and cover shall be set to the elevation shown on the plans.
ii. Non -shrink grout shall be placed around and under the frame to provide a seal and
properly seat the frame at the required elevation.
J. Inflow Prevention Device (IPD)
i. All newly installed manholes shall be equipped with an approved IPD to prevent
unwanted inflow into the sanitary sewer system.
ii. IPDs shall be installed such that lifting strap is to the North.
iii. IPDs shall comply with the Approved Materials List.
K. Water Tightness
i. Finished manholes are expected to be as watertight as the pipe system they are
incorporated into. Infiltration or exfiltration shall not exceed the limits established in
these specifications.
ii. All connections between riser sections, bases and tops shall be sealed with an
approved preformed flexible plastic joint sealing compound.
iii. Application of primer and sealing compound shall be accomplished in conformance with
the manufacturer's recommendations.
iv. Grade of materials, quantity of materials and application temperatures shall conform to
the manufacturer's recommendations.
L. Protective Lining System
i. When required for rehabilitation of an existing manhole, construction of a new 60-inch
diameter manhole or construction of a manhole serving an 18-inch diameter or larger
pipe, an approved protective lining or coating system shall be installed per
manufacturer's instructions. Protective lining and coating systems shall conform to the
Approved Materials List.
M. Backfilling Around Manholes
i. Back -filling around manholes shall conform to the requirements as specified for
backfilling around pipe.
ii. Embedment material shall be placed up to a point equal to that required for the
adjacent pipe.
N. Following the completion of the back -filling, the Contractor shall maintain the excavated
surfaces in a satisfactory manner until final completion and acceptance of the work.
60 Section 6
Design Standards and Specifications
Sewer Specifications
i. The maintenance may include blading from time to time as necessary, filling
depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the
request of the Chief Water Utilities Engineer and other work required to keep the
streets and roads in satisfactory condition for traffic.
ii. The Contractor shall maintain and be responsible for all paving cuts until such time as
permanent repairs are made.
6.7.16 Service Connections
A. Service connections on newly constructed mains shall be installed by the utility contractor at
the time of pipe installation.
B. Service connections on existing sewer mains shall be made by City of Lubbock Water Utility
forces.
C. Contractor shall place wyes and tees for service connections where required by the approved
construction plans on new sewer mains.
i. Wyes and tees shall be of like material as the sewer pipe.
ii. Service lateral lines shall be installed to 2 feet inside adjacent property line at a typical
depth of between 4 feet and 6 feet, or deeper when required.
iii. Watertight plugs shall be installed in each branch pipe or stub.
iv. Service locations shall be marked with a piece of two-inch by four -inch lumber
extended from the end of the pipe to above ground level with the above -ground
portion painted green.
6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary
Sewer Pipe and Manholes
6.8.01 Scope
A. The work covered by this section consists of the inspection, testing, approval and acceptance
of gravity flow sanitary sewers and manholes and other appurtenances normally installed as
part of this system. The work may include inspection, cleaning, leakage testing, deflection
testing and television inspection of the interior of the finished sewer system.
6.8.02 Quality Standards
A. The latest published revision of:
Standard epic
ASTM C969 Infiltration and Exfiltration Acceptance Testing of Installed
Sewer Lines
ASTM C828
Low Pressure Air Test of Sewer Lines
UNI B 6
Recommended Practice for Low Pressure Air Testing of
Installed Sewer Pipe
ASTM C1214
Standard Test Method for Concrete Pipe Sewer Lines by
Negative Air Pressure (Vacuum) Test Method
ASTM C1244
Standard Test Method for Concrete Sewer Manholes by the
Negative Air Pressure (Vacuum) Test Prior to Backfill
6.8.03 Materials
A. Water used for exfiltration tests shall be potable or as otherwise approved by the City
Inspector.
Section 6 61
Design Standards and Specifications
Sewer Specifications
B. Equipment for tests shall be of the type, quality and capacity to perform the operations
required and shall be furnished by the Contractor.
C. All labor and materials, including water, shall be furnished at the Contractor's expense.
6.8.04 Inspection
A. City Inspector shall inspect and approve all work accomplished.
i. Testing shall be performed at the discretion of the City Inspector.
B. It shall be the responsibility of the Contractor to coordinate inspection and testing with the
Water Utilities Engineering Department.
6.8.05 Cleaning
A. Contractor shall remove all foreign matter from the interior of the system prior to testing any
section of sewer pipe.
i. Chunks of concrete, mortar or other debris including dirt, small gravel, and grit shall be
removed from the interior of the newly installed system.
ii. Flushing debris into the downstream system shall not be allowed.
B. Watertight plugs or other methods approved by the City Inspector shall be used to prevent
dirt or debris from entering the system.
C. After cleaning manholes, manhole cover shall be positioned to prevent dirt or debris from
entering the system. Other means of preventing intrusion of dirt or debris may be employed if
approved by the City Inspector.
6.8.06 Pipe Testing
A. Contractor shall have the option of conducting a hydrostatic exfiltration test or a low-pressure
air test. An infiltration test may also be required if the pipeline is continuously subjected to an
exterior hydrostatic head.
B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing.
C. Testing shall be conducted by the Contractor at their own expense.
D. Testing shall be accomplished in the presence of the City Inspector or his authorized
representative.
E. Testing shall not commence on any portion of the pipeline until all field placed concrete in
contact with the pipe, fittings or appurtenances is adequately cured.
F. Exfiltration Test
i. The sewer line being tested may be filled with water for a period long enough to allow
water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours
and not more than 72 hours.
ii. Each section of the pipeline shall be tested between successive manholes or other
structures. The lower end of the section shall be closed with a watertight device. The
inlet end of the section to be tested shall be filled with water to a point 4 feet above
the pipe invert at the centerline of the upper manhole or structure.
a. If the ground water level is above the pipe invert, the water level in the upper
manhole shall be 4 feet above the adjacent ground water level. Ground water level
shall be determined by the Contractor, subject to approval by the City Inspector.
iii. Allowable exfiltration shall not exceed 10 gallons/inch diameter/mile of
pipe/24 hour period.
62 Section 6
Design Standards and Specifications
Sewer Specifications
iv. For construction within the 25-year flood plain, the infiltration shall not
exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same
minimum test head.
v. Leakage shall be measured by checking the drop in the water level in the upper
manhole or structure over a period of 4 hours.
vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to
reduce exfiltration leakage to an acceptable rate.
vii. Contractor shall repeat the 4 hour exfiltration test after repairs are made until an
acceptable leakage rate is attained.
viii. Repairs required shall be at the Contractor's own expense.
G. Low -Pressure Air Test
i. Low-pressure air test shall be conducted in accordance to the provisions of UNI-13-6,
"Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe,"
published by Uni-Bell Plastic Pipe Association.
ii. Low pressure air shall be slowly introduced into the sealed line until the
internal air pressure reaches 4.0 psig greater than the average backpressure
of the groundwater above the pipe.
iii. The air supply shall be throttled to maintain that internal pressure for at least 2
minutes to permit the temperature of the entering air to equalize with the temperature
of the pipe wall.
iv. When temperatures have been equalized and the pressure stabilized at 4.0 psig, the air
supply shall be shut off or disconnected.
v. Time shall be recorded for the pressure inside the pipe to drop 4.0 psig to
3.0 psig.
vi. Time shall not be less than that outlined in the following table:
Pipe Diameter
(inches)
Minimum Time
(seconds)
Max Length for Time for Longer
Min Time (feet) Length
6
340
398
0.855
8
454
298
1.520
10
567
239
2.374
12
680
199
3.419
15
850
159
5.342
18
1020
133
7.693
21
1190
114
10.471
vii. City Inspector shall witness and verify results of the test.
viii. The City Inspector may stop a test if no pressure drop loss has occurred during the
thirst 25% of the calculated testing time.
ix. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to
reduce leakage to an acceptable rate.
x. Contractor shall repeat the low-pressure air test after repairs are made until an
acceptable pressure drop for the test is attained.
A. Repairs required shall be at the Contractor's expense.
Section 6 63
Design Standards and Specifications
Sewer Specifications
H. Infiltration Test
i. Infiltration tests are acceptable only if the pipeline is continuously subjected to an
external hydrostatic head (ground water level) of at least 2 feet above the top of the
pipe at the upstream manhole or structure.
ii. Infiltration test shall be made by sealing the inlet and outlet ends of this pipeline and
measuring the volume of water that infiltrates into the section being tested.
a. Flow measurement may be measured by collecting the discharge into a volumetric
measuring container, weir or other approved method.
iii. The test shall be continued over a period of at least 4 hours. Time shall be allowed to
soak lines and manholes in advance of performing test.
iv. Allowable infiltration shall not exceed 10 gallons/inch diameter/mile of
pipe/24 hour period.
v. For construction within the 25-year flood plain, the infiltration shall not
exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same
minimum test head.
vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to
reduce the infiltration to an acceptable rate.
vii. Contractor shall repeat the 4 hour infiltration test after repairs are made until an
acceptable infiltration rate is attained.
viii. All repairs required shall be at the Contractor's own expense.
ix. Whenever the rate of infiltration is found to repeatedly exceed the prescribed amount,
the Contractor shall be notified in writing. The Contractor may then be required to
provide, at their own expense, video inspection of the interior of the conduit. The
Contractor shall make appropriate repairs by methods approved by the Chief Water
Utilities Engineer and shall continue to test the conduit until it is proven satisfactory.
6.8.07 Video Inspection
A. Where determined to be necessary, the new sewer pipe shall be inspected by video camera
prior to final acceptance.
i. Initial video inspection shall be at the Contractor's own expense.
B. Video equipment expressly designed for pipeline inspection purposes and operated by
experienced and qualified personnel shall be pulled through the entire pipeline.
i. Video equipment operator shall maintain a log of all inspections and note location, type
and extent of any deficiencies.
ii. Video equipment operator shall also photograph all deficiencies and not less than one
"typical" location per each 500 feet of pipeline inspected.
C. Contractor shall bear all costs incurred in correcting deficiencies found during the video
inspection, including cost of additional video inspection required to verify correction of noted
deficiencies.
D. Video inspection conducted solely for the Contractor's benefit shall be at the Contractor's own
expense.
6.8.08 Deflection Test
A. Deflection tests shall be conducted in the presence of the City Inspector after the pipe has
been installed and backfilled.
i. The deflection test shall be conducted by pulling a mandrel (go no-go device) through
the pipe.
64 Section 6
Design Standards and Specifications
Sewer Specifications
ii. The mandrel shall be designed and sized for each size and type of pipe and shall be at
least 1.5 pipe diameters in length.
iii. The mandrel shall be constructed with an odd number of runners placed parallel to the
pipe centerline and equally spaced around the perimeter of the mandrel.
iv. Test mandrel shall be furnished by the Contractor and approved by the City Inspector.
v. Test equipment, calibration data and procedures shall be subject to the approval of the
City Inspector.
B. Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal
diameter of the pipe. Pipe sections that restrict free passage of the mandrel shall be removed
and replaced or excavated, re -bedded, backfilled and retested.
C. All repairs, replacement, remedial work and retesting shall be performed by the Contractor at
their own expense.
D. Deflection test may be conducted concurrently with the video inspection of the pipe interior,
subject to approval by the City Inspector.
6.8.09 Manhole Testing
A. Manholes shall be tested for leakage separately and independently of the sanitary sewer lines
by vacuum testing, hydrostatic exfiltration testing or other methods approved by the City
Inspector. An infiltration test may also be required if the manhole is continuously subjected
to an exterior hydrostatic head.
B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing.
C. Testing shall be conducted by the Contractor at their own expense.
D. Testing shall be accomplished in the presence of the City Inspector or his authorized
representative.
E. Testing shall not commence on any portion of the pipeline until all field placed concrete in
contact with the pipe, fittings or appurtenances is adequately cured.
F. Vacuum Test
i. All inlet and outlet pipes in the manhole shall be plugged with an airtight device.
ii. All lift holes and exterior joints shall be plugged with a non -shrink grout.
a. No grout shall be placed in horizontal joints prior to testing.
iii. The manhole opening shall be sealed by a method approved by the City Inspector.
iv. There must be a vacuum of 10 inches of mercury (4.91 prig) inside a
manhole to perform a valid test.
v. A test does not begin until after the vacuum pump is off.
vi. The manhole passes the test if after 2.0 minutes and with all valves closed,
the vacuum is at least 9 inches of mercury.
vii. The Contractor shall have the option to repeat the vacuum test one time after repairs
viii. If a vacuum test is failed twice, the manhole shall be repaired and an exfiltration test
shall be performed.
ix. All repairs required shall be at the Contractor's own expense.
G. Exfiltration Test
i. All inlet and outlet pipes in the manhole shall be plugged with a watertight device.
ii. The manhole being tested may be filled with water for a period long enough to allow
water absorption into the manhole. The saturation period shall be a minimum of 4
hours and not more than 72 hours.
Section 6 65
Design Standards and Specifications
Sewer Specifications
iii. Test shall be conducted with the manhole filled with water to the top of the cone
section.
iv. Allowable leakage shall not exceed 0.025 gallon/foot diameter/foot of
manhole depth/hour over a 4 hour period.
v. The Contractor shall repeat the exfiltration test after repairs until an acceptable
leakage rate is attained.
vi. All repairs required shall be at the Contractor's own expense.
H. Infiltration Test
i. Infiltration tests are acceptable only if the connecting conduit is continuously subjected
to an external hydrostatic head (ground water level) at least 2 feet above the top of
the conduit. Ground water level shall be determined by the Contractor, subject to
approval by the City Inspector.
ii. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The
volume of water that infiltrates into the manhole during a 4 hour period shall be
measured in a manner determined by the City Inspector.
iii. The test shall be conducted after the manhole has been subjected to the maximum
ground water level for at least 4 hours to thoroughly saturate the manhole wall.
iv. The allowable infiltration shall not exceed 0.025 gallon/foot of
diameter/foot of manhole depth/hour during a 4 hour test.
v. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable
leakage rate is attained.
vi. All repairs required shall be at the Contractor's own expense.
6.8.10 Approval
A. Final approval of sewer lines and manholes shall be based on an inspection covering all items
in this specification and other approved plans and material. The inspection shall be done in an
appropriate manner by representatives of the Chief Water Utilities Engineer.
B. Contractor shall remedy any defects in workmanship or materials revealed by inspection at
their own expense.
C. Final approval will be based on re -inspection of the sewer after the appropriate repairs and
corrections are completed.
6.8.11 Acceptance
A. Flow of any kind into the existing sanitary sewer collection system shall not be allowed until
the new sewer lines and manholes has been satisfactorily completed and accepted for use by
the Chief Water Utilities Engineer.
B. Portions of the work completed may be placed in operation after all cleaning, testing and
inspection requirements have been fulfilled. Such partial use or partial acceptance shall be
subject to approval of the Chief Water Utilities Engineer.
66 Section 6
Design Standards and Specifications
Sewer Specifications
6.9 Lift Station
6.9.01 Lift station design must conform to the most recent TCEQ design criteria.
6.9.02 Site Layout
A. Lift station site location shall be approved by the Chief Water Utilities Engineer.
B. Site shall be chosen to provide the least negative impact to surrounding existing and future
development.
C. The station site shall be located so it may serve as much of the entire sewer drainage basin as
possible. This may require that the station be located off -site of the development.
D. The station site shall be protected from the 100-year flood plain and shall be accessible during
the 25-year storm event.
E. Lift station site and associated access road shall be located in a dedicated right-of-way or
permanent easement.
i. Access road shall be a minimum 12-foot wide all-weather surface.
ii. Additional staging and parking area shall be provided.
iii. Station grounds shall be minimum 5-inch thick, aggregate road base material.
F. Lift station site shall be fully enclosed by intruder -resistant fence and include a 14-foot vehicle
gate and 3-foot man gate. Vehicle gate shall be situated such that pumps and equipment are
accessible by service vehicles.
G. Lift station shall have bypass capability.
H. Lift station shall have lightning protection for all electronic components.
I. Lift station site shall be illuminated by a security light system.
J. Lift station shall be fitted with SCADA antennae.
6.9.03 Dry Well
A. Dry well shall have separate, dedicated entrance with ladder.
B. The dry well or valve vault shall have an approved, lockable, 26-inch x 36-inch pedestrian -
rated aluminum hatch.
C. Provisions shall be made for water removal from the dry well.
D. Dry well shall be adequately vented with a minimum of two 4-inch vent pipes with one having
an active ventilation blower.
6.9.04 Wet Well
A. Wet wells must be enclosed by water -tight and gas -tight walls.
B. Interior walls of wet wells shall be lined with a lining system per the Approved Materials List.
C. Wet well shall have a maintenance hatch for servicing pumps and a separate, dedicated
entrance.
i. Dedicated entrance shall have an approved, lockable, 26-inch x 36-inch pedestrian -
rated aluminum safety hatch.
ii. Maintenance hatch shall be an approved, double -door, lockable, 48-inch x 72-inch
pedestrian -rated aluminum hatch or as required to adequately maintain the wet well
pumps and components.
Section 6 67
Design Standards and Specifications
Sewer Specifications
D. A gravity sewer pipe discharging to a wet well must be located so that the invert elevation is
above the level of the system's "on" setting.
E. All piping within wet well shall be PVC with flanged fittings.
F. All interior components shall be stainless steel including nuts, bolts, other fasteners and all
base plates.
G. Each pump shall be fitted with minimum 25 feet of stainless steel lifting chain.
H. Each pump shall be fitted with dual -rail stainless steel guide bar and upper guide bar
brackets.
I. Wet well shall have a sloped bottom toward the pump intake to avoid solids deposition.
J. Wet well shall be adequately vented with a minimum of two 4-inch vent pipes with one having
an active ventilation blower.
K. Piping associated with lift stations shall be approved gravity or pressure rated sewer pipe.
6.10 Restoration and Clean Up
6.10.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks,
gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to
a condition equal to that before the work began and to the satisfaction of the Chief Water
Utilities Engineer.
6.10.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by
the Contractor shall be reconstructed as required by the current City of Lubbock Street
Ordinance.
6.10.03 Irrigation systems affected by construction shall be properly repaired by a licensed
irrigator, with materials equal to the existing system and in compliance with current
applicable codes.
6.10.04 All rubbish, excess excavated materials, unused materials and other non-native materials
shall be removed from the jobsite and legally disposed.
6.10.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief
Water Utilities Engineer.
68 Section 6
Design Standards and Specifications
Sewer Specifications
6.11 Warranty and Acceptance
6.11.01 Within 30 calendar days after the Developer or Developers Engineer has given written
notice that the improvements have been substantially completed, the City shall inspect the
completed improvements and provide a punch list if necessary.
A. If it is mutually determined that the improvements have been constructed in accordance with
the engineering plans and the City of Lubbock Public Works Engineering Minimum Design
Standards and Specifications, the Developers Engineer shall submit Record Drawings,
Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of
Completion and the Developers Warranty Statement are included in the City of Lubbock Public
Works Engineering Minimum Design Standards and Specifications)
B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the
Developers Warranty Statement, the City will accept improvements within 30 calendar days;
unless exception is given in writing.
C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or
Contractor of responsibility related to warranty of materials or workmanship.
D. The Developer shall remedy any defects due to faulty materials or workmanship that appear
within 1 year from the written Certificate of Completion.
Section 6 69
Design Standards and Specifications
Sewer Specifications
70 Section 6
Design Standards and Specifications
Approved Materials List
SECTION 7
APPROVED MATERIALS AND MANUFACTURERS LIST
7.1 Introduction
7.1.01 This section lists specific products and manufacturers that have been approved for use
within the City of Lubbock water and sanitary sewer system.
7.1.02 This listing is intended to be used as a reference source for Water Utilities employees,
design engineers, developers, contractors and vendors.
7.1.03 Materials produced by manufacturers not listed herein are not acceptable for use within the
City's system.
7.1.04 Manufacturers interested in submitting products for evaluation and possible approval
should submit a written request in accordance with the procedures listed below.
7.2 Product Submittal Procedures
7.2.01 Written requests should be sent to the attention of "Chief Water Utilities Engineer, City of
Lubbock, PO Box 2000, Lubbock, Texas 79457".
7.2.02 Written requests shall include the following:
A. A complete Application for New Product(s) (See Appendix A-1)
B. Four (4) copies of the following documents:
i. A list of all applicable standards regarding the product and certification (AWWA, ANSI,
ASTM, etc.)
ii. Adequate shop drawings and design information (brochures and other product
information)
iii. Location of the manufacturer's plant
iv. Location of the nearest local distribution point and retail outlet
v. A list of any special tools, fittings or methods of construction required for installation
and/or maintenance
vi. Spare parts and service availability information
vii. A 5-year history of the product documenting its performance
viii. Warranties
ix. Product sample (where appropriate)
x. User references, with contact person and telephone numbers (Specifically in the State
of Texas)
A. Life cycle costs (where appropriate)
xii. A statement of why the approval of the product would be beneficial to City of Lubbock
C. Applicant shall send a formal review meeting request to the Chief Water Utilities Engineer.
D. All submissions shall be made at least 30 days prior to the meeting at which review is
requested.
Section 7 71
Design Standards and Specifications
Approved Materials List
7.3 Evaluation Process
7.3.01 Product evaluation will be conducted by the Chief Water Utilities Engineer or their
designee.
A. Review shall include:
i. Conformance with the City of Lubbock Minimum Design Standards and Specifications.
ii. Comments made by contractors, engineers, developers, suppliers, etc.
iii. Any other matters regarding the design, construction and implementation of the
proposed product into the City of Lubbock water and sanitary sewer system.
B. Applicant may be requested to make a brief presentation regarding the product.
Representatives shall be knowledgeable on product use, locations, design and reference
checks. The representative shall also have the authority to approve a trial run in City of
Lubbock.
7.4 Approval Process
7.4.01 The decision of the Chief Water Utilities Engineer is final.
7.4.02 For each product that has been submitted, one of the following recommendations will be
made:
A. Approval for Use
i. This approves a product for use throughout the City's service area.
ii. The Chief Water Utilities Engineer may withdraw the Approval for Use status for
violation of the City of Lubbock Minimum Design Standards and Specifications.
iii. All use of the product will be in conformance with the manufacturer's specifications and
good engineering practices.
B. Conditional Approval for Use
i. This approves a product for use throughout the City's service area; however, the
product will be reviewed periodically to ensure that no unforeseen installation or
maintenance problems have risen and that quality assurance/quality control meet City
Standards.
ii. After a suitable period of field observation, this approval may be upgraded to Approval
for Use status. The frequency of review and the length of field observation period will
be determined by the Chief Water Utilities Engineer.
iii. If, during the field observation period, problems with installation, operation or
maintenance of the product are observed, the Chief Water Utilities Engineer may
downgrade the status of the product to Disapproved for Use.
iv. The Chief Water Utilities Engineer may withdraw the Conditional Approval for Use
status for violation of the City of Lubbock Minimum Design Standards and
Specifications.
v. All use of the product will be in conformance with the manufacturer's specifications and
good engineering practices.
C. Limited Approval for Use
i. This approves a product for use only in certain sites or projects within the City's service
area. The Chief Water Utilities Engineer will determine where the product can be used.
ii. The product will be reviewed periodically to ensure that no unforeseen installation,
operation or maintenance problems have arisen.
72 Section 7
Design Standards and Specifications
Approved Materials List
iii. After a suitable period of field observation, this approval may be upgraded to
Conditional Approval for Use or Approval for Use status. The frequency of review and
the length of the field observation period will be determined by the Chief Water Utilities
Engineer.
iv. If, during the field observation period, problems with the installation, operation or
maintenance of the product are observed, the Chief Water Utilities Engineer may
downgrade the status of the product to Disapproved for Use.
v. The Chief Water Utilities Engineer may withdraw the Limited Approval for Use status
for violation of the City of Lubbock Minimum Design Standards and Specifications.
vi. All use of the product will be in conformance with manufacturer's specifications and
good engineering practices.
D. Disapproved for Use
i. The product may not be used anywhere within the City's service area.
ii. If a product has been given a Disapproved for Use status by the Chief Water Utilities
Engineer, the product may not be resubmitted for review unless significant changes
have been made to the product.
iii. The Chief Water Utilities Engineer will not reconsider a product Disapproved for Use
until at least twelve (12) months have passed from the date of disapproval.
E. Insufficient Information
i. Not enough information was provided to evaluate the product.
ii. Upon receipt of requested additional information, the Chief Water Utilities Engineer will
reevaluate the product.
iii. If, upon reevaluation, it is determined that not enough information was provided a
Disapproved for Use status will be given.
7.4.03 Design Changes of Approved Products
A. After the approval of a product, the manufacturer or their representative shall inform the
Chief Water Utilities Engineer, in writing, of any modifications in design or material. Such
changes may require further evaluation and approval.
7.4.04 Withdrawal of Approval
A. The Chief Water Utilities Engineer may withdraw any approval as a result of a design change,
field observation, testing, product failure, or other factors that, in the opinion Chief Water
Utilities Engineer, warrant such withdrawal.
Section 7 73
Design Standards and Specifications
Approved Materials List
7.5 Water
7.5.01 Water Pipe
A. Polyvinyl Chloride (PVC) 4-inch to 24-inch
i.
AWWA C900 or C905; Minimum DR-18
ii.
Manufacturers:
a.
CertainTeed
(1) Certa-Lok
b.
Diamond Plastics
c.
JM Eagle
(1) Blue Brute
(2) Big Blue
(3) Eagle Loc 900
d.
North American Pipe
e.
Northern Pipe Products
f.
Pipelife Jetstream
g.
VinylPlex, Inc.
B. High Density Polyethylene (HDPE)
i.
AWWA C906, PE 4710, Minimum DR11, Pressure Class 200
ii.
Manufacturers
a.
Chevron
b.
JM Eagle
c.
Plexco
C. Cement -lined Ductile Iron (DIP) - Push -On or Mechanical Joint
i. AWWA C151 Minimum Thickness Class 50
ii. Manufacturers
a. American Cast Iron Pipe
b. Griffin Pipe Products
c. McWane Pipe
d. U.S. Pipe and Foundry
D. Concrete Cylinder Pipe
i. AWWA C301, Pre -stressed Concrete Steel Cylinder Pressure Pipe
ii. AWWA C303, Concrete Bar -wrapped Steel Cylinder Pressure Pipe
iii. Manufacturers:
a. Hanson
7.5.02 Fittings: (Bends, Crosses, Tees and Offset Glands)
A. Ductile Iron; Compact
B. AWWA C110 and C-153
C. Manufacturers:
i. American Cast Iron Pipe
ii. Griffin Pipe Products
iii. McWane Pipe
74 Section 7
Design Standards and Specifications
Approved Materials List
iv. Sigma Corporation
v. Star Pipe Products, Inc.
vi. Tyler Pipe and Foundry Utilities
vii. U.S. Pipe and Foundry
7.5.03 Couplings (Transition or Straight), Non -Restrained
A. Low -alloy or stainless steel bolts and nuts; outside finish: heat fused nylon coating or fusion
bonded epoxy coating; standard length body.
B. Manufacturers
i. Dresser
ii. Ford
iii. JCM Industries
iv. Romac
v. Smith -Blair
7.5.04 Resilient Seat Gate Valves, 4-inch through 12-inch
A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating.
B. AWWA C509 and C515
C. Manufacturers
i. American AVK
ii. Clow
iii. Darling
iv. EJIW
v. Mueller
vi. M & H Model 3067
vii. United
7.5.05 Butterfly Valves — 16-inch and Greater, with gearing if required by manufacturer
A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating.
B. AWWA C504
C. Manufacturers
i. DeZurik
ii. Mueller
iii. M & H
7.5.06 Fire Hydrants
A. AWWA C502
B. 5-1/4-inch valve opening; 2-1/2-inch hose nozzles; 4-inch steamer nozzle
C. Factory painted orange
D. Manufacturers
i. American Darling Model B-84-B
ii. American AVK
iii. Clow Medallion
Section 7 75
Design Standards and Specifications
Approved Materials List
iv. Mueller Centurion
v. M & H Style 129-09
7.5.07 Fire Hydrant Raised Pavement Marker
A. Manufacturer
i. Stimsonite Model 80
7.5.08 Service Saddles
A. Epoxy coated ductile iron body; Double band with SS bands and bolts
B. AWWA C800
C. 1-inch
i. Female AWWA Taper threads (CC or CS)
ii. Manufacturers
a. Ford
b. JCM Industries
c. Mueller
d. Romac Industries, Inc.
e. Smith -Blair
D. 2-inch
i. Female iron pipe threads
ii. Manufacturers
a. Ford
b. JCM Industries
c. Mueller
d. Romac Industries, Inc.
e. Smith -Blair
7.5.09 Corporation Stops
A. Full Port Ball Valve
B. AWWA C800
C. 1-inch
i. Male AWWA Taper threads (CC or CS) by flared copper or compression
ii. Manufacturers
a. A. Y. McDonald
b. Ford
c. Mueller
D. 2-inch
i. Male iron pipe threads by flared copper or compression
ii. Manufacturers
a. A. Y. McDonald
b. Ford
c. Mueller
76 Section 7
Design Standards and Specifications
Approved Materials List
7.5.10 Service Tubing
A. Copper Tubing
i. ASTM B88
ii. Flared copper fittings
iii. 1-inch
a. Type K -Soft
iv. 2-inch
a. Type K - Hard
B. Polyethylene Tubing (PET); 1-inch and 2-inch
i. ASTM D2737 - Copper Tube Size (CTS), 200 PSI Minimum, Black or Blue
ii. Quick joint type compression fittings
iii. Manufacturers
a. Endot — Endopure PE 4710
b. NuMex PE 4710
c. Silverline — Sil-O-Flex PE 3408 or 4710
d. Ultraline — Driscoplex 5100 Series PE 4710
7.5.11 Curb Stops
A. Full Port Ball Valve
B. AWWA C800
C. Curb stops shall include meter swivel nut (meter spud) connection on outlet side such that
meter nut can be replaced without removing valve from operation.
D. Reductions for smaller meter sizes shall be accomplished by use of appropriately sized iron
pipe threaded brass bushing on outlet side of curb stop.
E. 1-inch and 2-inch
i. Flared copper or compression by female iron pipe threads with meter swivel nut.
ii. Manufacturers
a. A. Y. McDonald
b. Ford
c. Mueller
7.5.12 Compression Fittings
A. Compression fittings shall be quick joint type.
B. Manufacturers
i. Mueller Insta-Tite Connection
ii. Ford Ultra-Tite Connection
7.5.13 Mueller Meter Setters, 2-inch
A. Ball valve inlet and outlet, 15 inch height, Female iron pipe threads
B. Manufacturers
i. A. Y. McDonald
ii. Ford
iii. Mueller
Section 7 77
Design Standards and Specifications
Approved Materials List
7.5.14 Tapping Sleeves
A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange
B. Epoxy coated with stainless steel bolts and nuts
C. Manufacturers
i. Ford FAST
ii. JCM Industries #469
iii. Smith Blair #662
iv. ROMAC #SST
7.5.15 Resilient Seat Wedge Tapping Valves
A. AWWA C509
B. Manufacturers:
i. American
ii. Clow
iii. EJIW
iv. Mueller
v. M & H
vi. U. S. Pipe
7.5.16 Water Meter Boxes and Vaults
A. Manufacturers
i. Hi -Density Polyethylene Plastic Box
a. Carson Industries Model 2200
ii. Heavy Duty HS-20 Rated
a. EJIW
b. Old Castle
7.5.17 Double Check, Double Detector Check and Reduced Pressure Principle Devices
A. American Society of Sanitary Engineering Seal Approval
B. Call City of Lubbock backflow coordinator at (806) 775-2589 for specific applications.
C. Manufacturers
i. Ames
ii. Febco
iii. Watts
iv. Wilkins
7.5.18 Backfow Preventer Box
A. Polyester or Aluminum Enclosure, Heated and Insulated ASSE 1060
B. Manufacturers
i. EZ Box Model HEZ
ii. Hot Box
iii. Safe-T-Cover
7.5.19 Air Release Valves
78 Section 7
Design Standards and Specifications
Approved Materials List
A. Manufacturers
i. APCO
ii. ARI
iii. Crespin
7.5.20 Flushing Hydrants
A. Manufacturers
i. Kupferle
7.5.21 Sampling Stations
A. Manufacturers
i. Kupferle
7.5.22 Valve boxes
A. Cast -Iron slip type
B. Manufacturers
i. EJIW
ii. Sigma
iii. Star Pipe
7.5.23 Pipe Restraints
A. ASTM F1674
B. Manufacturers
i. EBAA Iron, Inc.
ii. Ford
iii. Romac
iv. Sigma
v. Smith -Blair
vi. Star Pipe Products, Inc.
vii. Tyler Union
7.5.24 Casing Spacers
A. Manufacturers
i. Advance Products
ii. BMW
iii. Cascade
iv. CCI Pipeline
V. Culpico
vi. PSI
7.5.25 Precast Concrete Vaults, HS-20 Rated
A. Manufacturers
i. Hanson Pipe and Products
ii. Vaughn Concrete Products
Section 7 79
Design Standards and Specifications
Approved Materials List
7.5.26 Waterline Marker
i. Manufacturers
a. Blackburn
b. Carsonite International
80 Section 7
Design Standards and Specifications
Approved Materials List
7.6 Sanitary Sewer
7.6.01 Gravity Sewer Pipe
A. Polyvinyl Chloride (PVC) Pipe
i.
6-inch thru 15-inch: ASTM D3034, Minimum Class SDR 35
ii.
18-inch thru 48-inch: ASTM F679, wall thickness T-1
iii.
Fittings ASTM D1784
iv.
Gaskets ASTM F477
v.
Manufacturers
a.
Certainteed Corporation
b.
Diamond Plastics
c.
GPK (Fittings Only)
d.
Harco (Fittings Only)
e.
JM Eagle
f.
Multi Fittings (Fittings Only)
g.
National Pipe and Plastics Ever -Green Sewer Pipe
h.
North American Pipe ASTM D3034
i.
Plastic Trend (Fittings Only)
j.
VINYL Plex (Fittings Only)
B. PVC Corrugated Sewer Pipe with Smooth Interior
i.
ASTM F949, ASTM F794
ii.
Manufacturer
a.
Diamond Plastics
C. High Density Polyethylene (HDPE)
i. ASTM F714
ii. Manufacturers
a. Chevron
b. JM Eagle
c. Plexco
D. Ductile Iron (DIP)
i. AWWA C151 Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining
ii. Manufacturers
a. American Ductile Iron Pipe
b. Griffin Pipe Corporation
c. McWane
d. U.S. Pipe and Foundry Company
E. Steel Reinforced Polymer Concrete
i. ASTM D6783
ii. Manufacturers
a. U. S. Composite Pipe
F. Polypropylene Corrugated Dual Wall and Triple Wall
i. 12-inch thru 30-inch: ASTM F2736
ii. 30-inch thru 60-inch: ASTM F2764
Section 7 81
Design Standards and Specifications
Approved Materials List
iii. Manufacturer
a. ADS Sanitite HP
7.6.02 Pressure Sewer Pipe
A. Polyvinyl Chloride (PVC)
i. AWWA C900 Minimum Class DR25
a. Manufacturers
(1) Diamond Plastics
(2) JM Eagle
(3) North American Pipe
ii. SDR26 Class 160
a. Manufacturers
(1) Diamond Plastics
(2) JM Eagle
(3) North American Pipe
B. Ductile Iron (DIP)
i. Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining
ii. Manufacturers
a. American Ductile Iron Pipe
b. Griffin Pipe Corporation
c. U. S. Pipe and Foundry Company
C. High Density Polyethylene (HDPE)
i. AWWA: C906, Minimum Pressure Class 160
ii. Manufacturers
a. Chevron
b. JM Eagle
c. Plexco
7.6.03 Manholes
A. Precast Concrete
i. ASTM C478
ii. Manufacturers
a. Hanson Building Products
b. South Plains Concrete Products
c. The Turner Company
d. Vaughn Concrete Products
B. Glass -Fiber -Reinforced Polyester Manholes, Wetwells and Manhole Liners
i. ASTM D3753
ii. Manufacturer
a. LF Manufacturing
b. Containment Solutions
7.6.04 Manhole Frames and Covers
A. ASTM A48, Class 35B, AASHTO M-306
82 Section 7
Design Standards and Specifications
Approved Materials List
B. Standard Solid Cover
i. Manufacturers
a. East Jordan Iron Works
C. Watertight Frame and Cover
i. Manufacturers
a. East Jordan Iron Works
b. Rexus
7.6.05 Manhole Coatings/Protective Lining System
A. Manufacturers
i. A-Lok - Dura Plate 100 PVC Liner
ii. Raven 405
iii. Tnemec — Series 431 PermaShield
7.6.06 Gaskets and Flexible Manhole Connections
A. Flexible cast -in -place seal or flexible boots installed with hydraulic pressure after manhole
manufacture. Manhole openings shall be made by hole -formers inserted during manufacture.
B. Manufacturers
i. Press -Seal Gasket Corp.
ii. A-Lok
iii. International Precast Supply
iv. NPC
7.6.07 Internal Chimney Seals
A. ASTM C923
B. Manufacturers
i. Cretex
ii. NPC
7.6.08 Manhole Joint Seals
A. Sealant per ASTM C990
B. 0-ring gaskets meeting ASTM C443 and ASTM C1628.
7.6.09 Manhole Joint Wrap (in addition to 0-ring specified above)
A. Manufacturers
i. Ram Nek
ii. ConSeal CS 102
7.6.10 Manhole Joint Sealers
A. Butyl Mastic
B. Manufacturers
i. Ram Nek
ii. ConSeal CS 102
Section 7 83
Design Standards and Specifications
Approved Materials List
7.6.11 Inflow Prevention Device
A. Non -Corrodible with self cleaning gas relief and vacuum relief valves
B. Manufacturers
i. L.F. Manufacturing Inc. - Rain Guard
ii. No Flow -In Flow
iii. The Man Pan
iv. Southwestern Packing and Seals, Inc. - Rainstopper
7.6.12 Polyethylene Slope Adjusting Ring
A. ASTM D1248
B. Manufacturers
i. Ladtech
7.6.13 Saddles
A. Manufacturer
i. NDS
7.6.14 Cleanout Cover
A. Manufacturer
i. East Jordan Iron Works
7.6.15 Valves — Must Be Approved for Use in Wastewater Application
A. Plug, Full Port
i. Manufacturers
a. DeZurik
B. Resilient Seat Gate
i. AWWA C509
ii. Manufacturers
a. American Flow Control
b. Clow
c. M & H
d. Mueller
e. U.S. Pipe
C. Swing Check
i. Manufacturer
a. Golden Anderson
b. M & H
c. Val-Matic
7.6.16 Backwater Valve for Manhole Vent
A. Manufacturer
i. Josam
84 Section 7
Design Standards and Specifications
Approved Materials List
7.6.17 Lateral Backwater Valve
A. Diaphram Operated Stainless Steel Knife Valve ASME Al 12.14.1
B. Manufacturer
i. John Stephens
ii. Plastic Trends
iii. Smith Floodgate
7.6.18 Sewage Combination Air/Vacuum Valve
A. Manufacturers
i. APCO/Willamette
ii. ARI
iii. Golden Anderson Industries
7.6.19 Sanitary Sewer Marker
A. Manufacturers
i. Blackburn
ii. Carsonite International
7.6.20 Wastewater Pumps
A. Manufacturer
i. Flygt N-Pump
Section 7 85
Design Standards and Specifications
Approved Materials List
7.7 Water and Sanitary Sewer Systems
7.7.01 Modular Wall Seal
A. EPDM with stainless steel nuts and bolts
B. Manufacturer
i. Thunderline
ii. Pipe Seal
iii. Link Seal
7.7.02 Vault Doors
A. Type K heavy duty aluminum double leaf door, H-20 rated
B. Manufacturers
i. Bilco
ii. Halliday
iii. USF Fabrication, Inc.
7.7.03 Tracer Wire
A. 14-gauge
B. Manufacturers
i. Copperhead
ii. Southwire
7.7.04 Marking Tape
A. 3-inch width, Sewer — green, Water - blue
B. Manufacturers
i. Presco Prodcuts
ii. Terra Tape
86 Section 7
Design Standards and Specifications
Streets and Drainage Check List
SECTION 8
STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE
CONSTRUCTION
8.1 General
8.1.01 The construction and materials for any City of Lubbock Public Works Engineering paving or
drainage improvements project shall conform to the following specifications and associated
plan sheets.
A. Any construction or materials failing to meet the requirements of these specifications or the
plan sheets shall be removed and replaced at the Contractor's own expense.
B. No consideration will be given to requests for reduced payments for construction or materials
not in conformance with these specifications and the plan sheets.
8.1.02 The term Engineer used in these specifications shall refer to the City of Lubbock City
Engineer or an individual designated by the City Engineer to administer these specifications
and associated plans.
8.1.03 The Engineer may require certificates from manufacturers certifying that materials or
equipment to be incorporated into the work meet these specifications.
A. Material Safety Data Sheets (MSDS) shall be required on all materials.
B. All materials or equipment shall be subject to approval by the Engineer before being
incorporated into any project.
C. After approval, the source and/or character of materials shall not be changed without written
authorization by the Engineer.
8.1.04 Streets to be constructed in a location where the traffic is expected to consist of an
unusual number of trucks or other heavy vehicles shall have an approved pavement
structure design specific to that loading condition.
8.1.05 All construction covered by these specifications shall be in compliance with the City of
Lubbock Code of Ordinances, Chapter 30 Lakes and Water Ways, Chapter 36 Streets,
Sidewalks, and Other Public Ways, Chapter 38 Subdivisions, and other chapters as
applicable.
8.1.06 Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests,
procedures, quality standards, or requirements which are included in these specifications
or any associated plans shall be the latest edition and revision thereof.
A. When information indicated on plan sheets is in conflict with these specifications, the
information on the plans shall govern.
8.2 Desian Standards
8.2.01 The following design standards shall apply to all paving and drainage improvements
associated with construction of new subdivisions.
A. If unusual site conditions necessitate design criteria different from these requirements,
changes will be permitted only if specifically approved by the City Engineer.
Section 8 87
Design Standards and Specifications
Streets and Drainage Check List
8.2.02 Street Crown Elevations
A. All street paving shall incorporate a centerline crown at the following listed elevation unless
otherwise indicated on plans, or as directed by the Engineer:
Pavement Width
of Curb to Face of Curb
Finished Paving Surface
Above Gutter
32 feet
0.52 feet
36 feet
0.58 feet
42 feet
0.67 feet
46 feet
0.73 feet
66 feet
1.03 feet
88 feet
1.18 feet
i. The widths listed above refer to the total proposed future full width of street.
ii. Where there is a difference in elevation between top of opposite street curbs, the
crown elevation shall be adjusted such that the cross slopes are 2.0% minimum and
4.0% maximum.
8.2.03 Minimum Grades
A. All street paving shall incorporate the following slopes unless otherwise indicated on plans, or
as directed by the Engineer:
Location
nished Grade EM_
Linear Curb and Gutter
0.20
Curb and Gutter in Cul-De-Sacs
0.30
Concrete Dips, Valley Gutters and Fillets
0.35
Concrete Alley Paving
0.20
Concrete Drainage Channel
0.20
Fall Around Curb Radii
0.80
B. Asphalt dips shall not be used in the place of concrete dips or valley gutters.
8.3 Testing and Inspection
8.3.01 All work shall be inspected and tested by a representative designated by the City Engineer,
who shall have the authority to halt construction when, in their opinion, construction is
being performed contrary to these specifications or associated plans.
A. Whenever any portion of these specifications or associated plans is violated, the Engineer may
order the portion of construction that is in violation to cease until such violation is corrected.
8.3.02 Contractor shall cooperate with the Engineer in providing for sampling and testing
procedures.
A. The contractor shall provide at least a 2 hour notification to City Inspection Staff prior to any
inspection services needed.
B. In the event the City tests indicate out of specification materials, additional tests may be
provided by the contractor at their own expense.
C. Conflicting tests provided by the contractor will not automatically be considered as compliance
with City specifications, but will be considered only as additional information to be used by the
Engineer to determine the compliance of the material or construction in question.
88 Section 8
Design Standards and Specifications
Streets and Drainage Check List
8.3.03 The testing and inspection provided by the City is intended only to verify that materials and
construction comply with plans and specifications. The City's testing and inspection efforts
are not intended to replace the contractor's responsibility to comply with the specifications.
A. With respect to new material sources, or where the City lab has determined materials or
construction do not comply with these specifications, the City will not re -test until the
contractor has provided their own testing to demonstrate the materials and construction are
in compliance with the plans and specifications.
8.3.04 Upon completion of construction, the Contractor will apply sufficient water to all paving
improvements within the project to ensure all surfaces meet drainage requirements and
are in compliance with these specifications.
8.4 Notification of Property Owners
8.4.01 The contractor shall be responsible for maintaining positive communication with adjacent
property owners.
8.4.02 The contractor shall provide two days notice to all affected property owners with respect to
pending construction, and restriction of access or driveway locations.
8.5 Protection of Utilities and Irrigation Systems
8.5.01 The plans show only approximate locations of utilities as obtained from various utility
companies.
A. It is not implied that all utilities or their accurate locations are shown on the plans.
8.5.02 It is the contractor's responsibility to become familiar with all utilities and locations.
A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility
notification and protection, including Underground Facility Damage Prevention Notification
Centers.
The contractor shall call DIG TESS (1-800-344-8377) and provide sufficient time for all utilities
to be identified prior to construction.
8.5.03 On all projects the contractor shall exercise care not to damage any sanitary sewer pipe,
manholes, storm sewers, water lines, valves and boxes, communication cables, power
cables, gas lines, nor any other pipe or utility. The contractor will be responsible during
the construction period for damages to any utilities.
8.5.04 Irrigation systems affected by construction shall be properly repaired by a licensed
irrigator, with materials equal to the existing system, and in compliance with current
applicable codes. The repairs shall be pressure tested to the satisfaction of the Engineer
prior to being covered.
8.6 Water for Construction
8.6.01 The City will furnish water from fire hydrants for construction purposes.
A. To use City water for construction the contractor shall acquire a water meter for use on a City
fire hydrant and will be charged the applicable rate for the quantity of water used.
B. The contractor shall contact Lubbock Power and Light Customer Service Department to
establish a utility account. The contractor must pay a deposit for each fire hydrant meter and
will be responsible for all charges associated with that account.
Section 8 89
Design Standards and Specifications
Streets and Drainage Check List
C. Once an account is established and the deposit is paid, the contractor may pick up a meter
from the City Water Department at 600 Municipal Drive.
8.6.02 Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe
wrenches, or other unapproved devices, shall be used to open and close a fire hydrant.
8.6.03 For top loading trucks or containers the contractor shall provide a back flow prevention
assembly on the discharge side of the meter.
A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves.
B. When filling the truck or container there shall be an air gap of at least two times the opening
diameter of the truck or container.
8.6.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type
backflow prevention assembly.
A. All RPZ type back flow prevention assemblies must be tested and the test results approved by
the City prior to use.
B. The test results shall be sent to the City of Lubbock Public Works Department, Meter and
Customer Service Supervisor for approval.
8.6.05 In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backfow
Prevention", City representatives are authorized to suspend water use from a fire hydrant
by a contractor until the proper and correct backflow prevention devices are installed.
8.7 Concrete
8.7.01 These specifications shall govern Portland cement concrete used for curb and gutter, valley
gutters and fillets, alley paving, sidewalks, street paving, curb ramps, medians, and
drainage improvements.
A. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM
C94.
B. The concrete shall be transported to the project location in approved Revolving Drum Agitator
Trucks, and shall be placed within one hour of mixing time. The concrete shall be
continuously mixed during transit.
C. Concrete shall have a temperature of less than 90 degrees at time of placement. Concrete
above this temperature will be rejected and shall be removed from the job site.
D. No more than eight yards of concrete shall be loaded in a Revolving Drum Agitator Truck and
transported to the job site. Loads in excess of eight yards will be rejected and shall be
removed from the job site.
E. Add mixture for increasing and or decreasing air shall be a temporary solution while the batch
plant makes adjustments. A maximum of three loads may be treated per plant per day.
F. No patching of any nature shall be allowed in repairing any damage to concrete
improvements. Where damage occurs, the section shall be removed to the nearest joints and
shall be replaced with new construction. Small cracks with no evidence of displacement may
be repaired with epoxy, only where approved by the Engineer.
G. All concrete shall have 5 percent, minus 1.5 percent to plus 3 percent, air entrainment in
conformance with ASTM C260.
H. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all
concrete ingredients, including cement, aggregates, water, and admixtures.
90 Section 8
Design Standards and Specifications
Streets and Drainage Check List
8.7.02 Classification
A. The following City of Lubbock classes of concrete shall be used:
Class
I TYPIcall Uses
A
Curb and gutter, sidewalks, curb ramps, drainage channels, medians,
inlet boxes, headwalls, junction boxes, driveways, and retaining walls.
B
Valley gutters and fillets, alley returns, and alley paving.
C
Concrete street pavement.
D
Utility encasements
E
Fast setting concrete pavement such as "Fast Track" Concrete
Pavement or, other special design.
8.7.03 Thickness of Concrete Surfaces
A. Concrete thoroughfare street paving shall have a minimum thickness of 8 inches.
B. Concrete alley paving shall have a minimum thickness of 7-1/2 inches at edge and
5 inches at flow line.
i. No tolerance on minimum thickness will be allowed.
ii. No additional compensation will be made to the contractor for thickness greater than
specified.
C. All other proposed concrete paving thickness shall be approved in writing by the City
Engineer.
8.7.04 Drainage Easements
A. All drainage easements shall have, at a minimum, a 10-foot wide concrete flow line to be
constructed with the street and alley paving improvements.
B. Drainage easements shall not be used as alleys or garbage collection easements.
8.7.05 Mix Design
A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit the
concrete mix design to the Engineer for approval.
i. The following shall be submitted to the Engineer for review:
a. Test certificates from an approved commercial testing laboratory on all proposed
aggregate.
(1) Certificates shall indicate material source, gradation, and loss from 5 cycle
Magnesium Sulfate test not to exceed 25 percent.
b. Mix design based on water -cement ratio.
c. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in
conformance with ASTM C78, made by an approved commercial testing laboratory.
(1) Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to
the class of concrete.
ii. The Engineer will approve or reject the mix design and materials based on these
submittals.
iii. Mix design approval shall be subject to additional testing during construction.
Section 8 91
Design Standards and Specifications
Streets and Drainage Check List
B. Mix designs for various classes of concrete shall conform to the following:
Class
Min. Sacks Cement
cubic
Max. Slump
Water/Cement Ratio
A
5.0
0.40 — 0.60 5
B
5.5
0.40 — 0.60 5
C
6.0
0.35-0.45 3
D
4.5
0.40 — 0.60 5
E
As Required forspecific cure time and strength.
i. New mix designs shall be submitted annually, or when material properties or sources
change.
8.7.06 Strength Requirements
A. The various classes of concrete shall conform to the following minimum strengths in pounds
per square inch (psi) as determined by the average of two test cylinders or beams:
Min. Com ressive Strength
Min. Flexural Strength
Class
3 Day
7 Day
28 Day
28 Da
A
-
2100
3000
-
B
2500
3000
-
-
C
-
2500
3600
600
D
-
-
2500
-
E
3000 psi at 24 hours
B. When cores are subsequently used to prove compressive strength where test cylinders
indicate failures, the cores shall be tested in accordance with ACI C42.
C. In such cases, the required compressive strength shall be increased by 10%.
8.7.07 Cement
A. Cement shall be Type I, Type II, or Type I -II cements, conforming to ASTM C150 "Standard
Specification for Portland Cement".
B. The contractor shall notify the Engineer prior to any changes of the cement supplier or source
during construction. The Engineer may require a new mix design if changes of supplier or
source occur.
8.7.08 Aggregate
A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and
screened gravel or clean crushed stone conforming to ASTM C33.
B. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, organic
impurities, or other deleterious materials.
C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136.
92 Section 8
Design Standards and Specifications
Streets and Drainage Check List
i. The gradation for fine aggregate shall meet the following requirements:
Fine Aggregate
Cumulative Percent Retained
Retained on 3/8" Sieve
0
Retained on No. 4 Sieve
0-5
Retained on No. 16 Sieve
20-55
Retained on No. 30 Sieve
45-75
Retained on No. 50 Sieve
70-90
Retained on No. 100 Sieve
98-100
D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2
inches, and shall conform to ASTM C136.
i. The gradation for coarse aggregate shall meet the following requirements:
Coarse Aggregate
Retained on 1-3/4" Sieve
Cumulative Percent Retained
0
Retained on 1-1/2" Sieve
0-5
Retained on 3/4" Sieve
10-40
Retained on 1/2" Sieve
40-75
Retained on No. 4 Sieve
95-100
E. Coarse aggregate for Class C or E concrete shall be crushed limestone (Brownwood type or
equivalent). Crushed gravel will be allowed if on the TOOT Quarterly Monitoring Program, or
if specifically approved by the engineer.
F. Aggregate Quality Requirements shall comply with the following requirements:
Material P1810ft
Max. Allowable Limit
Deleterious Material
2.0%
Decantation
1.5%
Flakiness Index
17
Magnesium Sulfate Soundness
25%
G. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved
by the Engineer.
i. Stockpiling methods used shall not allow aggregate to roll down the slope as it is
added to existing stockpiles.
ii. Stockpiles shall be built in layers of uniform thickness.
iii. Equipment shall not be permitted to operate over the same lift repeatedly.
8.7.09 Flowable Fill
A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content
of 1-1/2 sacks per cubic yard.
B. Flowable fill may be used for backfill in all utility ditches within the right of way, and other
areas as specified.
C. Flowable fill used for repair of utility ditches in existing paved streets shall be placed from the
top of the utility line to the bottom of the paving surface. Use of concrete in place of flowable
fill is not acceptable, and if used in place of flowable fill shall be removed by the contractor at
their expense.
Section 8 93
Design Standards and Specifications
Streets and Drainage Check List
8.7.10 Water
A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious
amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26.
8.7.11 Admixtures
A. Admixtures may be applied to the concrete mix design when approved by the Engineer to
achieve any desired special properties. Chemical admixtures shall conform to ASTM C494.
Chemical admixtures shall not be used as a substitute for Cement.
B. Mineral admixtures such as Class C Ash and Natural Pozzolans in conformance with ASTM
C618 may be used with Types I, II, and III Portland Cement.
C. When fly ash is permitted to be used, "cement" in relation to mix design shall be defined as
"cement plus fly ash".
i. Fly ash may constitute a maximum of 30 percent by weight of the cement.
D. Add mixture for increasing and or decreasing air shall be a temporary solution while the batch
plant makes adjustments. A maximum of three loads may be treated per plant per day.
8.7.12 Reinforcing Material
A. All concrete shall incorporate reinforcement as follows:
i. Curb and Gutter - None
ii. Street Paving, Valley Gutters, and Drainage Channel — A minimum of #5 deformed
steel bars 12 inches on center both ways or design approved in writing by the City
Engineer.
iii. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets
and either 6-inch x 6-inch - 6 gauge welded wire fabric or #4 deformed bars 12 inches
on center both ways.
iv. Alley Returns - #4 deformed steel bars 12 inch on centers both ways or 6-inch x 6-inch
- 6 gauge welded wire fabric.
v. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber
reinforcement, or as required by the City of Lubbock Building Official, or design
approved in writing by the City Engineer.
vi. Commercial driveways, including pedestrian crossing area — #3 deformed steel bars
through the gutter section as indicated on the detail sheets and either 6-inch x 6-inch —
6 gauge welded wire fabric or #4 deformed bards 12 inches on center both ways.
B. Steel
i. All steel reinforcing materials shall be securely held in proper position with devices
appropriate to the type of reinforcement used, subject to approval by the Engineer.
ii. Wire mesh shall conform to ASTM A185, and shall be 6-inch x 6-inch - 6 gauge welded
wire fabric as specified.
iii. Reinforcing bars shall be grade 60 (60 KSI), open-hearth, basic oxygen or electric
furnace new billet steel manufactured in accordance with ASTM A615 and ASTM A305.
a. Steel reinforcing materials shall be stored off the ground in a manner as to be
protected from accumulations of grease, mud, other foreign matter and rust
producing materials.
b. When incorporated into construction, steel reinforcement shall be free from rust,
scale, oil, mud, and structural defects.
iv. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces,
and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets.
94 Section 8
Design Standards and Specifications
Streets and Drainage Check List
v. Chairs shall be used to support the reinforcing steel in the correct position while
concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall
be of adequate size to positively hold the reinforcing materials in position.
C. Fiber
a. Fiber reinforcement may not be used in place of steel reinforcement.
b. Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated
fibers specifically manufactured for use as concrete reinforcement, containing no
reprocessed olefin materials, or steel fibers.
c. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as
recommended by the fiber manufacturer.
d. The physical characteristics on the fiber shall be as follows:
Characteristic Value
Sp ecific Gravity 0.91
Tensile Strength 70,000 psi to 110,000 psi
Length 3/4 inch
8.7.13 Joints
A. Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent
point of each return at intersections and at intervals not more than 40 feet between the
intersections.
i. Construction joints formed by removable metal templates accurately shaped to the
cross-section of the curb and gutter shall be located at the midpoint of each section
between expansion joints, or as directed by the Engineer.
ii. Tooled contraction joints cut at least one quarter the concrete depth shall be placed at
10 foot intervals.
B. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint
and at a maximum spacing of 130 feet.
i. Alley returns shall be poured monolithically with curb radii and fillets with joints as
indicated in Standard Detail 36-7.
ii. Tooled contraction joints, cut 1/2 inch wide 2 inch deep, shall be placed as shown on
Standard Detail 36-11.
iii. Alley paving contraction joints shall be sealed with an elastomeric sealer.
iv. Expansion joints shall include bituminous pre -molded expansion joint board.
C. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion
joints as indicated on plan and detail sheets.
i. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal
to 1/4 of the pavement thickness plus one half inch.
ii. Joints shall be saw cut within 12 hours of placement of the concrete paving.
iii. Joints shall be sealed with an elastomeric sealer.
iv. Joints shall be cleaned thoroughly with high pressure air prior to installation of any
sealing materials.
D. Valley gutters and fillets shall be constructed with tooled construction joints.
i. Joints shall be sealed with an elastomeric sealer.
ii. Joints shall be cleaned thoroughly with high pressure air prior to installation of any
sealing materials.
Section 8 95
Design Standards and Specifications
Streets and Drainage Check List
E. Joint Sealing Materials
i. Bituminous pre -molded expansion joint board material shall conform to ASTM D1751
and shall be placed as indicated on plan sheets or in these specifications.
a. Expansion joint material shall be placed full depth of the concrete slab.
ii. Elastomeric sealant for contraction joints shall be, or shall be equivalent to,
W.R.Meadows "SOF-SEAL", W.R. Meadows #158 cold applied, or "GARDOX" as
required by plan sheets.
a. Hot poured sealant for joints between Portland cement concrete and Bituminous
concrete shall conform to ASTM D3405.
b. Hot poured joint sealant for all other joints in Portland cement concrete pavement
shall conform to ASTM D3406.
c. Cold poured joint sealant shall conform to ASTM C920.
iii. Elastomeric joint sealant shall be mixed and applied in accordance with the
manufacturer's recommendations.
a. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared
so that the sealant adheres to the surfaces to form an effective seal against moisture
and solid particles.
b. The sealant shall be a soft, highly flexible, rubber like material after curing which
shall not track, flow, crack, or break when exposed to hot and cold temperature
extremes typical of local conditions.
iv. Backer rod used with elastomeric sealant shall be 25 percent greater in diameter than
the joint width. It shall be made of polyethylene foam or other material as
recommended by the sealant manufacturer.
a. Compression of the backer rod material shall be approximately 25 percent shrinkage
at 8 psi applied stress.
b. The material shall not melt, shrink, evaporate, or absorb water, and shall be
compatible with the application of the sealant to be used.
8.7.14 Curing Compounds
A. All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing
compound at a rate of one gallon per every 180 square feet. Its application shall conform to
DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials".
i. Fresh concrete is defined as less than 10 minutes after finishing
B. No other methods of moisture retention on fresh concrete shall be used unless specifically
approved by the Engineer.
8.7.15 Forms
A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section
satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the
concrete section formed.
B. Forms shall be constructed accurately to the line and grade as established in the field, shall be
adequately braced so that they will not move during the placing of the concrete, and shall
remain in place at least 12 hours after placing of the concrete.
C. Forms shall be treated with a light oil or release agent before each use, and forms which are
to be re -used shall be cleaned immediately after each use and maintained in good condition.
D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in
place by steel templates.
96 Section 8
Design Standards and Specifications
Streets and Drainage Check List
E. Forms used for curb radii shall meet all of the above specifications, except that face forms on
curb radii may be omitted if a true section and an accurate flow line can be obtained by other
methods approved by the Engineer.
F. In no case will concrete placement be started without the approval of the Engineer.
G. No forms shall be placed until the subgrade is within one inch of its finished grade.
H. Forms for paving slabs may be used as a guide for screeding.
I. Where longitudinal construction joints are required, the form shall be so constructed as to
provide an approved load transfer mechanism in the face.
8.7.16 Placing and Finishing Concrete
A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset.
i. Concrete shall be placed as close to its proper location as practical.
ii. Sufficient concrete shall be placed to allow for shrinkage and extra material for
finishing.
iii. The concrete shall be floated and troweled to the approximate section.
iv. When water is needed for finishing purposes it must be dispensed by a pressurized
canister with a misting nozzle.
B. Removal of face forms and finishing of curb and gutter shall be started only after a partial set
occurs.
i. Only construction approved forms, templates, and tools shall be used to form the
cross -sections indicated on plan or detail sheets.
C. Concrete shall not be placed when the ambient temperature is below 40 degrees F or if
sustained winds are 25 mph or higher as determined by the Texas Tech University Mesonet
sites in Lubbock. If the sustained winds exceed the 25 miles per hour all placement
operations will cease immediately.
i. Concrete shall not be placed on frozen subgrade.
ii. The contractor shall have available sufficient covering material, approved by the
Engineer, to immediately protect concrete should the air temperature fall below 33
degrees F. This protection and forms shall remain in place as long as the temperature
continues below 32 degrees, to a maximum of 5 days.
iii. No salt or other chemical admixtures shall be added to the concrete to prevent
freezing.
D. All concrete placed for pavement shall be consolidated by use of mechanical vibrators
approved by the Engineer and designed to vibrate the concrete internally.
i. Vibrators shall be operated in a manner not to interfere with joints, and shall not come
in contact with forms.
ii. Vibrators shall not be used to move concrete within the forms.
E. The surface of concrete street paving shall incorporate a tined finish.
F. All other concrete surfaces shall be completed with a light broom finish.
G. When forms are used for concrete paving the forms must stay in place for a minimum of 12
hours.
H. No equipment shall be placed on concrete until it has reached 75% of the specified 28 day
compressive strength.
I. Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with
a 10 foot straightedge using the TxDOT Item 585 Surface Test Type A.
Section 8 97
Design Standards and Specifications
Streets and Drainage Check List
J. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to
determine locations of ponding.
i. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as
directed by the Engineer.
K. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven, the City may
require measurement of the ride quality using the TOOT Surface Test Type B.
i. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile
corrective action shall be performed by diamond grinding, or other methods acceptable
to the Engineer.
ii. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced.
L. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be
replaced at the contractor's own expense.
8.7.17 Tolerance in Elevation and Grade
A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades
as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a
longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed
and replaced at the correct elevations as indicated on the plans, unless curb and gutter
surfaces drain with flood testing and approved in writing by the City Engineer or designated
staff.
8.7.18 Concrete Alley Paving Cuts
A. Refer to Standard Detail 37-2.
B. Transverse Cuts
i. Minimum width between transverse joints shall be 4 feet.
ii. No more than 2 transverse joints shall be added between existing 13 foot tooled joints.
iii. Transverse joints shall be doweled 6 inches into existing pavement with #5 dowel bars
at 3 foot spacing. When installed at expansion joints, slip dowels shall be used.
C. Longitudinal Cuts
i. Longitudinal cuts along the edge of existing alley pavement shall be a minimum width
of 3 feet.
ii. Maximum width of longitudinal cuts shall be 4 feet.
iii. Longitudinal cuts wider than 4 feet, regardless of location, shall replace the full width
of existing alley paving.
iv. Longitudinal joints shall be doweled 6 inches into existing pavement with #5 dowel
bars at 3 foot spacing.
D. Potholing for Locating Existing Utilities
i. Pavement cuts for potholing purposes shall be circular cored holes or clean square
cutouts.
a. Cored holes in asphalt pavement shall be filled with cold -mix asphalt to match the
depth of existing pavement.
b. Cored holes in concrete pavement shall be filled with concrete to match the depth of
existing pavement.
c. Cutouts shall be repaired as specified in these specifications.
98 Section 8
Design Standards and Specifications
Streets and Drainage Check List
8.8 Subgrade and Base
8.8.01 Subgrade
A. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or
off -site soil, free from vegetation or other objectionable matter.
B. All unstable or objectionable material shall be removed from the subgrade and replaced with
approved material.
C. Subgrade material shall be suitable for forming a stable embankment and shall meet the
following requirements:
Material Property
Value
Liquid Limit
Max 45
Plasticity Index
Min 5• Max 20
Linear Shrinkage
Min 2; Max 10
i. Subgrade material which does not meet the above requirements may be conditioned
by blending with lime, sand or caliche screenings. The conditioning shall produce a
uniform subgrade material which meets all of these specified subgrade requirements.
D. Subgrade Construction
i. All testing of subgrade will be completed prior to any placement of curb and gutter.
Subgrade will be processed the entire width of the roadway including under the curb
and gutter section.
ii. Subgrade shall be prepared in conformance with the lines and grades shown on the
plans, or as directed by the Engineer, by scarifying and compacting to a minimum of
95 percent of Modified Proctor Density at optimum moisture content, plus or minus 2
percent.
iii. Subgrade shall be constructed in maximum of 6 inch lifts, and each 6 inch lift tested for
moisture and density.
iv. Subgrade thickness shall be a minimum of 12 inches for all streets,
regardless of street width or classification.
v. The compaction method for subgrade shall provide for each lift to be compacted to the
specified density using appropriate equipment.
a. After each section of subgrade is complete, moisture/density testing will be
performed by the City of Lubbock inspection staff.
b. At any time the City Engineer may require proof rolling on streets or alleys with a 25
ton pneumatic roller, to test the uniformity of compaction.
c. Rollers will be completely loaded with water or wet sand to ensure they meet the
manufacturer's weight requirements.
vi. All utility ditches shall be determined to be stable prior to construction of subgrade
over such utility ditch.
vii. Any fill placed within existing or proposed street right-of-way in execution of an
approved cut and fill plan shall be in compliance with these specifications for materials
and construction.
a. Cut and fill operations shall comply with Chapter 38 of the City of Lubbock Code of
Ordinances.
viii. Subgrade which has become wet, or otherwise altered, after completion may be
subject to retesting and reprocessing as determined by the Engineer.
ix. Special care shall be exercised in grading street intersections where dips or valley
gutters are located so that the cross profiles present a smooth riding surface, and so
that the compacted subgrade thickness will not be less than specified above.
Section 8 99
Design Standards and Specifications
Streets and Drainage Check List
a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip
roadway width from concrete intersection or valley gutter, as indicated on Standard
Detail 36-11.
E. Rejected Subgrade Material
i. Rejected subgrade material, either from the construction area or delivered to the job
site, shall be dumped on the job site outside the area of construction, and remain there
until all construction is completed.
a. If it is determined that unapproved material has been incorporated into the
construction, all in place material shall be considered unapproved and shall be
removed.
b. No payment will be made for rejected material or construction.
8.8.02 Flexible Base (Caliche)
A. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay
particles produced from oversize quarried aggregate, sized by crushing and produced from a
naturally occurring single source.
i. All base material sources are subject to approval by the Engineer.
ii. If material characteristics within an approved source change, the material shall be
subject to retesting and re -approval prior to continued use.
iii. The Contractor shall not change material sources without approval by the Engineer.
B. Crushed concrete may be blended with quarried material only to the extent necessary to
produce material in compliance with these specifications, to a maximum of 20 percent
crushed concrete by weight.
i. Crushed concrete shall be produced from parent material consisting of structural
strength concrete, such as City of Lubbock Class A, B, and C.
ii. Lower strength materials, such as flowable fill, are not acceptable.
iii. Crushed concrete shall be free of reinforcing steel and any objectionable material, and
have a maximum of 1.5 percent deleterious material when tested in accordance with
Tex-413-A.
iv. When crushed concrete is used, the final product shall be entirely in compliance with
the specifications for single source material.
C. Recycled Asphalt Pavement (RAP) will not be approved for use in flexible base.
D. Prior to construction the contractor shall build stockpiles of sufficient quantity of base material
as required to complete the entire project or subdivision.
i. Each stockpile shall be dedicated, and identified as to the project or subdivision it is
for.
ii. After a stockpile is completed the contractor shall not add material to that stockpile.
iii. The contractor's methods, plant, and equipment are subject to approval by the
Engineer, and shall be appropriate and in suitable condition to produce stockpiles in
compliance with these specifications.
100 Section 8
Design Standards and Specifications
Streets and Drainage Check List
E. Material Tests
i. Flexible base material shall conform to the following requirements:
a. Sieve Analysis
Standard Crushed Rock Aggregate
Cumulative Percent Retained
Retained on 1-3/4" Sieve
0
Retained on 7/8" Sieve
10-35
Retained on 3/8" Sieve
30-50
Retained on No. 4 Sieve
45-65
Retained on No. 40 Sieve
70-85
b. Atterberg Limits
(1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet
the following requirements:
Liquid Limit Max 35
Plasticity Index Min 3; Max 12
c. Wet Ball Mill
(1) When tested in accordance with Tex-116-E (Wet Ball Mill) the base material shall
have a value not to exceed 45.
(2) The percent of material passing the #40 sieve shall not increase by more than
20 during the test.
F. Flexible Base Construction
i. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing
base material.
ii. Approved flexible base material shall be hauled in vehicles of uniform capacity and
dumped evenly along the project length for processing and compaction.
iii. Flexible base thickness shall be a minimum of 6 inches.
iv. Processing shall be accomplished in lifts of 6 inches compacted thickness.
v. Each course shall be wetted and rolled with a pneumatic roller as required to produce a
uniform compaction to a minimum of 95 percent of Modified Proctor Density with a
moisture content of 2 percent above to 2 percent below optimum
a. Densities will be taken by City of Lubbock inspection staff
b. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to
ensure uniform compaction of base.
c. Processing for compaction of caliche base with a sheep's foot type roller will not be
permitted.
vi. The base shall be allowed to cure a minimum of 3 days, or until determined by the
Engineer to be adequately cured, before placing prime or surface course.
a. During the cure time the base shall be maintained by blading or other methods until
the wearing surface is placed.
b. Windrow caliche shall not be removed until the base has passed finish inspection.
c. Base which becomes wet, or otherwise altered, may be subject to retesting and
reprocessing as determined by the Engineer.
vii. The compacted flexible base shall be finished and shaped immediately preceding the
application of the surface treatment
Section 8 101
Design Standards and Specifications
Streets and Drainage Check List
a. All loose or unconsolidated material shall be removed and the surface moistened and
rolled with a steel wheel roller.
b. All irregularities, depressions, or weak spots which develop shall be corrected by
scarifying, adding or removing material as required, reshaping, and recompacting, or
other methods approved by the Engineer.
viii. Special care shall be exercised in grading street intersections where dips or valley
gutters are located so that the cross profiles present a smooth riding surface and so
that the compacted base thickness will not be less than 6 inches, or thickness
otherwise specified by the engineer.
a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip
roadway width from concrete intersection or valley gutter, as indicated on Standard
Detail 36-11.
ix. Any deviation in the surface of the finished base in excess of 3/8 inch from the
established grade or true cross-section, using a 10 foot long straight edge, shall be
corrected as provided above.
x. The compaction method for flexible base shall provide for each lift to be compacted to
the specified density using appropriate equipment.
xi. After each section of flexbase is complete, moisture/density testing will be performed
by the City of Lubbock inspection staff.
a. All irregularities, depressions, weak or soft spots which develop shall be corrected
immediately by the contractor.
G. Rejected Flexible Base Material
i. Rejected material, either from the construction area or delivered to the job site, shall
be dumped on the job site outside the area of construction, and remain there until all
construction is completed.
ii. If it is determined that unapproved material has been incorporated into the
construction, all in place material shall be considered unapproved and shall be
removed.
iii. No payment will be made for rejected material or construction.
8.8.03 Asphalt Stabilized Base (ASB)
A. Asphalt stabilized base shall consist of a uniform mixture of mineral aggregate and asphalt
cement mixed hot in a mixing plant in accordance with these specifications.
i. Caliche is not an acceptable aggregate for ASB.
B. The contractor's plant and equipment are subject to approval by the Engineer, and shall be
appropriate and in suitable condition to produce the base material consistently in compliance
with these specifications.
C. In place compaction control is required for all ASB.
i. Locations of Cores, when required, will be determined by City of Lubbock personnel
and marked
ii. The ASB will be cored by the City inspection staff to determine composition,
compaction, thickness, and density.
iii. The contractor shall replace the pavement removed from core holes at no cost to the
City.
iv. ASB found to be deficient in composition, compaction, thickness, or density shall be
corrected at the contractor's expense as directed by the Engineer.
102 Section 8
Design Standards and Specifications
Streets and Drainage Check List
D. ASB Mix Design
i. The contractor shall submit an ASB mix design less than one year old, prepared by a
qualified lab, in compliance with these specifications using approved materials
indicating gradation and optimum asphalt content.
ii. The aggregate mixture shall conform to the following master gradation:
Cumulative Percent Passing
Standard Crushed Rock Aggregate [
Passing
1" Sieve
98-100
Passing
3/4" Sieve
84-98
Passing
3/8" Sieve
60-80
Passing
No. 4 Sieve
40-60
Passing
No. 8 Sieve
29-34
Passing
No. 30 Sieve
13-28
Passing
No. 50 Sieve
6-20
Passing
No. 200 Sieve
2-7
a. Design produced Minimum VMA 13.0%
b. Plant produced Minimum VMA 12.0%
iii. Material passing the No. 40 sieve shall be known as "soil binder" and shall meet the
following requirements:
Material POINAlft Value
Liquid Limit Max 45
Plasticity Index Max 15
Linear Shrinkage Max 5
iv. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the
pug mill for mixing with asphalt.
v. The mix design shall have optimum asphalt content determined in accordance with
Tex-204-F, with a target lab molded density of 96.5 percent.
vi. Asphalt content of the Job Mix Formula shall not vary during construction from the
design by more than 0.3 percent.
vii. Asphalt for the mixture shall be a Performance Grade (PG) 64-28, or better.
viii. New mix designs must be submitted annually, or when material properties change.
E. ASB Placement
i. The ASB material shall be placed on the approved prepared surface using an approved
lay down machine.
ii. ASB thickness shall be a minimum of 9 inches, or as required by the
Engineer.
iii. Asphalt Stabilized Base shall be placed and compacted in 3 inch lifts to form the
specified thickness of compacted base, unless otherwise directed by the Engineer.
a. Prior to placing ASB, the subgrade shall be prepared as previously specified.
iv. The cross-section shall be constructed to form the specified crown on the ASB surface
at the centerline of the street, or as indicated on the plans.
v. ASB shall not be placed when the air temperature, as reported by the Texas Tech
University Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees
surface temperature.
vi. ASB shall be placed at a temperature between 265 and 325 degrees F.
vii. Any ASB material that is above or below the specified temperature range, measured
while passing through the lay down machine, shall be rejected by the Engineer.
Section 8 103
Design Standards and Specifications
Streets and Drainage Check List
viii. The material shall be placed in such a manner that when properly compacted the
finished course is smooth, of uniform density, and in conformance with the cross -
sections and grades shown on the associated plans.
ix. Special care shall be exercised in grading street intersections where dips or valley
gutters are located so that the cross profiles present a smooth riding surface and so
that the compacted base thickness is not less than 9 inches.
Crown section shall begin transition at a distance equal to one-half of the lip -to -lip
roadway width from concrete intersection or valley gutter, as indicated on Standard
Detail 36-11.
F. ASB Compaction
i. ASB shall be compacted thoroughly and uniformly with approved rollers to a density
between 93% and 98% of the maximum theoretical gravity, with a lab molded target
of 96.5% using the Texas Gyratory compaction method.
a. All results will be calculated using the maximum theoretical Rice gravity.
ii. Compaction less than 93 percent or greater than 98 percent will be considered
deficient. All deficient pavement shall be removed and replaced as determined by the
Engineer at the contractor's expense.
iii. ASB shall meet all compaction requirements at the time of inspection. Re -rolling is not
an approved method for achieving compaction requirements.
iv. Contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure
maximum compaction.
v. All roller marks shall be removed and compaction completed prior to the ASB mixture
cooling below 185 degrees F.
G. Rejected ASB Material
Rejected ASB material, either from the construction area or delivered to the job site,
shall be dumped on the job site outside the area of construction, and remain there
until all construction is completed.
If it is determined that unapproved material has been incorporated into the
construction, all in place material shall be considered unapproved and shall be
removed.
iii. No payment will be made for rejected material or construction.
8.9 Hot Mix Asphalt Concrete Surface (HMAC)
8.9.01 Hot mix asphalt concrete surface shall consist of a uniform mixture of mineral aggregate
(coarse aggregate, fine aggregate, mineral filler) and asphalt cement mixed hot in a mixing
plant in accordance with these specifications.
8.9.02 The contractor's methods, plant, and equipment are subject to approval by the Engineer,
and shall be appropriate and in suitable condition to produce the HMAC surface material
consistently in compliance with these specifications. No RAP material will be allowed in
HMAC.
8.9.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving
requirements of the platting process. Strip paving may be used only in special
circumstances and must be approved by the City Council. If strip paving is used, the
developer is still responsible for providing for the required permanent curb and gutter and
paving.
A. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 -
Dense -Graded -Hot -Mix Asphalt (Method).
104 Section 8
Design Standards and Specifications
Streets and Drainage Check List
B. Approval of the source and character of the materials shall be obtained from the Engineer
prior to use.
i. The combined mineral aggregate, after final processing by the mixing plant and prior
to addition of asphalt and mineral filler, shall have a sand equivalent value of not less
than 45 when tested in accordance with Test Method Tex-203-F.
ii. The percent of flat and elongated slivers of stone for any aggregate shall not exceed
25% when tested in accordance with Test Method Tex-224-F.
iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be
conditioned with either minimum 1% lime in accordance with DMS-6350, or liquid anti -
stripping agent approved by the Engineer.
a. Anti -stripping agents shall meet requirements of TXDOT Item 301 - Asphalt Anti -
stripping Agents, and shall be added at the manufacturer's recommended dosage
and temperature range.
8.9.04 A minimum of 2 cores per 600' block will be taken to determine thickness, and density of
HMAC surfaces.
A. Core locations will be marked and cored at random locations by City of Lubbock inspection
staff.
B. Cores will be taken in pairs and averaged to determine the percent air voids based on the
theoretical maximum gravity.
C. HMAC surface found to be deficient shall be corrected at the contractor's own expense as
directed by the Engineer.
D. The contractor shall replace the pavement removed from core holes immediately after testing
at no cost to the City.
8.9.05 Thickness of HMAC Surfaces
A. HMAC thickness shall be a minimum of 2 inches, or as indicated on the plans.
i. No tolerance on minimum thickness will be allowed.
B. If a core shows less than the specified minimum thickness, prior to being trimmed, the HMAC
surface shall be considered deficient with respect to thickness, and the deficiency shall be
rectified by removal and replacement at the specified thickness.
i. Additional cores will be taken at 25 foot spacing to define the limits of deficiency.
C. No additional compensation will be made to the contractor for thickness of HMAC surface
greater than specified.
8.9.06 HMAC Mix Design
A. The contractor shall provide a current HMAC mix design using the approved materials,
indicating gradation and optimum asphalt content as determined by Test Method Tex-204-F.
i. The mix design shall have a lab molded density of 96.5 percent using the Texas
Gyratory compaction method.
ii. New designs shall be submitted annually, or when material properties change.
iii. The aggregate mixture shall conform to the following master gradation:
a. Type "C" Coarse Graded Surface Course — Curb and gutter street widths
greater than 36 feet:
Section 8 105
Design Standards and Specifications
Streets and Drainage Check List
Standard Crushed Rock Aggregate
Passing 3/4" Sieve
Cumulative Percent Passing
95-100
Passing
3/8" Sieve
70-85
Passing
No. 4 Sieve
43-63
32-44
Passing No. 8 Sieve
Passing
No. 30 Sieve
14-28
Passing
No. 50 Sieve
7-21
Passing
No. 200 Sieve
2-7
(1) Design Produced Minimum VMA 14%
(2) Plant Produced Minimum VMA 13%
b. Type "D" Fine Graded Surface Course — Curb and gutter street widths of 36
feet or less and strip paved streets of any width:
Standard Crushed Rock Aggregate
Cumulative Percent Passing
wei ht'
Passing
1/2" Sieve
98-100
Passing
3/8" Sieve
85-100
Passing
No. 4 Sieve
50-70
Passing
No. 8 Sieve
_
35-46
Passing
No. 30 Sieve
15-29
Passing
No. 50 Sieve
7-20
Passing
No. 200 Sieve
2-7
(1) Design Produced Minimum VMA 15%
(2) Plant Produced Minimum VMA 14%
c. HMAC Type is in reference to the ultimate full width street, not half width.
iv. Material passing the No. 40 sieve shall be known as "soil binder" and shall maximum
linear shrinkage value of 5.
v. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering
the pugmill for mixing with asphalt.
vi. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt
material.
vii. The contractor's materials and mix design shall meet all the performance criteria
addressed in these specifications.
B. Coarse Aggregate
i. Coarse aggregate must be approved for use by the Engineer and must be on the
TXDOT source rating catalog.
ii. Coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of
clean, washed, tough, durable fragments of crushed stone of uniform quality.
a. Mixing or combining of crushed gravel and crushed stone will not be permitted.
iii. Coarse aggregate shall be crushed to the extent that produces a minimum of 80%
crushed faces for both Type "C" HMAC, and Type "Du HMAC, when tested in
accordance with Test Method Tex-460-A Part I "Determination of Crushed Face Count".
iv. Decantation shall be a maximum of 1.5 percent when tested in accordance with Tex-
217-F.
v. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance
with Tex-217-F.
106 Section 8
Design Standards and Specifications
Streets and Drainage Check List
vi. Coarse aggregate shall have a maximum loss of 25% when subjected to 5 cycles of the
Magnesium Sulfate Soundness Test ASTM C-88.
vii. The amount of organic matter, clays, loams, or particles coated therewith, or other
undesirable materials shall not exceed 1.5 percent.
C. Fine Aggregate
i. Fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall
be of uniform quality throughout.
ii. A maximum of 15 percent of the total virgin aggregate may be field sand or other
crushed fine aggregate.
iii. Sand which exhibits no variation in particle size shall be limited to a maximum of 7
percent of the total virgin aggregate.
iv. Screenings shall be of the same or similar material as specified for coarse aggregate.
v. Linear shrinkage shall be a maximum of 3 percent.
vi. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or
other material dust approved by the Engineer.
a. The mineral filler shall be free of foreign and other injurious matter and shall meet
the following gradation:
Curnulstrv? Percent Passing
cf4 Grua k /.ygr��gate by weigl t)
lPas�singNo. 8 Sieve 100
assing No. 200 Sieve 55-100
D. Asphalt
i. Asphalt shall be a Performance Graded (PG) 64-28, or better, unless otherwise shown
on plans.
ii. The contractor shall notify the Engineer of the source of asphaltic material for approval
prior to production of the asphaltic mixture.
a. The contractor shall notify the Engineer prior to any changes of the asphalt supplier
or source.
b. The Engineer may require a new mix design if changes of supplier or source occur.
iii. Asphalt content shall not vary more than plus or minus 0.3 percent of design during
production
a. Asphalt content within that range is considered to be acceptable if no other defects
are noted, with the requirement that adjustments shall be made during production
to achieve the optimum asphalt content.
b. If the asphalt content falls outside these parameters immediate action is required.
c. If at any time the asphalt content varies to plus or minus 0.5 percent of optimum,
production shall immediately cease and all affected material shall be removed.
d. Production shall not be resumed until the contractor has provided sufficient evidence
of the problem being corrected.
e. A maximum of 20% RAP will be allowed within the surface course, as included in the
submitted design.
8.9.07 HMAC Placement
A. Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for
the mix design proposed to be run on that project. The JMF will be held to tolerances as
outlined.
B. Prime and Tack Coats
Section 8 107
Design Standards and Specifications
Streets and Drainage Check List
i. Prior to placing HMAC on flexible base, the surface shall be primed and cured 48 hours
or until determined by the Engineer to be adequately cured, using an application of
0.20 gallons of asphalt per square yard of surface.
a. The contractor shall strap the asphalt distributor in the presence of the inspector to
verify the application rate.
ii. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be
placed shall be cleaned, primed, and tacked to the satisfaction of the Engineer.
a. The surfaces shall be given a uniform application of tack coat using asphaltic
materials of this specification.
(1) Prime coat will not be used as a tack coat.
b. The tack coat shall be evenly and thoroughly applied with an approved sprayer as
directed by the Engineer.
(1) Mopping or brooming of tack coat is not allowed, unless prior approval by City
Inspection Staff.
(2) Minimum thickness shall be no less than 2 mil. thickness.
c. All contact surfaces of curb and gutter, structures, and joints shall be sprayed with a
thin uniform tack coat.
iii. The prime coat shall be MC 30, and shall be applied in accordance with TxDOT Item
310 Prime Coat.
iv. The tack coat shall be an asphalt material such as PG, AC-10.
a. Asphalt materials cut with kerosene, diesel, or other petroleum solvent
may not be used.
C. HMAC Installation Requirements
i. Pavement shall only be constructed on previously approved base.
ii. HMAC surface shall not be placed until at least 48 hours after the application of the
prime coat.
iii. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all
equipment off the right of way 30 minutes prior to sunset.
iv. Air temperature requirements for placing HMAC shall be as follows:
a. November 1 to April 1
(1) HMAC shall not be placed when the air temperature is below 55 degrees F and
falling.
(2) HMAC may be placed when the air temperature is above 50 degrees F and rising.
b. April 1 to November 1
(1) HMAC shall not be placed when the air temperature is below 50 degrees F and
falling.
(2) HMAC may be placed when the air temperature is above 45 degrees and rising.
v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as
determined in the field.
vi. Air temperature shall be determined by the Texas Tech University Mesonet sites in
Lubbock.
vii. HMAC shall be placed at a temperature between 265 and 325 degrees F.
a. Any HMAC material that is above or below the specified temperature range,
measured while passing through the lay down machine, shall be rejected by the
Engineer.
viii. When high winds occur, contractor must provide a water truck in order to minimize
blowing dust.
108 Section 8
Design Standards and Specifications
Streets and Drainage Check List
a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease
production immediately.
ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface
using an approved spreading and finishing machine.
a. The material shall be placed in such a manner that when properly compacted the
finished course is smooth, of uniform density, and in conformance with the cross -
sections and grades shown on the associated plans.
b. Wings of the laydown machine may not be dumped unless they are dumped after
everyload.
x. A level up course 1/2 inch to 1 inch in thickness shall require the use of Type D HMAC.
A. A level up course greater than 1 inch shall require the use of ASB.
xii. When the asphaltic mixture is placed in a small area where use of a finishing machine
is not practical, the contractor may use other methods approved by the Engineer
provided a satisfactory surface can be obtained.
xiii. Adjacent to curbs gutters or other flush structures, the surface shall be finished
uniformly high so that when compacted it will be 1/4 inch above the curb or other
concrete surface.
xiv. All joints shall present the same texture, density, and smoothness as other sections of
the course.
a. The joints between old and new pavements or between successive day's work shall
be made to insure a continuous bond between the old and new sections of the
course.
xv. The transverse edges of old pavement and, if required by the Engineer, the successive
day's pavement shall be cut with an approved concrete saw to expose an even vertical
surface for the full thickness of the course.
xvi. All contact surfaces of previously constructed pavement shall be painted with a thin
uniform coat of approved tack coat before the fresh mixture is placed.
xvii.Special care shall be exercised in grading street intersections where dips or valley
gutters are located so that the cross profiles present a smooth riding surface and so
that the compacted asphalt thickness is not less than 2 inches.
a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip
roadway width from concrete intersection or valley gutter, as indicated on Standard
Detail 36-11.
D. HMAC Compaction
i. HMAC surfaces shall be constructed to the following compacted thickness:
Type of HMAC Sorfa� I
Mintmnm Thickt
iit.
Maximum Thkkness
i1t.
Type D
2.0
2.5
Type C
1 2.0
3.0
ii. Using appropriate rollers approved by the Engineer, the HMAC surface shall be
compacted thoroughly and uniformly to a density between 93% and 98% of the
theoretical maximum gravity, with a lab molded target of 96.5% using the Texas
Gyratory compaction method.
a. All results will be calculated using the maximum theoretical Rice gravity.
iii. Compaction less than 93 percent or greater than 98 percent will be considered
deficient.
iv. All deficient HMAC shall be removed and replaced as determined by the Engineer at the
contractor's expense.
Section 8 109
Design Standards and Specifications
Streets and Drainage Check List
v. HMAC shall meet all compaction requirements at the time of inspection. Re -rolling is
not an approved method for achieving compaction requirements.
vi. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to
ensure correct compaction.
vii. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on
the pavement when rollers are in operation or standing.
viii. Places inaccessible to the rollers may be compacted using lightly oiled tamps.
ix. Trenches and other limited areas where required compaction cannot be obtained using
a three wheel roller shall be compacted with a trench type roller.
x. The surface of the pavement after compaction shall be smooth and true to the
established line, grade, and cross-section.
xi. Finished surfaces, including asphalt and concrete, shall not have irregularities in excess
of 1/8 inch when tested with a 10 foot straightedge.
xii. Prior to acceptance, the contractor shall apply sufficient water to all paving surfaces,
asphalt and concrete, to determine location of ponding.
a. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as
directed by the Engineer.
xiii. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven the City may
require measurement of the ride quality using the TxDOT Surface Test Type B.
a. If the International Roughness Index (IRI) is determined to exceed 65 inches per
mile corrective action shall be performed by diamond grinding, or other methods
approved by the Engineer.
b. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced.
E. Emulsified Asphalt Sealer
i. All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting
of a 15/85 mixture of CSS-1H, or 20/80 SS-1, liquid anionic asphalt and distilled water.
ii. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to
below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square
yard of surface.
F. Release Agents
i. Diesel shall not be used as a release agent.
ii. Only approved agents (such as Black Magic or equivalent) will be used.
iii. Diesel will not be permitted to be used on any tools or machinery that comes
into contact with the HMAC.
8.9.08 Sampling of HMAC
A. When sampling HMAC for testing purposes, the City of Lubbock representative will determine
when the sample is taken and will split the sample with the contractor (at the contractor's
request).
B. A "referee" sample will be taken at the same time and held at the city laboratory until all test
results are completed.
C. If the contractor's results differ from the City's results the referee will be utilized and it will be
run at an independent laboratory at the expense of the contractor, at which time all tests are
final.
D. If the contractor does not run quality control samples then no referee will be utilized and the
City of Lubbock test results will be final.
110 Section 8
Design Standards and Specifications
Streets and Drainage Check List
8.9.09 Rejected HMAC Material
A. Rejected HMAC material, either from the construction area or delivered to the job site shall be
dumped on the job site outside the area of construction, and remain there until all
construction is completed.
B. If it is determined that unapproved material has been incorporated into the construction, all in
place material shall be considered unapproved and shall be removed.
C. No payment will be made for rejected material or construction.
8.9.10 Islands In Streets
A. Islands in streets require City Council approval.
i. As a condition of approval, persons requesting approval of islands within a street shall
be required to submit to the City Engineer a street pavement structural design that
exceeds the minimum standard specifications for street paving.
ii. In general that shall mean an approved reinforced concrete pavement design.
iii. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any
proposed island.
The submitted request shall include the proposed pavement design, surface treatment of the
island, types of plant materials, and methods and details of irrigation systems.
8.10 Micro -Surfacing
8.10.01 Micro -surfacing materials and construction shall conform to TOOT Specification Item #
350. There shall be no deviation from these specifications unless so directed by the Street
Superintendent.
8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro -
surfacing pavement and to ensure that the finished surface has a uniform texture and the
micro -surfacing mat is fully adhered to the existing roadway surface.
8.10.03 Materials of Construction
A. All materials that are to be stockpiled shall be protected from dust and other contamination.
B. Mineral filler shall be stored in a manner that will keep it dry and free from contamination.
C. All asphalt materials shall be kept free from contamination.
D. Cationic Polymer -Modified Asphalt Emulsion
i. Provide CSS-1P in accordance with TxDOT Item # 300.2.D "Emulsified Asphalt".
E. Aggregate
i. Aggregate shall consist of clean, washed, tough, durable fragments of crushed stone of
uniform quality and from a single source.
ii. Aggregate shall meet TOOT Class "A" surfacing classification.
iii. Contractor shall include the amount of mineral filler added to the mix determining the
total minus No. 200 sieve aggregate fraction.
Section 8 111
Design Standards and Specifications
Streets and Drainage Check List
iv. Aggregate shall meet the following gradation requirements:
Standard Crushed Rock Aggregate
Cumulative Percent Retained
Retained on 1/2" Sieve
0
Retained on 3/8" Sieve
0-1
Retained on No. 4 Sieve
6-14
Retained on No. 8 Sieve
35-55
Retained on No. 16 Sieve
54-75
Retained on No. 30 Sieve
65-85
Retained on No. 50 Sieve
75-90
Retained on No. 100 Sieve
82-93
Retained on No. 200 Sieve
85-95
v. Maximum Magnesium Sulfate Soundness shall be 30% (5 cycles) based upon TxDOT
Test Method Tex-411-A
vi. Minimum Sand Equivalent shall be 70% based upon TxDOT Test Method Tex-203-F.
F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime.
G. Contractor shall adjust the mix design to attenuate the usage of Lime.
H. Water shall be potable and free of harmful soluble salts.
I. Use only approved additives as recommended by the emulsion manufacturer in the emulsion
mix or in any of the component materials when necessary to adjust mix time in field.
8.10.04 Methods of Construction
A. Equipment
i. Equipment shall be kept in good working conditions with no leaks.
ii. Any equipment that shows signs of leaks shall be fixed immediately and shall not be
used until such leaks are fixed.
iii. The mixing machine shall be a self-propelled micro -surfacing mixing machine with self -
loading devices to promote continuous laying operations.
iv. Mixing machine shall have sufficient storage capacity for mixture materials with
individual volume or weight controls that will proportion each material to be added to
the mixture.
v. Mixing machine shall have a water pressure system and nozzle -type spray bar
immediately ahead of spreader box capable of spraying the roadway for the width of
the spreader box.
vi. Scales used for weighing materials and emulsion must be calibrated and meet the
requirements of TxDOT Item # 520.
vii. Electronic Monitoring System
a. The micro -surfacing machine shall be equipped with an electronic monitoring system
that consists of pulse sensors measuring material delivery rates, a radar gun to
monitor distance traveled, and programmable micro -controller, and operators
display/input board and an on -board printer.
b. System shall be capable of monitoring and displaying application rates and use of
aggregate, emulsion, fines, water and additives.
c. System shall be capable of calculating and displaying ratios of emulsion to aggregate,
fines to aggregate, additive to aggregate, water to aggregate, and application rate in
pounds per square yard.
112 Section 8
Design Standards and Specifications
Streets and Drainage Check List
d. System shall be capable of printing a hard copy report on demand which displays the
date, weight of aggregate, emulsion, fines, number of gallons of additive and gallons
of water, and all of the above mentioned ratios since last reset.
e. A computer -generated report providing statistics for the full work day shall be
provided with each hand calculated daily run sheet.
f. This system shall be accurate to within 1/2 of a percent of actual weights and
measures for all parameters noted above. The system is not expected to calculate
quantities and ratios for materials used in handwork and cul-de-sac areas.
B. Air temperature requirements for placing micro -surfacing pavement shall be as follows:
i. November 1 to April 1
a. Micro -surfacing shall not be placed when the air temperature is below 60 degrees F
and falling.
b. Micro -surfacing may be placed when the air temperature is above 50 degrees F and
rising.
ii. April 1 to November 1
a. Micro -surfacing shall not be placed when the air temperature is below 50 degrees F
and falling.
b. Micro -surfacing may be placed when the air temperature is above 50 degrees and
rising.
iii. Surface of roadway must be 60 degrees or higher prior to placing micro -surfacing
pavement, as determined in the field.
iv. Air temperature shall be determined by the Texas Tech University Mesonet sites in
Lubbock, Texas.
C. Placement of Micro -Surfacing
i. The existing roadway surface shall be thoroughly clean and free of all vegetation, loose
aggregate, and soil.
ii. Existing raised pavement markers and thermoplastic markings shall be thoroughly
removed.
iii. When existing roadway surface conditions require, provide a water spray immediately
ahead of the spreader box.
a. Apply water at a rate that dampens the entire surface without any free -flowing water
ahead of the spreader box.
iv. Micro -surfacing shall be spread uniformly at a rate of not less than 25 pounds per
square yard and no more than 30 pounds per square yard, or as directed.
v. The spreader box shall be kept clean to minimize lumps.
vi. Set and maintain the skis on the spreader box as to prevent chatter in the finished
mat.
vii. Adjust the rear seal to provide the desired spread
viii. Adjust the secondary strike -off to provide the desired surface texture.
ix. The finished mat shall be protected from traffic until it has cured and traffic will not
harm it.
x. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in
one hour.
xi. Locations with turning or stop -and -go traffic shall be protected for longer periods of
time.
xii. Special care shall be taken by the Contractor to ensure that all manholes, water
valves, and other surface structures are sufficiently protected from the micro -surfacing
process by the use of a plastic membrane covering or other approved method.
Section 8 113
Design Standards and Specifications
Streets and Drainage Check List
xiii. The Contractor shall be responsible for uncovering each manhole, water valve, and
other structure after the micro -surfacing pavement has been applied to the roadway
surface.
D. Rutting on Major Thoroughfares and Collector Streets
i. Shallow ruts that are less than 1/2 inch in depth may be covered by a full width scratch
box utilizing a steel primary strike -off plate.
ii. Ruts that are between 1/2 inch and 1 inch in depth shall be filled independently with a
fixed width spreader box no more than 6 feet wide. The rut filling box shall have a
steel primary strike -off plate that is the same width as the spreader box.
iii. Ruts that are in excess of 1 inch in depth shall be filled with a 5-foot wide rut filling
spreader box specifically designed to fill wheel path ruts. This operation will require
multiple placement passes to restore the pavement to its original cross section. Special
care shall be used by the Contractor to ensure that the material has proper time to dry
between applications to promote bonding between the original pavement and the
micro -surfacing pavement.
iv. Maximum micro -surfacing thickness applied as rut filling shall not exceed 1 inch for
each pass required to restore pavement to the original profile.
E. Asphalt Milling at Concrete Intersections
i. All thoroughfares and collector streets which have concrete intersections or where
concrete valley gutters intersect the street shall have the asphalt surface milled to such
a depth as to allow a smooth transition between concrete and the completed micro -
surfacing pavement.
F. Scratch Course
i. All "Scratch Course" applications shall be performed utilizing a steel primary strike -off
plate.
ii. This will allow the bottom, or "scratch course", to mitigate any irregularities and have a
more uniform profile for the micro -surfacing pavement to be applied to.
G. Finished Surface
i. Micro -surfacing pavement finished grade shall be uniform in texture and free from
excessive scratch marks, tears, and other surface irregularities.
a. All such irregularities shall be repaired by the Contractor at their own expense.
ii. Longitudinal joints shall be place on lane lines unless otherwise directed by the
Engineer.
iii. Joints shall be uniform in appearance when placed adjacent to existing joints.
iv. Joints and edges shall be uniform and neat in appearance.
v. All ruts, utility cuts, and depressions in the surface shall be filled in a separate pass
from the final pass.
8.10.05 Hours of Operation
A. Operating hours will be Monday through Saturday as outlined in Section 8.16 of these
Specifications, unless otherwise directed by the Engineer.
B. Hours of operation shall be:
i. Major Thoroughfare: 7:00pm to 7:00am (Night)
ii. Residential Areas: 7:00am to 7:00pm (Day)
C. On major thoroughfares the micro -surfacing pavement shall be traffic ready by 7:00am,
including all traffic control devices and barricades being removed from the roadway.
114 Section 8
Design Standards and Specifications
Streets and Drainage Check List
8.11 Storm Sewer
8.11.01 Storm sewer shall include installation of pipe, manholes, inlet structures, outlet structures,
and all appurtenances associated with these items.
8.11.02 Contractor shall use only materials, tools, methods, and equipment considered standard by
the pipeline construction industry, and approved by the Engineer.
8.11.03 Grade and horizontal alignment shall be maintained using a laser or batter boards.
8.11.04 Materials of Construction
A. Storm Sewer Pipe
i. As a standard, storm sewer shall be constructed using reinforced concrete pipe, either
precast or cast in place.
ii. Pipe shall conform to the requirements of AASHTO M170 or ASTM C76. Pipe shall be
Class III unless otherwise noted on plan sheets.
iii. Other pipe materials may be considered for approval by the Engineer based on
engineering and design criteria.
B. Mortar
i. Mortar shall be used for grouting and filling between pipe and drainage structures.
ii. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of
mortar sand.
a. Portland cement shall conform to the requirements of ASTM C150, Type I.
b. Sand shall conform to the requirements of ASTM C144.
iii. Hydrated lime may be added to the mixture of sand and cement in an amount equal to
15% of the weight of cement used.
a. Hydrated lime shall meet the requirements of ASTM C6.
iv. Mortar which has not been used after 45 minutes of having water added shall be
discarded.
a. Mortar may not be retempered by having water added.
C. Preformed Bituminous Gasket Joints
i. Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the
requirements ASTM D994, and shall be Ram-Nek or approved equal.
ii. Gaskets shall be installed in accordance with manufacturer's recommendations and
shall form a water -tight joint.
D. Manholes, Frames, and Covers
i. Manhole barrel, cone and extension sections shall be constructed of precast concrete.
ii. A plant inspection may be required for production facility inspection and to review
record -keeping for material certification.
iii. The manufacturer must provide certification that all materials used for manufacturing
meet with the following ASTM Specifications:
rASTM SPeefficatfort
Material
ASTM C33
Aggregates
ASTM C150
Cement
ASTM C39
Sampling Specimens
ASTM C185
Reinforcing
ASTM C144
Sand and Mortar
Section 8 115
Design Standards and Specifications
Streets and Drainage Check List
iv. Precast concrete sections for manholes shall conform to ASTM C478 specifications.
a. Compressive strength test results must verify concrete strengths meet or exceed
4,000 psi.
v. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and
female type joint as approved by the Engineer.
a. Joints shall be effectively jointed to prevent leakage and infiltration.
b. Connections between wall sections shall be joined with Conseal Joint Sealant or
approved equal to provide a watertight manhole.
(1) Sealant will be provided by supplier and will be considered an essential part of
each shipment.
vi. Cones and adjusting rings shall maintain a clear 30-inch opening.
a. Adjusting rings shall be reinforced with the same percentage of steel as risers and
tops and will also meet ASTM C478 specifications.
b. Adjusting rings, as well as all precast concrete manhole products, shall be smooth,
uniform in size and dimensions, consistent in components throughout and free of
voids or honeycombs.
vii. Manholes shall be designed to withstand H-20 AASHTO loading.
viii. Manholes shall also have lifting holes that do not protrude through manhole wall.
a. One full inch of concrete thickness must remain between lift hole and outside wall of
manhole.
ix. Manhole barrels shall be assembled of precast riser section.
a. Riser sections and top cone sections shall be placed vertically with tongues and
grooves properly keyed.
x. Invert channels shall be smooth and semi -circular in shape conforming to the inside of
the adjacent pipe section.
a. Changes in direction of flow shall be made with a smooth curve of as large a radius
as the size of the manhole will permit.
b. Changes in size and grade of the channels shall be made gradually and evenly.
c. Invert channels may be formed directly in the concrete of the manhole base or may
be half -pipe laid in concrete.
d. The floor of the manhole outside the channel shall be smooth and shall slope toward
the channel not less than one inch per foot, nor more than two inches per foot.
A. Connections between the riser or base sections and the sewer pipe shall be joined in
such a manner as to make the manholes watertight.
a. Preformed rubber waterstop gaskets cast into the riser or base section are
acceptable.
b. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal"
may be used provided a watertight seal is achieved.
xii. Adjusting rings may be used for adjusting the top elevation of manholes.
a. Each manhole shall have a minimum of 6 inches of grade adjustment.
b. Total height of the adjusting rings shall not exceed 12 inches at any manhole.
c. Concrete shall be placed around and under the rings to provide a seal and seat the
ring at the proper elevation.
xiii. Frames and Covers
a. Manhole frames and covers shall be of good quality gray iron casting and conform to
ASTM A48, having a clear opening of not less than 22 inches.
b. The casting shall be designed with a full bearing ring so as to provide a continuous
seat between frame and cover.
116 Section 8
Design Standards and Specifications
Streets and Drainage Check List
c. The cover shall be furnished with lifting ring cast into the cover in such manner as to
prevent water leaking through.
d. Frame and cover shall have a weight of not less than 275 pounds.
e. The manhole ring and cover shall conform with Plate SS-2.
8.11.05 Methods of Construction
A. All equipment necessary and required for the proper construction of storm sewers, manholes
and culverts shall be on the project, in first-class working condition, and approved by the
Engineer before construction is permitted to start.
B. If precast concrete pipe or manhole sections are used, the Contractor shall provide
appropriate hoisting equipment to handle the pipe or sections while unloading and placing it
in its final position without damage to the pipe.
C. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required
compaction of the pipe bed, the manhole bed and the backfill, as specified.
D. Excavation and Trenching
i. The Contractor shall do all excavation to the depth shown on the plans.
ii. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation
material is encountered in trench excavation, the pipe shall be bedded in accordance
with the requirements of one of the classes of bedding, and the hard unyielding
material shall be excavated below the elevation of the bottom of the pipe or pipe bell
to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe,
whichever is greater, but not more than three -fourths the nominal diameter of the
pipe.
a. The cushion shall consist of a fine compressive material, such as silty clay or loam,
lightly compacted, and shaped as required for the specified class of bedding.
b. The cost of furnishing and placing the cushion material shall be included in the bid
price per linear foot of pipe in place.
c. The bottom of the trench shall be excavated to a horizontal section as far as
practicable.
iii. Excavated material not required or acceptable for backfill shall be disposed of by the
Contractor as directed by the Engineer.
iv. Excavation shall not be carried below the required depth; but when it is, the trench
shall be backfilled at the Contractor's expense with material approved by the Engineer
and compacted to the density of the surrounding earth material as determined by
AASHTO T180.
v. When directed, unstable soil shall be removed for the full width of the trench and
replaced with sand or with approved granular material.
a. The Engineer shall determine the depth of removal of unstable soil and the amount
of backfill necessary.
vi. Backfill shall be compacted and shaped to a firm but slightly yielding condition to form
the bed for the pipe.
vii. Grades for pipe shall be as shown on the drawings. No changes in grade will be made
unless so directed by the Engineer.
viii. The minimum width of the trench at the top of the pipe, when placed, shall be a width
which will permit the proper construction of joints and compaction of backfill around
the pipe.
ix. The sides of the trench shall be vertical, unless otherwise approved by the Engineer.
Section 8 117
Design Standards and Specifications
Streets and Drainage Check List
x. The width of the trench shall provide adequate working room for installation, joining
and proper compaction along both sides of the pipe.
a. Trenches shall conform to the following dimensions, unless otherwise shown on the
Plans:
Pipe Size Min. Trench Width
Max. Trench Width
Less than 18"
Pipe O.D. +12"
Pipe O.D. +18"
18" thru 36"
Pipe O.D. +18"
Pipe O.D. +24"
37" thru 60"
Pipe O.D. + 24"
Pipe O.D. + 30"
b. The width of the trench above the top of the pipe may be as wide as necessary for
shoring, bracing or proper installation of the pipe.
c. Excavation in paved areas shall be confined to a minimum practical width.
A. The bed for pipe shall be so shaped that at least the lower quarter of the pipe
circumference shall be in continuous contact with the bottom of the trench.
xii. Manholes
a. The excavation for manholes shall be essentially the same as that for the piping.
b. The sides of the excavation shall be vertical unless otherwise approved by the
Engineer.
c. The Contractor shall do such trench bracing, sheathing or shoring necessary to
perform and protect the excavation as required for safety and conformance to
applicable laws and regulations.
d. Bracing, sheathing, or shoring shall not be removed in one operation but shall be
done in successive stages to prevent overloading of the pipe during backfilling
operations.
e. The cost of the bracing, sheathing, or shoring and the removal of same, shall be
included in the unit price bid per foot for the pipe.
xiii. Surface water shall be prevented from entering the excavation.
xiv. Heavy equipment, except for excavating equipment, shall not be operated within 20
feet of the edge of the excavation.
xv. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the
excavation.
E. Pipe Installation
i. Contractor shall provide the appropriate tools and methods to insure installation of the
pipe to line and grade, as shown on the drawings.
ii. Contractor's method for lowering pipe into the trench shall be such that neither the
pipe nor the trench will be damaged or disturbed.
iii. The Engineer shall inspect all pipe before it is placed in the trench.
iv. Any section that is damaged by handling or is defective to a degree which, in the
opinion of the Engineer, will materially affect the function and service of the pipe shall
be rejected and removed from the job site.
v. Installing pipe in the finished trench shall be started at the lowest point and laid
upgrade.
a. For tongue and groove pipe, the grooved end shall be laid upgrade.
vi. The pipe shall be firmly and accurately installed to line and grade so that the invert will
be smooth and uniform.
vii. The pipe shall be protected from water during placing and until the concrete, for cast -
in -place pipe, or the mortar, for joints of precast or cast in place pipe, has thoroughly
set.
118 Section 8
Design Standards and Specifications
Streets and Drainage Check List
a. The contractor shall provide temporary diversions as necessary to prevent surface
water flow into the excavation.
viii. Pipe shall not be laid or installed on frozen ground.
ix. Pipe which is not true in alignment, or which shows any change in grade after laying or
installing, shall be taken up and re-laid or re -installed without additional compensation.
x. Mortar shall be used for caulking and filling between the pipe and the drainage
structures.
xi. Mortar that is not used within 45 minutes after water has been added shall be
discarded.
a. Retempering of mortar shall not be permitted.
xii. Pipe joints for precast concrete pipe shall be of the tongue and groove type.
xiii. Joints shall be made water tight by means of a preformed bituminous gasket.
a. Gaskets shall be installed as recommended by the pipe manufacturer.
xiv. Field poured concrete bases shall be at least 12 inches thick and not less than 12
inches greater diameter than the outside diameter of the manhole riser section.
xv. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength.
xvi. Concrete placement shall conform to ACI and good construction practices.
xvii.Concrete shall be consolidated and struck -off to a horizontal surface within the forms
or pouring rings.
xviii. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown
in the Standard Details.
xix. Manholes shall be constructed to ASTM C-891 standards.
xx. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans
or as shown in the Standard Details.
F. Backfilling
i. All trenches and excavations shall be backfilled as the pipes and manholes are
installed, unless otherwise directed by the Engineer.
ii. Outside of street right of way the backfill material shall be selected granular material
from excavation or borrow; material which is placed at the sides of the pipe and
manhole and 1 foot over the top shall be material which can be readily compacted.
a. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly
plastic clay, or any other material which is objectionable to the Engineer.
b. The material shall be moistened or dried, if necessary, to be compacted by the
method in use.
c. Backfill material shall be approved by the Engineer.
iii. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each
side of the pipe and manhole.
a. Special care shall be taken to secure thorough compaction under the haunches and
at the sides of the pipe and manhole.
b. This backfill shall be brought up evenly on each side of the structure to an elevation
of 1 foot over the top of the pipe, or such greater elevation as directed by the
Engineer.
c. Backfilling shall be done in a manner as to avoid injurious top or side pressures on
the pipe and manhole.
d. Backfill shall be compacted to minimum 95% Modified Proctor Density.
Section 8 119
Design Standards and Specifications
Streets and Drainage Check List
iv. Unless otherwise directed by the Engineer or plans, excavation within street right of
way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard
concrete mix) to 2 inches below the asphalt surface.
a. The pipe shall be restrained so that during the pour the pipe shall not be displaced.
v. Movement of construction machinery over a culvert, pipeline, or manhole shall be at
the Contractor's risk.
a. Any damaged construction shall be removed and replaced at the Contractor's own
expense.
8.11.06 Trench Protection
A. Trench excavations not exceeding five feet in depth shall be protected in accordance with
applicable OSHA, state, and local requirements.
B. Trench excavations greater than five feet in depth shall be protected in accordance with the
following specifications.
i. All work performed under this section shall also comply with OSHA Part 1926, Subpart
P and all State and Local codes.
ii. The Contractor shall be responsible for complying with all trench safety requirements,
the requirements of the specifications, drawings and all applicable codes.
iii. Trench protection shall be performed by forces having at least two years experience
with similar types of trench safety systems.
iv. The manufacturer of prefabricated items used in trench safety systems shall have at
least two years of experience in fabricating the items.
v. The contractor shall provide detailed drawings for proposed trench safety systems.
a. The drawings shall identify where each system is proposed for use and type of
system to be used.
vi. Trench excavations shall not be started until trench safety systems have been
submitted and approved by the Engineer.
vii. If trench boxes are to be used, the contractor shall submit manufacturer's standard
data sheet and certificate of compliance stating the maximum allowable depth for the
given design pressure for each type of trench box proposed for use.
viii. If alternative systems composed of steel, aluminum, wood or a combination of
materials are proposed, the contractor shall submit design data demonstrating the
ability of the proposed materials to provide the necessary trench protection.
ix. Materials used for trench safety shall be capable of withstanding imposed loads without
excessive deflections.
x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform
to the following:
a. Steel — Steel shall be of type and thickness as required and shall have a minimum
yield stress of 36 ksi.
b. Aluminum — Type 6061-T6, thickness as required.
c. Wood in Contact with Earth — Pressure treated woods.
d. Wood not in Contact with Earth — Soft or hardwood as required.
8.12 Fences
8.12.01 Unless otherwise indicated on plans, existing fences which must be adjusted or relocated
shall be reconstructed using the same or equivalent materials, height, and construction in
the proper location.
120 Section 8
Design Standards and Specifications
Streets and Drainage Check List
8.12.02 The contractor shall remove existing fences and either store for reuse or legally dispose of
the fence materials, as directed by the Engineer.
8.12.03 New fence construction shall be in accordance with specifications and details included on
plan sheets.
8.13 Salvage of Asphalt Paving
8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and
stockpiled at a location indicated in the plans.
8.13.02 Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from
the salvaged asphalt.
8.14 Traffic Control
8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall
submit a Traffic Control Plan for approval by the Engineer.
A. The contractor shall have the sole responsibility for providing, installing, moving, replacing,
maintaining, cleaning, and removing upon completion of work, all traffic control devices.
B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform
Traffic Control Devices (MUTCD).
8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum
requirement for the project.
A. The contractor shall provide additional devices as determined to be necessary during the
project.
B. If at any time during construction the approved plan does not accomplish the intended
purpose, due to weather or other conditions affecting the safe handling of traffic, the
contractor shall immediately make necessary changes to correct the unsatisfactory conditions.
8.14.03 The contractor shall provide and maintain at least one driveway to each property open
directly to the project corridor, at all times during construction.
A. Driveway width to remain open shall be appropriate for the character and volume of traffic
accessing the property, and shall require approval by the Engineer.
B. No driveways shall be closed along the project corridor without either a comprehensive access
management plan approved by the Engineer, or approval for individual closures from the
Engineer.
C. The contractor shall notify affected property owners a minimum of two (2) days in advance of
any driveway restriction or closure.
8.14.04 All signing and barricading shall be in place before construction operations are started and
during all times construction is in progress.
A. All hazards shall be clearly marked and adequately protected.
8.14.05 If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk
and Curb -Lane Closure for Pedestrian Control" as indicated in Texas MUTCD.
8.14.06 If traffic control is not specifically stated in the bid proposal, no separate payment will be
made for traffic control.
Section 8 121
Design Standards and Specifications
Streets and Drainage Check List
A. The required plan and devices shall be considered to be subsidiary to pay items.
8.14.07 During the period the Contractor is directing traffic over the base, the surface shall be
satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard
will result.
A. The base course shall be maintained until the wearing surface is placed thereon.
B. At no time during the period of construction shall driveways and/or alleys be left impassable
between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and
gutter for which the driveways and/or alley's shall remain closed not more than 4 days.
C. Contractor shall give a minimum of one (1) day advance notice of the work schedule to
affected property owners, and shall conduct construction efforts so as not to create a
disturbance or nuisance.
8.15 Prosecution of the Work and Working Days
8.15.01 As a standard, no work will be performed on weekends, nights, or holidays.
A. Requests by the contractor to work evenings, weekends, or holidays must be made and
processed in accordance with current City of Lubbock Administrative Policies and Procedures
"Construction on Weekends, Nights, or Holidays".
B. If the request is approved, the contractor shall be responsible for all City personnel costs
associated with the work.
C. If the Engineer determines that it is necessary and appropriate to work after dark or before
daylight, the contractor shall provide adequate lighting as required to allow prosecution of the
work equivalent to that in daylight hours.
8.15.02 Working Days Definition
A. City contracted paving projects will be based on working days allowed.
i. No requests for extensions of time will be considered.
B. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of
Lubbock designated holidays, in which weather or other conditions beyond control of the
contractor will permit the performance of the principal unit of work for a continuous period of
not less than 7 hours between 7:00 am and 6:00 pm.
i. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be
authorized by the Engineer.
ii. For each Saturday, Sunday, or City of Lubbock designated holiday on which the
Contractor chooses to work and has authorization from the Engineer to work, 1 day will
be charged against the contract working time.
iii. Work on Sunday will not be authorized except in cases of extreme emergency, as
determined by the Engineer.
C. Working days will be considered to begin on the effective date stated in the Notice to
Proceed, unless the contractor is unable to begin work on that date due to factors beyond
their control as determined by the Engineer.
i. In that event, time charged against the project will begin on the date the contractor
could first work a minimum of 7 hours as described above.
D. The Engineer will furnish the contractor a monthly statement showing the number of working
days used and the working days remaining.
i. The contractor shall be allowed 10 calendar days in which to protest the correctness of
each statement.
122 Section 8
Design Standards and Specifications
Streets and Drainage Check List
ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of
the protest.
iii. The Engineer shall respond to the protest within 10 calendar days of receiving the
protest.
iv. Failure to file a protest within the allotted 10 days for any statement shall indicate the
contractor's approval of the time charges as shown on that period's time statement,
and future consideration of that time statement will not be permitted.
8.15.03 Work Between November 1 and January 2, and on Other City Holidays
A. If conditions are such that, in the opinion of the Engineer, construction will negatively affect
local businesses during holiday periods, the Engineer may suspend construction operations
from November 1 to January 2.
B. The City of Lubbock observes specific holidays, and City staff is not required to work those
days.
i. As standard procedure, construction operations that require testing/inspection may not
be performed on those holidays.
ii. If the contractor needs to perform construction operations that require City personnel
on holidays, the contractor shall make a written request for authorization to work from
the Engineer.
iii. The request shall state the reason the work is necessary, and shall state that the
contractor agrees to pay the City for the related personnel expenses including salary,
overtime, and benefits.
iv. If City personnel are available, the Engineer may approve the request.
8.16 Measurement and Pavment
8.16.01 The unit price bid for all bid items shall include furnishing and installing all materials,
excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing,
and all incidentals necessary to complete the work, except as otherwise specified,
necessary or incidental to complete the various items of work in accordance with the plans
and specifications.
A. Cost of work or materials shown on the plans or called for in the specifications and for which
no bid item is indicated shall be considered subsidiary to the various bid items.
i. No separate payment shall be made for such subsidiary work or materials.
B. Payment will not be made for any item that is not complete, including all associated incidental
work.
C. All of the items covered by these standard specifications may not be included in a particular
project.
D. Only those items indicated on bid documents and plan sheets shall be included for
construction and payment.
8.16.02 Separate Curb and Gutter
A. Measurement will be made of the linear feet of separate curb and gutter actually constructed.
B. Separate curb and gutter will be paid for at the unit price bid per linear foot.
C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall
be used only if specifically indicated on plans or bid documents.
Section 8 123
Design Standards and Specifications
Streets and Drainage Check List
D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and
fillets, drainage channel, or wheelchair ramp will be considered to be subsidiary to those
items, and no separate payment will be made for such curb.
8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Alley Paving, and Valley Gutters
and Fillets
A. Measurement will be made of the area, in square feet, of flat slab actually constructed.
B. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab.
C. Curb on sidewalks, driveways, alley returns, alley paving and valley gutters and fillets shall be
included in the area measured for the slab and will not be paid for as a separate item as curb
and gutter.
8.16.04 Curb Ramps (Handicap Ramps)
A. Measurement will be made of the area, in square feet, of curb ramp actually constructed,
including surface treatments and top surface area of any curb above the slab.
B. Landings, wings, and ramps will be paid for per square foot as 4 inch thick sidewalk.
C. Curb ramps will be paid for at the unit price bid per square foot. No separate payment will be
made for curb as part of a ramp.
8.16.05 Concrete Drainage Channel
A. Measurement will be made of the area, in square feet, of drainage channel actually
constructed, including top surface area of any curb above the slab.
B. Drainage channel will be paid for at the unit price bid per square foot.
8.16.06 Retaining Walls
A. Retaining wall will be considered as that portion of concrete construction which constitutes a
separate reinforced structural member for soil retention, extending above and below a surface
slab.
B. Measurement will be made of the linear feet of retaining wall actually constructed.
C. Retaining wall will be paid for at the unit price bid per linear foot.
8.16.07 Concrete Median
A. Measurement will be made of the area, in square feet, of median actually constructed.
B. Median will be paid for at the unit price bid per square foot.
8.16.08 Concrete Street Paving
A. Measurement will be made of the area, in square yards, of concrete street paving actually
constructed.
B. Concrete street paving will be paid for at the unit price bid per square yard.
8.16.09 Sawing and Sealing of Joints in Concrete Street Paving
A. Measurement will be made of the linear feet of sawed and sealed joints actually constructed.
B. Sawing and sealing of joints will be paid for at the unit price bid per linear foot.
8.16.10 Curb and Gutter Removal
A. Measurement will be made of the linear feet of curb and gutter actually removed.
124 Section 8
Design Standards and Specifications
Streets and Drainage Check List
B. Payment will be made at the unit price bid per linear foot of curb and gutter removed.
C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet
of curb and gutter prior to removal.
D. If curb and gutter is removed without measurement by the Engineer, no payment will be
made for that removal.
8.16.11 Concrete Slab Removal and Disposal
A. Measurement will be made of the area in square feet of concrete slab actually removed and
legally disposed of.
B. The contractor shall ensure that the Engineer has the opportunity to measure the area of
concrete slab prior to removal.
C. If concrete slab is removed without measurement by the Engineer, no payment will be made
for that removal and disposal.
D. Payment will be made at the unit price bid per square foot of concrete slab removed and
disposed of.
8.16.12 1-1/2 Sack Flowable Fill
A. Quantities of 1-1/2 sack flowable fill will be determined from tickets provided by the drivers of
the delivery trucks.
B. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack flowable fill.
8.16.13 Asphalt Paving
A. Measurement will be made of the area, in square yards, of asphalt paving actually
constructed.
B. The unit price bid shall include furnishing and installing all materials, subgrade preparation,
construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and
prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work
C. Payment will be made at the unit price bid per square yard of asphalt paving.
8.16.14 Asphalt Paving Repair
A. Measurement will be made of the area, in square yards, of in place asphalt paving repair.
B. The unit price bid shall include removal of existing surface materials, furnishing and placing all
asphaltic materials, sawing of existing paving edges, smoothing and preparation of the
existing base, tack and prime coats, compaction, and all incidentals necessary to complete the
work.
C. Payment will be made at the unit price bid per square yard of paving repair.
8.16.15 Micro -Surfacing
A. Micro -surfacing will be measured by the ton of composite micro -surfacing mixture used,
defined as the asphalt emulsion, aggregate, and mineral filler.
B. The unit price bid shall include surface preparation, furnishing, hauling, preparing, and placing
materials, and all required equipment, labor, tools and incidentals necessary to complete the
work.
C. Payment will be made at the unit price per ton of composite micro -surfacing mixture used.
Section 8 125
Design Standards and Specifications
Streets and Drainage Check List
8.16.16 Excavation and Grading Outside Limits of Construction
A. Volume of excavation or fill, in cubic yards, will be determined by average end area method.
B. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or
fill the site to the grades established by the Engineer.
C. No separate payment will be made for disposing of excess material.
D. Payment will be made at the unit price bid per cubic yard of completed excavation or fill.
8.16.17 Ditch Grading and Unpaved Street Surface Grading
A. Measurement will be made of the linear feet of ditch or street grading.
No separate payment will be made for disposing of excess material.
C. Payment will be made at the unit price bid per linear foot of completed ditch or street grading.
8.16.18 Traffic Control
A. Set up and maintenance of traffic control plans indicated as a bid item in the contract will be
paid for on a per day basis for each day the control plan devices are required to be in place.
If no bid item for traffic control is included in the contract it shall be considered to be
subsidiary to bid items, and no separate payment shall be made for traffic control.
8.16.19 Mobilization
A. Contractor mobilization indicated as a bid item in the contract shall be paid for as a lump sum.
If no separate bid item for mobilization is included in the contract it shall be considered
subsidiary to contract bid items, and no separate payment shall be made for mobilization.
8.17 Restoration and Clean Up
8.17.01 After any construction covered by these specifications is completed, the Contractor shall
remove all equipment, surplus materials, and rubbish from the site.
8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the
Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and
turf or landscaping disturbed outside the defined construction area.
8.18 Certificate of Completion and Warranty
8.18.01 Within 30 calendar days after the Developer or Developers Engineer has given written
notice that the improvements have been substantially completed, the City shall inspect the
completed improvements and provide a punch list if necessary.
A. If it is mutually determined that the improvements have been constructed in accordance with
the engineering plans and the City of Lubbock Public Works Engineering Minimum Design
Standards and Specifications, the Developers Engineer shall submit Record Drawings,
Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of
Completion and the Developers Warranty Statement are included in the City of Lubbock Public
Works Engineering Minimum Design Standards and Specifications)
B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the
Developers Warranty Statement, the City will accept improvements within 30 calendar days;
unless exception is given in writing.
126 Section 8
Design Standards and Specifications
Streets and Drainage Check List
C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or
Contractor of responsibility related to warranty of materials or workmanship.
D. The Developer shall remedy any defects due to faulty materials or workmanship that appear
within 2 years from the written Certificate of Completion.
Section 8 127
Design Standards and Specifications
Streets and Drainage Check List
128 Section 8
Design Standards and Specifications
Streets and Drainage Check List
SECTION 9
CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS
9.1 Plan Submittal Requirements
9.1.01 All street and drainage improvements construction plans shall be checked for conformance
with City of Lubbock Standard Specifications for Street and Drainage Construction prior to
submittal to the Public Works Engineering Department. Approval of plans is for general
conformance with the City of Lubbock Minimum Design Standards and Specifications.
Approval of plans shall not relieve the Engineer or Developer from any City, State or other
governing requirements nor for errors or omissions in the plans and specifications.
9.1.02 Plan Review
A. The Design Engineer shall submit two sets of construction plans to the City Engineer for
review and comment.
B. Upon completion of review, one set shall be returned to the Design Engineer with comments.
i. Plans requiring resubmittal may require payment of an additional Plan Review fee.
C. After comments have been addressed and changes have been made, 2 full size and 6 half size
sets of plans shall be provided for final approval for construction.
i. If additional approved plan sets are required by the Design Engineer, the appropriate
amount shall be provided at this time.
ii. If comments have not been addressed on plans submitted for final approval for
construction the plans will be rejected and returned to the Design Engineer.
D. Upon approval, stamped "Approved for Construction" plans shall be distributed as follows:
i. One (1) full size set will be secured in the City's records.
ii. One (1) full size and 6 half size sets will be distributed to the City's inspectors and
support staff.
iii. Where applicable, additional sets will be provided to the Design Engineer.
E. Final construction plans should not be submitted for Public Works Engineering Department
approval for work that will not be installed within 1 year of the approval date.
i. Delays between approval date and construction may require resubmittal of the plans
for review under current standards.
9.1.03 Construction Cost Estimate and Fees
A. Two (2) sets of preliminary Cost Estimates shall be submitted for review at the time of plan
review submittal.
i. The preliminary Estimate shall be based upon reasonable estimates for the work as
established by the Design Engineer.
B. Two (2) sets of final Cost Estimates shall be submitted for review and reference at the time
that a contract is awarded for the work.
i. The final Cost Estimate shall be based upon actual contract values.
C. Plan Review Fees in the amount of 0.5% of the final Estimate amount (minimum $50) shall be
submitted prior to construction.
D. Inspection and Testing Fees in the appropriate amount of the final Cost Estimate amount
(minimum $125) shall be submitted prior to construction.
Section 9 129
Design Standards and Specifications
Streets and Drainage Check List
E. Inspection and Testing Fees shall be based on the following requirements:
Cost Estimate Range
and ps3iotr Fee
Percent
Multi iiciJUM Factor
Up to $20,000
4.0
0.04
20 001 - $25,000
3.75
0.0375
$25,001 - $30,000
3.5
0.035
$30,001 - $40,000
3.25
0.0325
40 001 - $50,000
3.0
0.03
$50,001 - $75,000
2.5
0.025
$75,001 - $150,000
2.0
0.02
Greater than $150,000
1.5
0.015
9.1.04 Construction Plans
A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly
marked "Approved for Construction" with the signature of reviewer and date approved by the
Public Works Engineering Department.
Should circumstances during construction warrant changes from the approved plans or
specification, as determined by the City Inspector, a written approval must be obtained from
the City Engineer.
i. Copies of the written approval shall be attached to the construction plans and
maintained on the job site.
9.1.05 Record Drawings
A. The Design Engineer shall be responsible for recording constructed dimensions, grades,
elevations and additional information on a set of Record Drawings during the progress of
construction.
i. The City of Lubbock Public Works Engineering Department shall monitor this process to
assure that changes in construction are kept up to date on the Record Drawings.
B. Reproducible Mylar "Record Drawings", certified by the Design Engineer and the City of
Lubbock Public Works Engineering Department, shall be presented to the City within 30 days
of completion of the construction.
C. Where the construction is phased and a lapse of more than 60 days occurs between phases,
then reproducible Mylar Record Drawings shall be presented to the City of Lubbock Public
Works Engineering Department reflecting the completed construction prior to issuance of the
Certificate of Acceptance of Streets and Drainage Improvements.
9.1.06 Acceptance
A. Upon completion of construction, satisfactory tests, completion of punch list items, and
submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer
for a Certificate of Acceptance of Streets and Drainage Improvements.
130 Section 9
Design Standards and Specifications
Streets and Drainage Check List
9.2 Plan Details
9.2.01 Plan Format
A. All drawings shall be no larger than 24-inch by 36-inch in size.
9.2.02 The following information shall be shown on the plans:
A. General
i. Title Block (lower right hand corner preferred)
ii. Scale
a. Horizontal 1"=20' or 1"=50'
b. Vertical 1"=1' (preferred) or 1"=2' (maximum)
iii. Original Date and Revision Dates
iv. Name of Professional Engineer
v. Professional Engineer's Seal
vi. Firm Name and Contact Information
vii. Legal Description of Property Being Improved
viii. Drawings Number (s)
ix. Statement:
"All work shall be performed in accordance with the City of
Lubbock Minimum Design Standards and Specifications."
11.�5171
i. Bench Marks and USGS Datum
ii. North Arrow
iii. ROW Lines, Property Lines and Lot Numbers
iv. Street Names and Easements with Width Dimensions
v. Existing Curbs and Paving (Gray)
vi. Proposed Curbs and Paving (Bold)
vii. Spot Elevations on Radii, Dips, Grade Breaks, and Ditches
viii. Location and Direction of Dips
ix. Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.)
C. Profile
i. Existing Ground Surface at Curb Lines (Gray)
ii. Existing Gutters or Flow Lines (Gray)
iii. Proposed Gutters or Flow Lines (Bold)
iv. Stationing with Profiles Indexed to Plan View
v. Intermediate Station Numbers and Elevations at Points of Grade Change and Radii
vi. Ditch Grades
vii. Existing and Proposed Utilities Where Crossed
D. Detail Sheet - As Required
E. Overall Layout Sheet — As Required
i. Scale 1 "=100'
ii. Lot Lines
iii. Streets and Street Names
Section 9 131
No Text
Design Standards and Specifications
Construction Details
SECTION 10 TYPICAL DETAILS OF CONSTRUCTION
10.1 General Details
10.1.01 Construction shall be in accordance with the following standard details unless otherwise
indicated on plans or directed by the Engineer.
132 Section 10
2'
HOUSE
SERVICE
I
TYPICAL LOT
5'
5'
WATER LINE WATER
GAS LINE IN
SEWER LINE
TYPICAL LOT
w w w
z z z
W Q W
a 3
3 uj
20'
10'
7- 6"
5'
10'
7' 5"
5'
3' 9"
2'
O
UTILITY
m
I
POLE
UTILITY
POLE
z
m
FINISHED
RADE
,El
/
z
N Z V
Z
BURIED n
T.V. CABLE
BURIED
AT&T CABLE
BURIED
GAS MAIN NTS CABLE
Z
CONCRETE PAD v
V
OVER BURIED
ELECTRIC
CONDUIT
MA NWATER
HOUSE
SERVICE
2'
BURI€D
ELECTRICAL 9' MINIMUM SEWER
CABLE MAIN
BURIED
ELECTRICAL
CABLE
2' L
TYPICAL LOCATIONS
���� c;, of
REVISED
MAY 2014
FOR UTILITIES IN ALLEYS
Lubbock
DRAWING NUMBER
TEXAS
G_1
FINISHED GRADE SURFACE
NOTES:
ED)
1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY
PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS.
3. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY
OF LUBBOCK STREETS ORDINANCE.
REVISED
TRENCH CROSS-SECTION ���� c;, of DEC. 2012
SHOWING TERMINOLOGY Lubbock DRAWING NUMBER
TEXAS G_2
Design Standards and Specifications
Construction Details
10.2 Water Details
Section 10 135
FINISHED GRADE SURFACE
NOTES:
1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY
PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS.
2. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY
OF LUBBOCK STREETS ORDINANCE.
WATER LINE
TRENCH DETAIL
0 ,� City Of
Lubbock
lk
TEXAS
REVISED
DEC. 2012
DRAWING NUMBER
W-1
CONCRET
THRUST
BLOCK
THRUST BLOCK
SIZING CHART
DIA,
INCHES
TEES CROSS & PLUGS
CF
4
3
6
6
8
15
10
27
12
37
16
53
18
64
20
77
24
104
30
149
CAP OR PLUG
ON PRESSURE SIDE
CONCRETE
THRUST_
BLOCK
ANCHORAGE FOR CROSS ANCHORAGE FOR PLUG
N.T.S. N.T.S.
REMOVE PIPE SECTION,
TRIM AND REPLACE
FOLLOWING INSTALLATION
METAL OF PLUGS
PLATE
i-'I �I- =III LIIi -II111 El 11-111-1�1-]11-11 1,
-III_.————————I=11 EI
.I i 1I=1 a 1=IJ=
LINE TO BE LINE TO REMAIN
ABANDONED IN SERVICE
I I=III : I-11 L=11'
THRUST BLOCK
SIZING CHART
DIA,
INCHES
TEES CROSS & PLUGS
CF
4
3
6
6
8
15
30
27
12
37
16
53
18
64
20
77
24
104
30
149
CONCRETE BLOCKING J L PLUG W/ EARS
TYPICAL 2,500 PSI
CONCRETE
CUT & PLUG
N.T.S.
CONCRETE
THRUST
BLOCK
ANCHORAGE FOR TEE
N.T.S.
THRUST BLOCK
SIZING CHART
DIA,
INCHES
TEES CROSS & PLUGS
CF
4
3
6
6
8
15
10
27
12
37
16
53
18
64
20
77
24
104
30
149
CONCRETE
THRUST BLOCKING
NOTES:
THRUST BLOCK
SIZING CHART
DIA,
INCHES
TEES CROSS & PLUGS
CF
4
3
6
6
8
15
10
27
12
37
16
53
18
64
20
77
24
104
30
149
1. FOR BLIND TEE INSTALL ONE JOINT OF
PIPE WITH PLUG AND TREAT AS A DEAD
END LINE.
2. BEARING SURFACES SHALL BE
AGAINST UNDISTURBED GROUND.
3. CONCRETE BLOCKING SHALL BE TYPICAL
2,500 PSI CONCRETE.
4. DUCTILE IRON FITTINGS SHALL BE WRAPPED
WITH POLYETHYLENE ENCASEMENT PRIOR
TO PLACEMENT OF CONCRETE FOR THRUST
BLOCKING.
SIZE ACCORDING TO AWWA & PIPE
MANUFACTURER SPECIFICATIONS
REVISED
4 /� City of DEC. 2012
Lubbock DRAWING NUMBER
TEXAS W_2
THRUST BLOCK THRUST BLOCK
SIZING CHART SIZING CHART
DIA. 11.250 DIA. 22.50
INCHES CF INCHES CF
4 1 4 1
6 1 6 1
CONCRETE 0 2 CONCRETE 0 3
THRUST 12 3 "i THRUST 12 8
BLOCK BLOCK 16 11
- 18 13
20 16
22.5° BEND 24 21
11.25° BEND 130RIO 30 30
ANCHORAGE FOR A 11.25° BEND ANCHORAGE FOR A 22.5° BEND
N.T.S. N.T.S.
THRUST BLOCK
SIZING CHART
DIA.
450
INCHES
CF
4
1
6
2
8
4
CONCRETE
10
7
THRUST
12
15
- -
BLOCK
16
21
18
25
45° BEND
20
30
24
40
30
58
ANCHORAGE FOR A 45° BEND
N.T.S.
CONCRETE THRUST
BLOCK
NO.3 BARS "I
EACH WAY
VERTICAL BEND
N.T.S.
CONCRETE
THRUST BLOCKING
CONCRETE
- THRUST
BLOCK
90° BEND
ANCHORAGE FOR A 90° BEND
THRUST
SIZING
BLOCK
CHART
DIA.
INCHES
900
CF
4
2
6
4
8
9
10
17
12
27
16
38
18
46
20
55
24
74
30
106
N.T.S.
NOTES:
1. BEARING SURFACES SHALL BE
AGAINST UNDISTURBED GROUND.
2. CONCRETE BLOCKING SHALL BE TYPICAL
2,500 PSI CONCRETE.
3. DUCTILE IRON FITTINGS SHALL BE WRAPPED
WITH POLYETHYLENE ENCASEMENT PRIOR
TO PLACEMENT OF CONCRETE FOR THRUST
BLOCKING.
SIZE ACCORDING TO AWWA & PIPE
MANUFACTURER SPECIFICATIONS
NOV . City 0f
Lubbock
TEXAS
REVISED
DEC. 2012
DRAWING NUMBER
W-3
TOP OF METER BOX 0"-2"
ABOVE GROUND LEVEL
1
CARSON INDUSTRIES
MODEL 2200 12 3/16 "O.D.
2"
1
4 „ PLASTIC KEY OPERATED 11 1/16 "DIA.
DALLAS LOCK
NOTES:
1. THE METER & CUSTOMER SERVICE DEPARTMENT OF WATER UTILITIES IS
RESPONSIBLE FOR ESTABLISHING THE STANDARD AS INDICATED ON THIS
DRAWING.
2. ALL WATER METER BOXES ARE TO BE SET NO LOWER THAN THE
SURROUNDING TERRAIN. THE RECOMMENDED GRADE IS TO SET THE TOP
OF THE WATER METER BOX NO HIGHER THAN TWO INCHES ABOVE GROUND
LEVEL. THIS PREVENTS THE METER BOX FROM BEING COVERED UP AND
STOPS DIRT AND RAIN FROM ENTERING THE BOX.
3. THE METER IN THE BOX SHOULD BE NO LOWER THAN 16 INCHES FROM
THE BOTTOM OF THE METER BOX LID TO THE TOP OF THE WATER METER
LID. THIS ALLOWS PROPER READING OF THE METER AND PREVENTS THE
METER AND CURB STOPS FROM FREEZING DURING COLD WEATHER.
TYPICAL NON -TRAFFIC N1IV City of
RATED METER BOX Lubbock
Texas
REVISED
DEC. 2012
DRAWING NUMBER
W-4
TYPICAL 2,500 PSG
CONCRETE THRU;
BLOCK
EXISTI
RETAINER
TAPPIN
NOTES:
1. TAP SHALL BE HORIZONTAL TO MAIN.
2. TAPPING SLEEVE & VALVE SHALL BE AT LEAST ONE STANDARD
SIZE SMALLER THAN MAIN TO BE TAPPED.
3. SERVICE TAPS ON EXISTING MAINS SHALL BE EXECUTED BY CITY
FORCES.
4. MAIN LINE TAPS ON EXISTING MAINS SHALL BE EXECUTED IN
ACCORDANCE WITH THE METHODS OF CONNECTIONS SECTION OF
THESE SPECIFICATIONS.
TYPICAL TAPPING
SLEEVE AND VALVE
�r►r City Of
Lubbock
4 TEXAS
VG
REVISED
DEC. 2012
DRAWING NUMBER
W-5
90' BEND
MI X MI X THREAD
TEE
REDUCER
METER
BYPASS
SERVICE
LINE
GATE
VALVE
O
WATER
GATE
;.:
METER
VALVE \
in
O
Ln
GATE
VALVE
TYPICAL
VALVE BOX
& COVER
REDUCER (IF REQUIRED)
900 BEND
MI X MI X THREAD
TEE
❑
TAPPING SLEEVE
AND VALVE
EXISTING MAIN
NOTE:
1. ALTERNATIVELY, METER BYPASS SERVICE LINE AND GATE VALVE CAN
BE LOCATED INSIDE METER VAULT.
TYPICAL LARGE
City of
REVISED
DEC. 2012
DOMESTIC METER TAP
4r���
Lubbock
DRAWING NUMBER
TEXAS
W_6
TYPICAL FIRE
HYDRANT
VARIES BACK OF CURB OR
(SEE NOTE #1) EDGE OF PAVEMENT
TYPICAL VALVE BOXi
AND COVER WITH
/ CONCRETE COLLAR 18"
0.2'T00.4'
PROPOSED FINISHED GRADE SURFACE CONC.CURB
DO NOT
i 6" C-900 I BLOCK DRAIN
PVC RISER TYPICAL 2,500 PSI
4' MIN COVER CONCRETE THRUST
6" GATE i BLOCK
VALVE
MAIN op �� TYPICAL BLUE
o RAISED PAVEMENT
a MARKER PLACED
AT CENTERLINE
3' MIN OF ROADWAY
o
TYPICAL 2,500 PSI$O°oo 12" MIN
VALVE BLOCKING o S�oo�o$�o
��J o
SOLE -PURPOSE
FIRE HYDRANT
LINE 2' X 2' SQ.
6" OUTLET M.J. X FLG.
OR ANCHOR TEE (OPTIONAL)
WITH M.J. X M.J. VALVE
NOTES:
1. IN SPACE BETWEEN CURB AND SIDEWALK, DIMENSION FROM
BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 6" MINIMUM
AND 18" MAXIMUM. IN PUBLIC AREAS OR COMMERCIAL AREAS,
OR WHERE SIDEWALK ABUTS CURB, DIMENSION FROM BACK OF
CURB OR EDGE OF PAVEMENT SHALL BE T MINIMUM AND 6'
MAXIMUM. FIRE HYDRANTS SHALL NOT BE PLACED WITHIN
SIDEWALK AREAS. MAINTAIN 3' MINIMUM CLEARANCE TO ANY
OBSTRUCTION.
2. 4" STEAMER NOZZLE SHALL FACE FIRE LANE OR STREET ACCESS
3. FIRE LINE PIPING SHALL BE SAME MATERIAL AS MAIN OR MINIMUM
C900 PVC DR18 CLASS PIPE AND HAVE RESTRAINED JOINT FITTINGS
FROM WATER MAIN TO FIRE HYDRANT. LENGTH SHALL NOT EXCEED 150'.
4. FOR BURY DEPTHS GREATER THAN 5', ONE BARREL EXTENSION
NOT EXCEEDING 2' IN LENGTH SHALL BE INSTALLED DIRECTLY
BELOW THE FIRE HYDRANT.
5. TYPICAL 1/2" ROCK PIPE EMBEDMENT MATERIAL SHALL BE PLACED
AROUND THE BOTTOM OF THE HYDRANT FOR A RADIUS OF AT
LEAST V AND EXTEND AT LEAST V ABOVE THE OUTLET. DO NOT
BLOCK DRAIN HOLES.
REVISED
TYPICAL FIRE HYDRANT /v city of MAY 2014
Lubbock DRAWING NUMBER
TEXAS W_7
FINISHED GRADE SURFACE
TYPICAL VALVE BOX H.M.A.C. PAVEMENT
AND COVER
>
- NO, 4 BARS
III -III -III_ CONCRETE COLLAR
EACH WAY =III
I (NOT REQUIRED IN
III-III-III-�
��III
CONCRETE PAVEMENT)
IIIIIIIII-III
N
II -III -III -III
-
-IIIIIIIIII
-II-I
I -III-
-III -III -III
I III = - 6" PVC C900
-III-III-III-1
_IIIIIII-III
_-
IIIIIII-III RISER PIPE
I IIIIII-III
I
-IIIIII-III
TYPICAL
IIIIIIIIII
I
i TYPICAL GATE VALVE
TRACER WIRE
---------------
I _ _ _
--I-- --- WATER MAIN - --
— —IA 1-1/•�e
I •�. — — —
TYPICAL PIPE
BEDDING &
EMBEDMENT
NOTES:
1 11 1 11 1 L 8" X 8" X 6" MIN. 2,500 PSI CONCRETE
-I I E
BLOCK UNDER BODY OF BURIED VALVES
I IIII1 I I1 I Ii �
VALVE COVER SHALL
BE STAMPED
"WATER VALVE"
1. TREAT EACH SIDE OF VALVE AS A DEAD END OF EQUAL SIZE.
INSTALL THE CORRESPONDING LENGTH (FOR A DEAD END) OF FULLY
RESTRAINED PIPE THE FULL DISTANCE ON EACH SIDE OF VALVE
2. CONCRETE SUPPORT CRADLE AND SUPPORT PAD SHALL BE 2,500 P.S.I.
CONCRETE.
3. POLYWRAP BURIED GATE VALVES AND FITTINGS
4. TORQUE BOLTS PRIOR TO BACKFILL PER MANUFACTURERS RECOMENDATIONS
5. TOP OF VALVE NUT SHALL BE LESS THAN 6 FEET FROM FINISHED GRADE.
IF MORE THAN 6 FEET, INSTALL EXTENSION SO THAT TOP OF NUT IS LESS
THAN 6 FEET FROM FINISHED GRADE.
6. SET COVER OF VALVE BOX AND COLLAR 1/4" BELOW GRADE IN PAVEMENT OR
SHOULDER, AND 2" ABOVE GRADE ELSEWHERE.
BURIED VERTICAL GATE
VALVE DETAIL
2' SQUARE
0k, City Of
Lubbock
lk
TEXAS
VALVE BOX
AND COVER
CONCRETE COLLAR
(NOT REQUIRED IN
CONCRETE PAVEMENT)
NO. 4 BARS
EACH WAY
REVISED
DEC. 2012
DRAWING NUMBER
W-8
NO. 5 BARS
-- .
10" O.C. VERT.
o
I 1
NO. 5 BARS
'O
I
8" O.C. HORZ.
TYPICAL MANHOLE FRAME AND COVER
CENTERED OVER OPERATING NUT
FINISHED GRADE
D
V MIN.
cV
1I-
D
En
ICI
D '
-I�
3/4" CRUSHED
Iill
p
_
0 o e o e
ROCK
-III 8�0°.° °.°.°.°.
D V O
U plzO
O� O O o O �O�
III
D
I I I -III
Imo[ 9"
III
IIIIIII i i-i i IIIIIIIIIII
-VARIES
I
9"
I 1(—
TYPICAL 2,500 PSI
_
IIIIIIIIII ICIIIIIII-III-
CONCRETE�������
�—
HORIZANTAL GATE
City c;, of
REVISED
DEC. 2012
VALVE IN VAULT
Lubbock
4
DRAWING NUMBER
TEXAS
W_9
4" D.I. PIPE
"GOOSENECK"
WITH WIRE
BUG SCREEN
LIP 3'-0"
ABOVE GROUND FINISHED GRADE SURFACE
\911SLAB_ I� ----- — I —1 I F—
II 111 I 1111 I �I I I� � �I I
VARIES
'2"'LIPo •'
III1 I I-
12" BLIND FLANGE
IIII e ° I1 I II
II 111I II HANDWHEEL >
_ D D '
3/4" CRUSHED
ROCK
4" BEDDING—
II 1I 1 AMAINII
I-1 = _ -1II— i— I-1 I-
=1 I I=1 11=1 1 11 1 11 11=1 1 11 1 11
1111111111111111
111111111111111111111111-
TYPICAL MANHOLE
FRAME & COVER
—
AIR & VACUUM
RELIEF VALVES
0k, City Of
Lubbock
lk
TEXAS
REVISED
DEC. 2012
DRAWING NUMBER
W-10
TYPICAL MANHOLE FRAME
AND COVER
FINISHED GRADE SURFACE
NON -SHRINK GROUT D • D D D
D e e
III —III e
'I,�IIIIII111��°
—III—III°
I�IIIIII�e
III=11 �.
IIIIIIII`e
III e°
IIIII111��
0
b
:o
I —III eD�eDe o`.D�. D�•.
—1 I I —III —III 116�X6� ISQI=1
• '-III' ' ' ' i1 I.
TYPICAL 2,500 PSI
CONCRETE
CONCRETE VALVE BOX
GRADE RING,
ADJUST TO
STREET LEVEL
— I I ,
3/4"
CRUSHED
ROCK
City Of
Lubbock
NOVA, TEXAS
1/2" EXPANSION
JOINT
REVISED
DEC. 2012
DRAWING NUMBER
W-11
TYPICAL VALVE BOX AND
COVER CENTERED OVER
OPERATING NUT
ill=1 I I=1 I I=1
—��il�lllll�lll e
-III
iii I I s
-IIIII_`.
,III e
TYPICAL 1#2"
EXPANSION JOINT I BUTTERFLY
VALVE
=1
-
III
11 H
t
—III— 6„' �. o • . • D . .
ie
00
TYPICAL 2 500 PSI
CONCRETE
BUTTERFLY VALVE
IN VAULT
TYPICAL MANHOLE
FRAME AND COVER
• III=III ; I I {
e�lllll
e IIIII
��IIIII
IIIII
IIIII
IIII
3/4" CRUSHED
III ROCK
I,IIIIII
_ —1II
#4 BARS @ 12"
O.C. EACH WAY
NOV* City of
Lubbock
TEXAS
U)
W
REVISED
DEC. 2012
DRAWING NUMBER
W-12
Design Standards and Specifications
Construction Details
10.3 Sewer Details
Section 10 148
TYPICAL SANITARY
SEWER MARKER
(2X4 PAINTED GREEN)
I I-�
i I-III—III—III—III—III—III—�
-III —III —III —III —III —III
=I
-III-I 11711 I-III-1 I -III
_I I B I I-111-III-III-1
I F
I'
1-III-I I EE
' ; I —I I I, I l I l
Ed I Ed I I
l l l l l 1, ; l l P
-111-
4" PLUG
Lu
w
C7
4" RISER -----
O
4" TEE
SEWER
MAIN FLOW
TYPICAL SANITARY
SEWER MARKER
(2X4 PAINTED GREEN)
III-III-III-III-III-III-III-1
i l l- III -III -III -III -I I ElRiElI
B I B 11-' ' I I B 1
-III-III-III-III-III-III-III-I
I El I B I El I B I El
I B I I-1 I I 1 1 i J__
I I I I I-1
I I I-1
I'
-� I— liElIElIBIBII
'
w
w
w
4" WYE &PLUG
J
O
SEWER
450
MAIN FLOW
NOTES:
1. ALL TAPS MUST BE ABOVE SPRINGLINE OF SEWER MAIN.
2. NO SIZE -ON -SIZE TAPS.
3. SERVICE LATERALS SHALL BE BROUGHT TO THE PROPERTY
AND PLUGED AT A DEPTH OF NO GREATER THAN 6' FROM
FINISHED GRADE SURFACE, UNLESS REQUIRED TO BE
DEEPER BASED ON DEVELOPMENT REQUIREMENTS.
TYPICAL SEWER
City of
REV SED
DEC. 2012
SERVICE TAP
Lubbock
4
DRAWING NUMBER
TEXAS
SS-1
A
SUBSTITUTE "STORM"
FOR STORM SEWER
APPLICATION P NIT q
5 R Y
of L ue
B
A
32" DIA
1 " RAISED LETTERING
(RECESSED FLUSH)
CUSTOM LOGO
�2) EPIC
I KBARS
21 3/4"
r i
7 �
N 23
V-1430 A
PROD.NO.
MO/DAY/YR
ASTM A48 CL353
BOTTOM VIEW
TYPICAL
MANHOLE COVER
SECTION A -A
NOTES:
1. SANITARY SEWER MANHOLE FRAME
AND COVER I.D.: 4143009OA01
2. STORM SEWER MANHOLE FRAME
AND COVER I.D.: 41430091A01
City Of
Lubbock
4 TEXAS
REVISED
MAY 2014
DRAWING NUMBER
SS-2
t
TYPICAL
MANHOLE FRAME
AA
o� 011 cl, _ 1 1/2"
40 3/4"
s
�r►r City of
Lubbock
4 TEXAS
2"
REVISED
DEC. 2012
DRAWING NUMBER
SS-3
STANDARD DIAMETER CAST IRON
RING & COVER
30"
PULLING IRONS CAST IN TRANSITION LID
FOR LIFTING, TYP. OF 3
TYPICAL JOINT SEALANT
EACH JOINT OF RISER &
RING & COVER. MAXIMUM
GRADE ADJUSTMENT 18"
ELEVATION VIEW
NOTES:
1. CONCRETE SHALL BE MINIMUM 4000 P.S.I.
2. REINFORCING SHALL BE MINIMUM GRADE 60.
PRECAST CONCRETE
ECCENTRIC CONE
SECTIONAL VIEW
11r►rj City of
Lubbock
TEXAS
REVISED
DEC. 2012
DRAWING NUMBER
SS-4
H
T
ASTM 478
6"
MIN
6" MIN
TYPICAL MANHOLE FRAME AND COVER
NO;ECCENTRIC
UT
o
II 11 i30"
FOR
MENT
CONE SECTION
SEAL ALL JOINTS
PER MANUFACTURER
REQUIREMENTS
101
RISER SECTION
(TONGUE & GROOVE)
BOTTOM RISER SECTION
(BUTT & GROOVE)
1" TO 2" GROUT SPACE
CONCRETE BASE
FORMED SURFACES
} 6" OR PIPE )
i WHICHEVER
ER IS LARGER
#4 BARS-6" O.C. EA. WAY
2" BELOW BOTTOM OF PIPE
5'SQUARE
H
P
D
T
470 16'
6" TO 15"
MIN. 48"
MIN. 5"
18" & OVER
MIN. 60"
MIN. 6"
16'&DEEPER
ALL SIZES
MIN. 60"
MIN. 6"
PRECAST REINFORCED
CONCRETE MANHOLE
PLAN VIEW
�ili City Of
Lubbock
4 TEXAS
STANDARD SANITj
SEWER MANHOLE
FRAME & COVER
CONCRETE COLLAR
(NOT REQUIRED IN
CONCRETE PAVEME
NO. 4 BARS
EACH WAY
REVISED
DEC. 2012
DRAWING NUMBER
SS-5
TYPICAL MANHOLE
FRAME & COVER
OMING SEWER
450 BEND
)VC PIPE
900 BEND
NOTE:
1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE &
UNDER PIPE WITH FLOWABLE FILL.
OUTSIDE DROP REVISED
4MANHOLECity of MAY 2014
(PVC) Lubbock
DRAWING NUMBER
(NEW MANHOLE INSTALL) TEXAS SS-6
NOTE:
1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE
& UNDER PIPE WITH FLOWABLE FILL.
INSIDE DROP ON
EXISTING MANHOLE
�r►r City of
Lubbock
4 TEXAS
TYPICAL
EPDXY
REVISED
DEC. 2012
DRAWING NUMBER
SS-7
STRAIGHT THROUGH MANHOLE
SLOPE
CUT OUT TOP OF PIPE
r r r OR SHAPED CONCRETE INVERT
FLOW
BEND AT MANHOLE
rr r SHAPED CONCRETE INVERT
/ FLOW \
]UNCTION AT MANHOLE
rSHAPED CONCRETE INVERT
FLOW
TYPICAL REVISED
City of DEC. 2012
MANHOLE FLOORS Lubbock DRAWING NUMBER
4 TEXAS SS-S
PIPE JOINT
CASING SPACERS SHALL BE
SPACED A MAXIMUM OF ONE
FOOT FROM EACH SIDE OF JOINT
STEEL SPACER BODY
PIPELINE
FILL SPACE BE
EXCAVATED B
CASING PIPE I
CEMENT GROI
NOTES:
1. BEVEL END OF CASING PIPE TO REMOVE
ALL SHARP EDGES TO PREVENT DAMAGE
TO THE CARRIER PIPE.
2. THE END -SEAL SHALL BE ATTACHED TO
THE PIPE AND CASING SO AS TO PROVIDE
A WATER -TIGHT END SEAL.
3. FOR CASINGS OVER 12 INCHES IN DIAMETER,
PROVIDE TWO CLAMPS OR BANDS ON EACH
END OF EACH SEAL.
4. CASING PIPE SHALL HAVE END -SEALS
INSTALLED ON BOTH ENDS PRIOR TO
BACKFILLING ADJACENT PIPE TRENCHES.
PIPELINE ENCASEMENT
D ETAI L
5'- MAXIMUM CARRIER PIPE
BETWEEN SPACERS
FOUR CASING SPACERS
PER PIPE JOINT AS REQUIRED
TO MEET MAXIMUM SPACING
V MAX
ADDITIONAL SPACERS,
TYPICAL EACH END
OF CASING PIPE
L CASING PIPE
1DMIUM PLATED
UDS, NUTS, AND
ASHERS, TYP.
L = D, WITH L MAX. = 16"
City of
Lubbock
4NO
TEXAS
L L
REVISED
DEC. 2012
DRAWING NUMBER
SS-9
)/2
Design Standards and Specifications
Construction Details
10.4 Street and Drainage Details
Section 10 158
v
O
v
m
m rw
R
ISLAND, 50 SQ.FT. MIN.
AREA IF USED.
r W-1
R S-I R
PROPERTY LINE
_ R
t
LR
T-
i
VISIBILITY
TRIANGLE
LI. N
T 25'
C
I R1
DIMENSION
REFERENCE
RESIDENTIAL
STREET
THOROUGHFARE
STREET
COLLECTOR
STREET
INDUSTRIAL
STREET
(ROADWAY CLASSIFICATION,
(R1A, 32')
1, 66'
R2, 42'
(1,42
ROAD WAYWIDT�_____
______
__(R1,36') _
__T2,88'�__
__ -C1,46'�__
________
WIDTH
--------
ONE-WAY
------
-------
12'
--------
15'
--------
15'
--------
20'
--------
TWO-WAY - MINIMUM
------
--
----------
12'
---
30'
--------
30'
--------
40'
-------------
TWO-WAY -MAXIMUM
--------
------
------
-------
30'
-------
--------
40'
--------
---4dT
40'
--------
--------
S0'
--------
MINIMUM RADIUS
R
5'
15'
15'
20'
-------------
MINIMUM SPACING
------
-------
--------
--------
--------
-------------
FROM PROPERTY LINE
'
R
R
R+5'
R+5'
-------------
F_RO_M_ST_R_EE_TCO_RN_E_R
- - ----
C
-------
A+R
-- - - - - --
A+R
-- - - ----
A+R
-- - -----
FROM THOROUGHFARE
C
150'APPROACHING
CORNER
100' EXITING
-------------
BETWEEN DRIVEWAYS
------
S
-------
3'
--------
60'
--------
60'
--------
30'
---
MINIMUM ANGLE
----
D
-------
45°
--------
45°
--------
--------
* MAY BE "0" FEET IF SHARED DRIVE IS PROPOSED.
DRIVEWAY
STANDARDS
REVISED
City of MAY 2014
Lubbock PLATE NO.
TEXA� 36-1
J �(
d Q
Z� �d
2:0 c O
B Fn� `�`" A A (NO SCALE)
PROPERTY LINE
v'o voo
v
° , o p 4' SIDEWALK o °
EXPANSIO,IV° EXPANSION JOINTS SPACED
JOINTS-'- 36' MAX. ALONG SIDEWALK RUN.
.voo ° .voo
v v
° v
B FIRE HYDRANT, POWER
POLE, ETC. MUST HAVE
EXPANSION JOINT BLOCK -
OUT WHEN ENCLOSED
EXPANSION w IN CONCRETE. EXTEND
JOINT YY 6" PAST EDGE OF
HYDRANT/POLE
a avD
CONTRACTION MARKINGS `IL
1/2 WAY THROUGH ;to
SLAB AT 4' INTERVALS.
w
SECTION A -A ?
rJ
r
VARIABLE 4' SIDEWALK w
3' MIN. @ 2% MAX. SLOPE O
CURB cc
a
REMOVED.
SECTIONS B-B
NOTE: (RESIDENTIAL) zz
Y W
Z
SEE PLATE NO. 36-4 FOR c�
ASPHALT REPAIR ADJACENT
TO CURB AND GUTTER OR DRIVEWAY. VARIABLE 4' SIDEWALK a
3' MIN. @ 2% MAX. SLOPE a
INNER CURB
6"X6" - 6 GAUGE WELDED WIRE FABRIC OR AS REQUIRED.
#4 DEFORMED STEEL BARS 12" O.C. BOTH Z
WAYS, CENTERED IN SLAB. ?Y
w �V
ZY DF
�= SECTIONS B-B
D� (COMMERCIAL)
FOR COMMERCIAL DRIVEWAY: NOTES:
CURB AND GUTTER TO BE
COMPLETELY REMOVED AND 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY.
RECONSTRUCTED WITH #3 2. ALL EXPANSION JOINTS TO BE X" THICK.
BARS RUNNING ENTIRE 3. 300 TO 450 FLARE MAY BE USED IN LIEU OF
LENGTH OF NEW GUTTER. RADII ON RESIDENTIAL DRIVEWAYS.
4. SEE PLATES 36-16 AND 36-16(A) FOR
CURB RAMP DETAILS.
REVISED FOUR FOOT SIDEWALK �1I� MAY2014
v City of
CONSTRUCTION DETAILS Lubbock PLATE NO.
Texas 36-2
a
QX
z�
�a
B �, LL
M
No
mm
N
EXPANSION
. vo° JOINTSo;°
5' OR 6' SIDEWALK.
PROPERTY LINE
o �
A A
O v/
v'
IL
SEE FRONTAL VIEW
FIRE HYDRANT, POWER
B POLE, ETC. MUST HAVE
EXPANSION JOINTS EXPANSION JOINT BLOCK -
SPACED 36' MAX. OUT WHEN ENCLOSED
ALONG SIDEWALK RUN. IN CONCRETE. EXTEND
6" PAST EDGE OF
EXPANSION SECTION A -A HYDRANT/POLE
JOINT.
0
4" MIN. THICKNESS OF SIDEWALK.
CONTRACTION MARKINGS
1/2 WAY THROUGH SLAB
AT 6' INTERVALS.
VARIES
3' MIN. @ 2% MAX. SLOPE a
Ow
�Z
CURB 5' SIDEWALK - a
REMOVED. v °.
v A
SECTIONS B-B 4" MIN.
(RESIDENTIAL) THICKNESS.
NOTE:
SEE PLATE NO. 36-4 VARIES a w
FOR ASPHALT REPAIR 3' MIN. @ 2% MAX. SLOPE ?
ADJACENT TO CURB a J
AND GUTTER OR 6' SIDEWALK
DRIVEWAY. 4"
v
6"X6"°- 6 GAUGE WELDED WIRE FABRIC OR // 4
_z #4 DEFORMED STEEL BARS 12" O.C. BOTH 2: INNER CURB
FOR COMMERCIAL DRIVEWAY, WAYS, CENTERED IN SLAB. Zo AS REQUIRED.
COMPLETELY REMOVE CURB AND O (COMMERCIAL)
GUTTER AND RECONSTRUCT WITH
#3 BARS RUNNING ENTIRE LENGTH FRONTAL VIEW
nF NFW rl ITTFR PROPERTY LINE
NOTES:
1. MAINTAIN GUTTER FLOWINE THROUGH DRI`
2. ALL EXPANSION JOINTS TO BE -" THICK.
3. 300 TO 45° FLARE MAY BE USED IN LIEU OF
RADII ON RESIDENTIAL DRIVEWAYS.
4. SEE PLATES 36-16 AND 36-16(A) FOR
CURB RAMP DETAILS.
5. 5' CURB BACK ON RESIDENTIAL STREETS.
6' CURB BACK ON COLLECTOR AND
THOROUGHFARE STREETS.
5' OR 6' SIDEWALK
CONSTRUCTION DETAILS
REVISED
/� City of MAY 2014
Lubbock PLATE NO.
Texas 36-3
6" 18"TYPICAL
2"
H.M
NEW CONCRETE
DRIVEWAY
NOTES:
TOE FORM - TO BE REMOVED
PRIOR TO INSTALLATION OF
FLOWABLE FILL AND PAVING
SURFACE.
1. MAINTAIN VERTICAL AND HORIZONTAL
ALIGNMENT OF CURB, LIP, AND GUTTER
FLOW LINE.
2. REMOVE CURB TO LIP LINE AND
POUR NEW DRIVEWAY FLUSH AGAINST
TOE FORM.
ASPHALT REPAIR ADJACENT TO
CURB AND GUTTER OR DRIVEWAY
12"
SMOOTH H.M.A.C. SURFACE,
MIN. TYPE "C" SAWCUT TO REMAIN
A.C. SURFACE. IN PLACE.
-
do do —
If BASE
FLOWABLE FILL
City Of
Lubbock
4NO
TEXAS
REVISED
DEC. 2012
PLATE NO.
36-4(A)
JNEW CONCRETE SMOOTIi EXISTING
DRIVEWAY SAWCUT CONCRETE
PAVING
NOTES:
1. MAINTAIN VERTICAL AND HORIZONTAL
ALIGNMENT OF CURB, LIP, AND GUTTER
FLOW LINE.
2. REMOVE CURB TO LIP LINE AND
POUR NEW DRIVEWAY FLUSH AGAINST
TOE FORM.
CONCRETE PAVING REPAIR
ADJACENT TO CURB AND
GUTTER OR DRIVEWAY
NOV* City Of
Lubbock
TEXAS
REVISED
DEC. 2012
PLATE NO.
36-4(B)
R=25'
4' PROPERTY
LINE SIDEWALK
Elf
a w
O
ofM
aw /
i
4' SIDEWALK ALONG
PROPERTY LINE
10'
YMIN.
r /
ALLEY RETURN
(TYPICAL)
�r►r City Of
Lubbock
4 TEXAS
TMIN.
DRIVEWAY APPROACH
(TYPICAL)
REVISED
DEC. 2012
PLATE NO.
36-5
R=25'
TOR 6' CURB
BACK SIDEWALK
CJ p
�ti
O u
E" m
1
/
MAILBOX
TMIN.
10'
1 f TMIN.
5' OR 6' SIDEWALK
ALONG CURB BACK
ALLEY RETURN
(TYPICAL)
TMIN. TMIN.
TMIN.
DRIVEWAY APPROACH
(TYPICAL)
City Of
Lubbock
4NO
TEXAS
REVISED
DEC. 2012
PLATE NO.
36-6
CURB AND GUTTER,
FILLETS AND SLAB TO BE
POURED TOGETHER.
6" CONCRETE SLAB WITH 6"X6" - 6 3/4" BITUMINOUS
GAUGE WELDED WIRE FABRIC OR #4 �PREMOLDED EXP.
DEFORMED STEEL BARS 12" O.C. BOTH JOINT.
WAYS, CENTERED IN SLAB.
a'
v pa 4,
4
CURB HEIGHT
a o TRANSITIONS TO
CONTRACTION 0" AT THIS POINT.
JOINTS. %%l%�%��ji/TT
ao4',
-----------
SIDEWALK
a } IS POINT OF ALLEY RETURN
0 TO BE NO MORE THAN 7"
4 N 8�* B HIGHER THAN GUTTER ON HIGH
2.5' 2.5' N 10' 2.5' 2.5'_ SIDE END OF RADIUS AT STREET.
� �w
PROPERTY LINE ` > B" BITUMINOUS
OR O z EXPANSION JOINT.
� H o p as
\ N PLAN VIEW
z 6"X6" - 6 GAUGE WELDED WIRE
FABRIC OR #4 DEFORMED STEEL
BARS 12" O.C. BOTH WAYS,
Lu CENTERED IN SLAB. * TO BE USED WHEN
Q
ALLEY R.O.W. WIDTH
o CONTRACTION IS 15'.
JOINT.
2.5'* 2.5'*
5' 10' 5'
A A
20'
5' 10' 5'
w
way Lw
0� a'. way
QJ
L •
6"X6" - 6 GAUGE WELDED WIREJ SECTION A -A NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB
FABRIC OR #4 DEFORMED STEEL AND 1Y2" FROM BOTTOM OF SLAB EACH SIDE.
BARS C O.C. BOTH WAYS, LOCATE BY MEANS OF CHAIRS OR PLASTIC
CENTERED IN SLAB. STAKES (NOT METAL OR WOOD).
W.R. MEADOWS #158, CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY
W.R. MEADOWS
SAFE SEAL 3405, WHERE THE EXISTING ALLEY RETURN, ALLEY
SSE
O LTIGHTN SAFE-SEAL
EA PAVING OR STREET GUTTER IS IN GOOD CONDITION
APPROVED EQUIVALENT. AND GRADE AND ALIGNMENT ARE SATISFACTORY.
" BITUMINOUS CONCRETE ALLEY SLAB.
- w EXPANSION JOINT.
EXISTING ALLEY RETURN, ALLEY
PAVING OR STREET GUTTER. /
TRANSVERSE 4 —°;tea 6"X6" 6 GAUGE WELDED
CONTRACTION JOINT ° 1 WIRE FABRIC OR #4
6"� o pa J DEFORMED STEEL BARS 12"
(REQUIRED AT COLD JOINTS AND 12" 1 O.C. BOTH WAYS,
EVERY 13 FEET OF PAVING.) SECTION B-B CENTERED IN SLAB.
ALL CONCRETE SHOWN TO BE 3,000
P.S.I. AT 7 DAYS. (CLASS B)
REVISED
TYPICAL ALLEY �VwFoo-� City Of MAY 2014
RETURN Lubbock PLATE NO.
4 TEXAS 36-7
5'
10'
5'
w
aoa',
z
J
w
a
O
a
a a
10,
�°
,.o
1,0
PROPERTY
LINE
,•
aaa ?°
5,
20'
13'
w
zJa
Q
.
,
CONTRACTION
10
a JOINTS
a,
°
a
O
Q.oa
aaa ,
20'
a
5'
PROPERTY LINE
0N
10,
Q °
10'
0 ,
Lu
Z
° �
r
°
a
a
5' 10'
5'
TRANSVERSE CONTRACTION JOINT
(REQUIRED AT COLD JOINTS AND
EVERY 13 FEET OF PAVING.)
6"X6" - 6 GAUGE WELDED
ArWIRE
FABRIC OR #4
NOTE:
NOTE:
-
DEFORMED STEEL BARS
12" O.C. BOTH WAYS,
1. TRANSVERSE CONTRACTION JOINT
o' c�a
CENTERED IN SLAB.
(REQUIRED AT COLD JOINTS AND
EVERY 13 FEET OF PAVING.)
TYPICAL "T" ALLEY
City
REVISED
DEC. 2012
INTERSECTION WITH
Lubbock
of
PLATE N0.
CONTRACTION JOINTS
TEXAS
36-8
TYPE "A"
9" R
v T --�--
° o.
9" R
0
r,
12" 12"
ROLLOVER CURB TYPE "B"
TYPE "C"
NOTE:
NOTE:
1. THIS SECTION TO BE USED
FOR RESIDENTIAL APPLICATIONS
ONLY. APPROVAL WILL DEPEND
ON TRAFFIC AND DRAINAGE
CONSIDERATIONS.
1. REINFORCED TYPE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE
#3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS
SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.)
REVISED
TYPICAL 24" CURB ��� City Of MAY 2014
AND GUTTER SECTIONS Lubbock PLATE NO.
4 1EXAS 36-9
N
f 12" i 18" _I
TYPE "A"
i9 11/16" 20 5/16"
NOTE: CONTRACTOR MAY USE EITHER OF THE ABOVE SECTIONS.
TYPE "B" C
---L--
a a
°Z a
o
T
o°p
6"
3"
12"
°oa 3"
M
Ll
3"
i9 11/16"
20 5/16"
TYPE "C"
NOTES:
1. REINFORCED TYPCE "C" GUTTER SECTION
SHALL BE CONSTRUCTED WITH THREE
#3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS
SPACED TO GIVE ACCURATE PLACEMENT.
(TO BE USED AT DRIVEWAYS ONLY.)
2. 30" CURB AND GUTTER IS NOT STANDARD
AND SHALL ONLY BE USED WITH
PERMISSION OF CITY ENGINEER.
TYPICAL 30" CURB
City of
REVISED
MAY2014
AND GUTTER SECTIONS
41I�
Lubbock
PLATE NO.
rEXAS
36-10
CONTRACTION
JOINT
#4 DEFORMED STEEL BARS
@ 12" O.C. BOTH WAYS.
CONTRACTION
JOINT
FLOWLINE -
x A
n
� °1
� w
z a
O
E— U)
X=DISTANCE LIP TO LIP
z
�O
NOTES: `_` v
1. CLASS "B" CONCRETE 3,000 P.S.I. @ 7 DAYS
2. MAINTAIN LIP UP GUTTER SECTION WITH 1"
INVERT TO VALLEY GUTTER
3. TRANSITION FLOWLINE AND MAINTAIN 1"
INVERT FOR POSITIVE DRAINAGE THROUGH
VALLEY GUTTER
DEPTH:
6"- RESIDENTIAL STREETS
8"- COLLECTORS & THOROUGHFARES
BASE
CONCRETE VALLEY
GUTTER & FILLET DETAIL
PLAN VIEW
�Tl
�5, ---T ----SDI
SECTION A -A
w
FLOWABLE FILL SHALL BE USED
TO REPLACE BASE MATERIAL
REMOVED. SEE PLATE NO. 36-4
CONTRACTION
JOINT
SEE PLATE NO. 36-16
FOR DETAILS REGARDING
CURB TRANSITIONS
2" MIN. TYPE "C"
H.M.A.C. SURFACE.
City Of
Lubbock
4NO
TEXAS
BASE _
FLOWABLE FILL
SEE PLATE NO. 36-4.
REVISED
DEC. 2012
PLATE NO.
36-11
2' 36' TYP.
2" H.M.A.C. SURFACE. 4" CROWN
6" CALICHE BASE IN
ACCORDANCE WITH SPECIFICATIONS.
SUBGRADEIN ACCORDANCE
WITH SPECIFICATIONS.
6„ WIDTH AND CROWN VARY
SEE SECTION 8.2.02
2" H.M.A.C. SURFACE.
6" CALICHE BASE
NOTE:
1. STREETS WITH ANTICIPATED ABNORMAL TRAFFIC LOADS,
SUCH AS TRUCKS AND BUSES, SHALL REQUIRE A SPECIFIC
DESIGN TO BE APPROVED BY THE CITY ENGINEER.
RESIDENTIAL/COLLECTOR/INDUSTRIAL
a
2'
IN
6"
12 5/8"
<.a.. 1
WIDTH AND CROWN VARY
6
SEE SECTION 8.2.02
12 5/8"
8" THICK CONTINUOUSLY
REINFORCED CONCRETE PAVING.
TYPE T-1 / T-2 THOROUGHFARES
REV SED
TYPICAL STREET �1I� DEC. 2012
City of
CROSS -SECTIONS Lubbock PLATE NO.
TEXAS 36-12
EXISTING �5.5'
SIDEWALK
VARIES
24" OR EXISTING
30" C. & G. SIDEWALK
SECTION A -A
ONLY APPLIES AT DEPRESSED ALLEY RETURNS
A A STREET
ALLEY
STREET
NOTES:
1. ALLEY RADII MAY VARY.
2. SEE OTHER PLATES FOR RAMP DETAILS
TYPICAL LOCATIONS
FOR CURB RAMP
1:12 SLOPE
TO BE CONSTRUCTED
i
i
6 INSET \
i
i a
i �xw FACE
zpmOF CURB
��0
CONCRETE PAVERS
WITH TRUNCATED
DOME SURFACE.
1:12 SLOPE /
LENGTH VARIES,
w DUE TO 1:12 MAX.
Lu SLOPE OF RAMP.
F
�r►r City Of
Lubbock
4 TEXAS
REVISED
DEC. 2012
PLATE NO.
36-13
T.O.C. r~ VARIES —4'- VARIES �1
1'12 SLOPE_- 1-.12 SLOPE
FLOWLINE
FRONT VIEW
SIDEWALK SLOPE REQUIREMENTS
LONGITUDINAL -- 1:20 MAX.
TRANSVERSE -- 1:50 MAX.
G1
— VARIES —
(10' TYPICAL)
SEE PLATE NO. 36-16(A) FOR
GENERAL NOTES ON A.D.A.
RAMPS CONSTRUCTION.
R=15' R=25'
o
PROPERTY LINE
7�o� RAMP = 50.8 SQ. FT. OF
CONCRETE FLATWORK
SURFACE APPLIED
TRUNCATED DOME
CURB & PANEL.
GUTTER
4' MIN.
T-6" MIN.
6"
SLOPE 5%
24" MIN.
MAX
4" MIN.
1:12 SLOPE (MAX.)
THICKNESS.
SURFACE APPLIED
MINIMUM FINISHED
TRUNCATED DOME BITUMINOUS -Y4'
THICKNESS TO BE 4".
PANEL. EXPANSION JOINT AS
4" MAX REQUIRED BEHIND
CURB.
CORNER CURB RAMP REVISED
WITH TYPICAL 4' SIDEWALK 10/v City Of MAY 2014
Lubbock PLATE NO.
ALONG PROPERTY LINE) TEXAS 36-14
T.O.C. IF
VARIES 1 4'—VARIES �1
� r.12 1:1G si.ODF -77�
FLOWLINE
SIDEWALK SLOPE REQUIREMENTS
LONGITUDINAL -- 1:20 MAX.
TRANSVERSE -- 1:50 MAX.
9
PROPERTY LINE
— VARIES—
(10' TYPICAL)
,9
R=25'
SEE PLATE NO. 36-16(B) FOR
GENERAL NOTES ON A.D.A.
RAMP CONSTRUCTION.
RAMP = 50.8 SQ. FT. OF
CONCRETE FLATWORK
SURFACE APPLIED
CURB & —_ TRUNCATED DOME
GUTTER PANEL.
T-6" MIN. �6" SLOPE 5%
24" MIN. MAX
1:12 SLOPE MAX.
z
2 z SURFACE APPLIED
TRUNCATED DOME BITUMINOUS Y4"
PANEL.
4" MAX EXPANSION JOINT AS
REQUIRED BEHIND
CURB.
SECTION A -A
CORNER CURB RAMP REVISED
WITHTYPICAL R SIDEWALK �r/v City Of MAY 2014
5 0 6 s Lubbock
ALONG CURB BACK) TEXAS 36E15
A
v
GROOVE
JOINTS EACH
SIDE OF RAMP.
o.
a
l�,
TOP OF CURB
I
S!'sp
Oo�'!
BITUMINOUS -" EXPANSION
S-
JOINT (FULL DEPTH)LOCATED
ALONG BACK OF CURB
NEW CONSTRUCTION.
0
A
°
YELLOW, SURFACE -APPLIED TRUNCATED DOME
PANELS AFFIXED, FOLLOWING MANUFACTURER'S
INSTRUCTIONS, TO PROPERLY CONSTRUCTED,
CURED AND PREPARED 4" CONCRETE SLAB.
IN RADIUS MAINTAIN GUTTER
FLOWLINE.
RAMPS SHALL BE CENTERED IN CURB &
GUTTER RADIUS TO THE MAXIMUM EXTENT
PRACTICABLE.
IN STRAIGHT C. & G.
RAMPS SHALL BE CENTERED IN CURB &
GUTTER RADIUS TO THE MAXIMUM EXTENT
PRACTICABLE.
TYPICAL ADA
RAMP PLAN
�— 4' MIN. --�
City Of
Lubbock
4NO
TEXAS
SHEET I OF 2
REVISED
MAY 2014
PLATE NO.
36-16(A)
4'MIN
- 4" MIN. -
THICKNESS.
CLASS "A" CONCRETE SHALL
CONFORM TO APPLICABLE
SPECIFICATIONS.
�4" MIN.
THICKNESS
5'-6"
1:12 SLOPE
6' SLOPE 5%
24" MIN.11 F
MAX
SURFACE APPLIED
TRUNCATED DOME
PANEL.
4" MAX
SECTION A -A
SURFACE APPLIED
TRUNCATED DOME
PANEL.
SECTION B-B
NOTES:
BITUMINOUS X4"
EXPANSION JOINT AS
REQUIRED BEHIND
CURB.
1. SURFACE -APPLIED, TRUNCATED DOME, DETECTABLE WARNING SYSTEM PANELS, USED HEREIN, SHALL BE MANUFACTURED
BY ADA SOLUTIONS (WWW.ADATILE.COM), OR APPROVED EQUAL, AND SHALL BE LAID TO WHERE THE DOMES ARE UP
AND THE LONG AXIS OF THE PANEL SHALL BE PERPENDICULAR TO THE DIRECTION OF TRAVEL.
2. RAMP TEXTURES SHALL CONSIST OF TRUNCATED DOMES SURFACES. TRUNCATED DOME DIAMETER, HEIGHT AND
SPACING SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS), ADMINISTERED BY THE TEXAS
DEPARTMENT OF LICENSING AND REGULATION (TDLR). TEXTURES ARE REQUIRED TO BE DETECTABLE UNDERFOOT.
SURFACES THAT WOULD ALLOW WATER TO ACCUMULATE ARE PROHIBITED. THE PANELS SHALL BE AFFIXED AT
THE PRESCRIBED LOCATION, TO THE PROPERLY CURED AND PREPARED CONCRETE IN THE MANNER AND USING
THE MATERIALS SPECIFIED BY THE MANUFACTURER.
3. THE RAMPS AND LANDINGS SHALL BE CONSTRUCTED FLAT, IN ONE PLANE, WITHOUT WAVINESS, HIGH/LOW SPOTS
OR WARP. THE CONCRETE WHERE THE SURFACE -APPLIED PANEL SHALL BE AFFIXED SHALL BE IN JUST SUCH
A CONDITION. IF DETERMINED TO BE NECESSARY AND APPROPRIATE BY THE ENGINEER, A HIGH SPOT IN THE
CONCRETE MAY BE HAND -MILLED WITH A GRINDER, JUST ENOUGH FOR FLATNESS, IF THE AREA TO BE GROUND
IS TO BE UNDER THE SURFACE -APPLIED PANEL. IF NOT, THE CONCRETE SHALL BE REMOVED AND PROPERLY
REPLACED AT THE CONTRACTOR'S EXPENSE. AFTER THE CONCRETE IS THOROUGHLY CURED, AND THE SURFACE
CORRECTLY PREPARED, THEN THE SURFACE -APPLIED PANELS SHALL BE PROPERLY AFFIXED TO THE CONCRETE,
ACCORDING TO THE MANUFACTURER'S INSTRUCTIONS.
4. SURFACE -APPLIED PANEL COLOR FOR THE RAMP SHALL BE A CONTRASTING COLOR THAT PROVIDES A LIGHT
REFLECTIVE VALUE THAT SIGNIFICANTLY CONTRASTS WITH THE ADJACENT SURFACES. THE COLOR OF THE
SURFACE -APPLIED PANELS SHALL BE SHOWN ELSEWHERE IN THE PLANS OR SPECIFICATIONS. IF NEEDED,
SURFACE -APPLIED PANELS SHALL BE SAWCUT ONLY AND A PANEL SHALL BE AFFIXED WITH A 1#8" GAP TO
ANOTHER PANEL.
5. ALL SLOPES SHOWN ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY
SHOULD BE USED. RAMP LENGTH OR GRADE OF SIDEWALK APPROACH MAY BE ADJUSTED AS DIRECTED BY THE
ENGINEER. TAS REQUIRED DIMENSIONS AND SLOPES ARE PARAMOUNT. IF SITE CONDITIONS PREVENT A RAMP
FROM BEING CONSTRUCTED, AS -DRAWN, TO WORK AS INTENDED AND COMPLY WITH THE REQUIRED SLOPES, THEN
THE RAMP CONSTRUCTION MUST BE ADJUSTED TO COMPLY WITH THE REQUIRED SLOPES. ALL CONSTRUCTION
QUESTIONS SHALL BE DIRECTED TO THE ENGINEER.
6. MAXIMUM ALLOWABLE CROSS -SLOPE ON SIDEWALK AND RAMP SURFACES IS 2%. ALL CONCRETE SURFACES SHALL
RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE ON THE PLANS. ADDITIONAL INFORMATION ON CURB
RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION
OF THE TAS.
SHEET 2 OF 2
REVISED TYPICAL ADA 41I� MAY 2014
City of
RAMP PLAN Lubbock PLATE NO.
rEXAS 36-16(B)
2
2' SLOPE ALONG
L GUTTER VARIES
SLOPE ALONG
GUTTER VARIES
SEE PLATE NO. 36-16
FOR DETAILS REGARDING
CURB TRANSITIONS
ADA RAMP AT FILLET
KEYED NOTES
( SLOPE ALONG BACK OF CURB AT RAMP OPENING
SHALL NOT EXCEED 2%.
(2) SLOPE FROM BACK OF CURB AT RAMP OPENING TO LIP LINE SLOPE ALONG
SHALL NOT EXCEED 5%. GUTTER VARIES
2'
P ti
SLOPE ALONG /
GUTTER VARIES
SEE PLATE NO. 36-16
FOR DETAILS REGARDING
CURB TRANSITIONS
ADA RAMP AT CURB
6" SLOPE 5%
�4' MIN. 5'-6" MIN. MAX
24" MIN
' 1:12 SLOPE (MAX.)
4" MIN.
THICKNESS. SURFACE APPLIED
TRUNCATED DOME BITUMINOUS -"
PANEL. EXPANSION JOINT AS
4" MAX REQUIRED BEHIND
SECTION A CURB.
TYPICAL ADA NrlV city Of
RAMP DETAIL Lubbock
TEXAS
REVISED
MAY 2014
PLATE NO.
36-17
TYPICAL ALLEY PAVING
lhkkA; City of
Lubbock
TEXAS
REVISED
DEC. 2012
PLATE NO.
37-1
NOTE:
1. ALL JOINTS SHALL BE
DOWELED AS SPECIFIED
MAXIMUM OF TWO TRANSVERSE
CUT JOINTS BETWEEN EXISTING
IT TOOLED JOINTS (ONE SLAB).
TYPICAL ALLEY PAVING CUT
City Of
Lubbock
NOVA, TEXAS
REVISED
DEC. 2012
PLATE NO.
37-2
R-IA RESIDENTIAL
�j 52' ROW
32' FF
R-2 SCHOOL AND
R-1 RESIDENTIAL COMMERCIAL
56' ROW 60' ROW i
36' FF 42' FF
COLLECTOR INDUSTRIAL
f� 64' ROW 60' ROW
46' FF 42
T-1 THOROUGHFARE T-2 THOROUGHFARE
�90'ROW110'ROW�
66' FF 88' FF
NOTE:
FF DIMENSIONS ARE FROM FACE OF CURB TO FACE OF CURB.
REVISED
CITY OF LUBBOCK 4AMF�j City Of DEC. 2012
STREET STANDARDS Lubbock PLATE NO.
rEXAS 38-1
COLLECTOR FLARE
AT INTERSECTION
WITH A THOROUGHFARE
- T-1 OR T-2 THOROUGHFARE -
�r►r City Of
Lubbock
4 TEXAS
REVISED
MAY 2014
PLATE NO.
38-2
T-1 THOROUGHFARE
RIGHT TURN LANE (FLARE)
T-1 OR T-2 THOROUGHFARE -
�r►r City Of
Lubbock
4 TEXAS
REVISED
MAY 2014
PLATE NO.
38-3
T-2 THOROUGHFARE
RIGHT TURN LANE (FLARE)
T-1 OR T-2 THOROUGHFARE
�r►r City Of
Lubbock
4 TEXAS
REVISED
MAY 2014
PLATE NO.
38-4
STANDARD R-1A
& R-1 CUL-DE-SAC
ADJACENT ALLEY OR STREET
�r►r City Of
Lubbock
4 TEXAS
REVISED
MAY 2014
PLATE NO.
38-5
2% MIN
4% MAX
DEPTH OF CURB AND
GUTTER MATCHES
PAVING DEPTH
#4 BARS @ 36" O.C. TRANSVERSE
#4 @ 12" O.C. LONG
6" PORTLAND CEMENT CONCRETE PAVEMENT
MIN. CEMENT CLASS C. COMPRESSIVE
TRENGTH OF 3,600 PSI @ 28 DAYS)
RESIDENTIAL STREET (R-1)
CONCRETE PAVING
N.T.S.
52' ROW
2% MIN
4% MAX
12" COMPACTED SUBGRADE 12" I-
@ 95% MODIFIED DENSITY
City Of
Lubbock
4 TEXAS
TYPICAL SIDEWALK
REVISED
MAY 2014
PLATE NO.
38-6
2% MIN
4% MAX
f-
DEPTH OF CURB AND
GUTTER MATCHES
PAVING DEPTH
#4 BARS @ 24" O.C. TRANSVERSE
#5 @ 12" O.C. LONG
7" PORTLAND CEMENT CONCRETE PAVEMENT
MIN. CEMENT CLASS C. COMPRESSIVE
TRENGTH OF 3,600 PSI @ 28 DAYS)
MAJOR COLLECTOR (C-1)
CONCRETE PAVING
N.T.S.
64' ROW
2% MIN
4% MAX
12" COMPACTED SUBGRADE 12" • I-
@ 95% MODIFIED DENSITY
TYPICAL SIDEWALK
City Of
Lubbock
4NO
TEXAS
REVISED
MAY 2014
PLATE NO.
38-7
Z
PAVEMENT OR
SHOULDER EDGE
Z
TRANSVERSE
CONSTRUCTION
JOINT
I R VLL LHIVL
I f�MV LL LF\IVL
ADDITIONAL
STEEL BARS
Z
Y
LONGITUDINAL
CONTRACTION 30INT
X
Y
LONGITUDINAL
CONSTRUCTION 30INT
c
X
LONGITUDINAL
STEEL
TRANSVERSE
STEEL
�
N
�
N
c
c
c
c
c
TIE BARS
I SINGLE
Y_c/2 TIE
PIECE a
BARS
LONGITUDINAL
CONTRACTION JOINT
LONGITUDINAL
CONSTRUCTION JOINT
TYPICAL PAVEMENT LAYOUT
PLAN VIEW (NOT TO SCALE)
PAVEMENT OR
SHOULDER EDGE
GENERAL NOTES
1. ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED 7. TRANSVERSE STEEL SHALL BE PLACED TO WITHIN 3" OF THE
STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996 BACK OF CURB WHEN THE CURB @ GUTTER ARE POURED WITH
(GRADE 60) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM THE CONCRETE PAVING.
TO TABLE NO.1 AND TABLE NO.2.
8. (b) = TRANSVERSE STEEL AND TIE BARS SPACING
2. STEEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1 IN. HORIZONTALLY (c) = LONGITUDINAL STEEL SPACING
AND +/- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING
(CONCRETE PLACEMENT WIDTH / NUMBER OF LONGITUDINAL BARS) SHALL (SEE TABLE 1 AND 2 PLATE 38-9)
CONFORM TO TABLE NO.1
3. PAVEMENT WIDTHS OF MORE THAN 25 FT. SHALL HAVE A LONGITUDINAL
JOINT (SECTION Z-Z OR SECTION Y-Y). THESE JOINTS SHALL BE
LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT
LOCATION IS SHOWN ELSEWHERE ON THE PLANS.
4. THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT
(SECTION Z-Z) SHALL BE ONE THIRD OF THE SLAB THICKNESS (T/3).
5. OMIT TIE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE
CONSTRUCTION JOINTS (SECTION X-X). USE HAND -OPERATED IMMERSION
VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED
JOINTS.
6. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM
OF 25 IN. STAGGER THE LAP LOCATIONS SO THAT NO MORE THAN 1/3
OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12-FT. WIDTH
AND 2-FT. LENGTH OF THE PAVEMENT.
RESIDENTIAL AND COLLECTOR STREET
/ City
REVISED
MAY 2014
CONCRETE PAVING DETAILS
of
Lubbock
4
PLATE N0.
1 OF 3
Texas
38-8
L=50" ADDITIONAL
JOINT SEALING L/2 STEEL BARS
MATERIAL
T
T12
TRANSVERSE BARS
LONGITUDINAL BARS
NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT.
TRANSVERSE CONSTRUCTION JOINT
SECTION X - X
50" FOR #5 BAR 42" FOR #4 BAR
25" FOR #5 BAR
TIE BARS MAY BE
JOINT SEALING 21" FOR #4 BAR
IN SAME PLANE AS
MATERIAL
TRANSVERSE BARS
TIE BARS,SINGLE
OR MULTIPLE -PIECE\
......... ....... ..
T
MIN.CLEAR 2"
T�2
. c . c . a' a' c c.
LONGITUDINAL BARS TRANSVERSE BARS
LONGITUDINAL CONSTRUCTION JOINT
SECTION Y - Y
50" FOR #5 BAR, 42" FOR #4 BAR
LONGITUDINAL
JOINT SEALING 25" FOR #5 BAR BARS
MATERIAL
SAW CUT T/3
' • T
�2
c c c/2c/2 c c
TRANSVERSE BARS
SINGLE PIECE TIE BARS
SHOULD BE IN SAME PLANE AS TRANSVERSE BARS.
LONGITUDINAL CONTRACTION JOINT
SECTION Z - Z
TABLE NO.1 LONGITUDINAL STEEL
FIRST
ADDITIONAL STEEL
SLAB THICKNESS
REGULAR
SPACING
BARS AT TRANSVERSE
AND BAR SIZE
STEEL BARS
AT EDGE
CONSTRUCTION JOINT
OR JOINT
(SECTION X-X)
T
BAR
SPACING
SPACING
SPACING
LENGTH
(IN.)
SIZE
(c)
(a)
2 x c
L
(IN.)
(IN.)
(IN.)
(IN.)
6.0
#4
12
3
24
42
7.0
#5
12
3
24
50
TABLE NO.2 TRANSVERSE STEEL AND TIE BARS
TIE BARS
TIE BARS
SLAB
TRANSVERSE
AT LONGITUDINAL
AT LONGITUDINAL
THICKNESS
STEEL (b)
CONTRACTION JOINT
CONSTRUCTION JOINT
SECTION Z-Z
SECTION Y-Y
(IN.)
BAR
SPACING
BAR
SPACING
BAR
SPACING
SIZE
I (IN.)
SIZE
(IN.)
SIZE
(IN.)
6.0
#4
36
#4
72
#4
36
7.0
#4
24
#4
48
#4
24
RESIDENTIAL AND COLLECTOR STREET kN11�
CONCRETE PAVING DETAILS i CityOf
Lubbock
2 OF 3 Texas
REVISED
MAY 2014
PLATE NO.
38-9
JOINT
SEALING
COMPOUND
M
INITIAL
SAW CUT
SAWED
LONGITUDINAL JOINT
Z JOINT SEALING
COMPOUND CLASS
aC 4,5 OR 7
a' BACKER
ROD
INITIAL
SAW CUT
U lel6.'_ 114„
�^l f
TRANSVERSE SAWED
CONTRACTION JOINT
GENERAL NOTES
JOINT V„ 114"
SEALING
COMPOUND
;wlp ET
JOINT SEALING
COMPOUND
LONGITUDINAL OR TRANSVERSE
CONSTRUCTION JOINT
JOINT SEALING
COMPOUND CLASS
4,5 OR 7 � it
H
M
TRANSVERSE FORMED
EXPANSION JOINT
1. THE JOINT RESERVOIR FOR SEALANT SHALL BE SAWED UNLESS OTHER WISE
SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE
CONSTRUCTION AND THE TWO SAWED JOINTS.
2. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE MANUFACTURES
REQUIREMENT AND PRIOR TO BEGINNING OPERATIONS, THE CONTRACTOR
SHALL SUBMIT A STATEMENT FROM THE SEALANT MANUFACTURER SHOWING
THE RECOMMENDED EQUIPMENT AND INSTALLATION PROCEDURES TO BE USED.
3. THE SAW CUT FOR THE LONGITUDINAL JOINT SHALL BE ONE FOURTH THE SLAB
THICKNESS.
4. TRANSVERSE EXPANSION JOINT SHALL BE PLACED AT THE RADII OF INTERSECTING
STREETS.
5. TRANSVERSE CONTRATION JOINTS SHALL BE PLACED AT ON RADIUS OF INTERSECTING
ALLEYS.
RESIDENTIAL AND COLLECTOR STREET r�
CONCRETE PAVING DETAILS kArc' Of
Lubbock
3 OF 3 TEXAS
BACKER
ROD
PREFORMED
BITUMINOUS FIBER
MATERIAL BOARDS
OR EQUIVALENT.
REVISED
MAY 2014
PLATE NO.
38-10
TYPE'C' HMAC
I
MINIMUM OF THE UPPER
12" (18" MINIMUM ON
THOROUGHFARE STREETS)
OF TRENCH BACKFILL-
1 1/2 SACK CONTROLLED
LOW STRENGTH MATERIAL
(FLOWABLE FILL) WITH
PEA GRAVEL, IF USING
COMPACTED BACKFILL.
BACKFILL COMPACTED TO 95%t
MODIFIED PROCTOR(ASTM D 698)
2% OF OPTIMUMMOISTURE
CONTENT.(MAX. 6" LIFTS.)
ALTERNATIVE BACKFILL
FULL DEPTH OF TRENCH BACKFILL
1 1/2 SACK CONTROLLED LOW
STRENGTH MATERIAL (FLOWABLE
FILL) WITH PEA GRAVEL.
ASPHALT PAVEMENT
CUT REPAIRS
2' MIN.
NO SCALE
6"
ASPHALT TACK COAT.
ALL JOINTS TO
BE SAWCUT.
ASPHALT TACK COAT.
PIPE BEDDING (IN
ACCORDANCE WITH
THE ENGINEERS
AND MANUFACTURERS
RECOMMENDATIONS).
NOTE:
1. ALL MATERIALS AND CONSTRUCTION
PRACTICES SHALL BE IN CONFORMANCE
WITH CITY OF LUBBOCK PUBLIC WORKS
ENGINEERING DESIGN STANDARDS AND
SPECIFICATIONS.
2. GREATER THAN T WIDTH LONGITUDE
CUTS WILL REQUIRE PAVING
REPAIR APPROVAL BY THE CITY
ENGINEER.
0 ,� City of
Lubbock
lk
TEXAS
REVISED
DEC. 2012
UEM-01
CLASS'B' CONCRETE 3000 PSI
AT 7 DAYS. THOROUGHFARE
STREETS; CLASS "C" CONCRETE
DRILL AND DRIVE 12" DEFORMED
#5 DOWEL BARS 6" INTO EXISTING
ALL CONCRETE JOINTS SLAB ON T SPACING.
TO BE SAW CUT.
EXISTING CONCRETE EXISTING CONCRETE
PAVING I PAVING
8" MINIMUM
wa T MIN
O ^
¢� #4 BARS 12" O.C. MAX SPACING
IN BOTH DIRECTIONS.
in y
w�
Z
CYJ
a —
F
BACKFILL COMPACTED TO 95%f
MODIFIED PROCTOR (ASTM D 698)
2% OF OPTIMUM MOISTURE
CONTENT. (MAX. 6" LIFTS.) PIPE EMBEDMENT (IN
ACCORDANCE WITH
THE ENGINEERS
AND MANUFACTURERS
RECOMMENDATIONS).
ALTERNATIVE BACKFILL CONCRETE PAVING
FULL DEPTH OF TRENCH
BACKFILL; 1 1/2 SACK
CONTROLLED LOW STRENGTH
MATERIAL (FLOWABLE FILL)
WITH PEA GRAVEL.
NOTE:
1. GREATER THAN 5' WIDTH LONGITUDE CUTS WILL REQUIRE
PAVING REPAIR APPROVAL BY THE CITY ENGINEER.
2. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN
CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING
SPECIFICATIONS.
CONCRETE STREET REVISED
�r►r City of
DEC. 2012
AND ALLEY Lubbock
CUT REPAIRS TEXAS UEM-02
CONCRETE CAP
CLASS'B' CONCRETE
BRICK JOINTS TO BE FILLED
WITH SAND/CEMENT AT A 50-50
3000 PSI AT 7 DAYS.
BLEND, OR AS APPROVED BY THE
STREET SUPERINTENDENT.
Z_
E�
E =0=
1" SAND CUSHION
MINIMUM.
I� 8" MIN
# 4 BARS, 12" O.C.
MAX. SPACING IN
BOTH DIRECTIONS.
BACKFILL COMPACTED TO 95%t
MODIFIED PROCTOR
(ASTM D 698) 2% OF
N
OPTIMUM MOISTURE CONTENT.
(MAX. 6" LIFTS.)
ALTERNATIVE BACKFILL
PIPE BEDDING (IN
1 1/2 SACK CONTROLLED
ACCORDANCE WITH
THE ENGINEERS
LOW STRENGTH MATERIAL
(FLOWABLE FILL) WITH
BRICK AND MANUFACTURERS
RECOMMENDATIONS).
PEA GRAVEL.
PAVING
NOTE:
1. SEE CONCRETE CAP DETAIL. PLATE NO. 36.09.05
2. #5 DOWELS NEEDED IF TIED INTO EXISTING CONCRETE BASE.
3. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL
BE IN
CONFORMANCE WITH CITY OF LUBBOCK STANDARD
PAVING
SPECIFICATIONS.
BRICK STREET
� City of
REV SED
DEC. 2012
CUT REPAIRS
Lubbock
TEXAS
UEM-03
z
0
QHQ
w>
dd
wr
ow
�J
J
Q
CONCRETE ALLEY PAVING. mw
Ln o
_ z
D 4 D 4 c p o c D 4 c p o c p o c p o e p c
BACKFILL COMPACTED TO 95%f
MODIFIED PROCTOR DENSITY
(ASTM D 698) 2% OF OPTIMUM
MOISTURE CONTENT.
(MAX. 6" LIFTS.)
ALTERNATIVE BACKFILL
FULL DEPTH OF TRENCH BACKFILL
1 1#2 SACK CONTROLLED LOW
STRENGTH MATERIAL (FLOWABLE
FILL) WITH PEA GRAVEL.
NOTE:
1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE
WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND
SPECIFICATIONS.
2. THE ALLEY PAVING CONTRACTOR SHALL BE REQUIRED TO OBTAIN 95%t
MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM
MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW
THE ALLEY PAVING.
TRENCH BACKFILL REQUIREMENT
ON ALLEYS TO BE PAVED
WITHIN RIGHT-OF-WAY
THE ALLEY PAVING CONTRACTORS SHALL
BE REQUIRED TO OBTAIN 95%t
MODIFIED PROCTOR DENSITY
(ASTM D 698) 2% OF OPTIMUM
MOISTURE IN THE 6" DEPTH OF
SUBGRADE IMMEDIATELY BELOW
THE ALLEY PAVING.
PIPE EMBEDMENT (IN ACCORDANCE WITH
THE ENGINEERS AND MANUFACTURERS
RECOMMENDATIONS).
11r�rj City of
Lubbock
I E X A S
REVISED
DEC. 2012
UEM-04
BACKFILL COMPACTED TO 95%±
MODIFIED PROCTOR DENSITY
(ASTM D 698) 2% OF OPTIMUM
MOISTURE CONTENT.
(MAX. 6" LIFTS.)
ALTERNATIVE BACKFILL
FULL DEPTH OF TRENCH BACKFILL
1 Vz SACK CONTROLLED LOW
STRENGTH MATERIAL (FLOWABLE
FILL) WITH PEA GRAVEL.
NOTE:
1. ALL MATERIALS AND CONSTRUCTION
PRACTICES SHALL BE IN CONFORMANCE
WITH CITY OF LUBBOCK PUBLIC WORKS
ENGINEERING DESIGN STANDARDS AND
SPECIFICATIONS.
TRENCH BACKFILL REQUIREMENTS
ON UNPAVED STREETS AND ALLEYS
WITHIN RIGHT-OF-WAY
EXISTING GROUND SURFACE.
PIPE BEDDING (IN ACCORDANCE
WITH THE ENGINEERS AND
MANUFACTURERS RECOMMENDATIONS).
11r►rj City of
Lubbock
I E X A S
REVISED
DEC. 2012
UEM-05
PLACE #4 BARS BOTH WAYS ALONG PAVING 11
CUT AT 12" MAX. SPACING. AT LEAST 2 6
�{ F-
6" #4 BARS EACH WAY ARE REQUIRED.
C��
#4 BARS, 12" O.C. MAX
SPACING IN BOTH
DIRECTIONS, CENTERED
IN SLAB
NOTE:
1. ALL MATERIALS AND CONSTRUCTION
PRACTICES SHALL BE IN CONFORMANCE
WITH CITY OF LUBBOCK PUBLIC WORKS
ENGINEERING DESIGN STANDARDS AND
SPECIFICATIONS
ALLEY PAVING REPAIR
OR CAP
NO SCALE DRILL AND DRIVE 12"
DEFORMED #5 DOWEL
BARS 6" INTO EXISTING
SLAB ON T SPACING
11r�rj City of
Lubbock
I E X A S
REVISED
MAY 2014
UEM-06
Design Standards and Specifications
Construction Details
10.5 Appendix
Section 10 196
A-1.1
Restrained Joint Table for Bends
Minimum length to be restrained each side of bend (Feet):
PVC Pipe
(in.)
Horiztonal Bends
Vertical Bends (Upper/Lower)
90°
45°
22-1/2°
11-1/4°
90°
45°
22-1/2°
11-1/4°
4
14
6
3
2
-
16/4
8/2
4/1
6
19
8
4
2
-
23/5
11 /3
6/2
8
25
11
5
3
-
30/7
15/4
7/2
10
30
13
6
3
-
36/8
17/4
9/2
12
35
15
7
4
-
42/10
21 /5
10/3
16
45
19
9
5
-
54/13
26/6
13/3
20
54
23
11
6
-
66/15
32/8
16/4
24
63
27
13
7
-
78/18
38/9
19/5
D.I. Pipe
(in.)
Horiztonal Bends
Vertical Bends (Upper/Lower)
90°
1 45° 1
22-1/2°
11-1/4°
90°
1 45°
1 22-1/2°
1 11-1/4°
4
11
5
3
1
-
9/3
5/2
3/1
6
15
6
3
2
-
12/4
6/2
3/1
8
19
8
4
2
-
16/6
8/3
4/2
10
23
10
5
3
-
19/7
10/3
5/2
12
27
12
6
3
-
23/8
11 /4
6/2
16
35
15
7
4
-
29/10
14/5
7/3
20
42
18
9
5
-
36/12 1
17/6
9/3
24
49
21
10
5
-
42/14
20/7
10/4
Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet on
upper vertical bends and 6 feet on lower vertical bends, and Test Pressure of 100 psi.
Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program.
Revised 3/11
City of Lubbock Water Utilities Engineering Department
Minimum Design Standards and Specifications for Water and Sewer
A-1.2
Restrained Joint Table for Tees
Minimum branch length to be restrained (Feet):
PVC Pipe
Branch Pipe
Size (in.)
Run Pipe Size (in.)
4
6
8
10
12
16
20
24
4
1
1
1
1
1
1
1
1
6
22
13
4
1
1
1
1
1
8
40
33
26
18
11
1
1
1
10
-
49
43
37
31
18
5
1
12
-
-
59
54
49
38
27
16
16
-
-
-
84
20
72
64
55
20
-
-
-
-
107
101
94
87
24
-
-
-
-
-
127
122
116
D.I. Pipe
Branch Pipe
Size (in.)
Run Pipe Size (in.)
4
6
8
10
12
16
20
24
4
1
1
1
1
1
1
1
1
6
12
7
2
1
1
1
1
1
8
21
18
14
10
6
1
1
1
10
-
26
23
20
17
10
3
1
12
-
31
29
26
12
15
8
16
-
-
44
42
38
34
26
20
-
-
-
57
53
50
46
24
-
-
-
-
67
64
61
Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test
Pressure 100 psi, and minimum restrained length of pipe along run on either side of tee of 5
feet. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program.
Revised 3/11 City of Lubbock Water UtifiRes Engineering Department
Minimum Design Standards and Specifications for Water and Sewer
#-1.3
Restrained Joint Table for Reducers
Minimum length to be restrained on larger pipe (Feet):
PVC Pipe
Small Pipe
Size (in.)
Large Pipe Size (in.)
4
6
8
10
12
16
20
24
4
-
22
40
54
69
95
119
142
6
-
-
23
41
57
86
112
137
8
-
-
-
23
42
75
103
129
10
-
-
-
-
23
61
92
120
12
-
-
-
-
-
44
78
109
16
-
-
-
-
-
-
44
80
20
-
-
-
-
-
-
-
44
24
-
-
-
-
-
-
-
-
D.I. Pipe
Branch Pipe
Size (in.)
Run Pipe Size (in.)
4
6
8
10
12
16
20
24
4
-
12
21
29
36
50
63
75
6
-
-
13
22
30
46
59
72
8
-
-
-
12
22
40
54
68
10
-
-
-
-
13
32
49
63
12
-
-
-
-
-
23
42
57
16
-
-
-
-
-
-
23
42
20
-
-
-
-
-
-
-
24
24
-
-
-
- I
-
-
- I
-
Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test
Pressure 100 psi, and minimum restrained length of small size pipe to be 1/2 that listed
here. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program.
Revised 3/11
City of Lubbock Water Utilities Engineedng Department
Minimum Design Standards and Specifications for Water and Sewer
A-1.4
Restrained Joint Table for Dead Ends
Minimum length to be restrained from dead end (Feet):
Pipe Size (in.)
PVC Pipe
D.I. Pipe
4
30
16
6
42
22
8
55
29
10
67
35
12
79
42
16
102
54
20
125
66
24
147
78
Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3
feet, and Test Pressure 100 psi. Values derived from the EBAA Iron, Inc.
Restrained Length Calculation Program.
Revised 3/11
City of Lubbock Water Utilities Engineering Department
Minimum Design Standards and Specifications for Water and Sewer
A-2
hAki
ity of
fRibbo&k
T E X A 5
Approved Materials and Manufacturers List
Application For New Product(s)
Note: Incomplete applications will be returned unprocessed.
Date of Application:
Company Name
Address
Contact Person
Position
Phone Number
Email
Fax Number
Manufacturer
(If not applicant)
Supplier
(If not applicant)
Product Nomenclature
Model No. Series
Description/Use of Product
Have you included a sample?
Would you like this sample returned?
List Testing
Certifications
(Required)
1.
List Attached
Items
(Provide five
copies of each)
1.
2.
2.
3.
3.
4.
4.
5.
5.
6.
6.
7.
7.
****Do not write below this line - - For City use only****
Application No. _ _ (Ex. 2014-01) Approved By:
Title:
Accepted Rejected
Comments:
No Text
CERTIFICATE OF COMPLETION
DATE:
PROJECT DATA
SUBDIVISION NAME:
PLAT DESCRIPTION:
TYPE OF MUNICIPAL IMPROVEMENT
❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE
❑ OTHER
CONTRACTOR'S AFFIDAVIT TO DEVELOPER
I certify that the work under the above named project, including all amendments thereto, has been
satisfactorily completed in accordance with the engineering plans and specifications and in accordance with
the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications; that no liens
have been or will be attached against the property and improvements of the owner; that no suits are pending
by reason on the project under the contract; and no public liability claims are pending.
CONTRACTOR/DEVELOPER
ADDRESS:
PHONE:
SIGNED:
PRINTED:
TITLE:
RECOGNITION BY CITY OF LUBBOCK
An inspection of the work on the above referenced Project was conducted on
Those participating in the inspection (final walk-through) were
and The
inspection revealed that the infrastructure inspected has been completed substantially in accordance with
the plans and specifications and is recommended for acceptance on
City of Lubbock
By
Printed Name
Title
Rev. 05-01-2014
No Text
DEVELOPER WARRANTY STATEMENT
DATE:
PROJECT DATA
SUBDIVISION NAME:
PLAT DESCRIPTION:
TYPE OF MUNICIPAL IMPROVEMENT
❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE
❑ OTHER
WARRANTY STATEMENT
TO THE CITY OF LUBBOCK:
As the developer of the above referenced development, I guarantee the improvements installed by my
Contractor and inspected, tested, and accepted by the City of Lubbock to be free from defects for a period of
one year for water and/or sewer improvements and two years for paving and or drainage improvements from
the date the infrastructure is accepted by the City of Lubbock. Upon receipt of the Developers Certificate of
Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements
within 30 calendar days; unless exception is given in writing. The Contractor, Engineer/Surveyor, Record
Drawing submittal date, and the Substantial Completion Date are listed below.
CONTRACTOR:
ENGINEER/SURVEYOR:
RECORD DRAWING SUBMITTAL DATE:
SUBSTANTIAL COMPLETION DATE:
DEVELOPER CONTACT INFORMATION
DEVELOPER
ADDRESS:
PHONE:
EMAIL:
SIGNED:
PRINTED:
LIMITATIONS
This warranty does not include damage to underground utilities caused by others due to excavation or boring activities
after the date of the infrastructure is accepted by the City of Lubbock. This warranty does not include any cosmetic
damages or the results of any cosmetic damages to either above ground utility infrastructure or paving/drainage
improvements occurring after the date of substantial completion. These cosmetic damages may include but are not limited
to gouges in asphalt from vehicular traffic excluding all construction equipment related to the development, the failure of
asphalt due to water ponding beyond the control of the Developer, any natural disaster, or utility work within dedicated
Public Right of Way.
Rev. 05-01-2014
No Text
2016 Concrete Replace
ContractYear