HomeMy WebLinkAboutResolution - 2022-R0516 - Contract 16836 with Rink's Lease Service 12.13.22Resolution No. 2022-RO516
Item No. 5.15
December 13, 2022
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Public Works Contract No. 16836 for annexation
water lines — Spanish Bit as per RFP 23-16836-TF, by and between the City of Lubbock and
Rink's Lease Service, Inc. of Levelland, Texas, and related documents. Said Contract is
attached hereto and incorporated in this resolution as if fully set forth herein and shall be
included in the minutes of the City Council.
Passed by the City Council on
ATTEST:
Rebec a Garza, City Secrkk
APPROVED AS TO CONTENT:
Erik Rejino, Assistant City Manager
APPROVED AS TO FORM:
elli Leilure', Assistant City Attorney
December 13, 2022
ccdocs/RES.Public Works Contract 16836 Annexation Water Lines — Spanish Bit
11.30.22
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: 11-30-2022
PROJECT NUMBER: RFP 23-16836-TF Annexation Water Lines - Spanish Bit
Proposal of Rink's Lease Service, Inc. (hereinafter
called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for constriction of the referenced project, having
carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions
surrounding the construction of the intended project including the availability of materials and labor, hereby
intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated. The price to
cover all expenses incurred in performing the work required under the contract documents.
PROPOSED CONSTRUCTION TIME:
I. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 150 (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 180 (to Final Completion)
(not to exceed 150 consecutive calendar days to Substantial Completion / 180 consecutive calendar days
to Final Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 150 Consecutive Calendar Days
with final completion within 180 Consecutive Calendar Days as stipulated in the specification and other
contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300
for each consecutive calendar day after substantial completion and liquidated damages in the sum of $300 for
each consecutive calendar day after final completion set forth herein above for completion of this project, all
as more fully set forth in the General Conditions of the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of sixty 60 calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal,
and he further agrees to commence work on the date specified in the written notice to proceed, and to
substantially complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror wi I I enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
City of Lubbock, TX
Public Works
RFP 23-16836-TF
Annexation Water Lines - Spanish Bit
Rink's Lease Service, Inc. of Levelland, TX
Items
General
#1-1 Mobilization - Contractor mobilization including move -in
and move -out cost from each site location.
#1-2 Provide and maintain a Traffic Control Plan - Preparation,
approval from COL Traffic Engineering to all sites, and all
other work considered incidental to this item.
#1-3 Provide and maintain a SWPPP - Including preparation,
NOI, NOT, and all other work considered incidental to this
#14 Trench Safety - Complete and in place.
Water Improvements
#2-1 Furnish and install 6" C-900 DR-18 approved water pipe in
open cut trench, backfilled to 95% compaction, and tested
herein specified, including all fittings, equipment, tools,
and labor to perform work.
#2-2 Furnish and install 10" C-900 DR-18 approved water pipe
in open cut trench, backfilled to 95% compaction, and
tested herein specified, including all fittings, equipment,
tools, and labor to perform work.
#2-3 Furnish and install 8" C-900 DR-18 approved water pipe in
open cut trench, backfilled to 95% compaction, and tested
herein specified, including all fittings, equipment, tools,
and labor to perform work.
#24 Furnish and install 8" C-900 DR-18 approved water pipe by
method other than open cut, provide all casing spacers as
herein specified, including all equipment, tools, and labor
to perform work.
#2-5 Furnish and install 8" gate valve and box as herein
specified, including all equipment, tools, and labor to
#2-6 Furnish and install 6" gate valve and box as herein
specified, including all equipment, tools, and labor to
#2-7 Furnish and install 12" x 8" Tapping Sleeve and valve as
herein specified, including all equipment, tools, and labor
to perform work.
#2-8 Furnish and install 8" x 8" TEE as herein specified,
including all equipment, tools, and labor to perform work.
#2-9 Furnish and install 8" x 6" TEE as herein specified,
including all equipment, tools, and labor to perform work.
#2-10 Furnish and install Fire Hydrant, as herein specified,
including all equipment, tools, and labor to perform work.
QTY U/M Unit Extended
+/- Price Cost
1 LS $ 43,300.00 43,300.00
1 LS 17,700.00 17,700.00
1 LS 12,200.00 12,200.00
7,313 LF 1.30 9,506.90
59 LF 60.00 3,540.00
625 LF 100.00 62,500.00
6,629 LF 70.00 464,030.00
438
LF
120.00
52,560.00
11
EA
2,900.00
31,900.00
5
EA
2,160.00
10,800.00
1
EA
4,950.00
4,950.00
6
EA
1,240.00
7,440.00
5
EA
1,150.00
5,750.00
5
EA
5,800.00
29,000.00
City of Lubbock, TX
Public Works
RFP 23-16836-TF
Annexation Water Lines - Spanish Bit
QTY
Unit
Extended
# Items +/- U/M
Price
Cost
#2-11 Furnish and install 8" Waterline Plug, as herein specified,
including all equipment, tools, and labor to perform work. 2 EA
1,260.00
2,520.00
#2-12 Furnish and connect 1" service lines as herein specified,
including all equipment, tools, and labor to perform work. 20 EA
3,320.00
66,400.00
#2-13 Furnish and connect 2" service lines as herein specified,
including all equipment, tools, and labor to perform work. 8 EA
5,450.00
43,600.00
#2-14
Tie in to to existing water Line, complete and in place per
Specifications.
5 LS 3,340.00 16,700.00
Roadway
#3-1
3" Asphalt Removal
Includes removal of asphalt, equipment, labor, and hauling
5,354 SY 13.00 69,602.00
costs to location as directed by COL.
#3-2
3" Flexible Pavement Repair
Includes repair of localized sections of flexible pavement,
as well as furnishing materials, equipment, and labor to
900 SY 46.00 41,400.00
complete the work.
#3-3
3" HMAC COL TYPE D - Asphalt Paving
Includes furnishing all materials, equipment, and labor
5,354 SY 42.50 227,545.00
associated with completing the work.
#34
Emulsified Asphalt Sealer
Includes furnishing all materials, equipment, and labor
100 GAL 10.50 1,050.00
associated with completing the work.
#3-5
Flowable backfill as approved, complete and in place per
Specifications.
1,220 CY 172.50 210,450.00
Total (Items 1-1 through 3-5): $ 1,434,443.90
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum
of 5% of Bid Amount Dollars ($ ), which it is agreed shall be
collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract
documents, insurance certificates, and the required bond (if any) with the Owner within
ten (10) business days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound
and include all contract documents made available to him for his inspection in accordance with
the Notice to Offerors.
Pursuant to Texas Local Government Code
252.043(g), a competitive sealed proposal that
has been opened may not be changed for the
purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS
TO THE PROPOSAL PRICE MUST BE MADE
ON THE PROPOSAL SUBMITTAI, FORM
PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST:
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No. Date
Addenda No. Date
Addenda No. Date
Addenda No. Date
MWBE Firm:
Date: 11 /30/2022
'7 Z�Z___
Authorized Signature
Randall Middleton, Vice -President
(Printed or Typed Name)
Rink's Lease Service, Inc.
Company
PO Box 456
Address
Levelland , Hockley
City, County
Texas 79336
State Zipp Code
Telephone: 806 - 894-7415
Fax: 806 - 894-3491
Email: randall(W-rinksls.com
FEDERAL TAX ID or SOCIAL SECURITY
No.
752260405
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1 of 1
Complete Nos. 1- 4 and 6 if there are nterested parties.
7-7
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.
2022-960999
Rink's Lease Service, Inc.
Levelland, TX United States
Date Filed:
12/05/2022
2 Name of governmental entity or state agency that is a party tot 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 services, goods, or other property to be provided under the contract.
16836
Annexation Water Lines - Spanish Bit
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I intermediary
Middleton, Kip
Levelland, TX United States
X
Middleton, Randall
Levelland TX United States
X
Perez, Leanna
Levelland TX United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Randall Middleton and my date of birth is
My address s 1812 N Hwy 385 Levelland TX 79336 , U.S.Ar
(street) (City) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Hockley County, State of Texas on the 5th day ofDecember20 22 .
(month) (year)
Signature of authorize agent of contracting business entity
i Dedarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.eb87ef42
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 0f 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.
2022-960999
Rink's Lease Service, Inc.
Levelland, TX United States
Date Filed:
12/05/2022
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:
12/05/2022
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 services, goods, or other property to be provided under the contract.
16836
Annexation Water Lines - Spanish Bit
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Middleton, Kip
Levelland, TX United States
X
Middleton, Randall
Levelland, TX United States
X
Perez, Leanna
Levelland, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.eb87ef42
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: December 13, 2022
CITY OF LUBBOCK
SPECIFICATIONS FOR
Annexation Water Lines - Spanish Bit
RFP 23-16836-TF
CONTRACT 16836
PROJECT NUMBER: 92585.9241.30000
Plans & Specifications may be obtained from
htlps:Hci-lubbock-tx.bonfirehub.com/
City of 1 '
bb o cn
TEXAS
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
8.
9.
10
11
12
13
INDEX
NOTICE TO OFFERORS
GENERAL INSTRUCTIONS TO OFFERORS
TEXAS GOVERNMENT CODE § 2269
PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. PROPOSAL SUBMITTAL FORM
4-2. SUBMITTAL OF DOCUMENTS
4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
Page Intentionally Left Blank
NOTICE TO OFFERORS
Page Intentionally Left Blank
City of
Lubbock
TEXAS
RFP 23-16836-TF
Annexation Water Lines - Spanish Bit
1. NOTICE TO OFFERORS
1.1. Offerors may submit proposals electronically by uploading required documents at the City of
Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in
submitting an offer for the specified services. If submitting electronically, do not submit paper
documents. If you choose to submit in hard copy, submit one original paper copy of your
submittal to the office of the Director of Purchasing and Contract Management:
Physical: Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
13 14 Avenue K, 9th Floor
Lubbock, Texas 79401
Mailing: Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME
1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management,
Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as
shown below at 2:00 PM on November 30, 2022, 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 above referenced.
1.3. After the expiration of the time and date above first written, said sealed proposals will be opened
in the office of the Director of Purchasing and Contract Management and publicly read aloud.
Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the
office listed above. The Zoom meeting information is as follows:
Website: https://zoom.us/j/9759171012?pwd=bkFtRTN1cXV 1 SkhWdkZiMDk4MXh2dzO9
Meeting ID: 975 917 1012
Passcode: 1314
1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the
Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of
the date above first written. Any proposal received after the date and hour specified will be rejected
and returned unopened to the offeror.
1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all.
If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service
that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of
proposals, including those relegated to a courier agent who fails to deliver in accordance with the
time and receiving point specified.
1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by
United States Mail, by United Parcel Service, or by private
courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS.
1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made
before RFP closing must be initialed by offeror guaranteeing authenticity.
1.8. Proposals are due at 2:00 PM on November 30, 2022, and should be addressed to Marta Alvarez,
Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314
Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider
the proposals on December 20, 2022, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as
soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals
and waive any formalities. The successful offeror 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 offeror will be required to
furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100%
of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds
shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS
MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE
CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND
APPROVED.
1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF
THE CONTRACT BY THE LUBBOCK CITY COUNCIL.
1.10. Please allow time to upload required documentation. 24hrs in advance is recommended.
1.11. Offerors are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond
from a reliable surety company, payable without recourse to the order of the City of Lubbock in an
amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror
will enter into a contract and execute all necessary bonds within ten (10) business days after notice
of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE
PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A
NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE
PROPOSAL SUBMITTAL.
1.12. 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 https://ci-lbbock-tx.bonfirehub.com/portal/ 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.
1.13. It shall be each offeror's sole responsibility to inspect the site of the work and to inform Offeror
regarding all local conditions under which the work is to be done. It shall be understood and agreed
that all such factors have been thoroughly investigated and considered in the preparation of the
proposal submitted.
2. PRE -PROPOSAL MEETING
2.10. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -
mandatory pre -proposal conference will be held at 10:00AM, November 16, 2022, via
teleconference. The Zoom meeting information is as follows:
Website: htlps:Hzoom.us/j/9759171012?pwd=bkFtRTN1cXV 1 SkhWdkZiMDk4MXh2dz09
Meeting ID: 975 917 1012
Passcode: 1314
2.11. All persons attending the meeting will be asked to identify themselves and the prospective offeror
they represent.
2.12. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -proposal
meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror is
particularly called to the schedule of general prevailing rate of per diem wages included in the
contract documents on file in the office of the Purchasing and Contract Management Office of the
City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors
attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and
the requirements contained therein concerning the above wage scale and payment by the contractor
of the prevailing rates of wages as heretofore established by owner in said wage scale.
3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit
proposals in response to this invitation and will not be discriminated against on the grounds of race, color,
sex, disability, or national origin in consideration for an award.
4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal
meetings and proposal openings are available to all persons regardless of disability. If you require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post
Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
1. OFFEROR INQUIRIES AND CLARIFICATION OF REQU[REMENTS
1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It
shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any
language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the
requirements stated in this RFP to a single source. Such notification must be submitted in writing and
must be received by the City Purchasing and Contract Management Office no later than five (5) calendar
days before the proposal closing date. A review of such notifications will be made.
1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR
PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5)
CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO:
Teofilo Flores, Asst. Director
City of Lubbock
Purchasing and Contract Management Office
1314 Avenue K, Floor 9,
Lubbock, Texas, 79401
Fax: 806-775-2164
Email: TKFlores@mylubbock.us
Website: https://ci-lbbock-tx.bonfirehub.com/portal/
2. TIME AND ORDER FOR COMPLETION
2.1 The construction covered by the contract documents shall be substantially completed within 150
Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful offeror.
2.2 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.
2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure
daily prosecution of the work is conducted every business day until the work is completed, regardless if
the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless
the City determines time off from said prosecution is necessary or reasonable and Contractor received
said determination in writing from the City. Additionally, inclement weather shall be the only other
reason consistent, daily prosecution of the work may not take place on those inclement weather days.
3. GUARANTEES
3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within One year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
3.2 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.
3.3 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.
3.4 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.
4. BASIS OF PROPOSALS AND SELECTION CRITERIA
4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is
equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, and
10 points for Construction Time. The selection criteria used to evaluate each proposal includes the
following:
4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal
or, conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are
evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and
dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the
maximum point value of the price factor for the price score. For Example: (Lowest Price/Current
Proposal Price) x Maximum Point Value = Price Score.
4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's
qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past
experience with the contractor, the "Safety Record Questionnaire", and the Contractor's
Experience Modification Ratio (EMR). The City may also interview the job superintendent at a
time to be named after receipt of proposals.
4.1.3 Five (5) points of the overall points for this criteria are based on the Experience Modification
Ration (EMR) and supporting documentation submitted by the contractor.
4.1.3.1 The lowest EMR of all the proposals becomes the standard by which all the EMRs are
evaluated. One at a time, each proposal is evaluated by taking the lowest EMR and
dividing it by the EMR of the proposal being evaluated. That fraction is then multiplied
by 5 for the EMR score. For example: (Lowest EMR/Current EMR) x 5 = EMR Score
portion of this criteria)
4.1.3.2 Contractors with an EMR greater than 1.0, as well as those Contractors not
submitting EMRs, will receive zero points for this portion of the selection criteria.
4.1.4 For the remaining portion of this criteria, each evaluator assigns points based upon the responses
the contractor provides in the "Contractor's Statement of Qualifications", any past experience
with the contractor, and on safety record information submitted. The City may consider any
incidence involving worker safety or safety of Lubbock residents, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor under the
contractor's control. Evaluators base their rating primarily upon how well you document previous
offenses with the date of the offense, location where the offense occurred, type of offense, final
disposition of the offense, and any penalty assessed
4.1.5 The "Contractor's Statement of Qualifications" is a minimum.
4.1.5.1 You may provide additional pertinent information relevant to the project for which you
are submitting this proposal in an appendix.
4.1.6 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and
evaluators use the following formula when determining construction time as a factor for
construction contract proposals. The lowest construction time proposal of all the proposals
becomes the standard by which all the construction time proposals are evaluated. One at a time,
each proposal is evaluated by taking the lowest construction time and dividing it by the
construction time of the proposal being evaluated. That fraction is then multiplied by the
maximum point value of the construction time factor for the construction time score. For example:
(Lowest construction time/Current Proposal construction time) x Maximum Point Value =
Construction Time Score)
4.1.7 EVALUATION PROCESS: Evaluators independently review and score each proposal. The
Committee meets, to discuss the individual scores of each evaluator. If the individual scores are
similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are
significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons
for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the
proposals. Scores may then be adjusted by the committee based on committee discussion.
4.1.8 Please note that offerors with higher qualifications scores could be ranked higher than offerors
with slightly better price scores.
4.2 The estimated budget for the construction phase of this project is $1,350,000.00.
4.3 Proposals shall be made using the forms provided.
GENERAL INSTRUCTIONS TO OFFERORS
(Continued)
5. ADDENDA & MODIFICATIONS
5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over
the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/. 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.
5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Director of Purchasing and Contract Management. At the
request of the offeror, or in the event the Director of Purchasing and Contract Management deems the
interpretation to be substantive, the interpretation will be made by written addendum issued by the
Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract
Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/
and will become part of the proposal package having the same binding effect as provisions of the original
RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to
have a request for interpretation considered, the request must be submitted in writing and must be
received by the City of Lubbock Purchasing and Contract Management Office no later than five (5)
calendar days before the proposal closing date.
5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any explanation or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP
should be used in preparing proposal responses. All contacts that an offeror may have had before or after
receipt of this RFP with any individuals, employees, or representatives of the City and any information
that may have been read in any news media or seen or heard in any communication facility regarding this
proposal should be disregarded in preparing responses.
5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS
6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all
requirements before submitting a proposal to ensure that their proposal meets the intent of these
specifications.
6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and
examinations that are necessary to ascertain conditions and requirements affecting the requirements of
this Request for Proposals. Failure to make such investigations and examinations shall not relieve the
offeror from obligation to comply, in every detail, with all provisions and requirements of the Request
for Proposals.
6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Director of Purchasing and Contract Management and a clarification obtained
before the proposals are received, and if no such notice is received by the Director of Purchasing
and Contract Management prior to the opening of proposals, then it shall be deemed that the
offeror fully understands the work to be included and has provided sufficient sums in its proposal
to complete the work in accordance with these plans and specifications. If offeror does not notify
the Director of Purchasing and Contract Management before offering of any discrepancies or
omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient
and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of proposals.
7. PROPOSAL PREPARATION COSTS
1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a proposal.
7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or
equipment.
7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror.
8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and
keeps the proposals secret during negotiations. All proposals are open for public inspection after the
contract is awarded, but trade secrets and confidential information in the proposals are not open for
inspection. Tex. Loc. Govt. Code 252.049(a)
8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas
Public Information Act.
8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using
the link provided below.
https:Hlubbocktx.govga.us/WEBAPP/ rs/(S(guiyirflbtihahjnyceg)ypcs))/SupportHome.aspx
8.5 For more information, please see the City of Lubbock Public Information Act website at:
https:Hci.lubbock.tx.us/pies/public-information-act
9. LICENSES. PERMITS. Taxes
9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror
is or may be required to pay.
10. UTILIZATION OF LOCAL BUSINESS RESOURCES
10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of
local resources, and to outline in their proposal submittal how they would utilize local resources.
11. CONFLICT OF INTEREST
11.1 The offeror 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.
11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not
offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of
special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any
other exercise of discretion concerning this proposal.
11.3 It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause
a conflict of interest with the City of Lubbock
11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor
or person considering doing business with a local government entity disclose in the Questionnaire, Form
CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest
with a local government entity. By law, the questionnaire must be filed with the records administrator
of the City of Lubbock not later than the Seventh business day after the date the person becomes aware
of the facts that require the statement to be filed. The questionnaire can be found at:
hlt2s://www.ethics.state.tx.us/forms/conflict/
For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000,
Lubbock, Texas, 79457
See Section 176.006, Local Government Code:
http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG. 176.htm.
A person commits an offense if the person violates Section 176.006, Local Government Code.
An offense under this section is a Class C misdemeanor.
12. CONTRACT DOCUMENTS
12.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
13. CERTIFICATE OF INTERESTED PARTIES
13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government
Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics
Commission before entering into a contract with a local government entity when any of the following
apply:
1) Contract requires an action or vote by the City Council (governing body); OR
2) Contract value is $1 Million or greater; OR
3) Contract is for services that would require a person to register as a lobbyist under Chapter 305
of the Government Code.
This must be done before executing the contract. The disclosure form may be found at
https://www.ethics.state.tx.us/whatsnew/elf_ info_form1295.htm. You must log in and create an
account the first time you fill out the form. Tutorial videos on how to log in for the first time and how
to fill out the form can be found through the link above. After you electronically submit the
disclosure form, a screen will come up confirming the submission and assigning a certificate number.
Then, you must print the form, have an authorized agent complete the declaration and sign, and
provide it to the City (scanned email copy is acceptable).
14. PLANS FOR USE BY OFFERORS
14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the
project covered by the contract documents be given a reasonable opportunity to examine the documents
and prepare a proposal without charge. The contract documents may be examined without charge as
noted in the Notice to Offerors.
15. PAYMENT
15.1 All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
16. AFFIDAVITS OF BILLS PAID
16.1 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.
17. MATERIALS AND WORKMANSHIP
17.1 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.
18. PLANS FOR THE CONTRACTOR
18.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and
specifications and related contract documents for use during construction. Plans and specifications for
use during construction will only be furnished directly to the Contractor. The Contractor shall then
distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper
prosecution of the work contemplated by the Contractor.
19. PROTECTION OF THE WORK
19.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of
construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or
not paid for such work, until the date the City issues its certificate of completion to Contractor. The City
reserves the right, after the proposals have been opened and before the contract has been awarded, to
require of an offeror the following information:
(a) The experience record of the offeror 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 offeror.
(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
21.1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents
in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility
lines, conduits or other underground structures which might or could be damaged by Contractor during
the construction of the project contemplated by these contract documents. The City of Lubbock agrees
that it will furnish Contractor the location of all such underground lines and utilities of which it has
knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned.
All such underground lines or structures, both known and unknown, cut or damaged by Contractor during
the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor
to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense.
22. BARRICADES AND SAFETY MEASURES
22.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
23. EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24. CONTRACTOR'S REPRESENTATIVE
24.1 The successful offeror shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful offeror shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time
that the work contemplated by this contract is in progress.
25. INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
26.1 Attention of each offeror 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 offeror's 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
offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in the contract documents does not release the Contractor from compliance with any wage law
that may be applicable. Construction work under this contract requiring an inspector will not be
performed on Sundays or holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
Sundays or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
27.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor
or subcontractor in the construction of the public work and the actual per diem wages paid to each
worker. This record shall be open at all reasonable hours to inspection by the officers and agents
of the City. The Contractor must classify employees according to one of the classifications set forth in
the schedule of general prevailing rate of per diem wages, which schedule is included in the contract
documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract
is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion
thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular
classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
28. PROVISIONS CONCERNING ESCALATION CLAUSES
28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price
due to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the offeror without being considered.
29. PREPARATION FOR PROPOSAL
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form
shall be correctly filled in, stating the price in numerals for which he intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and
legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a
bid item, the unit price will be taken. A bid that has been opened may not be changed for the
purpose of correcting an error in the bid price.
29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized
agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each
member must be given and the proposal signed by a member of the firm, association or partnership, or
person duly authorized. If the proposal is submitted by a company or corporation, the company or
corporate name and business address must be given, and the proposal signed by an official or duly
authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly
certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink.
29.3 Pursuant to Texas Local Government Code 252.043(2), a competitive sealed proposal that has been
opened may not be changed for the purpose of correcting an error in the proposal price.
THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE
PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the
proposals, but no proposal may be withdrawn or altered thereafter.
30. BOUND COPY OF CONTRACT DOCUMENTS
30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the
following:
(a)
Notice to Offerors.
(b)
General Instructions to Offerors.
(c)
Offeror'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 offeror for his inspection in accordance with
the Notice to Offerors.
30.2 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.
31. (QUALIFICATIONS OF OFFERORS
31.1 The offeror 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 offeror may also be required to give a past history and
references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the offeror
to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose
that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal
may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of
Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete
the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the
service required.
(b) The ability of the offeror 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 offeror.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing,
complete and submit the FINAL List of Sub -contractors.
(a) If no sub -contractors will be used please indicate so.
31.3 Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list
of ALL similar municipal and similar non -municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock
specifications herein.
32. SELECTION
32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors included
in this RFP.
32.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR
OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY
TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES,
UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR
PROPOSAL.
32.3 The City shall select the offeror that offers the best value for the City based on the published selection
criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected
offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope
or time modification and any price change associated with the modification. If the City is unable to
negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations
with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is
reached or all proposals are rejected.
32.4In determining best value for the City, the City is not restricted to considering price alone, but may
consider any other factor stated in the selection criteria.
32.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions,
alterations of form, conditional alternate proposals, additions or alternates in lieu of the items
specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected
values), or irregularities of any kind.
33. ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT
AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT
DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY
COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK
PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES,
BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.
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. PROTEST
34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing
and Contract Management within 5 working days after the protesting party knows of the occurrence of
the action which is protested relating to advertising of notices deadlines, proposal opening and all other
related procedures under the Local Government Code, as well as any protest relating to alleged
improprieties with the RFP process. This limitation does not include protests relating to staff
recommendations as to award of contract. Protests relating to staff recommendations may be directed to
the City Manager. All staff recommendations will be made available for public review prior to
consideration by the City Council as allowed by law.
FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A
WAIVER OF ANY PROTEST.
35. PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates,
with respect to the payment of prevailing wage rates for the construction of a public work, including a
building, highway, road, excavation, and repair work or other project development or improvement, paid
for in whole or in part from public funds, without regard to whether the work is done under public
supervision or direction. A worker is employed on a public work if the worker is employed by the
contractor or any subcontractor in the execution of the contract for the project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than
the general prevailing rate of per diem wages for the work of a similar character in the locality in which
the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday
and overtime work.
35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the
City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker
is paid less than the wage rates stipulated in the contract.
TEXAS GOVERNMENT CODE & 2269
SUBCHAPTER D.
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a)
In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity
requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor
for the construction, rehabilitation, alteration, or repair of a facility.
(b) In selecting a contractor through competitive sealed proposals, a governmental entity shall
follow the procedures provided by this subchapter.
Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or
designate an architect or engineer to prepare construction documents for the project. The selected or
designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051,
Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the
governmental entity, the governmental entity shall select the engineer or architect on the basis of
demonstrated competence and qualifications as provided by Section 2254.004, Government Code.
Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request
for competitive sealed proposals that includes construction documents, selection criteria and the weighted
value for each criterion, estimated budget, project scope, estimated project completion date, and other
information that a contractor may require to respond to the request. The governmental entity shall state in
the request for proposals the selection criteria that will be used in selecting the successful offeror.
Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive,
publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors.
(b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity
shall evaluate and rank each proposal submitted in relation to the published selection criteria.
Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror
that submits the proposal that offers the best value for the governmental entity based on:
(1) the selection criteria in the request for proposal and the weighted value for those criteria in the request
for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a
contract with the selected offeror. The governmental entity and its architect or engineer may discuss with
the selected offeror options for a scope or time modification and any price change associated with the
modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected
offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and
proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals
are rejected. In determining best value for the governmental entity, the governmental entity is not restricted
to considering price alone, but may consider any other factor stated in the selection criteria.
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: 11-30-2022
PROJECT NUMBER: RFP 23-16836-TF Annexation Water Lines - Spanish Bit
Proposal of Rink's Lease Service, Inc. (hereinafter
called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for construction of the referenced project, having
carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions
surrounding the construction of the intended project including the availability of materials and labor, hereby
intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated. The price to
cover all expenses incurred in performing the work required under the contract documents.
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 150 (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 180 (to Final Completion)
(not to exceed 150 consecutive calendar days to Substantial Completion / 180 consecutive calendar days
to Final Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 150 Consecutive Calendar Days
with final completion within 180 Consecutive Calendar Days as stipulated in the specification and other
contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300
for each consecutive calendar day after substantial completion and liquidated damages in the sum of $300 for
each consecutive calendar day after final completion set forth herein above for completion of this project, all
as more fully set forth in the General Conditions of the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of sixty 60 calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal,
and he further agrees to commence work on the date specified in the written notice to proceed, and to
substantially complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror wi I I enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
City of Lubbock, TX
Public Works
RFP 23-16836-TF
Annexation Water Lines - Spanish Bit
Rink's Lease Service, Inc. of Levelland, TX
# Items
QTY Unit Extended
+/- U/M Price Cost
General
#1-1
Mobilization - Contractor mobilization including move -in
and move -out cost from each site location.
1 LS $ 43,300.00 43,300.00
# 1-2
Provide and maintain a Traffic Control Plan - Preparation,
approval from COL Traffic Engineering to all sites, and all
1 LS 17,700.00 17,700.00
other work considered incidental to this item.
#1-3
Provide and maintain a SWPPP - Including preparation,
NOI, NOT, and all other work considered incidental to this
1 LS 12,200.00 12,200.00
#14
Trench Safety - Complete and in place.
7,313 LF 1.30 9,506.90
Water Improvements
#2-1
Furnish and install 6" C-900 DR-18 approved water pipe in
open cut trench, backfilled to 95% compaction, and tested
herein specified, including all fittings, equipment, tools,
59 LF 60.00 3,540.00
and labor to perform work.
#2-2
Furnish and install 10" C-900 DR-18 approved water pipe
in open cut trench, backfilled to 95% compaction, and
tested herein specified, including all fittings, equipment,
625 LF 100.00 62 500.00
tools, and labor to perform work.
#2-3
Furnish and install 8" C-900 DR-18 approved water pipe in
open cut trench, backfilled to 95% compaction, and tested
herein specified, including all fittings, equipment, tools,
6,629 LF 70.00 464 030.00
and labor to perform work.
#24
Furnish and install 8" C-900 DR-18 approved water pipe by
method other than open cut, provide all casing spacers as
herein specified, including all equipment, tools, and labor
438 LF 120.00 52 560.00
to perform work.
#2-5
Furnish and install 8" gate valve and box as herein
specified, including all equipment, tools, and labor to
11 EA 2,900.00 31,900.00
#2-6
Furnish and install 6" gate valve and box as herein
specified, including all equipment, tools, and labor to
5 EA 2,160.00 10,800.00
#2-7
Furnish and install 12" x 8" Tapping Sleeve and valve as
herein specified, including all equipment, tools, and labor
1 EA 4,950.00 4,950.00
to perform work.
#2-8
Furnish and install 8" x 8" TEE as herein specified,
including all equipment, tools, and labor to perform work.
6 EA 1,240.00 7,440.00
#2-9
Furnish and install 8" x 6" TEE as herein specified,
including all equipment, tools, and labor to perform work.
5 EA 1,150.00 5,750.00
#2-10
Furnish and install Fire Hydrant, as herein specified,
including all equipment, tools, and labor to perform work.
5 EA 5,800.00 29,000.00
City of Lubbock, TX
Public Works
RFP 23-16836-TF
Annexation Water Lines - Spanish Bit
QTl Unit Extended
# Items +/_ U/M Price Cost
#2-11 Furnish and install 8" Waterline Plug, as herein specified,
including all equipment, tools, and labor to perform work. 2 EA 1,260.00 2,520.00
#2-12 Furnish and connect 1" service lines as herein specified,
including all equipment, tools, and labor to perform work. 20 EA 3,320.00 66,400.00
#2-13 Furnish and connect 2" service lines as herein specified,
including all equipment, tools, and labor to perform work.
8 EA 5,450.00 43,600.00
#2-14
Tie in to to existing water Line, complete and in place per
Specifications.
5 LS 3,340.00 16,700.00
Roadway
#3-1
3" Asphalt Removal
Includes removal of asphalt, equipment, labor, and hauling
5,354 SY 13.00 69,602.00
costs to location as directed by COL.
#3-2
3" Flexible Pavement Repair
Includes repair of localized sections of flexible pavement,
as well as furnishing materials, equipment, and labor to
900 SY 46.00 41,400.00
complete the work.
#3-3
3" HMAC COL TYPE D - Asphalt Paving
Includes furnishing all materials, equipment, and labor
5,354 SY 42.50 227,545.00
associated with completing the work.
#34
Emulsified Asphalt Sealer
Includes furnishing all materials, equipment, and labor
100 GAL 10.50 1,050.00
associated with completing the work.
#3-5
Flowable backfill as approved, complete and in place per
Specifications.
1,220 CY 172.50 210,450.00
Total (Items 1-1 through 3-5): $ 1,434,443.90
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum
of 5% of Bid Amount Dollars ($ ), which it is agreed shall be
collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract
documents, insurance certificates, and the required bond (if any) with the Owner within
ten (10) business days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound
and include all contract documents made available to him for his inspection in accordance with
the Notice to Offerors.
Pursuant to Texas Local Government Code
252.043(g), a competitive sealed proposal that
has been opened may not be changed for the
purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS
TO THE PROPOSAL PRICE MUST BE MADE
ON THE PROPOSAL SUBMITTAL FORM
PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST:
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No.
Date,
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date: 11 /30/2022
Authorized Signature
Randall Middleton, Vice -President
(Printed or Typed Name)
Rink's Lease Service, Inc.
Company
PO Box 456
Address
Levelland Hockley
City, County
Texas . 79336
State Zip Code
Telephone: 806 - 894-7415
Fax: 806 - 894-3491
Email: randall(cD-rinksls.com
FEDERAL TAX ID or SOCIAL SECURITY
No.
752260405
M/wBE Firm: 30% 1 Woman I I Black American I I Native American
30% 1 Hispanic American I I Asian Pacific American I I Other (Specify)
INSURANCE REQUIREMENTS
I, 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 meeting all of the requirements defined in this bid.
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting
with or making sub -awards under covered transactions to parties that are suspended or debarred or whose
principals are suspended or debarred. Covered transactions include procurement contracts for goods or services
equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its
principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended
or debarred by a Federal agency.
TEXAS GOVERNMENT CODE SECTION 2252.152
The undersigned representative of the undersigned company or business, being an adult over the age of eighteen
(18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company
named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that
should the above -named company enter into a contract that is on said listing of companies on the website of the
Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I
will immediately notify the City of Lubbock Purchasing and Contract Department.
TEXAS GOVERNMENT CODE SECTION 2271.002
Company hereby certifies the following:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
The following definitions apply to this state statute:
(1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any
action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel,
or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an
action made for ordinary business purposes; and
(2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership,
limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned
subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit.
This Certification is required from a Company if the Company has 10 or more full-time employees and the
contract for goods or services (which includes contracts formed through purchase orders) has a value of
$100,000 or more that is to be paid wholly or partly from public funds of the governmental entity.
TEXAS GOVERNMENT CODE 2274
By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the
contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not
apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have
a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association;
and will not discriminate during the term of the contract against a firearm entity or firearm trade association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott
energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not
apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott
energy companies; and will not boycott energy companies during the term of the Agreement. This verification is
not required for an agreement where a governmental entity determines that these requirements are inconsistent
with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or
management of debt obligations or the deposit, custody, management, borrowing, or investment of funds.
Agreement Example
Review
This sample Agreement has been reviewed and
(X) is acceptable
( ) is acceptable as noted
Contractor Acknowledgement
In compliance with this solicitation, the undersigned, having examined the solicitation documents,
instructions to offerors, documents associated with the request for proposals, and being familiar with the
conditions to be met has reviewed the above information regarding:
• Insurance Requirements
• Suspension and Debarment Certification
• Texas Government Code Section 2252.152
• Texas Government Code Section 2271.002
• Texas Government Code 2274
An individual authorized to bind the company must sign the following section. Failure to execute this portion
may result in proposal rejection.
By signing below, the terms stated have been reviewed and approved.
Company Name: Ri ik s Lease Service, Inc.
Signed By:
Print Name and Title: Randall Middleton, Vice -President
Date: 11 /30/2022
0 Liberty
Mutual®
SURETY
CONTRACTOR:
(Name, legal status and address)
RINK'S LEASE SERVICE, INC.
P.O BOX 456
LEVELLAND, TEXAS 79336
OWNER:
(Name, legal status and address)
CITY OF LUBBOCK
LUBBOCK, TEXAS
BOND AMOUNT: 5%
Document A310TM - 2010
Conforms with The American Institute of Architects AIA Document 310
SURETY:
(Name, legal status and principal place of business
Liberty Mutual Insurance Company
175 Berkeley Street
Boston, MA 02116
Mailing Address for Notices
Liberty Mutual Surety Claims
P.O. Box 34526
Seattle, WA 98124
Five Percent of Bid Amount
PROJECT:
(Name, location or address, and Project number, if any)
SPANISH BIT 8" PVC WATER LINE
RFP 23-16836-TF
This document has important
legal consequences.
Consultation with an attorney is
encouraged with respect to its
completion or modification.
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind
themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this
Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period
as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with
the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in
the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of
this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another
party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The
Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the
bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for
acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond
sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be
Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in
this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such
statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed_
as a statutory bond and not as a common law bond.
Signed and sealed this 30th day of NOVEMBER 2022
CARLA ROGERS
RINKS LEASE SERVICE, INC.
(Princi I) (Seal)
(Title)P pp� lOOcE7n.� Vlef - PZES
Liberty Mutual Insurance Company
(Surety) %NSU
FO
1912
(Title) ARLA HILL, A TORNEY-I -ACT d,,'°s.CHU as
LMS-20862e 11117
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty
Mutual.
SURETY
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8197873
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Marla Hill, Howard Cowan
all of the city of Lubbock state of TX each individually if there be more than one named, its true and lawful attorney -in -fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this I st day of November , 2018
Liberty Mutual Insurance Company
s trtSU,q 0*1 INSL a %NSUR The Ohio Casualty Insurance Company
hJPooRPONgr�yC+ y'ZoPooaPO^q F`9y \4Q' oOaPORgrF tiC, West American Insurance Company
J 3 0 Q 3 o n u 2 o m
g 1912 U 0 1919 f 1991
3 i yF r o Q 3 sou
d� `rACHUs� .aa �NAMP`'�,�a3 �s vNDIANP al. '
9i2 * > �'y1 * >� ''M * > By:
David M. Carey, Assistant Secretary
State of PENNSYLVANIA
�
County of MONTGOMERY ss
0 (D On this I st day of November , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 1 0
0 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposesto
—
> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. L) w
N �
@'U)
O N
do
C2
a7
0) N
r6 �
CP(D
E-
E6
OT
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written
yp PAg
Qk' 0oNWf rFC COMMONWEALTH OF PENNSYLVANIA
hW �� '= 9 Notarial Seal f�Q/
OF Teresa Pastella, Notary Public
Upper Merton Twp., Montgomery County By:
a.P My Commission Expires March 28, 2021 eresa Pastella, Nota Public
IJ Member, Pennsylvania Association of Notaries ry
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV — OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 30th day of NOVEMBER , 2022 .
tNSUq ASV INS&,pa %NSURq
�Jp'405%Lportgr.1 yJY, *LpoNgl'9y VPooapo�r'LC+
3 , Fo 'T Fo 0
rn
1912 " 1919 1991 " �,�.Lly�.
0 o By:
cl 9'r 4CHU`>��.dD y0NAMO �'s rNDIANp' da3 Renee C. Llewellyn, Assistant Secretary
ay) * >ev y1 * to dM * ti�
>, E
D a
c
oC:)
t'7
Q ,a.
O�
C
OM
a O
rn O
oa)
�O
>O
a> v
N
00
M
c 0O
00
U-
0 CD
LMS-12873 LMIC OCIC WAIC Multi Co_062018
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:
Contractor's General Information
Organization Doing Business As
Rink's Lease Service, Inc
Business Address of Principle Office
1707 FM 300
PO Box 456
Levelland TX 79336
Telephone Numbers
Main Number
806-894-7415
Fax Number
806-894-3491
Web Site Address
N/A
Form of Business (Check One)
If a Corporation
Date of Incorporation
X
A Corporation A Partnership An Individual
1990
State of Incorporation
Texas
Chief Executive Officer's Name
Kip Middleton
President's Name
Kip Middleton
Vice President's Name(s)
Randall Middleton
Secretary's Name
Leanna Perez
Treasurer's Name
� 1
Date of Organization
Leanna Perez
State whether partnership is general or
limited
IndividualIf an
Name
Business Address
Identify1 1uals not previously
1 which exert a significant amountof business controlover the
1
Indicators of Organization
Average Number of Current Full Time
Employees
32 Average Estimate of Revenue for the4'000'000 00
Current Year
Contractor's Organizational Experience
Organization Doing Business As
Business Address of Regional Office
baMe AS AboVe
Name of Regional Office Manager
Telephone Numbers
Main Number
Fax Number
Web Site Address
Organization i
List of names that this organization currently, has or anticipates operating under over the history of the organization,
including the names of related companies presently doing business:
Names of Organization
From Date
To Date
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: 32
As a General Contractor
32
lAs a Joint Venture Partner
N/A
Has this or a predecessor organization ever defaulted on a project or failed to complete any work
awarded to it?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the past ten years?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
local, state, or federal agency within the last five ears?
N 0
If yes provide full details in a separate attachment. See attachment No.
Is this organization or your proposed surety currently in any litigation or contemplating
litigation?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
N 0
If yes provide full details in a separate attachment. See attachment No.
Contractor's Proposed Key Personnel
Organization Doing Business As Rink's Lease Service, Inc.
Proposed Project Organization
Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.
Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment
No. 1
Kip Middleton -Owner, Project Manager, Estimating, Invoicing
Randall Middleton -Owner, Safety Officer, OC and Logistics Manager
Leanna Perez-Owner/payroll clerk and accounts payable
Eddie Torrez, David Benites, and Jimmy Little -Senior project superintendents
Six shared senior equipment operators
Three pipe crew foreman
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this
description. See attachment No. 2
Kip Middleton -Owner, Project Manager, Estimating, Invoicing
Randall Middleton -Owner, Safety Officer, QC and Logistics Manager
David Benites-Senior project superintendent
Jimmy Little -Alternate senior project superintendent
Six shared equipment operators
Respective pipe crew foreman
PersonnelExperience of Key
Provide information on the key personnel proposed for this project that will provide the following key functions.
Provide information for candidates for each of these positions on the pages for each of these key personnel. Also
provide biographical information for each primary and alternate candidate as an attachment. The biographical
information must include the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and responsibilities for each
assignment, and primary language. Additional information highlighting experience which makes them the best
candidate for the assignment should also be included.
Role
Primary Candidate
Alternate Candidate
Project Manager
Kip Middleton
Randall Middleton
Project Superintendent
David Benites
Jimmy Little
Project Safety Officer
Randall Middleton
David Benites
Quality Control Manager
Randall Middleton
David Benites
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.
Please see attached Mission Statement outlining our company structure
and explaining how we share our workload.
Proposed Project Managers
Organization Doing Business As
CandidatePrimary
Name of Individual
Rink's Lease Service, Inc.
Kip Middleton
Years of Experience as Project Manager
32
Years of Experience with this organization
32
Number of similar projects as Project Manager
Over 100
Number of similar projects in other positions
None
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
LEDA Le ring Treated Effluent Line
50%
Aril 30 2023
Occidental Permian Oilfield Pipelines
10%
December 30, 2022
Water and Sewer for Lubbock Subdivision
40%
January 15, 2023
Reference Contact
Information (listing names indicates ap roval to contacting the
names individuals as a reference)
Name
Tony Alcazar
Name
Landon Allen
Title/ Position
Construction Specialist
Title/ Position
Engineer
Organization
Occidental Permian
Organization
Parkhill
Telephone
806-789-8206
Telephone
806-283-2881
E-mail
E-mail
LAilenC@Parkhill.com
Project
Many years of large oilfield projects
Project
Levelland 8th Street Water Line &
Candidate role on
Project
CandidateAlternate
Name of Individual
Project Manager
Candidates role Progressive ace Utility mproveme is
on Project Project Manager
Randall Middleton
Years of Experience as Project Manager
4
Years of Experience with this organization
12
Number of similar projects as Project Manager
15
Number of similar projects in other positions
None
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
LEDA Leprino Treated Effluent Line
60%
April 30, 2023
Water and Sewer for Lubbock Subdivision
30%
January 15, 2023
Occidental Permian Oilfield Pipelines
10%
December 30, 2022
Contact
Name
Information names indicates approval
(listingReference
Daniel Albus
to contacting the
names individuals as a reference
Bailey Ratcliffe
Name
Title/Position
Engineer
Title/Position
Engineer
Organization
Parkhill
Organization
City of Lubbock
Telephone
806-638-7056
Telephone
E-mail
DAlbus@parkhill.com
E-mail
bratcliffe mail.ci.lubbock.tx.us
Project
LEDA Le rino Treated Effluent Line
Project
Annexation of Water lines - Alcove
Candidate role on
Project
Project Manager
Candidate role on
Project
Project Manager
Proposed Project Superintendent
Organization Doing Business As
Primary Candidate
Name of Individual
Rink's Lease Service, Inc.
ML
David Benites
Years of Experience as Project Superintendent
10
Years of Experience with this organization
33
Number of similar projects as Superintendent
30
Number of similar projects in other positions
Over 100
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Water and Sewer Lines for Lubbock Subdivision
100%
January 15, 2023
Reference Contact
Information (listing names indicates ap roval to contacting the
names individuals as a reference)
Name
Max White
Name
Adam Salinas
Title/ Position
Inspector
Title/ Position
Inspector
Organization
Parkhill
Organization
City of Lubbock
Telephone
806-777-0161
Telephone
806-548-4153
E-mail
Mwhite Parkhill.com
E-mail
asalinas mail.ci.lubbock.tx.us
Project
Levelland 8th St. Water Line
Project
Annexation of Water Lines
Candidate role on
Project
Alternate Candidate
Name of Individual
Superintendent
Candidate role on Alcove- Pine Hills
Project SU erintendent
Jimmy Little
Years of Experience as Project Superintendent
4
Years of Experience with this organization
5
Number of similar projects as Superintendent
15
Number of similar projects in other positions
8
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Occidental Permian Oilfield Lines
100%
December 30, 2022
Reference Contact
Name
Information (listing names indicates approval
Clint Stone
to contacting the
names individuals as a reference
Charley Harley
Name
Title/ Position
Construction Specialist
Title/ Position
Production Foreman
Organization
Occidental Permian
Organization
Burk Royalty
Telephone
806-638-2308
Tele hone
806-638-7699
E-mail
clint_stone@oxy.com
E-mail
Charle burkro alt .com
Project
LLU Inflection Lines
Pro ect
New Drills Summer 2022
Candidate role on
Project
Superintendent
Candidate role on
Project
Superintendent
The next 2 pages will be redundant. Please see attached
Proposed Project Safety Officer narrative explaining how our key personnel fulfill multiple roles.
Organization Doing Business As
Primary Candidate
Name of Individual
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
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Reference Contact
Information (listing names indicates ap roval to contacting the
names individuals as a reference)
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Alternate Candidate
Name of Individual
Candidate role on
Project
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
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
Proposed Project Quality Control Manager
Organization Doing Business As
Primary Candidate
Name of Individual
Years of Experience as Quality Control Manager
Years of Experience with this organization
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Reference Contact
Information (listing names indicates ap roval to contacting the
names individuals as a reference)
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Alternate Candidate
Name of Individual
Candidate role on
Project
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
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
Contractor's Project Experience and Resources
Organization Doing Business As Rink's Lease Service, Inc.
Provide a list of major projects that are currently underway, or have been completed within the last ten years on
Attachment A
Provide a description of your organizations approach to completing this project to provide best value for the Owner.
Including a description of your approach in the following areas:
1. Contract administration
2. Management of subcontractor and suppliers This information is included in the attached written
3. Time management
4. Cost control narrative explaining key personnel roles.
5. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
9. Meeting HUB / MWBE Participation Goal
Equipment
Provide a list of major equipment ro osed for use on this roject. Attach Additional Information if necessary
Equipment Item
Primary Use on Project
Own
Will
Lease
CAT 420F2 Backhoe
Digging Trench
X
CASE 580SN Backhoe
Handling Pipe and fittings/Processingfittings/Processing Backfill
X
CAT 420F Backhoe w/ compaction wheel
Trench Compaction
X
Small Vermeer Pit Bore Machine
Slick Bores
X
Mack 4000 Gal Water Truck
Processing Backfill
X
DitchWitch FX25 H drovac
Potholing Existing Underground Utilities
X
Many other pieces of owned equipME
nt available if necessary and Rink's ha
3 excellent
credit
at every equipment rental store in Lubbock.
CAT 289D Compact Track Loader
Handling Material/Final Grading
X
Division of Work between Organization and Subcontractor
What work will the organization complete using its own resources?
All trenching, boring, and installation of water line and appurtenances.
What work does the organization propose to subcontract on thisproject?
Asphalt removal, asphalt replacement, and emulsified sealer.
Contractor's Subcontractors and Vendors
Organization Doing Business As Rink's Lease Service, Inc.
Project Subcontractors
Provide a list of subcontractors that will provide more than 10 percent of the work based on contract amounts
Name
Work to be Provided
Est. Percent
of Contract
HUB/MWBE
Firm
Quick Stripe Paving, Inc.
Asphalt removal, asphalt replacement, and
40%
No
emulsified sealer
Provide information on the proposed key personnel, project experience and a description of past relationship and work
experience for each subcontractor listed above using the Project Information Forms.
Equipment Vendors L.-
Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary
Vendor Name
Equipment / Material Provided
Furnish
Only
Furnish
and
Install
HUB/M
WBE
Firm
Ferguson Waterworks
All pope andappurtenances
X
Lubbock Tx
10
Attachment A
Current Projects and Project Completed within the last 10 Years
Project Owner
Lubbock Economic Development Alliance
Project Name
I LEDA Leprino Treated Effluent Line
General Description of Project: 13,000 Ft of 14" HDPE along E. 19th St., 550' 18" cased bore, slick bores, concrete manholes, cofferdam and discharge structure into lake
Project Cost
$ 2,214,263.00
Date Project Completed
1 April 30, 2023
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Kip Middleton
Eddie Torrez
Randall Middleton
Randall Middleton
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Jana Johnston
Representative
LEDA
806-749-4500
jana@marketlubbock.org
Designer
Daniel Albus
Engineer
Parkhill
806-473-3622
dalbus@parkhill.com
Construction Manager Mark Carpenter Inspector Parkhill 806-777-0160 mcarpenter@parkhill.com
Project Owner City of Levelland, Texas Project Name Waterline Replacement and Manhole Rehabilitation
General Description of Project:2000' of 6" C900 PVC in an existing paved city street, slick bores, tie into existing services and existing lines, install fiberglass liner in existing brick manhole
Project Cost
$328,435.00
Date Project Completed
I August 12, 2022
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Kip Middleton
David Benites
Randall Middleton
Randall Middleton
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Joe Cavazos
Asst. City Manager
City of Levelland
806-894-0113
jcavazos@levellandtexas.org
Designer
Landon Allen
Engineer
Parkhill
806-283-2881
lallen@parkhill.com
Construction Manager Max White Inspector Parkhill 806-777-0161 mwhite@parkhill.com
Project Owner City of Lubbock Project Name I Annexation Water Lines -Alcove
General Description of Project:23 000 FT of 12" and 16" waterline and appurtenances in cit ROW 600' and 340' 20" cased bores 3700' of 8" waterline and hydrants in the cityRO
Project Cost a well establ shed subdivision
Date Project Completed
I Aril 25, 2021
Key Project Personnel $ 2, 883, 670.00
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Ki Middleton
Randall Middleton
Randall Middleton
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
City of Lubbock
Designer
Bailey Ratcliffe
Engineer
City of Lubbock
806-775-2329
bratcliffe@mail.ci.lubbock.tx.
Construction Manager
Adam Salinas
Inspector
City of Lubbock
806-548-4153
asalinas@mail.ci.lubbock.tx.0
V in
Attachment B
Protect Information
Project Owner
City of Levelland
Project Name
LEDC Progressive Place Utility Improvements
General Description of Project
3,560' of 10" C900 PVC waterline, 8 Fire Hydrants, 200' 18" cased bore, 8"x6" Hot tap
1,710' of 8" SDR 26 PVC Sewer line avg depth 14', 12) 60" concrete manholes
Voiect BudgetPerformance
Budget History Schedule Performance
Amount
% of Bid
Amount
Date
Days
Bid
$748 365.00
Notice to Proceed
6/16/2022
Change Orders
None
Contract Substantial Completion Date at Notice to Proceed
9/14 2022
90
Owner Enhancements
None
Contract Final Completion Date at Notice to Proceed
10/14/2022
120
Unforeseen Conditions
None
Change Order Authorized Substantial Completion Date
N/A
Design Issues
None
Change Order Authorized Final Completion Date
N/A
Total
Actual / Estimated Substantial Completion Date
9/$/2022
84
Final Cost $748,365.00
ProjectKey
Actual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
10/3/2022
Quality Control
109
Manager
Name
Kip Middleton
Eddie Torrez
Randall Middleton
Kip Middleton
Percentage of Time Devoted to the Project
75%
100%
40%
75%
Proposed for this Project
75%
100%
40%
75%
Did Individual Start and Complete the Project?
Yes
No
Yes
Yes
If not, who started or completed the project in their place.
David Benites
Reason for change. Eddie started the next project when this p
",ectas 90% comple
e and David Stayed B
hind and complete
the final punch list
Name Title/ Position Organization Telephone E-mail
Owner
Joe Cavazos
Asst. City Manager
City of Levelland
806-894-0113
jcavazos@levellandtexas.org
Designer
Landon Allen
Engineer
Parkhill
806-283-2881
LAllen@parkhill.com
Construction Manager
Max White
Inspectors
Parkhill
806-777-0161
Mwhite@parkhill.com
Sure
Marla Hill
Bond Agent
Cowan -Hill Bond A enc
806-722-2663
Marlahill@sbcglobal.net
Number of Issues Total Amount involved in Number of Issues Total Amount involved in
Resolved Al Resolved Issues None PendingNone Resolved Issues None
RINK'S LEASE SERVICE, Inc.
P.O. BOX 456 806-894-7415
Levelland, Tx 79336 randall@rinksls.com
Mission Statement
Rink's Lease Service, Inc. is a pipeline construction company that has been
operating from Levelland, Texas for 33 years. We are dedicated to safety, quality work,
outstanding customer relationships, and fulfilling our obligations as quick as possible.
We take great pride in our reputation and believe in honoring our promises no matter
what it takes. We owe the prolonged success of our business to keeping our ownership
and management in-house and never over -extending our operations to a point that we
lose the key elements of our strong foundation.
Kip Middleton, Randall Middleton, and Leanna Perez are the 3 owners of the
company. Leanna manages the accounts payable and payroll department, while Kip and
Randall manage the day-to-day project operations. Rink's goal is to maintain 3 full
pipeline crews working on separate projects at all times. Each crew has a well -seasoned
superintendent that values our core principals and works diligently to uphold them. Each
crew also utilizes 2 highly experienced equipment operators, and a carefully selected
group of skilled and common laborers. With these key personnel in place, Randall and
Kip are able to fulfill multiple roles as overall project managers.
Randall and Kip each have the full capability to share an equal and interchanging
workload. Both offer a hands-on approach to the training and leadership of our
employees, and at least one of them consistently spends time at each jobsite every day,
and has a personal meeting every morning with the job superintendents to discuss any
project issues and progress. However, Randall and Kip both are careful not to
micromanage their employees to a point that they feel untrusted. Of course, the projects
that are more challenging get more of their attention than those of simpler nature.
In the department of contract administration, Kip, Randall, and Leanna all work
diligently to keep invoicing, accounts payable, contract documents, and e-mail response
as current as possible. We live by the theory that we don't want anyone waiting on us to
complete our necessary obligations.
Typically, it is Randall's strong suit to handle the coordination with
subcontractors and suppliers. He is very resourceful, and has developed a great
relationship with all of our vendors. He understands the importance of making sure all
necessary materials and supplies are on the jobsite well before they are needed by the
crews and maintains a tight inventory by directly accounting for all parts and pieces. He
ensures that subcontractor and material scheduling is done well ahead of time to allow for
any unforeseen, lengthy lead times.
It is overwhelming at times to manage multiple projects at once, but it is crucial to
choose the highest priority task of the day and focus on that aspect of the project until it is
complete or resolved. Both Kip and Randall are well -versed in focusing on the most
important task at hand, while simultaneously fulfilling lower priority responsibilities
when the opportunity arises.
Quality management and overall job safety are held in high regard by Rink's
Lease Service. We understand and respect the fact that these two aspects of business start
at the top and trickle down to each and every employee. Rinks maintains an excellent
safety record due to our employee training, correction, discipline, and encouragement.
We feel it is vital that our employees not only follow safe working practices and
procedures, but that they truly understand and respect the reasoning for the methods they
are using. This goes hand -in -hand with quality control. Every employee needs to
comprehend the importance and reasoning of installing a project correctly and to the
owners' specifications, because not every action can be supervised at all times. We
achieve this level of quality management by hands-on leadership and instruction, and
instill a level of respect and trust in our employees and make them well aware of our
appreciation and care.
Kip and Randall both operate Rink's Lease Service under these three business
principles. "Do what you say you're going to do, when you say you're going to do it, for
the price you said you would do it for." This is not always easy in the aspect of cost
control and unforeseen changes in the job, but we operate on the theory of taking the
good with the bad. We have contingency budgets in our bids that help to cover
unexpected costs, but still retain competitive pricing. We don't care for change orders,
and know that owners don't either, but also realize that sometimes they are justified.
When we encounter a large change in a project that is necessary, we immediately request
a meeting with the inspector and engineer to discuss the best option for the owner, as well
as our company.
Rink's prides itself on our impeccable equipment maintenance program. We have
a wide array of excavation and boring equipment, all of which are owned by us. We
ensure that every piece of machinery is in excellent and safe working order before it goes
to the job. We employ a full-time mechanic, and a full-time haul truck driver to move
pieces from job to job. Randall and Kip can both often be found in the shop or on a
jobsite preforming both minor and major repairs, and preventative maintenance
themselves if their time management allows for it. They feel it is vital to the operation of
our business that they personally know the condition and capabilities of every piece of
equipment we own.
Each and every project faces different challenges, and requires a great amount of
attention at the beginning to get it moving forward. We attempt to schedule our projects
to where either Randall or Kip can devote almost 100% of their time to fulfilling the
contract documents, ordering material, arranging equipment and tools, and briefing the
superintendent so that our crews are set up for success rather than failure from the start.
Again, we are able to achieve this by not over -extending ourselves beyond our means.
We hold our reputation in high regard, and value the relationships we have built with our
customers in all our years of business. We feel that it is of great value to an owner or
engineer to be able to speak directly to one of the three owners of our business at any
time to immediately resolve issues or answer questions without having to follow any
difficult channels.
RINK'S LEASE SERVICE, Inc.
P.O. BOX 456
Levelland, Tx 79336
Attachment 1
806-894-7415
randall@rinksls.com
Managerial Organization
RINK'S LEASE SERVICE, Inc.
P.O. BOX 456
Levelland, Tx 79336
806-894-7415
randall@rinksls.com
City of Lubbock Annexation Water Lines - Spanish Bit
Proiect Specific Managerial Organization
Attachment 2
From: Kipmiddleton@nts-online.net
Sent: Tuesday, May 10, 2022 7:57 PM
To: Randall Middleton
Subject: Fwd: work in my neighborhood Pine Hills Saratoga Ave
Sent from my iPhone
Begin forwarded message:
From: "Josh Kristinek, P.E." <JKristinek mail.ci.lubbock.tx.us>
Date: May 10, 2022 at 6:15:41 PM CDT
To: kipmiddleton@nts_online.net
Subject: Fwd: work in my neighborhood Pine Hills Saratoga Ave
Kip,
Please see the emails below not only from City Staff, but also from a citizen in Pine Hills
Estates. I know we have expressed our gratitude for a job well done on all the
annexation projects, but I wanted to make sure you received the email from a citizen
thanking Rinks for there work.
Thanks,
Josh Kristinek, P.E.
From: Mike Keenum <MKeenum@mail.ci.lubbock.tx.us>
Sent: Tuesday, May 10, 2022 2:10 PM
To: Josh Kristinek, P.E. <J-Kristinek@----mai---l.ci.lubbock.tx.us> ------ ----------------------------------
Cc: Joshua Flud <JFlud@mail.ci.lubbock.tx.us>; Diane Condron
<DCondron@mail.ci.lubbock.tx.us>
-----------------------------------------------
--
Subject: FW: work in my neighborhood Pine Hills Saratoga Ave
Not sure whose this is, but great job! Thanks for all the work on this one.
Michael G. Keenum, P.E., CFM
Division Director of Engineering/City Engineer
P.O. Box 2000
---------------------
Lubbock, TX 79457
----------------------------
(806i-775.2393
mkeenum@mylubbock.us
From: Jarrett Atkinson <jatkinson@mail _ci,lubbock,tx _us>
Sent: Monday, May 9, 2022 4:53 PM
To: Jesica McEachern<JMcEachern@mail.ci.lubbock.tx.us>- Mike Keenum
<MKeenum@mail _ci:lubbock.tx:us>; Wood Franklin <WFrankl.i.a ?mail:ci.lubbock.tx:us>
------.......... -
Subject: FW: work in my neighborhood Pine Hills Saratoga Ave
Importance: High
Group — I'm not sure whose crews were out there but want to ensure they are
recognized for their great efforts. I also want to be sure Rink's is aware of how well
their teams performed.
Thank you all — I know this quality of effort starts at the top — well done.
W. Jarrett Atkinson
City Manager
City of Lubbock
806-775.2016 (v)
806-775-3924 (f)
P.O. Box 2000
Lubbock, TX 79457
Citizens Tower
1314 Avenue K
Lubbock, TX 79401
ATTENTION PUBLIC OFFICIALS: A " Reply to All" on this email could lead to violations of
the Texas Open Meetings Act. Please "Reply" only to the sender if you are elected,
serve on a City board, or other appointed position.
This message is intended only for the named recipient. If you are not the intended
recipient, you are notified that disclosing, copying, distributing, or taking any action in
reliance on the contents of this information is strictly prohibited.
From: Teresa Strattan <teresalubbock@aol.com>
Sent: Monday, May 9, 2022 1:14 PM
To: Jarrett Atkinson <jatkinson@mail.ci.lubbock.tx.us>
Subject: work in my neighborhood Pine Hills Saratoga Ave
WARNING: This message was sent from outside the City of Lubbock's email system.
It could contain harmful attachments or links to harmful web pages.
I think you need to know about some of your workers. It is easy to complain, but most
people will not take the time to let you know you have amazing employees.
I would like to brag on the workers that were in my neighborhood. The City of Lubbock
and Rink's Lease Service put in fire hydrants in our subdivision. We were not excited
about them digging up our front yards and possibly our cement driveways for the water
lines.
However, these men were amazing! I can not say enough about this group of men. There
were extremely conscious about putting the yards back the way the were before. They
were very neat in digging up the dirt and cleaning the mess up every night before leaving.
They were the nicest group of men. Thank you so much for doing such an outstanding
job.
Teresa Strattan
261-5 Saratoga -Ave
Lubbock TX-79407
806-786-0517
---------------------
Page Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Safety Record Questionnaire
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant
to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City
may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused
by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider,
among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations
within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to,
the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the
Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the
Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas
Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the
Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental
protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the
United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state
or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions,
administrative orders, draft orders, final orders, and judicial final judgments.
Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of
the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following
four (4) questions and submit them with their proposals:
QUESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for
such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3)
years? �[
YES NO
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for
such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO X
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any,
and penalty assessed.
UESTION THREE
Has the offeror, or the fret, corporation, partnership, or institution represented by offeror, or anyone acting for such
firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense
which resulted in serious bodily injury or death? YES NO , �[
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with
its proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
QUESTION FOUR
Provide your c om pany's Experience Modification Rate and supporting information:
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be
rejected. '17
/Signature
Randall Middleton, Vice -President
Title
McANALLY
April 5, 2022
Rink's Lease Service, Inc.
P.O. Box 456
Levelland, TX 79336
W I L K I N S
N S U R A N C E
RE: Workers' Compensation Experience Modifier
To Whom It May Concern:
As per your request, following are the modifiers that were used on your Workers' Compensation
policies:
Rating Effective Date: 4/21/2022: .79
Please let me know if you need anything further or if I can be of additional service.
Best Regards,
-*-&� �KV--e?-W
Account Manager
PO Box 60810, Midland, TX 79711
(432) 685-9300 Phone (432) 685-9399 Fax
NON -COLLUSION AFFIDAVIT
STATE OF TEXAS
LUBBOCK COUNTY
Randall Middleton being first duly sworn, on his/her oath, says that the
bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any
person not therein named; and s/he further says that the said respondent has not directly induced or solicited any
firm on the above work or supplies to put in a sham , or any other person or corporation to refrain from a statement
of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over
any other firm or firms.
Rink's Lease Service, Inc.
Firm
Randall Middleton
Name
Vice -President
Title
and sworn to before mg,this d�1wemC ?02.1.-
No"y Pubkd V
My Commission Expires: I z
Jacquelynn Amanda Willis
My Commission Expires
12/14/2025
Notarryy ID
133490550
NOTE: THIS INCLUDED IN WITH THE SUBMISSION
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
PROPOSED LIST OF SUB -CONTRACTORS
Company Name Location
Quick Stripe Paving Lubbock, TX
Minority Owned
Services Provided Yes
No
Milling, Paving, Emulsified Sealer ❑
x
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR
RESPONSE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
Rink's Lease Service, Inc.
(PRINT NAME OF COMPANY)
Page Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due.
FINAL LIST OF SUB -CONTRACTORS
Pate Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
FINAL LIST OF SUB -CONTRACTORS
Company Name Location Services Provided
Quick Stripe Paving, Inc. Lubbock, TX Roadway Construction
SUBMITTED BY:
Rink's Lease Service, Inc.
(PRINT NAME OF COMPANY)
Minority Owned
Yes
No
❑
X
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN
BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
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 Rink's Lease Service, Inc. (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount Of One Million Four Hundred Thirty -Four Thousand Four Hundred
Forty -Three Dollars and Ninety Cents ($1,434,443.90) 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 13th day of
December, 2022, to RFP 23-16836-TF Annexation Water Lines - Spanish Bit
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 2022.
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:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
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 Rink's Lease Service, Inc. (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount Of One Million Four Hundred Thirty -Four Thousand Four Hundred
Forty -Three Dollars and Ninety Cents ($1,434,443.90) 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 13th day of
December, 2022, to RFP 23-16836-TF Annexation Water Lines - Spanish Bit
and said principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of , 2022.
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 officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Pate Intentionally Left Blank
CERTIFICATE OF INSURANCE
Pate 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
f the standard policies used by this company, the further hereinafter
described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. Injury $
❑ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident) $
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'S RISK
❑ 100% of the Total Contract Price
$
❑ INSTALLATIONFLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less
than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
By:
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. 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 be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for
coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide
coverage." and contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of coverage
ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas
and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or
any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of
insurance, required herein, including policies of insurance required to be provided by Contractor and its
subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights
to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity
with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or
separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
Pate Intentionally Left Blank
CONTRACT
Page Intentionally Left Blank
IContract 16836
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 13" day of December, 2022 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 Rink's Lease Service, Inc. of the City of Levelland, County of Hocklev and the
State of Texas hereinafter termed CONTRACTOR.
' WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
RFP 23-16836-TF Annexation Water Lines - Spanish Bit
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement. Rink's Lease Service, Inc.'s proposal dated November 30, 2022, is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LU O S (OWNER):
Rink's Lease Service, Inc. By:
VGarza,
or
By;
PRINTE N E:�7 ;A le y
TITLE:
Secretary
COMPLETE ADDRESS: APPROVED AS TO CONTENT:
Rink's Lease Service, Inc.
PO Box 456 i WorkRepresentative
Levelland, TX 79336
ATTEST: Name (Printed) p6el
-I V I MIM AN,
PWLeisure.,AAssAistan
TO FORM:
Corporate Secretary
Ili t CityAttorney
i
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit Rink's Lease Service, Inc. 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 Josh Kristinek, P.E., Assistant City Engineer/Capital Projects
& Design, so designated who will inspect constructions; or to such other representatives, supervisors, architects,
engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement.
Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall
not directly supervise the Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror
for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to
herein as the "contract" or "contract documents".
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 will look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment,
tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities
necessary for the execution and completion of the work covered by the contract documents. Unless otherwise
specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor
shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described
in words which so applied have well known, technical or trade meaning shall be held to refer such recognized
standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check
the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's
request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in
accordance with the Plans and Specifications.
it. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor will Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's
failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
The Contractor is responsible for construction layout based on the control provided in the construction documents.
All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project
Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by
these contract documents or the completion of the work contemplated by these contract documents. Whenever
necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this
requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation
therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and
grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced
by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative (as distinguished from Resident Project Representative(s))has the authority to review all work
included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be
necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine
the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and
shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide
every question which may arise relative to the execution of this contract on the part of said Contractor. The decision
of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's
Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project
Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work
done under this Agreement, and to see that said material is furnished and said work is done in accordance with the
specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate
engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall
regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed,
when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans
and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by
competent and reasonable representatives of the Contractor is essential to the proper performance of the work and
lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor
and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work,
and the general and local conditions, and all other matters which in any way affect the work under the contract
documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's
Representative either before or after the execution of this contract, shall affect or modify any of the terms or
obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications
and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and
Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform
Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or
persons shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of workers or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure
shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation,
shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by
the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent
required by the contract documents. The Owner or Owner's Representative shall have the right at all times to
observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access
for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall
ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall
give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's
Representative may reject any such work found to be defective or not in accordance with the contract documents,
regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether
Owner's Representative has previously accepted the work. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner
or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform
such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in
accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable
organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner,
Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests,
or approvals shall relieve the Contractor ftom its obligation to perform the work in accordance with the requirements
of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice
thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such
work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action
contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the accompanying
bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid according
to the quantity actually done and at the unit price established for such work under this contract; otherwise such
additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or
alterations as shall make useless any work already done or material already furnished or used in said work, then the
Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required
by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or
addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's
proposal, except as provided under Changes and Alterations in Paragraph 23.
It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent to the firm actually performing the work, and
additional higher -tier markups limited to 5% to cover additional overhead and insurance
costs; or (2) the amount that would have been charged by a reasonable and prudent
Contractor as a reasonable and necessary cost for performance of the extra work, as
estimated by the Engineer and approved by the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them
agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and
records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may
also specify in writing, before the work commences, the method of doing the work and the type and kind of
machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%,
unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated
General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment
shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid
to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field
office expense, and all other elements of cost and expense not embraced within the actual field cost as herein
defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such
Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these
plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification
obtained before the proposals are received, and if no such notice is received by the Owner's Representative
prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to
be included and has provided sufficient sums in its proposal to complete the work in accordance with these
plans and specifications. If Contractor does not notify Owner's Representative before offering of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are
sufficient and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a
requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed
that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress
herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an
extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers'
Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the
safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state
and municipal laws and building and construction codes. All machinery and equipment and other physical hazards
shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General
Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The
Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer
and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims
and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated,
including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out
of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution
and/or supervision of this contract, and the project which is the subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent
Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners
or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as
reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety
precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas
and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or
any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of
insurance, required herein, including policies of insurance required to be provided by Contractor and its
subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights
to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity
with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or
separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON
AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO
INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF
COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE
REQUIRED.
Commercial General Liability Requirements: $ 1 M occurrence / $2M aggregate (can be combined with an
Excess Liability to meet requirements). CGL is required in ALL contracts. It is perhaps the most important
of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage
for contractual activities and for completed operations.
Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury,
Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person).
Automatically add an excess liability of $4M.
Commercial General Liability Heavy Equipment Endorsement: Heavy equipment endorsement is required
Commercial General Liability Digging Endorsement: XCU endorsement is required
Automobile Liability Requirements: $ 1 M/occurrence is needed
Builder's Risk Requirements: Builder's Risk Insurance is needed for this project, and at a minimum, the
insurance should cover the full insurable value of the improvements.
Workers Compensation Requirements: Statutory. If the vendor is an independent contractor with no
employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver
(obtained from COL Purchasing) and include a copy of their driver's license. Employer Liability ($1 M
min) is required with Workers Compensation.
* The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional
insured status on a primary and non-contributory basis on all liability policies except professional
liabilities and workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for nonpayment.
* Carriers must meet a A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or
entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code)
- includes all persons or entities performing all or part of the services the Contractor has undertaken
to perform on the project, regardless of whether that person contracted directly with the Contractor
and regardless of whether that person has employees. This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor carriers, owner -operators,
employees of any such entity, or employees of any entity which furnishes persons to provide
services on the project. "Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage vendors, office
supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
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;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom
they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the duration
of the project, that the coverage will be based on proper reporting of classification codes and payroll
amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or,
in the case of a self -insured, with the commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the Contractor to administrative penalties,
criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor does
not remedy the breach within ten days after receipt of notice of breach from the governmental
entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) 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 proposal 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;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(1) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage
for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current coverage
and report failure to provide coverage. This notice does not satisfy other posting
requirements imposed by the Texas Worker's Compensation Act or other commission
rules. This notice must be printed with a title in at least 30-point bold type and text in at
least 19-point normal type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the following text
provided by the commission on the sample notice, without any additional words or
changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000
(www.tdi.state.t .us) to receive information of the legal requirements for coverage, to
verify whether your employer has provided the required coverage, or to report an
employer's failure to provide coverage; " and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will provide
services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's
Division of Self -Insurance Regulation. Providing false or
misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or
other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and
employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising
out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men
and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance
of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save
the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof,
except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary,
if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor
shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative
prior to offering.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of
any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the
Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's
Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract
for changes in the work. In the absence of timely written notification to Owner's Representative of such variance
or variances within said time, any objection and/or assertion that the plans and specifications are at variance with
any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees
or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such
notice to the Owner's Representative, Contractor shall bear all costs arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though
embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning
and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be
done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the
work embraced in this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may
withhold permanently from Contractor's total compensation, the sum of $300 PER CONSECUTIVE
CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth
for each and every working day that the Contractor shall be in default after the time stipulated for substantially
completing the work.
If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then
the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may
withhold permanently from Contractor's total compensation, the sum of $300 PER CONSECUTIVE
CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth
for each and every working day that the Contractor shall fail to meet the time requirements stipulated for
substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into consideration
the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is
fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would
sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is
a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be
not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to
economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business
day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in
the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor
received said determination in writing from the City. Further, when the Owner is having other work done, either by
contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative)
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and
the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement
weather shall be the only other reason consistent, daily prosecution of the work may not take place on those
inclement weather days.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules
which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor
will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion
of this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work
has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other
contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the
public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting
forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20)
calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor
shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request
for extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which
event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be
paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material to
be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be
estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
proposals offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project, provided that the over
run or under run of estimated quantities not exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under this
agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for
any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting,
in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees
to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against
any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or
growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses
incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and
according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work.
Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative
with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work.
Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding
liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final
payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees,
which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an
application for partial payment or, if the Contractor does not submit such application, the Owner's
Representative shall determine the amount to be partially paid. Owner's Representative shall review said
application for partial payment if submitted, and the progress of the work made by the Contractor and if
found to be in order, shall prepare a certificate for partial payment showing as completely as practical the
total value of the work done by the Contractor up to and including the last day of the preceding month.
The determination of the partial payment by the Owner's Representative shall be in accordance with
Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total
amount of the Owner's Representative's Certificate of Partial Payment, less:
(i) in the event the total value of the contract is five million dollars or more, 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; or
(ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount
thereof, which percentage shall be retained until final payment, and further, less all previous
payments and all further sums may be retained by Owner under the terms of the contract documents
("Retainage").
If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the
Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this
section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to
comply with section 2252.032 of the Texas Government Code.
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 fifteen
(15) calendar 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. The work will be deemed substantially complete when the work (or a specified portion
thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the
work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract
documents, including the Proposal and all applicable technical specifications, so that the work (or a
specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled
disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's
receipt of the certificate of substantial completion for all of the work or a specified portion thereof.
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. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed
and accepted portions of the work.
Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between
Owner and Contractor according to section 2252.032(f) of the Texas Government Code.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to
the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other
contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the
Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all
claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects,
attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or
relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one 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:
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative,
said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the
Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance
by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver
of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by
Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on
the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered
to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further
notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit
therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under
paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately
reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be
deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the
sum which would have been payable under this contract, if the same had been completed by the Contractor,
then said Contractor shall receive the difference. In case such expense is greater than the sum which would
have been payable under this contract, if the same had been completed by said Contractor, then the
Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which would
have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited
therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall have
been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided
in paragraph 44 hereinaeove set forth, shall be issued. A complete itemized statement of the contract accounts,
certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his
Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance
due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when
the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then
all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the
Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner
to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the
Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such
sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private
sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools,
materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if
applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph
shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies
hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law,
equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34,
hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount
of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted
on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list
and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until
such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials
and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case
of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may
be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any
form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project;
or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without
the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous
Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction
of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property
of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos,
Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior
to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever
requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of
Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the
receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for
the goods or services provided under the contract, the City will terminate the contract, without termination charge
or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current
year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds
are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30)
days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated
under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized
audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to
audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit
by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such
overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct
such amounts owing the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise,
including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction.
Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek
judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently.
To the extent of any conflict between this provision and another provision in, or related to, this document, this
provision shall control.
59. CONTRACTOR ACKNOWLEDGES
Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and
will be in full compliance with all terms and conditions and the descriptive material contained herein and any
additional associated documents and Amendments. The City disclaims any terms and conditions provided by the
Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions
and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail.
The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting
terms shall be of no force or effect.
60. LABOR CODE CHAPTER 214
Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who
contracts with a governmental entity to provide a service as defined by Section 2155.001, Government
Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201,
any individual the person directly retains and compensates for services performed in connection with the
contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a
person who contracts with a governmental entity to provide a service as defined by Section 2155.001,
Government Code. A subcontractor shall properly classify, as an employee or independent contractor in
accordance with Chapter 201, any individual the subcontractor directly retains and compensates for
services performed in connection with the contract for which the subcontractor is retained. (c) A person
who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission
a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission
may not take action to collect a penalty under this section from a person after the third anniversary of the
date on which the violation occurred.
61. CERTIFICATE 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:
https:Hci.lubbock.tx.us/departments/purchasin vendor -information
62. TEXAS GOVERNMENT CODE SECTION 2252.152
Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization
Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from
entering into a contract with a vendor that is identified by The Comptroller as a company known to have
contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization.
63. TEXAS GOVERNMENT CODE SECTION 2271.002
Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract
that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2)
has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental
entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless
the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2)
will not boycott Israel during the term of the contract.
64. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any terms
and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of
conflict between these terms and conditions and any terms and conditions provided by the Contractor, the
terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final
terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect.
65. TEXAS PUBLIC INFORMATION ACT
The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the
contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or
intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter
552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting
information related to the contract as provided by the records retention requirements applicable to the
governmental body for the duration of the contract; (2) promptly provide to the governmental body any
contracting information related to the contract that is in the custody or possession of the entity on request
of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the
governmental body all contracting information related to the contract that is in the custody or possession
of the entity; or (B) preserve the contracting information related to the contract as provided by the records
retention requirements applicable to the governmental body.
66. CONFIDENTIALITY
The Contractor shall retain all information received from or concerning the City and the City's business
in strictest confidence and shall not reveal such information to third parties without prior written consent
of the City, unless otherwise required by law.
67. INDEMNITY
The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers,
agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character,
type, or description, including without limiting the generality of the foregoing, all expenses of litigation,
court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or
sustained by any person or persons or property, to the extent arising out of, related to or occasioned by,
the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the
performance, operations or omissions under this agreement and/or the use or occupation of city owned
property. The indemnity obligation provided herein shall survive the expiration or termination of this
agreement.
68. PROFESSIONAL RESPONSIBILITY
All architectural or engineering services to be performed shall be done with the professional skill and
care ordinarily provided by competent architects or engineers practicing under the same or similar
circumstances and professional license.
69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C
(b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or
insufficiency in the plans, specifications, or other design documents, disclose in writing to the person
with whom the contractor enters into a contract the existence of any known defect in the plans,
specifications, or other design documents that is discovered by the contractor, or that reasonably should
have been discovered by the contractor using diligence, before or during construction. In this subsection,
ordinary diligence means the observations of the plans, specifications, or other design documents or the
improvement to real property that a contractor would make in the reasonable preparation of a bid or
fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the
contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person
with specialized skills. A disclosure under this subsection is made in the contractor's capacity as
contractor and not as a licensed professional under Title 6, Occupations Code.
(c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the
consequences of defects that result from the failure to disclose.
DAVIS BACON WAGE DETERMINATIONS
Page Intentionally Left Blank
EXHIBIT A
Page Intentionally Left Blank
"General Decision Number: TX20220002 02/25/2022
Superseded General Decision Number: TX20210002
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: Contracts subject to the Davis -Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis -Bacon Act itself, but do not apply to
contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60).
JIf the contract is entered �.
into on or after January 30,
12022, or the contract is
renewed or extended (e.g., an �.
loption is exercised) on or
after January 30, 2022:
1
1
1
1
1
1
1 I_
1If the contract was awarded onl.
for between January 1, 2015 andl
January 29, 2022, and the
contract is not renewed or �.
lextended on or after January
130, 2022: 1
1 1
1 1
1 1
1 1
1 1
1 I_
Executive Order 14026
generally applies to the
contract.
The contractor must pay
all covered workers at
least $15.00 per hour (or
the applicable wage rate
listed on this wage
determination, if it is
higher) for all hours
spent performing on the
contract in 2022.
Executive Order 13658
generally applies to the
contract.
The contractor must pay alll
covered workers at least
$11.25 per hour (or the
applicable wage rate listed)
on this wage determination,1
if it is higher) for all
hours spent performing on
that contract in 2022.
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
https://www.dol.gov/agencies/whd/government-contracts.
Modification Number Publication Date
0 01/07/2022
1 02/25/2022
* 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 **
LABORER
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 ........................$ 13.46 **
Front End Loader Operator,
Over 3 CY...................$ 12.77 **
Front End Loader, 3CY or
less ........................$ 12.28 **
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 **
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
----------------------------------------------------------------
----------------------------------------------------------------
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($15.00) or 13658
($11.25). Please see the Note at the top of the wage
determination for more information.
Note: Executive Order (ED) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the ED, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
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
National Office because National Office has 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 DECISIO"
EXHIBITS B & C
City of Lubbock
Overtime
Legal Holiday
Prevailing Wage Rates
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor
Standards Act.
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
Page Intentionally Left Blank
SPECIFICATIONS
Page Intentionally Left Blank
rri �itv �f
Lubbock
Texas
ANNEXATION WATER LINES - SPANISH BIT
Lubboi'yck
rEKn
TECHNICAL SPECIFICATIONS
SEPTEMBER 2022
rvi �itv �f
Lubbock
Texas
Seal Sheet
Annex Water Lines - Spanish Bit Seal Sheet
September 2022
rvi �itv �f
Lubbock
Texas
TABLE OF CONTENTS
CITY OF LUBBOCK
ANNEX WATER LINES - SPANISH BIT
SECTION 01010: SUMMARY OF WORK................................................................................................. 5
SECTION 01019: CONTRACT CONSIDERATIONS................................................................................
9
SECTION 01020: MEASUREMENT AND PAYMENT..........................................................................11
SECTION 01027: APPLICATIONS FOR PAYMENT.............................................................................16
SECTION 01028: CHANGE ORDER PROCEDURES............................................................................
20
SECTION 01039: COORDINATION AND MEETINGS......................................................................... 23
SECTION 01140: WORK RESTRICTIONS.............................................................................................
26
SECTION 01300: SUBMITTAL PROCEDURES.....................................................................................
29
SECTION 01310: PROGRESS SCHEDULES..........................................................................................33
SECTION 01322: PHOTOGRAPHIC DOCUMENTATION....................................................................35
SECTION 01356: STORMWATER POLLUTION PREVENTION MEASURES ...................................
37
SECTION 01400: QUALITY REQUIREMENTS.....................................................................................
41
SECTION 01410: TESTING LABORATORY SERVICES......................................................................
45
SECTION 01555: BARRICADES, SIGNS, AND TRAFFIC HANDLING..............................................48
SECTION 01576: WASTE MATERIAL DISPOSAL...............................................................................
49
SECTION 01600: PRODUCT REQUIREMENTS....................................................................................
51
SECTION 01700: CONTRACT CLOSEOUT...........................................................................................
54
SECTION 02050: REMOVAL, DEMOLITION AND SALVAGE...........................................................
57
SECTION 02082: PRE -CAST CONCRETE VAULTS.............................................................................
61
SECTION 02084: FRAMES, GRATES, RINGS, AND COVERS............................................................64
SECTION 02221: REMOVING EXISTING PAVEMENTS.....................................................................66
SECTION 02240: DEWATERING............................................................................................................
68
SECTION 02257: CONTROLLED LOW STRENGTH MATERIAL - FLOWABLE FILL ...................
72
SECTION 02260: EXCAVATION SUPPORT AND PROTECTION.......................................................
76
SECTION02300: EARTHWORK.............................................................................................................80
SECTION 02317: EXCAVATION AND BACKFILL FOR UTILITIES ..................................................
88
SECTION 02320: UTILITY BACKFILL MATERIALS...........................................................................
99
SECTION 02445: BORES AND ENCASEMENTS................................................................................104
SECTION 02510: REDUCED PRESSURE ZONE DEVICES FOR WATER DISTRIBUTION ...........
109
SECTION 02511: TIED CONCRETE BLOCK EROSION CONTROL MATS.....................................117
Annex Water Lines - Spanish Bit Table of Contents
September 2022
01 City of
Lubbock
Texas
SECTION 02530: SANITARY SEWER PIPE.........................................................................................120
SECTION 02533: ACCEPTANCE TESTING FOR STORM SEWERS.................................................127
SECTION 02606: POLYMER CONCRETE MANHOLES....................................................................137
SECTION 02607: FIBERGLASS MANHOLES....................................................................................143
SECTION 02611: STEEL CASING PIPE................................................................................................149
SECTION 02626: STEEL PIPE...............................................................................................................153
SECTION 02631: STORM SEWER........................................................................................................167
SECTION 02638: REINFORCED CONCRETE PIPE............................................................................171
SECTION 02660: FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWER .......... 175
SECTION 02665: WATER PIPING, VALVES, AND FITTINGS..........................................................181
SECTION 02730: SANITARY SEWER LINE CONSTRUCTION........................................................195
SECTION 02750: BYPASS PUMPING OF EXISTING SANITARY SEWERS...................................205
SECTION 02920: TECH TURF LAWNS AND GRASSES....................................................................209
SECTION 03300: CAST —IN —PLACE CONCRETE.................................................................................218
SECTION 04000: Conduit........................................................................................................................230
Annex Water Lines - Spanish Bit Table of Contents
September 2022
01 City of
Lubbock
Texas
SECTION 01010: SUMMARY OF WORK
PART1 GENERAL
1.1 SUMMARY
A. This section covers the description of the Work to be completed under these Specifications.
B. The OWNER is the City of Lubbock.
(1) The Owner's Representative is:
Josh Kristinek, P.E.
Assistant City Engineer
City of Lubbock
O: (806) 775-3397
jkristinek@mylubbock.us
(2) The Project Manager is:
Bailey Ratcliffe, P.E.
Civil Engineer
City of Lubbock
O: (806) 775-2329
bratcliffe@mylubbock.us
C. Section includes:
(1) Definitions
(2) Project description
(3) Permits and licenses
(4) Access to site
(5) Contractor's use of the premises
(6) Project schedule
(7) Security Procedures
(8) Coordination requirements
(9) Pre -construction meeting
(10) Warranty
1.2 DEFINITIONS
A. Furnish: To supply products to the project site, including delivering ready for unloading and
replacing damaged and rejected products.
B. Install: To put products in place in the work ready for the intended use, including unloading,
unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring,
working, finishing, curing, protecting, cleaning, and similar operations.
Annex Water Lines - Spanish Bit Section 010l 0-5 September 2022
01 City of
Lubbock
Texas
C. Provide: To furnish and install products.
D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract
documents.
1.3 PROJECT DESCRIPTION
A. The purpose of this project is to install an 8" PVC waterline in the Spanish Bit
community. This project will provide services for current development and a tie in
location for future development. The project includes the installation of 6,600 liner feet
of 8" potable water line, 5 fire hydrants, and 5,350 square yards of hot mix asphalt.
B. Major work items are:
(1) Install approximately 6,600 linear feet of 8" potable water line by open cut and
approximately 400 linear feet of 8" potable waterline by slick bore.
(2) Install approximately 625 linear feet of 10" potable water line by open cut.
(3) Remove approximately 5,300 square yards of asphaltic roadway.
(4) Pave approximately 5,350 square yards of hot mix asphalt.
C. The Contractor shall furnish all labor, equipment, and materials required for the complete
construction of the work as shown on the drawings and specified herein.
D. All work shall be performed in accordance with the most recent City of Lubbock Design
Standards for Water and Sanitary Sewer construction.
E. A maximum of 500 feet of trench open at a time.
1.4 Work shall also include restoration or replacement of all removed or damaged pavement, curb,
sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition
equal to that before the work began to the satisfaction of the Engineer.
1.5 PERMITS AND LICENSES
A. Contractor shall provide qualifications to the Owner upon request to display evidence of
competency and authority to perform required work.
B. Contractor shall be responsible for obtaining all required permits.
C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and
receipts for fees paid, to the Owner.
1.6 ACCESS TO SITES
A. Contractor shall limit access to the site to authorized personnel only.
B. Contractor shall adequately barricaded open excavations and construction material and
equipment as to prevent unauthorized personnel from accessing.
C. The Owner shall locate and designate all manhole access points open and accessible for the
work, and provide rights of access to these points.
D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup
schedules when working with in the alley right of way.
Annex Water Lines - Spanish Bit Section 010l 0-6 September 2022
01 City of
Lubbock
Texas
1.7 CONTRACTOR'S USE OF THE PREMISES
A. The space available to the Contractor for the performance of the work, either exclusively or
in conjunction with others performing other construction as part of the project, is restricted to
the area shown on the site plan of the contract drawings unless the Contractor makes
arrangements to use additional space with the Owner.
B. The contractor shall ensure that any disturbed area is left in a condition equal to or better
condition before finishing construction in the area.
1.8 PROJECT SCHEDULE
A. The Work summarized above shall be substantially completed within 60 calendar days from
the date of the Notice to Proceed.
B. There will be a $300.00 per day liquidated damages for each day that exceeds the 60 day
limit.
C. Within five (5) business days after the date of the Substantial Completion Certificate, the
Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion.
D. Punch list items shall be complete within 30 calendar days from the date of the Final Punch
List. There shall be $100 day liquidated damages assessed for each day that exceeds the 30
day limit.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
3.1 SECURITY PROCEDURES
A. Contractor shall limit access to the site to persons involved in the work.
B. Contractor shall provide secure storage for materials for which the owner has made payments
and which are stored on site.
C. Contractor shall secure completed work as required to prevent loss or damage.
D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent
damage, theft, safety hazards, or other problems on the site.
E. The use of security personnel shall be cleared with the Owner.
3.2 COORDINATION REQUIREMENTS
A. Contractor shall inform the Owner when coordination of the work is required.
B. If necessary, inform each party involved, in writing, of procedures required for coordination;
include requirements for giving notice, submitting reports, and attending meetings.
C. Coordinate shop drawings prepared by separate entities.
D. Show installation sequence when necessary for proper installation.
3.3 PRE -CONSTRUCTION MEETING
Annex Water Lines - Spanish Bit Section 0 10 10-7 September 2022
01 City of
Lubbock
Texas
A. A pre -construction meeting will be held at City Hall within ten (10) days of the date of Notice
to Proceed and prior to any construction taking place.
3.4 WARRANTY
A. Contractor shall warrant 100% of the project for one (1) year after the date of substantial
acceptance of the work.
B. On the eleventh (11) month from the date of final acceptance, an Owner's representative will
schedule an inspection with the presence of the Contractor to inspect for defects and
assessment of the work performed.
C. Any work that is considered defective by the Owner's representative will be repaired.
D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of
any nature whatsoever resulting in defects at no cost to the Owner.
END OF SECTION
Annex Water Lines - Spanish Bit Section 01010-5 September 2022
01 City of
Lubbock
Texas
SECTION 01019: CONTRACT CONSIDERATIONS
PART1 GENERAL
1.1 SUMMARY
A. This section covers the method for the Contractor to request payment for completed work.
B. Section includes:
(1) Schedule of Values
(2) Application for Payment
(3) Payment Retainage
1.2 SCHEDULE OF VALUES
A. Contractor shall submit a Schedule of Values on Engineer approved Contractor's form within
five (5) days after receiving the bid tabulation.
B. Revise schedule to include approved Change Orders, with each Application for Payment.
1.3 APPLICATIONS FOR PAYMENT
A. Submit two (2) copies of each application on Engineer approved Contractor's form.
B. Utilize Schedule of Values for listing items in Application for Payment.
C. Monthly, submit application for payment on or about the loth day of each month.
D. Include an updated construction progress schedule, materials received, and manifest with
each Application for Payment
E. Submit the following along with the application for final payment:
(1) The documentation for the completed project.
(2) Signed affidavit from a Notary Public that all claims on this job have been settled and
that all bills owed by the Contractor for the project including materials and labor have
been paid.
(3) One (1) year Contractor Warranty for work performed, signed and sealed by a Notary
Public.
1.4 PAYMENT RETAINAGE
A. The Owner will retain five (5) percent of each payment.
B. Retainage will be released as final payment, upon completion of the Final Punch List.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
Not used
Annex Water Lines - Spanish Bit Section 01019-9 September 2022
01 City of
Lubbock
Texas
END OF SECTION
Annex Water Lines - Spanish Bit Section 0 10 19-10 September
2022
SECTION 01020: MEASUREMENT AND PAYMENT
GENERAL
01 City of
Lubbock
Texas
1.1 SCOPE
A. The following sections shall be used to define measurements and payments for this
project. The unit price bid on each item as stated in the bid proposal shall include
furnishing all labor, superintendence, machinery, equipment, and materials except as
otherwise specified, necessary or incidental to complete the various items of work in
accordance with the plans and specifications. Cost of work or materials shown on the
plans or called for in the specifications and on which no separate payment is made shall
be included in the bid prices on the various pay items. Payment will not be made for any
item that is not complete, including all associated incidental work. Only those items
indicated on bid documents and plan sheets will be included for construction and
payment.
1.2 MOBILIZATION
A. The cost for mobilization shall be limited to no more than 10% of the Contract amount
for construction items (materials and labor) bid for this project.
B. Mobilization shall include costs associated with move -in related equipment and labor, bid
bond, performance and construction bonds and insurance related for this project. This
would include the establishment and removal of offices, plants and facilities, movement
of personnel, equipment, and supplies to and from the project or the vicinity of the
project site to begin work or complete work on Contract Items. This Item will be
measured by the lump sum as the work progresses.
1.3 TRAFFIC CONTROL
A. A traffic control plan must be maintained for the duration of the project. This includes
supplying and designing a traffic control plan as well as any coordination with adjacent
property tenants regarding any changes that may impact operations, parking, etc... The
unit price bid shall include furnishing and placing all materials and signage necessary to
implement the traffic control plan provided.
1.4 STORM WATER POLLUTION PREVENTION PLAN
Payment will be made on a lump sum basis for the Storm Water Pollution Prevention
Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction
contract duration. The sum of the partial payments made for storm water pollution
prevention shall not exceed 90% of the lump sum price bid for storm water pollution
prevention prior to the termination of the construction contract. No partial payment will
be made for partial storm water pollution prevention measures. Payment shall not be
made for this item where the Owner determines a lack of evidence that storm water
pollution prevention measures were used, or that the measures installed do not meet the
Annex Water Lines - Spanish Bit Section 01020-11 September 2022
01 City of
Lubbock
Texas
requirements of the plan. No additional payments will be allowed where storm water
pollution prevention is required because of work being remedied due to not meeting the
requirements of the plans and specifications. The unit price bid shall include furnishing
and installing all materials, filing Notice of Intent/Termination forms, inspections,
maintenance, silt fences, hay bales, sand bags, diversion swales and any other measure
and/or incidentals required for compliance with NPDES Permit.
1.5 TRENCH SAFETY
A. Trench safety must be maintained for the duration of the project. This includes supplying
and placing trench safety equipment as required. Trench safety will be paid, by the linear
foot, of trench constructed that necessitated trench safety. The unit price bid shall include
furnishing and placing all materials and signage necessary to implement trench safety to
City of Lubbock standards.
1.6 ASPHALT REMOVAL
A. Measurement will be made of the area, in square yards, of existing pavement structure
asphalt actually removed. Existing pavement structure will be considered all layers of
material between existing roadway surface and top of existing subgrade. Payment will be
made at the unit price bid per square yard of existing asphalt pavement structure
removed. The Contractor shall ensure that the Owner has the opportunity to measure the
square yards of pavement surface prior to removal. If pavement surface is removed
without measurement by the Owner, no payment will be made for that removal. The unit
price bid shall include sawing, separating for salvage, legal disposal, labor and
equipment, and any incidental asphalt paving repair.
1.7 CONCRETE REMOVAL
A. Measurement will be made of the area, in square yards, of existing concrete pavement,
valley gutters, foundations, sidewalks, driveways, curb and gutter and other
appurtenances actually removed. Existing concrete pavement and valley gutters will be
considered all layers of material between existing roadway surface and top of existing
subgrade. Payment will be made at the unit price bid per square yard of concrete
removed. The contractor shall ensure that the Owner has the opportunity to measure the
square yards of concrete prior to removal. If concrete is removed without measurement
by the Owner, no payment will be made for that removal. The unit price bid shall include
sawing, separating for salvage, legal disposal, labor and equipment, and any incidental
concrete repair.
1.8 CONCRETE REPAIRS
A. Measurement will be made of the area, in square yards, of concrete repairs actually
constructed. Concrete repairs will be paid for at the unit price bid per square yard. The
unit price bid shall include furnishing and installing all materials, excavation, filling,
Annex Water Lines - Spanish Bit Section 01020-12 September 2022
01 City of
Lubbock
Texas
backfilling, reinforcement, forming, finishing, jointing, utility valve adjustments and all
incidentals necessary to complete the work.
1.9 ASPHALT REPAIRS
A. Measurement will be made of the area, in square yards, of existing pavement structure
asphalt actually repaired. Payment will be made at the unit price bid per square yard of
asphalt pavement structure repaired. The unit price bid shall include furnishing and
installing all materials, excavation, filling, backfilling, compaction, labor and equipment,
and any incidentals necessary to complete the work.
1.10 HISTORIC BRICK PAVING
A. Measurement will be made of the area, in square yards, of brick paving actually
constructed. Payment will be made at the unit price bid per square yard. The unit price
bid shall include furnishing and installing all brick paving structure layers including
subgrade densification, , and sand cushion according to City of Lubbock standards,
compaction, testing and all incidentals necessary to complete the work.
B. All excavation and embankment needed to construct the roadway improvements to grade
will be subsidiary to this item.
C. Any unsuitable material shall be removed and replaced (with the exception of historical
bricks, to be provided by City of Lubbock and moved to site by contractor) by the
contractor will be subsidiary to this bid item.
1.11 FLOWFILL
A. Measurement of flowfill will be the volume, in cubic yards, of flowfill used. Payment
will be made at the unit price bid per cubic yard. The unit price bid shall include
furnishing and installing all flowfill requisites including labor and forms/trenching
according to City of Lubbock standards, compaction, testing and all incidentals necessary
to complete the work.
1.12 FURNISH AND INSTALL 8" C-900 PVC WATER PIPE IN OPEN CUT TRENCH
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The
unit price bid shall include furnishing and installing all materials, fittings, excavation,
filling, backfilling, and all incidentals necessary to complete the work to City of Lubbock
standards.
1.13 FURNISH AND INSTALL 8" VALVE
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The
unit price bid shall include furnishing and installing all materials, fittings, excavation,
filling, backfilling, and all incidentals necessary to complete the work to City of Lubbock
standards.
1.14 FURNISH AND INSTALL 4" VALVE
Annex Water Lines - Spanish Bit Section 01020-13 September 2022
01 City of
Lubbock
Texas
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The
unit price bid shall include furnishing and installing all materials, fittings, excavation,
filling, backfilling, and all incidentals necessary to complete the work to City of Lubbock
standards.
1.15 FURNISH AND INSTALL 12" x 8" TAPPING SLEEVE AND VALVE
A. Payment for tapping sleeves will be made on number of tapping sleeves installed. The
unit price bid shall include furnishing and installing all materials, fittings and any
excavation, backfilling and all incidentals necessary to complete the work to City of
Lubbock standards.
1.16 INSTALL SERVICE TAP
A. Payment for service taps will be made on a size of tap and taps installed, basis. The unit
price bid shall include furnishing and installing all materials and fittings and any
excavation, backfilling and all incidentals necessary to complete the work to City of
Lubbock standards.
1.17 FLEXIBLE PAVEMENT STRUCTURE REPAIR
A. This item will be measured and calculated by area, in square yards. Existing pavement
structure will be considered all layers of material between existing roadway surface and
top of existing subgrade.
B. Payment will be made at the unit price bid per square yard of flexible pavement structure
repair of the specified depth. Locations for repair will be agreed upon with the COL field
representative. The Contractor shall ensure that the Owner has the opportunity to measure
the square yards of pavement surface prior to flexible structure removal, repair, and
replacement. If flexible pavement structure is removed, repaired, and replaced without
measurement and agreement by the Owner, no payment will be made for this item. The
unit price bid shall include scarifying, removing, hauling, disposing of existing material;
furnishing and placing materials; maintenance before repairs; and all items of work under
"1.6 ASPHALT REMOVAL" and "1.9 ASPHALT REPAIRS".
1.18 FOG SEAL
A. Measurement for this item will be in gallons of emulsified asphalt used in the mixture.
Payment for this item includes materials furnished, equipment, and labor to complete the
work.
B. All roadway preparation, E.g. sweeping, will be subsidiary to this item.
C. Refer to COL Minimum Design Standard Chapter 8.10 subsection E for materials and
rates.
PRODUCTS
Not Used
Annex Water Lines - Spanish Bit Section 01020-14 September 2022
01 City of
Lubbock
Texas
EXECUTION
Not Used
END OF SECTION
Annex Water Lines - Spanish Bit Section 01020-15 September 2022
rri �itv �f
Lubbock
Texas
SECTION 01027: APPLICATIONS FOR PAYMENT
PART 1 GENERAL
1.0 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
1.1 SECTION INCLUDES
A. Procedures for preparation and submittal of Applications for Payment.
1.2 RELATED SECTIONS
A. Agreement: Contract Sum/Price and unit prices.
B. General Conditions: Progress Payments and Final Payment.
C. Section 01020 — Measurement and Payment.
D. Section 01028 - Change Order Procedures: Procedures for changes to the Work.
E. Section 01330 - Submittal Procedures.
F. Section 01700 - Contract Closeout.
1.2 FORMAT
A. EJCDC No. 1910-8-E - Application for Payment including continuation sheets when required, or
Owner forms, or Owner -approved form of the Contractor.
B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value,
Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage
of Completion; Balance to Finish; and Retainage.
1.3 PREPARATION OF APPLICATIONS
A. Present required information in typewritten form or computer generated Excel Spreadsheet.
B. Execute certification by signature of authorized officer.
C. Use data from approved Schedule of Values. Provide dollar value in each column for each line
item for portion of work performed and for stored products.
D. List each authorized Change Order as an extension on continuation sheet, listing Change Order
number and dollar amount as for an original item of Work.
E. Prepare Application for Final Payment as specified in Section 01700.
1.4 SUBMITTAL PROCEDURES
A. Submit two (2) copies of each Application for Payment.
B. Submit an updated construction schedule, materials received, and manifest with each Application
for Payment. Payment will not be made until an up-to-date schedule is received.
C. Payment Period: Monthly, submit application for payment on or about the 10' day of each
month.
Annex Water Lines - Spanish Bit Section 01027-16 September 2022
01 City of
Lubbock
Texas
D. Submit the following along with the application for final payment:
a. The documentation for the completed project.
b. Signed affidavit from a Notary Public that all claims on this job have been settled and
that all bills owed by the Contractor for the project including materials and labor have
been paid.
c. One (1) year Contractor Warranty for work performed, signed and sealed by a Notary
Public.
1.4 SUBSTANTIATING DATA
A. When Engineer requires substantiating information, submit data justifying dollar amounts in
question.
B. Provide one copy of data with cover letter for each copy of submittal. Show Application number
and date, and line item by number and description.
END OF SECTION
Annex Water Lines - Spanish Bit Section 01027-17 September 2022
rvi �itv �f
Lubbock
Texas
Annex Water Lines - Spanish Bit Section 01027-18 September 2022
rvi �itv �f
Lubbock
Texas
Annex Water Lines - Spanish Bit Section 01027-19 September 2022
01 City of
Lubbock
Texas
SECTION 04028: CHANGE ORDER PROCEDURES
PART1 GENERAL
1.1 SUMMARY
A. This section covers the procedures to be followed for a change in Contract price or time.
B. Section Includes:
(1) Submittals
(2) Documentation Of Change In Contract Sum/Price And Contract Time
(3) Change Procedures
(4) Construction Change Authorization
(5) Stipulated Price Change Order
(6) Unit Price Change Order
(7) Time And Material Change Order
(8) Execution Of Change Orders
(9) Correlation Of Contractor Submittals
1.2 SUBMITTALS
A. Submit the name of the individual authorized to receive change documents, and be
responsible for informing others in Contractor's employ or Subcontractors of changes to the
Work.
B. Change Order Forms.
1.3 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME
A. Contractor shall maintain detailed records of work done on a time and material basis.
B. Provide full information required for evaluation of proposed changes and to substantiate costs
of changes in the Work.
C. Document each quotation for a change in a cost or time with sufficient data to allow
evaluation of the quotation.
D. On request, provide additional data to support computations, including but not limited to:
(1) Quantities of products, labor, and equipment.
(2) Taxes, insurance, and bonds.
(3) Overhead and profit.
(4) Justification for any change in Contract Time.
(5) Credit for deletions from Contract, similarly documented.
E. Support each claim for additional costs, and for work done on a time and material basis, with
additional information:
(1) Origin and date of claim.
(2) Dates and times work was performed, and by whom.
(3) Time records and wage rates paid.
Annex Water Lines - Spanish Bit Section 01028-20 September 2022
01 City of
Lubbock
Texas
(4) Invoices and receipts for products, equipment, and subcontracts, similarly documented.
1.4 CHANGE PROCEDURES
A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official
Construction Change Authorization or Contract Change Order. Discussions in the field or by
phone or email, without proper documentation, do not authorize Contractor to perform tasks
outside the scope of Work. Changes must be authorized as described in this Section.
B. The Engineer will advise of minor changes in the Work not involving an adjustment to
Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental
instructions by letter.
C. The Engineer may issue a Proposal Request which includes a detailed description of a
proposed change with supplementary or revised Drawings and Specifications. The
Contractor shall prepare and submit an estimate within seven (7) days, or as specified in the
Proposal Request. Estimate shall include the proposed change's full effect on the Work and
the effect on the Contract Sum/Price and Contract Time, with full documentation and a
statement describing the effect on Work by separate or other contractors.
D. The Contractor may request clarification of Drawings, Specifications, or Contract documents
or other information by submitting a Request for Information to the Engineer. Engineer may
request a Proposal Request in response to a Request for Information.
1.5 CONSTRUCTION CHANGE AUTHORIZATION
A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to
proceed with a change in the Work, for subsequent inclusion in a Change Order.
B. The document will describe changes in the Work, and will designate the method of
determining any change in Contract Sum/Price or Contract Time.
C. The Contractor shall promptly execute the change in the Work.
1.6 STIPULATED PRICE CHANGE ORDER
A. Based on accepted Proposal Request.
1.7 UNIT PRICE CHANGE ORDER
A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed
unit price basis.
B. For unit costs or quantities of units of work which are not pre -determined, execute Work
under a Construction Change Authorization.
C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and
Material Change Order.
1.8 TIME AND MATERIAL CHANGE ORDER
A. Submit itemized account and supporting data after completion of change, within time limits
indicated in the Conditions of the Contract.
B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time
as provided in the Contract Documents.
C. Maintain detailed records of work done on Time and Material basis.
Annex Water Lines - Spanish Bit Section 01028-21 September 2022
01 City of
Lubbock
Texas
D. Provide full information required for evaluation of proposed changes, and to substantiate
costs for changes in the Work.
1.9 EXECUTION OF CHANGE ORDERS
A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions
of the Contract.
1.10 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Schedule of Values and Application for Payment forms to record each
authorized Change Order as a separate line item and adjust the Contract Sum/Price.
B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -
schedules to adjust time for other items of work affected by the change, and resubmit.
C. Promptly enter changes in Project Record Documents.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Annex Water Lines - Spanish Bit Section 01028-22 September 2022
01 City of
Lubbock
Texas
SECTION 04039: COORDINATION AND MEETINGS
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Coordination
(2) Field Engineering
(3) Pre -Construction Meeting
(4) Progress Meetings
1.4 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure
efficient and orderly sequence of installation of interdependent construction elements, with
provisions for accommodating items installed later.
B. Coordinate completion and cleanup of Work of separate Sections in preparation for
Substantial Completion.
C. After Owner occupancy of premises, coordinate access to site for correction of defective
Work and Work not in accordance with Contract Documents, to minimize disruption of
Owner's activities.
1.5 FIELD ENGINEERING
A. Locate and protect survey control and reference points.
B. Verify set -backs and easements; confirm drawing dimensions, and elevations.
C. Provide field engineering services.
D. Establish elevations, lines, and levels, utilizing recognized engineering survey practices.
E. Submit a copy of registered site drawing and certificate signed by Land Surveyor that the
elevations and locations of the Work are in conformance with the Contract Documents.
1.6 PRE -CONSTRUCTION MEETING
A. Schedule meeting within ten (10) days of date of Notice to Proceed.
B. Procedures and processing of field decisions, submittals, and substitutions, applications for
payments, RFIs, proposal request, Change Orders and Contract closeout procedures.
C. Tentative agenda:
(1) Use of premises by Owner and Contractor.
(2) Distribution of executed Contract Documents.
(3) Submission of list of Subcontractors, list of products and progress schedule.
(4) Designation of personnel representing the parties in Contract and the Engineer.
(5) Owner's requirements.
(6) Construction facilities and controls provided by Owner.
(7) Survey and layout.
(8) Security and housekeeping procedures.
(9) Schedules.
(10) Procedures for testing.
(11) Procedures for maintaining record documents.
(12) Inspection and acceptance of products put into service during construction period.
Annex Water Lines - Spanish Bit Section 01039-23 September
2022
01 City of
Lubbock
Texas
D. Record minutes and distribute copies within five (5) days after meeting to Engineer,
participants, and those affected by decisions made.
1.7 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at minimum monthly
intervals.
B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at
meetings.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as
appropriate to agenda topics for each meeting.
D. Tentative agenda:
(1) Review minutes of previous meetings.
(2) Review of Work progress.
(3) Field observations, problems, and decisions.
(4) Identification of problems which impede planned progress.
(5) Review of submittals schedule and status of submittals.
(6) Review of off -site fabrication and delivery schedules.
(7) Maintenance of progress schedule.
(8) Corrective measures to regain projected schedules.
(9) Planned progress during succeeding work period.
(10) Coordination of projected progress.
(11) Maintenance of quality and work standards.
(12) Effect of proposed changes on progress schedule and coordination.
(13) Other business related to Work.
E. Record minutes and distribute copies within five (5) days after meeting to Engineer,
participants, and those affected by decisions made.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Note used
END OF SECTION
Annex Water Lines - Spanish Bit Section 01039-24 September
2022
01 City of
Lubbock
Texas
PAGE LEFT INTENTIONALLY BLANK
Annex Water Lines - Spanish Bit Section 01039-25 September 2022
01 City of
Lubbock
Texas
SECTION 01140: WORK RESTRICTIONS
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Use Of Premises
(2) Special Scheduling Requirements
(3) Working Period
(4) Utility Cutovers And Interruptions
(5) Noise Restrictions
(6) Advance Notice
(7) Water For Construction
(8) Work Area Limits
1.2 USE OF PREMISES
A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas
in which the Work is indicated.
B. Confine construction operations to within the limits of Right of Way, Alley Easements and
Manhole locations, as shown on plans.
C. Keep driveways and entrances serving premises clear and available to tenants, residents and
emergency vehicles at all times, except when construction is immediately at that vicinity. Do
not use these areas for parking or storage of materials.
D. Schedule construction to minimize obstruction of driveways and entrances.
1.3 SPECIAL SCHEDULING REQUIREMENTS
A. Have materials, equipment, and personnel required to perform the work at the site prior to the
commencement of the Work.
B. Permission to interrupt utility service shall be requested in writing a minimum of fourteen
(14) calendar days prior to the desired date of interruption.
1.4 WORKING PERIOD
A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00
p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m.
on Saturday.
(1) Saturday work shall be restricted to those activities that do not require observation by the
Owner.
(2) The Owner reserves the right, at the Owner's discretion, to disallow work when it
interferes with holiday times and traffic.
B. No work shall be performed on the following holiday periods or days:
(1) New Year's Day
(2) Good Friday Holiday
Annex Water Lines - Spanish Bit Section 01140-26 September 2022
01 City of
Lubbock
Texas
(3) Memorial Day Holiday
(4) Independence Day Holiday
(5) Labor Day Holiday
(6) Thanksgiving Day Holiday plus the day before and the three days following
Thanksgiving Day.
(7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week
leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the
week following Christmas Day plus the Friday and Saturday prior to Christmas Day.
C. Work outside regular working hours requires Owner's approval.
(1) Make application twenty-one (21) calendar days prior to such work to allow
arrangements to be made by the Owner for inspecting the work in progress, giving the
specific dates, hours, location, type of work to be performed, contract number and Annex
Water Lines - Spanish Bit.
(2) Based on the justification provided, the Owner may approve work outside regular hours.
(3) During periods of darkness, the different parts of the Work shall be lighted in a manner
approved by the Owner. Lighting shall be such that it does not cause nuisance
conditions.
D. The Drawings contain specific requirements that affect certain areas of the Work.
1.5 UTILITY CUTOVERS AND INTERRUPTIONS
A. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of
sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor.
B. Water service connections shall be re -connected in a timely manner following installation of
the new water pipe.
1.6 NOISE RESTRICTIONS
A. 75 dB limit at face of nearest structure during normal daylight hours.
B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near
residential areas and for 24-hour working conditions that have received Owner approval.
Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m.
C. The Contractor shall keep on -site a hand portable sound measurement device for both the
Owner's and the Contractor's use for measuring noise levels.
1.7 ADVANCE NOTICE
A. The Contractor shall provide a minimum of five (5) days advance written notice of
construction to businesses and residences along the construction route.
B. The advance written notice shall be in the form of a single page flyer to be placed by hand by
the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at
each route building.
C. The text for the advance written notice will be approved by the Owner.
D. Reproduction shall be at the Contractor's expense.
E. Distribution shall be at the Contractor's expense.
Annex Water Lines - Spanish Bit Section 01140-27 September 2022
01 City of
Lubbock
Texas
F. Single page flyers shall be of a paper or post card color other than white to direct the
recipient's attention to the information.
G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the
anticipated duration of that inconvenience.
H. The dates shall encompass the duration of driveway inconveniences and potential noise to the
recipients on a single city block (i.e., the dates and durations shall reflect the time that the city
block of interest will be affected by non-trafficability).
1.8 WATER FOR CONSTRUCTION
A. Obtaining water for construction is the Contractor's sole responsibility.
B. Water is available from the potable water system of the City of Lubbock for construction
purposes.
(1) The Contractor is responsible for all charges and arrangements for water consumption
from the potable water system.
(2) The Contractor shall make such arrangements directly with the City of Lubbock Water
Utilities Department.
(3) The City will not furnish potable water free of charge for the construction work.
(4) The Contractor is responsible for any required metering and hauling.
C. Water from park area lakes shall not be used for construction.
D. This section does not preclude the Contractor from seeking other water sources for use in
construction. Such water resources shall meet the purity requirements for the intended use.
Such arrangements for water from other sources are the responsibility of the Contractor.
PART 1 PRODUCTS
Not used
PART 2 EXECUTION
2.1 WORK AREA LIMITS
A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under
this contract.
B. Isolated areas within the general work area which are to be saved and protected shall also be
marked or fenced.
C. Monuments and markers shall be protected before construction operations commence.
D. Where construction operations are to be conducted during darkness, the markers shall be
visible at all times.
E. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or
protecting particular objects.
END OF SECTION
Annex Water Lines - Spanish Bit Section 01140-28 September 2022
01 City of
Lubbock
Texas
SECTION 01300: SUBMITTAL PROCEDURES
PART1 GENERAL
1.1 SUMMARY
A. Section includes:
(1) Submittal Procedures
(2) Re -Submittal Requirements
(3) Action Submittals
(4) Proposed Products List
(5) Shop Drawings
(6) Information Submittals
(7) Contractor's Review
(8) Owner And Engineer Action
1.2 SUBMITTAL PROCEDURES
A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's
name, address, and phone number.
B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings sheet and detail
number(s), and specification Section number, as appropriate.
C. Schedule submittals to expedite the Project and coordinate submission of related items.
D. The Owner and Engineer reserve the right to withhold action on a submittal requiring
coordination with other submittals until related submittals are received.
E. Submittals may be delivered to the Engineer at the following address:
Engineering CIP and Design
1314 Ave. K
Lubbock, Texas 79401
F. Allow enough time for submittal review, including time for re -submittals, as follows:
(1) Time for review shall commence on the Owner or Engineer's receipt of submittal.
(2) Allow fifteen (15) days for initial review of each submittal.
(3) Allow additional time if processing must be delayed to permit coordination with
subsequent submittals.
(4) The Owner or Engineer will advise the Contractor when a submittal being processed
must be delayed for coordination.
(5) If more than five (5) submittals are transmitted for review within any five (5) day
period, the time allowed for review will be increased to twenty-one (2 1) days.
(6) Where concurrent review of submittals by the Engineer, Owner, or other parties is
required, allow twenty-one (2 1) days for initial review of each submittal.
(7) If intermediate submittal is necessary, process it in same manner as initial submittal.
(8) Allow fifteen (15) days for processing each resubmittal.
Annex Water Lines - Spanish Bit 01300-29 September
2022
01 City of
Lubbock
Texas
G. No extension of the Contract Time will be authorized because of failure to transmit
submittals sufficiently in advance of the Work to permit processing.
H. Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
I. Provide space for Contractor and Engineer review stamps.
J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly
report any inability to comply with provisions.
K. Use only final submittals with mark indicating action taken by Owner or Engineer in
connection with the construction.
L. Submittals not requested will not be recognized or processed.
1.3 RE -SUBMITTAL REQUIREMENTS
A. Revise initial submittal as required and re -submit to meet requirements as specified.
B. Identify all changes made since previous submittal.
C. Mark as RESUBMITTAL.
D. Re -use original transmittal number and supplement with sequential alphabetical suffix for
each re -submittal (i.e. 0001-A).
PART 2 PRODUCTS
2.1 ACTION SUBMITTALS
A. Prepare and submit Action Submittals required by individual Specification Sections.
B. Submit three (3) copies of each submittal, unless otherwise indicated.
(1) The three (3) copies will be retained by the Owner's representative.
(2) Any additional copies that the Contractor may need for his operations will be in
addition to the three (3) copies required.
2.2 PROPOSED PRODUCTS LIST
A. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major
products proposed for use, with name of manufacturer, trade name, and model or catalog
designation, and reference standards.
B. For products specified only by reference standards, give manufacturer, trade name, model or
catalog designation, and reference standards.
C. Collect information into a single submittal for each element of construction and type of
product or equipment.
D. Mark each copy to identify applicable products, models, options, and other data. Supplement
manufacturers' standard data to provide information unique to this Project.
E. Include recommendations for application and use, compliance with specified standards of
trade associations and testing agencies.
F. Include notation of special coordination requirements for interfacing with adjacent work.
G. After review, distribute in accordance with Article on Procedures above and provide copies
for Record Documents described in Section 01700 — Contract Closeout.
Annex Water Lines - Spanish Bit 01300-30 September
2022
01 City of
Lubbock
Texas
2.3 SHOP DRAWINGS
A. Prepare Project specific information, drawn accurately to scale.
B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed
data.
C. Include the following information, as applicable:
(1) Dimensions
(2) Identification of products
(3) Fabrication and installation drawings
(4) Schedules
(5) Design calculations
(6) Compliance with specified standards
(7) Notation of coordination requirements
(8) Notation of dimensions established by field measurement
D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency
and one opaque reproduction.
E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which
Contractor requires, plus three (3) copies which will be retained by Engineer.
F. Drawing size shall be minimum of 8 '/z x 11 inches and a maximum of 24 x 36 inches.
G. Draw details to a minimum size of'h inch equal to 1 foot.
H. After review, produce copies and distribute in accordance with SUBMITTAL
PROCEDURES article above and for record document purposed described in Section 01700
— Contract Closeout.
2.4 INFORMATION SUBMITTALS
A. Manufacturer's Instructions:
(1) When specified in individual specification Sections, submit manufacturers' printed
instructions for delivery, storage, assembly, installation, start-up, adjusting, and
finishing, in quantities specified for Product Data.
(2) Identify conflicts between manufacturers' instructions and Contract Documents.
(3) Indicate special procedures, conditions requiring special attention and special
environmental criteria required for application or installation.
B. Manufacturer's Certificates
(1) When specified in individual specification Sections, submit manufacturers' certificate
to Engineer for review, in quantities specified for Product Data.
(2) Indicate material or product conforms to or exceeds specified requirements. Submit
supporting reference date, affidavits, and certifications as appropriate.
(3) Certificates may be recent or previous test results on material or Product, but must be
acceptable to the Engineer.
C. Insurance Certificates and Bonds:
(1) Prepare written information indicating current status of insurance or bonding coverage.
(2) Include name of entity covered by insurance or bond, limits of coverage, amounts of
deductibles, if any, and term of the coverage.
Annex Water Lines - Spanish Bit 01300-31 September
2022
01 City of
Lubbock
Texas
PART 3 EXECUTION
3.1 CONTRACTOR'S REVIEW
A. Review each submittal and check for compliance with the Contract Documents.
B. Note corrections and field dimensions.
C. Mark with approval stamp before submitting to the Owner or Engineer.
(1) Stamp each submittal with a uniform approval stamp.
(2) Include Project name and location, submittal number, Specification Section title and
number, name of reviewer, date of Contractor's approval, and statement certifying that
the submittal has been reviewed, checked, and approved for compliance with the
Contract Documents.
3.2 OWNER AND ENGINEER'S ACTION
A. The Owner or Engineer will not review submittals that do not bear the Contractor's approval
stamp and will return them without action.
B. The Owner or Engineer will review each submittal, make marks to indicate corrections or
modifications required, and return it.
C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp
appropriately to indicate action taken, as follows:
(1)
No exception taken
(2)
Make correction noted
(3)
Revise and resubmit
(4)
Rejected
D. The submittal stamp by the Owner or Engineer will also contain the following:
(1) Checking is only for general conformance with the design concept of the project and
general compliance with the information given in the Contract Documents.
(2) Any action shown is subject to the requirements of the plans and specifications.
(3) The Contractor is responsible for confirming and correlating all quantities and
dimensions; selecting fabrication processes and techniques of construction; and
performing the Work in a satisfactory manner.
E. The Owner or Engineer will review each submittal and will not return it, or will reject and
return it, if it does not comply with the requirements.
END OF SECTION
Annex Water Lines - Spanish Bit 01300-32 September
2022
01 City of
Lubbock
Texas
SECTION 01310: PROGRESS SCHEDULES
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Format
(2) Content
(3) Revisions To Schedules
(4) Submittals
(5) Distribution
1.2 FORMAT
A. Sequence of Listings: The chronological order of the start of each item of Work.
B. Scale and Spacing: To provide space for notations and revisions.
C. Sheet Size: Minimum 8 1/2 x 11 inches
D. Submit only if requested by the Engineer or Owner at preconstruction or coordination
meeting.
E. Maintain monthly updates to schedule.
1.3 CONTENT
A. Show complete sequence of construction by activity, with dates for beginning and completion
of each element of construction.
B. Identify each item by specification Section number.
C. Provide sub -schedules to define critical portions of the entire Schedule.
D. Show accumulated percentage of completion of each item, and total percentage of Work
completed, as of the first day of each month.
E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and
dates reviewed submittals will be required from the Engineer. Indicate decision date for
selection of finishes.
1.4 REVISIONS TO SCHEDULES
A. Indicate progress of each activity to date of submittal, and projected completion date of each
activity.
B. Identify activities modified since previous submittal, major changes in scope, and other
identifiable changes.
C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule.
Report corrective action taken, or proposed, and its effect.
1.5 SUBMITTALS
A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed.
After review, resubmit required revised data within ten (10) days.
Annex Water Lines - Spanish Bit Section 01310-33 September 2022
01 City of
Lubbock
Texas
B. Submit revised Progress Schedules with each Application for Payment.
C. Submit the number of opaque reproductions which the Contractor requires, plus two (2)
copies which will be retained by the Engineer.
1.6 DISTRIBUTION
A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and
other concerned parties.
B. Instruct recipients to promptly report, in writing, problems anticipated by projections
indicated in Schedules.
PART 2 PRODUCTS
Not used
PART 1 EXECUTION
Not used
END OF SECTION
Annex Water Lines - Spanish Bit Section 01310-34 September 2022
01 City of
Lubbock
Texas
SECTION 04322: PHOTOGRAPHIC DOCUMENTATION
PART1 GENERAL
A. RELATED DOCUMENTS
a. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
B. SECTION INCLUDES
a. This Section includes administrative and procedural requirements for the
following:
b. Preconstruction photographs.
c. Periodic construction photographs.
d. Preconstruction videotapes.
e. Periodic construction videotapes.
C. RELATED SECTIONS
a. Section 01330 -Submittal Procedures for submitting construction photographs.
D. SUBMITTALS
a. Submit two (2) complete sets of preconstruction photographs or videotape to
Engineer. All three sets will be retained by the Owner and the Engineer.
b. Identification: On back of each print, videotape, or CD, provide an applied label or
rubber-stamped impression with the following information:
c. Name of Project.
d. Name and address of photographer.
e. Name of Engineer.
f. Name of Contractor.
g. Date photograph was taken.
h. Description of vantage point, indicating location, direction (by compass point), and
elevation or story of construction.
i. Digital Images: Submit a complete set of digital image electronic files with each
submittal of prints. Identify electronic media with date photographs were taken.
Submit images that have the same aspect ratio as the sensor, uncropped.
E. PHOTOGRAPHS, GENERAL
a. Field Office Prints: Retain one set of prints of preconstruction photographs in the
field office at Project site, available at all times for reference. Identify photographs
the same as for those submitted to Engineer.
F. CONSTRUCTION PHOTOGRAPHS
a. Preconstruction Photographs: Before starting construction, take color photographs
of Project site and surrounding properties from different vantage points, or as
directed by Engineer.
Annex Water Lines - Spanish Bit Section 01322-35 September 2022
01 City of
Lubbock
Texas
b. Take photographs to show existing conditions adjacent to the property before
starting the Work.
c. Take photographs of existing structures either on or adjoining the property to
accurately record the physical conditions at the start of construction.
d. Periodic Construction Photographs: As needed to document damage either directly
related to or inadvertently related to the Contractor's operations, photograph the
area in question and provide to Engineer.
G. CONSTRUCTION VIDEOS, GENERAL
a. Narration: Describe scenes on video by audio narration by microphone while video
is recorded. Include description of items being viewed, recent events, and planned
activities. Describe vantage point, indicating location, and direction (by compass
point).
H. CONSTRUCTION VIDEOS
a. Preconstruction Video: Before starting construction, record video of Project site
and surrounding properties from different vantage points, or as directed by
Engineer.
b. Show existing conditions on and adjacent to Project site before starting the Work.
c. Show existing structures either on or adjoining Project site to accurately record the
physical conditions at the start of construction.
d. Existing condition videos shall cover the entire project route.
e. Show protection efforts by Contractor.
f. Periodic Construction Documentation: As needed to document damage either
directly related to or indirectly related to the Contractor's operations, video the area
in question and provide to Engineer.
END OF SECTION
Annex Water Lines - Spanish Bit Section 01322-36 September 2022
01 City of
Lubbock
Texas
SECTION 01356: STORMWATER POLLUTION PREVENTION MEASURES
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Contractor Responsibilities
(2) Erosion and Sediment Controls
(3) Components for Silt Fences
(4) Components for Straw Bales
(5) Storm Water Pollution Prevention Plan
1.2 CONTRACTOR RESPONSIBILITIES
A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention
measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which
will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES)
General Permit No.TXR150000.
B. The Contractor shall be responsible for any fines or penalties assessed by the appropriate
regulatory agency for failure to make required inspections, failure to properly document those
inspections, failure to adequately implement and adjust the storm water pollution prevention
measures specified in the SWP3 to adequately control pollutants, and/or any other fines or
penalties assess by TCEQ or the EPA for failure to comply with any part of the permit
requirements.
C. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of
the Owner.
D. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to
comply with and maintain the SWP3 shall be paid by the Contractor.
1.3 EROSION AND SEDIMENT CONTROLS
A. General
(1) Structural measures shall be implemented to divert flows from exposed soils, temporarily
store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas
of the site.
(2) Structural practices shall be implemented as specified in the SWP3 and in a timely
manner during the construction process to minimize erosion and sediment run-off.
B. Stabilized Ingress/Egress
(1) Stabilized access to and from the construction site will be installed by the Contractor as
soon as practical and in accordance with the SWP3.
(2) In all cases, the Contractor shall ensure that any soil tracked off -site is cleaned from
existing roads, alleys, and any adjacent properties as soon as possible.
(3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand,
cement, construction materials, etc.) tracked or washed off -site and perform necessary
clean-up measures at the end of each work day.
Annex Water Lines - Spanish Bit Section 01356-37 September 2022
01 City of
Lubbock
Texas
C. Silt Fences/Diversion Berms
(1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural
practice to minimize erosion and sediment runoff.
(2) Silt fences and/or diversion berms shall be properly installed to effectively retain
sediment immediately after completing each phase of work where erosion would occur in
the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment,
and grading.)
(3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as
they are required and until they are removed from the site.
D. Sand/Gravel Bags
(1) The Contractor may provide sand/gravel bags as a temporary structural practice to
minimize erosion and sediment runoff.
(2) Bags shall be properly placed to effectively retain sediment immediately after completing
each phase of work (e.g., after clearing and grubbing in an area between a ridge and
drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated
as needed for work to progress in the drainage area).
(3) Sand/gravel bags must remain in good condition, or they shall be replaced.
E. Site Stabilization
(1) The Contractor shall disturb the least amount of site area as possible.
(2) Stabilization measures to be implemented by the Contractor may include any of the
following measures:
(a) Temporary or permanent seeding or sodding
(b) Mulching
(c) Geotextiles
(d) Vegetative buffer strips
(e) Paving
(f) Stabilization measures shall be implemented in accordance with the SWP3.
PART 2 PRODUCTS
2.1 COMPONENTS FOR SILT FENCES
A. Filter Fabric
(1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of
polymeric filaments, which are formed into a stable network such that filaments retain
their relative positions.
(2) The filament shall consist of a long -chain synthetic polymer composed of at least eight -
five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers
and/or inhibitors added to the base plastic to make the filaments resistant to deterioration
due to ultraviolet and heat exposure.
Annex Water Lines - Spanish Bit Section 01356-38 September 2022
01 City of
Lubbock
Texas
(3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a
minimum of six (6) months of expected usable construction life at a temperature range of
0 to 120 degrees Fahrenheit.
(4) The filter fabric shall meet the following requirements:
FILTER FABRIC FOR SILT FENCE
PHYSICAL PROPERTY
TEST PROCEDURE
REQUIREMENT
Grab Tensile
ASTM D 4632
100 lbs. min.
Elongation
ASTM D 4632
30 % max.
Trapezoid Tear
ASTM D 4533
55 lbs. min.
Permittivity
ASTM D 4491
0.2 sec-1
AOS (U.S. Std. Sieve)
ASTM D 4751
20 — 100
B. Silt Fence Stakes and Posts
(1) The Contractor may use either wooden stakes or steel posts for fence construction.
(2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of
two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4)
inches when pine is used, and shall have a minimum length of four (4) feet.
(3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a
minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet.
C. Identification, Storage, and Handling\
(1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873.
2.2 COMPONENTS FOR STRAW BALES
A. Straw Bales
(1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses
such as Byhalia, Bermuda, etc., furnished in air-dry condition.
(2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18)
inches. All bales shall be either wire -bound or string -tied.
(3) The Contractor may use either wooden stakes or #3 rebar to secure the straw bales to the
ground.
(4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2)
inches by two (2) inches in cross section and shall have a minimum length of three (3)
feet.
(5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch
and a minimum length of three (3) feet.
PART 3 EXECUTION
3.1 STORM WATER POLLUTION PREVENTION PLAN
A. Storm Water Pollution Prevention Plan will be provided by the Contractor.
B. The Contractor must keep a copy of the SWP3 on site at all times.
Annex Water Lines - Spanish Bit Section 01356-39 September 2022
01 City of
Lubbock
Texas
C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-eight (48)
hours prior to start of construction.
D. No work will be permitted until NOI is filed.
E. The SWP3 shall be continually updated as necessary to reflect current and changing
conditions on site.
F. Additional measures not specifically shown in the SWP3 may be used to control erosion from
leaving the site.
G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of
this contract.
H. The Contractor shall furnish the Owner with a copy of the NOI and NOT.
END OF SECTION
Annex Water Lines - Spanish Bit Section 01356-40 September 2022
01 City of
Lubbock
Texas
SECTION 01400: QUALITY REQUIREMENTS
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Definitions
(2) Testing Requirements
(3) Submittals
(4) Quality Control
(5) Repair and Protection
1.2 DEFINITIONS
A. Quality Assurance Services: Activities, actions, and procedures performed before and during
execution of the Work to guard against defects and deficiencies and ensure that proposed
construction complies with requirements.
B. Quality Control Services: Tests, inspections, procedures, and related actions during and after
execution of the Work to evaluate that completed construction complies with requirements.
1.3 TESTING REQUIREMENTS
A. Testing and inspecting services are required to verify compliance with requirements specified
or indicated. These services do not relieve the Contractor of responsibility for compliance
with the Contract Document requirements.
B. Specific quality control requirements for individual construction activities are specified in the
sections that specify those activities. Requirements in those Sections may also cover
production of standard products.
C. Specified tests, inspections, and related actions do no limit the Contractor's quality control
procedures that facilitate compliance with the Contract Document requirements.
1.4 SUBMITTALS
A. Qualification Data:
(1) For individuals employed by the Contractor who will perform testing as required by the
various specification Sections, submit at least fourteen (14) days prior to being used on
the project the capabilities and experience of such individuals and the types of tests that
the individual will perform.
(2) For outside testing agency employed by the Contractor, submit at least fourteen (14)
days prior to being used on the project the name, address, and manager of such testing
agency and the types of tests that the agency will perform.
(a) Such testing agency shall be acceptable to the Owner prior to being used on the
project.
B. Reports:
(1) Prepare and submit written reports within fourteen (14) days following the date of the
test that include the following:
Annex Water Lines - Spanish Bit Section 01400-41 September 2022
01 City of
Lubbock
Texas
(a) Date of issue
(b) Annex Water Lines - Spanish Bit and number.
(c) Name, address, and telephone number of testing agency. If the individual is
employed by the Contractor, use Contractor's name, address, and telephone number.
(d) Dates and locations of samples and test
(e) Names of individuals making tests
(f) Description of the work and test method
(g) Identification of material, product, and specification Section.
(h) Complete test or inspection data
(i) Test results and interpretation of test results
0) Ambient conditions at time of sample taking and testing.
(k) Comments and opinion on whether tested Work complied with the Contract
Document requirements and the applicable specification Section.
(1) Name and signature of individual performing the test if employee of the Contractor,
or name and signature of testing agency responsible person.
(m) For failing tests, recommendations on retesting unless specification Sections provide
procedure for retesting.
C. Professional Engineer Qualifications:
(1) Where a Professional Engineer is required in the specification Sections, this means a
Professional Engineer who is legally qualified to practice in the jurisdiction where the
project is located and who is experienced in providing engineering services of the kind
indicated.
D. Test Agency Qualifications:
(1) An agency with the experience and capability to conduct testing indicated, as
documented by ASTM E 548, and that has the capability and experience in the types of
tests to be performed.
E. Preconstruction Testing:
(1) Testing agency shall perform preconstruction testing with specified requirements for
performance and test methods.
(2) The Contractor shall not perform preconstruction testing except through a third party
testing agency.
F. Testing Agency Responsibilities:
(1) Submit certified written report of each test and similar Quality Assurance service to the
Contractor.
(2) Interpret tests and state in each report whether tested work complies with or deviates
from the Contract Document requirements.
1.5 QUALITY CONTROL
A. Owner Responsibilities:
(1) Where quality control services are indicated as Owner or Engineer's responsibility,
such services may be performed by the Owner's forces or by a qualified testing agency
to perform these services.
Annex Water Lines - Spanish Bit Section 01400-42 September 2022
01 City of
Lubbock
Texas
(2) The Owner or Engineer will furnish the Contractor with names, addresses, and
telephone numbers of testing agencies engaged by the Owner.
B. Contractor Responsibilities:
(1) Provide quality control services required in the various specification Sections.
(2) Where third party testing is engaged by the Contractor, notify testing agency
sufficiently in advance of the time and date when work that requires testing will be
performed.
(3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner
agrees in writing to such engagement.
(4) Where testing is indicated as the Contractor's responsibility, submit certified written
reports in duplicate of each testing service, whether performed by the Contractor's
personnel or Contractor engaged testing agency.
(5) Such reports shall include failing tests and retests.
(6) Testing requested by the Contractor and not required by the Contract Documents are the
Contractor's responsibility.
(7) Where the Contractor's personnel are performing tests, provide individuals with
appropriate equipment to perform the tests in accordance with the test method
requirements.
(8) Provide alternate equipment where the specified test method cannot be applied, and
where alternative test methods and equipment must be employed to provide the
necessary quality control.
C. Retesting:
(1) Regardless of whether original tests were the Contractor's responsibility, provide
quality control services, including retesting, for construction that revised or replaced
work that failed to comply with requirements established by the Contract Documents.
D. Testing Agency Responsibilities:
(1) Cooperate with the Engineer and Contractor in performance of duties.
(2) Provide qualified personnel and necessary equipment to perform required tests and
inspections.
(3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in
the work during performance of its services.
(4) Interpret tests and inspections and state in each report whether tested and inspected
work complies with or deviates from the requirements.
(5) Submit a certified written report, in triplicate, of each test, inspection, and similar
quality control service through the Contactor.
(6) Do not release, revoke, alter, or increase requirements of the Contract Documents or
approve or accept any portion of the Work.
(7) Do not perform any duties of the Contractor.
E. Associated Services:
(1) Cooperate with agencies performing required tests, inspections, and similar quality
control services, and provide reasonable auxiliary services as requested.
(2) Notify agency sufficiently in advance of operations to permit assignment of personnel.
Annex Water Lines - Spanish Bit Section 01400-43 September 2022
01 City of
Lubbock
Texas
(3) Provide the following:
(a) Access to the Work.
(b) Incidental labor and facilities necessary to facilitate tests and inspections.
(c) Adequate quantities of representative samples of materials that require testing and
inspecting.
(d) Assist agency in obtaining samples.
(e) Facilities for storage and field curing of test samples.
(f) Additional associated services required of the Contractor for testing access are listed
in the specification Sections.
(g) Delivery of samples to testing agencies.
(h) Preliminary design mix proposed for use for material mixes that require control by
testing agency.
(i) Security and protection for samples and for testing and inspecting equipment at
Project site.
F. Coordination:
(1) Coordinate sequence of activities to accommodate required quality assurance and
quality control services with a minimum of delay and to avoid necessity of removing
and replacing construction to accommodate testing and inspecting.
(2) Schedule times for tests, inspections, obtaining samples, and similar activities.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
3.1 REPAIR AND PROTECTION
A. On completion of testing, inspecting, sample taking, and similar services, repair damaged
construction, and restore substrates and finishes.
B. Provide materials and comply with installation requirements specified in other Sections of
these Specifications.
C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates
evidence of patching.
D. Protect construction exposed by or for quality control service activities.
E. Repair and protection are the Contractor's responsibility, regardless of the assignment of
responsibility for quality control services.
END OF SECTION
Annex Water Lines - Spanish Bit Section 01400-44 September 2022
01 City of
Lubbock
Texas
SECTION 01410: TESTING LABORATORY SERVICES
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Selection and Payment
(2) Quality Assurance
(3) Laboratory Responsibilities
(4) Laboratory Reports
(5) Limits on Testing Laboratory Authority
(6) Contractor Responsibilities
(7) Schedule of Inspections and Tests
B. References:
(1) ANSFASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or
Inspection of Soil and Rock as Used in Engineering Design and Construction.
(2) ANSFASTM E329 — Recommended Practice for Inspection and Testing Agencies for
Concrete, Steel, and Bituminous Materials as Used in Construction.
1.2 SELECTION AND PAYMENT
A. An independent firm, provided at the Contractor's expense, will perform inspection, tests,
and other services specified in individual specification Sections and as required by the
Engineer.
B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating
observations and results of tests and indicating compliance or non-compliance with Contract
Documents.
C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools,
storage, safe access, and assistance by incidental labor as requested.
D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for
operations requiring services.
E. Make arrangements with independent firm and pay for additional samples and tests required
for Contractor's use.
F. Testing or inspecting does not relieve Contractor from performing Work to contract
requirements.
G. The cost associated with compliance testing shall be paid by the Contractor.
H. Re -testing required because of non-conformance to specified requirements shall be performed
by the same independent firm on instructions by the Engineer.
I. Payment for re -testing will be paid by the Contractor.
1.3 QUALITY ASSURANCE
A. Comply with requirements of ANSFASTM D3740R and ANSFASTM E329.
B. Testing laboratory shall maintain a full time registered Engineer on staff to review services.
Annex Water Lines - Spanish Bit Section 01410-45 September 2022
01 City of
Lubbock
Texas
C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy
traceable to either National Bureau of Standards (NBS) standards or accepted values of
natural physical constants.
1.4 LABORATORY RESPONSIBILITIES
A. Test samples of mixes submitted by Contractor.
B. Provide qualified personnel at site.
C. Cooperate with the Engineer and Contractor in performance of services.
D. Perform specified inspection, sampling, and testing of Products in accordance with specified
standards.
E. Ascertain compliance of materials and mixes with requirements of Contract Documents.
F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of
Work or Products.
G. Perform additional inspections and tests required by the Engineer.
1.5 LABORATORY REPORTS
A. After each inspection and test, promptly submit three (3) copies of laboratory report to the
Engineer and to the Contractor.
B. Laboratory test reports shall include:
(1) Date issued
(2) Annex Water Lines - Spanish Bit and number
(3) Name of inspector
(4) Date and time of sampling or inspection
(5) Identification of product and Specification Section
(6) Location in the Project
(7) Type of inspection or test
(8) Date of test
(9) Results of tests
(10) Conformance with Contract Documents
C. When requested by the Engineer, provide interpretation of test results.
1.6 LIMITS ON TESTING LABORATORY AUTHORITY
A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents.
B. Laboratory may not approve or accept any portion of the Work.
C. Laboratory may not assume any duties of the Contractor.
D. Laboratory has no authority to stop the Work.
1.7 CONTRACTOR RESPONSIBILITIES
A. Deliver to laboratory at designated location, adequate samples of materials proposed to be
used which require testing, along with proposed mix designs.
B. Cooperate with laboratory personnel, and provide access to the Work.
Annex Water Lines - Spanish Bit Section 01410-46 September 2022
01 City of
Lubbock
Texas
C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and
handle samples at the site or at source of products to be tested, to facilitate tests and
inspections, storage and curing of test samples.
D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring
inspection and testing services.
1.8 SCHEDULE OF INSPECTIONS AND TESTS
A. As indicated in individual Specification Sections.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Annex Water Lines - Spanish Bit Section 01410-47 September 2022
01 City of
Lubbock
Texas
SECTION 01555: BARRICADES, SIGNS, AND TRAFFIC HANDLING
PART1 GENERAL
1.1 SUMMARY
A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and
removing upon completion of work, all barricades, portable barriers, signs, portable
changeable message signs, cones, lights, and other such type devices and of handling traffic
as indicated on the plans or as directed by the Engineer or Owner.
B. Section Includes:
(1) Description
(2) Construction Methods
(3) Traffic Control Plan
(4) Maintenance
PART 2 PRODUCTS
2.1 CONSTRUCTION METHODS
A. All barricades, signs, and other types of devices shall conform to details shown on the plans
or those indicated in the latest version of the Texas Manual on Uniform Traffic Control
Devices (TMUTCD).
B. All traffic control devices shall be crashworthy according to the guidelines set forth in the
National Cooperative Highway Research Program (NCHRP) Report 350.
PART 3 EXECUTION
3.1 TRAFFIC CONTROL PLAN
A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased
construction.
B. This plan must be approved in writing by the Engineer or Owner in order to be used.
C. Prior to beginning work, the Contractor shall designate, in writing, a competent person who
will be responsible and available on this project site or in the immediate area to insure
compliance with the TCP.
3.2 MAINTENANCE
A. All retro-reflective traffic control devices such as barricades, vertical panels, signs, etc., shall
be maintained by cleaning, replacing, or a combination thereof such that during darkness and
rain the retro-reflective characteristics shall equal or exceed the retro-reflective characteristics
of traffic industry standard reflective panels.
END OF SECTION
Annex Water Lines - Spanish Bit Section 01555-48 September 2022
01 City of
Lubbock
Texas
SECTION 04576: WASTE MATERIAL DISPOSAL
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Submittals
(2) Salvageable Material
(3) Excess Material
1.2 SUBMITTALS
A. Obtain and submit disposal permits for proposed disposal sites if required by local
ordinances.
B. Submit a copy of written permission from property owner, along with a description of
property, prior to disposal of excess material adjacent to the Project.
C. Submit a written and signed release from property owner upon completion of disposal work.
D. Both written permission and signed release shall include hold -harmless clauses naming the
City of Lubbock, Texas as the entities to be held harmless in any subsequent legal
proceeding.
E. Both property permissions and signed releases shall be attested to by a notary public.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
1.1 SALVAGEABLE MATERIAL
A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements of Section
02221 — Removing Existing Pavements.
1.2 EXCESS MATERIAL
A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and
other materials not designated for salvage, shall become the property of the Contractor and
shall be removed from the job site and legally disposed of at a proper facility such as the
West Texas Region Disposal Facility (WTRDF).
B. Excess material may be disposed at the WTRDF at no additional cost to the Owner.
(1) There will be a tipping fee per ton for construction debris and for excess uncontaminated
soil.
(2) There will also be a fee per load for every truck that is not covered properly when coming
to the landfill.
Annex Water Lines - Spanish Bit Section 01576-49 September 2022
01 City of
Lubbock
Texas
(3) For a complete list of fees associated with the WTRDF, please call or go to the City's
website at http://solidwaste.ci.lubbock.tx.us/disposal/fees.aspx.
(4) All tipping fees shall be considered to be included in the Contractor's bid prices.
C. Excess soil may be deposited on private property adjacent to the Project if approved by the
Owner and when written permission is obtained from the property owner.
D. Waste materials shall be removed from the site on a daily basis, such that the site is
maintained in a neat and orderly condition.
END OF SECTION
Annex Water Lines - Spanish Bit Section 01576-50 September 2022
01 City of
Lubbock
Texas
SECTION 01600: PRODUCT REQUIREMENTS
PART GENERAL
A. RELATED DOCUMENTS
a. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
B. SECTION INCLUDES
a. Products.
b. Transportation and handling.
c. Storage and protection.
d. Product options.
e. Substitutions.
C. RELATED SECTIONS
a. Information to Bidders: Product options and substitution procedures.
b. Section 01400 - Quality Requirements.
D. PRODUCTS
a. Products: Means new material, machinery, components, equipment, fixtures, and
systems forming the Work. Does not include machinery and equipment used for
preparation, fabrication, conveying and erection of the Work. Products may also
include existing materials or components required for reuse.
b. Do not use materials and equipment removed from existing premises, except as
specifically permitted by the Contract Documents.
c. Provide interchangeable components of the same manufacturer, for similar
components.
E. PRODUCT DELIVERY, STORAGE AND HANDLING
a. Deliver materials, products and equipment to the project site in undamaged
condition in manufacturer's original, unopened containers or packaging, with
identifying labels intact and legible.
b. Promptly inspect shipments to assure that products comply with requirements,
quantities are correct, and products are undamaged.
c. Provide equipment and personnel to handle products by methods to prevent soiling,
disfigurement, or damage.
d. Arrange deliveries in accordance with the construction schedule and in ample time
to facilitate inspection prior to installation to avoid unnecessary delays in the
construction process.
e. Store and protect products in accordance with manufacturer's instructions, with
seals and labels intact and legible. Store sensitive products in weather -tight, climate
controlled enclosures.
f. For exterior storage of fabricated products, place on sloped supports, above ground.
Annex Water Lines - Spanish Bit Section 01600-51 September 2022
01 City of
Lubbock
Texas
g. Provide off -site storage and protection when site does not permit on -site storage or
protection.
h. Cover products subject to deterioration with impervious sheet covering. Provide
ventilation to avoid condensation.
i. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent
mixing with foreign matter.
j. Provide equipment and personnel to store products by methods to prevent soiling,
disfigurement, or damage.
k. Arrange storage of products to permit access for inspection in a local warehouse.
Periodically inspect to assure products are undamaged and are maintained under
specified conditions.
1. Materials, products and equipment may be stored off site in a bonded and insured
local warehouse approved by the Engineer and Owner. Pay all costs incurred for
off -site storage facilities. Products properly stored in off -site storage facilities may
be included in progress pay requests with written approval of the Owner.
in. Handle materials, products and equipment in a manner prescribed by manufacturer
or specified to protect from damage during storage and installation.
F. PRODUCT OPTIONS
a. Products Specified by Reference Standards or by Description Only: Any product
meeting those standards or description.
b. Products Specified by Naming One or More Manufacturers: Products of
manufacturers named and meeting specifications, no options or substitutions
allowed.
c. Products Specified by Naming One or More Manufacturers with a Provision for
Substitutions: Submit a request for substitution for any manufacturer not named.
G. SUBSTITUTIONS
a. For bidding purposes as provided in "Information to Bidders".
b. Substitutions may be considered when a product becomes unavailable through no
fault of the Contractor.
c. Document each request with complete data substantiating compliance of proposed
Substitution with Contract Documents.
d. A request constitutes a representation that the Bidder:
e. Has investigated proposed product and determined that it meets or exceeds the
quality level of the specified product.
f. Will provide the same warranty for the Substitution as for the specified product.
g. Will coordinate installation and make changes to other Work which may be
required for the Work to be complete with no additional cost to Owner.
h. Waives claims for additional costs or time extension which may subsequently
become apparent.
i. Will reimburse Owner for review or redesign services associated with re -approval
by authorities.
Annex Water Lines - Spanish Bit Section 01600-52 September 2022
01 City of
Lubbock
Texas
j. Substitutions will not be considered when they are indicated or implied on shop
drawing or product data submittals, without separate written request, or when
acceptance will require revision to the Contract Documents.
k. Substitution Submittal Procedure:
1. Submit four copies of request for Substitution for consideration. Limit each request
to one proposed Substitution.
m. Submit shop drawings, product data, and certified test results attesting to the
proposed product equivalence.
n. The Engineer will notify Contractor, in writing, of decision to accept or reject
request.
END OF SECTION
Annex Water Lines - Spanish Bit Section 01600-53 September 2022
01 City of
Lubbock
Texas
SECTION 01700: CONTRACT CLOSEOUT
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Closeout Procedures
(2) Final Cleaning
(3) Adjusting
(4) Project Record Documents
(5) Warranties
(6) Spare Parts and Maintenance Materials.
1.2 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready for
Engineer's inspection.
B. Should the Engineer consider the work incomplete or defective:
(1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or
defective work.
(2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit
a second written certification that the work is complete.
(3) The Engineer will re -inspect the Work.
C. Provide submittals to the Engineer that are required by governing or other authorities.
D. Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.
1.3 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Clean site, sweep paved areas, rake clean landscaped surfaces.
C. Remove waste and surplus materials, rubbish, and construction facilities from the site.
D. Repair, patch, and touch-up marred surfaces to match adjacent finishes.
1.4 ADJUSTING
A. Adjust operating Products and equipment to ensure Annex Water Lines - Spanish Bit and
unhindered operation.
1.5 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions to the
Work:
(1) Contract Drawings
(2) Specifications
Annex Water Lines - Spanish Bit Section 01700-54 September 2022
01 City of
Lubbock
Texas
(3) Addenda
(4) Change Orders and other Modifications to the Contract
(5) Reviewed shop drawings, product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications:
(1) Legibly mark and record at each Product section description of actual Products
installed, including the following:
(a) Manufacturer's name and product model and number.
(b) Product substitutions or alternates utilized.
(c) Changes made by Addenda and Modifications.
E. Record Documents and Shop Drawings:
(1) Legibly mark each item to record actual construction including:
(a) Measured horizontal and vertical locations of underground utilities and
appurtenances referenced to permanent surface improvements.
(b) Field changes of dimension and detail.
(c) Details not on original Contract Drawings.
(d) Changes made by Addenda and Modifications.
K6iiTA I► � ��2ll"�
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers.
C. Provide Table of Contents and assemble with metal prong binder in durable plastic
presentation cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal
within ten (10) days after acceptance, listing date of acceptance as start of warranty period.
1.7 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in
individual specification Sections.
B. Deliver to project site and place in location as directed; obtain receipt prior to final payment.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
Annex Water Lines - Spanish Bit Section 01700-55 September 2022
01 City of
Lubbock
Texas
END OF SECTION
Annex Water Lines - Spanish Bit Section 01700-56 September 2022
01 City of
Lubbock
Texas
SECTION 02050: REMOVAL, DEMOLITION AND SALVAGE
PART1 GENERAL
A. RELATED DOCUMENTS
a. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
B. SECTION INCLUDES
a. Disconnecting and capping of identified utilities.
C. RELATED SECTIONS
a. Section 01039 -Coordination and Meetings
b. Section 01600 —Product Requirements.
c. Section 01700 -Contract Closeout: Project record documents.
D. JOINT INSPECTION
a. Prior to demolition, a joint inspection by the Owner, Engineer and Contractor will
be made to determine condition of existing structures adjacent to items being
demolished. Adjacent structures damaged by demolition operations must be
restored satisfactorily at no expense to the Owner.
E. PROJECT RECORD DOCUMENTS
a. Submit under provisions of Section 01700 —Contract Closeout.
b. Accurately record actual locations of capped utilities and subsurface obstructions.
F. QUALIFICATIONS
a. Experience in performing the Work of this Section.
G. DISPOSITION OF MATERIALS AND EQUIPMENT
a. Ownership of Material and Equipment
b. Certain materials and equipment may be designated for reuse or salvage and will
remain the Owner's property. If the designated items are damaged during
demolition, handling or storage, the items must be restored satisfactorily at no
expense to the Owner.
c. Materials and equipment not designated for reuse or salvage become the
Contractor's property.
d. Disposal. All materials and equipment not designated for reuse or salvage shall be
disposed of by the Contractor at no expense to the Owner.
e. Reuse. Other items may be designated for reuse as directed by the Owner's
Representative.
H. REGULATORY REQUIREMENTS
a. Conform to applicable code for demolition of structures, safety of adjacent
structures, dust control, runoff control and disposal.
Annex Water Lines - Spanish Bit Section 02050-57 September 2022
01 City of
Lubbock
Texas
b. Obtain required permits from authorities.
c. Notify affected utility companies before starting work and comply with their
requirements.
d. Do not close or obstruct roadways, sidewalks or hydrants without permits.
e. Conform to applicable regulatory procedures when discovering hazardous or
contaminated materials.
I. SCHEDULING
a. Schedule work under the provisions of Section 01039 —Coordination and Meetings.
b. Schedule Work to coincide with new construction.
c. Describe demolition removal procedures and schedule.
J. PREPARATION
a. Provide, erect, and maintain temporary barriers and security devices.
b. Protect existing landscaping materials, appurtenances and structures which are not
to be demolished.
c. Prevent movement or settlement of adjacent structures. Provide bracing and
shoring.
d. Mark location of utilities.
K. PROTECTION OF PERSONS AND PROPERTY
a. The Contractor is responsible for providing protection of persons and property,
including safe working conditions throughout work progress.
b. Minimize the spread of dust and flying particles. Execute demolition in a manner
to prevent damage from falling debris or other sources to Owner's property or
adjacent property.
c. Do not interfere with use of adjacent structures; maintain free and safe access at all
times. Guard against movement or settlement of adjacent structures. The Contractor
is responsible for safety and integrity of adjacent structures and, consequently, is
liable for any movement or settlement and any resulting injuries or damage. Provide
proper bracing and shoring necessary for support. If safety of adjacent buildings
appears to be endangered, cease operations. Do not resume demolition until proper
protective measures have been taken.
L. DEMOLITION REQUIREMENTS
a. Conduct demolition to minimize interference with adjacent structures.
b. Cease operations immediately if adjacent structures appear to be in danger. Notify
Engineer. Do not resume operations until directed.
c. Conduct operations with minimum interference to public or private accesses.
Maintain protected egress and access at all times.
d. Obtain written permission from adjacent property owners when demolition
equipment will traverse, infringe upon or limit access to their property.
Annex Water Lines - Spanish Bit Section 02050-58 September 2022
01 City of
Lubbock
Texas
e. Sprinkle Work with water to minimize dust. Provide hoses and water connections
for this purpose.
M. UTILITY SERVICES
a. Seal abandoned storm or sanitary sewers with concrete or by another approved
method.
b. When temporary interruption of utility service to an occupied building is required
by the work, properly coordinate the outage to prevent untimely or damaging
interruptions.
N. DEMOLITION
a. Disconnect, remove and cap designated utilities within demolition areas.
b. Remove foundation walls and footings to a minimum of four feet below finished
grade 10 feet beyond area of new construction.
c. Remove concrete slabs on grade.
d. Remove materials to be re -installed or retained in manner to prevent damage. Store
and protect in accordance with requirements of Section 01600 — Product
Requirements.
e. Rough grade and compact areas affected by demolition to maintain site grades and
contours.
f. Remove demolished materials from site.
g. Do not burn or bury materials on site. Leave site in clean condition.
h. Remove all temporary work.
O. GENERAL WORK ITEMS
a. Contractor may use equipment and materials necessary to properly complete the
demolition. Operational procedures are at the Contractor's option but must not
interfere with the execution of other work. Materials or equipment designated for
reuse or salvage shall be carefully removed, transported and stored in approved
storage areas.
b. Structures. Remove structures entirely, including footings, contents, attachments
and improvements. Carefully remove and lower structural steel.
c. Removing and Replacing Concrete. Use these procedures where existing concrete
must be removed to facilitate operations but will be replaced subsequently.
d. Make initial cut with a concrete saw exercising care to avoid cutting reinforcement.
e. After removing concrete, cut cross bars at center of breakout and bend back.
f. Before replacing concrete, bend bars back to the original position and provide a
splice bar for each cut bar. Splice bars must be the size of cut bars and of a length
to lap each cut end a minimum of 20 diameters of the bar, unless restricted by the
job conditions.
g. Immediately before placing new concrete, thoroughly clean old concrete and apply
a heavy coat of bonding agent.
h. Replace concrete as specified in Division 3 - Concrete.
Annex Water Lines - Spanish Bit Section 02050-59 September 2022
01 City of
Lubbock
Texas
i. Backfill holes or other hazardous openings resulting from demolition with an
approved material to the density of adjacent soil as specified in the section
describing Earthwork.
j. Backfilling with rubbish or burying on the site is not permitted.
k. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment
that are not for reuse of salvage must be removed from the site daily, unless
otherwise approved.
P. MECHANICAL WORK ITEMS
a. Remove existing mechanical work items to the extent necessary to accommodate
new work.
Q. ELECTRICAL WORK ITEMS
a. Unless otherwise noted, remove all electrical materials and equipment from areas
indicated for demolition and from site.
b. Remove existing conduit to the extent necessary to accommodate new work or to a
minimum of 5 feet beyond area indicated for demolition, whichever is greater.
c. Remove all wiring from abandoned conduit.
d. Seal abandoned conduits.
e. Existing electrical services and controls to items being removed must be
disconnected.
R. SCHEDULES
a. No salvage material or equipment shall be reused on the project unless specifically
provided for in the Specifications or so noted on the drawings.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02050-60 September 2022
01 City of
Lubbock
Texas
SECTION 02082: PRE —CAST CONCRETE VAULTS
PART1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
and Division 1 — General Requirements apply to work of this section.
1.2 SECTION INCLUDES
A. This section of the specifications pertains to pre -cast concrete vaults and related items.
1.3 RELATED SECTIONS
A. Section 02317 — Excavation and Backfill for Vaults and Utilities.
B. Section 02084 — Frames, Grates, Rings, and Covers.
1.4 REFERENCES
A. ASTM C 270 — Standard Specification for Mortar for Unit Masonry.
B. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections.
C. ASTM C 857 — Minimum Structural Design Loading for Underground Precast Concrete
Utility Structures.
D. ASTM C 858 — Underground Precast Concrete Utility Structure.
E. ASTM C 990 — Standard Specification for Joints for Concrete Pipe, Manholes, and Precast
Box Sections Using Preformed Flexible Joint Sealants.
F. ASTM C 1107 - Packaged Dry, Hydraulic -Cement Grout (Nonshrink).
G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air
Pressure (Vacuum) Test.
H. ASTM D 698 - Test Method for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-lb/ft3)
1.5 SUBMITTALS
A. Conform to requirements of Section 01330 -Submittal Procedures.
B. Submit manufacturer's data and details of following items for approval:
(1) Shop drawings of precast concrete vault, including reinforcement, jointing, methods,
materials, and dimensions.
(2) Summary of criteria used in the vault design including, as a minimum, material
properties, loadings, load combinations, and dimensions assumed. Include certification
from manufacturer that precast manhole design is in full accordance with ASTM C 857
and ASTM C 858 latest revisions, except as modified herein and on the drawings for
internal pressure requirements.
(3) Materials to be used for pipe connections at manhole/vault walls.
(4) Materials to be used for stubs and stub plugs, if required.
(5) Material to be used for sealing of riser joints.
1.6 DELIVERY, STORAGE AND HANDLING
A. Deliver number of units needed in a timely manner to the project site to ensure installation
continuity. Each section or part of vault shall be labeled with the vault designation from the
Annex Water Lines - Spanish Bit Section 02082-61 September 2022
01 City of
Lubbock
Texas
drawings to which that section or part belongs. Each section or part shall be labeled prior to
being shipped from the manufacturer's plant. Any vault section arriving from the
manufacturer without a manhole designation applied to it shall not be unloaded.
B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other
physical damage, and so that markings are visible. Lift and support units at designated lift
points.
C. Deliver anchorage items that are to be embedded in other construction before starting such
work. Provide setting diagrams, templates, instructions, and directions, as required, for
installation.
PART 2 PRODUCTS
2.1 PRE -CAST CONCRETE VAULTS
A. Provide precast concrete vaults as indicated on plans, conforming to ASTM C 857 and
ASTM C 858 latest revision. Vault should be of Type VCP 80100, or as shown on plans, as
manufactured by Vaughn Concrete Products, Hanson Pre -Cast, or approved equal. Openings
shall be precast as shown on plans.
B. The minimum clear distance between any two wall penetrations shall be 12 inches, half the
diameter of the smaller penetration, or as specified by the manufacturer, whichever is most
stringent.
C. For sealants used between concrete riser sections, refer to Section 02082, 2.7 A.
D. Lifting holes in manhole sections and bases are not permissible unless such openings can be
made watertight under 15 psi internal pressure, with only minor weeping over 15 psi internal
pressure. Such water tightness shall be proven by a hydrostatic test of four hours duration.
2.2 TRAFFIC -RATED VAULTS
A. Traffic -rated vaults shall meet or exceed AASHTO HS-20-44 (H-20 5-16) load rating.
B. For water line alignments in the roadway, all vaults are to be traffic -rated.
2.3 CAST -IN -PLACE CONCRETE
A. The vault base slab shall be Cast -in -Place Concrete, placed to the dimension and grades
shown on the plans. Slab penetrations should be provided at specified locations.
B. Conform to requirements of Section 03300 — Cast -in -Place Concrete.
2.4 REINFORCING STEEL
A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete.
2.5 MORTAR
A. Conform to requirements of ASTM C 270, Type S using Portland Cement.
2.6 MISCELLANEOUS METALS
A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 —
Frames, Grates, Rings and Covers.
���I»IIC���1:1�1�1[K�hhl��[�]►f.Y��J:�.�IC�1.7 f.��J�y
A. Grout space between the pipe and vault -wall conforming to ASTM C 1107 for all pipe
materials.
2.8 SEALANT MATERIALS
Annex Water Lines - Spanish Bit Section 02082-62 September 2022
01 City of
Lubbock
Texas
A. Seal joints between sections with ConSeal CS-202 Butyl Sealant or approved equal
conforming to ASTM C 990.
2.9 BACKFILL MATERIALS
A. Backfill materials shall conform to the requirements of Section 02317 - Excavation and
Backfill for Utilities.
2.10 NON -SHRINK GROUT
A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based
grout requiring only the addition of water.
B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day
compressive strength of 7000 psi.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that lines and grades are correct.
B. Determine if the subgrade, when scarified and recompacted, can be compacted to 95 percent
of maximum Standard Proctor Density according to ASTM D 698 prior to placement of
foundation material and base section. If it cannot be compacted to that density, the subgrade
shall be moisture conditioned until that density can be reached or shall be treated as an
unstable subgrade.
3.2 VAULT BASE SECTIONS AND FOUNDATIONS
A. Scarify and compact base material to 95% ASTM D698 standard proctor density. If the
subgrade cannot be compacted to the required density or if it contains organic materials, then
excavate to stable subgrade, then backfill with lean concrete backfill to required elevation.
3.3 PRE -CAST VAULT SECTIONS
A. Install sections, joints, and gasket material in accordance with manufacturer's printed
recommendations.
B. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the
Engineer. Pressure and leakage requirements in paragraph 2.1 apply.
3.4 BACKFILL
A. A. Place and compact backfill materials in the area of excavation surrounding vaults in
accordance with requirements of Section 02317 - Excavation and Backfill for Utilities.
3.5 PROTECTION
A. Protect vaults from damage until work has been finally accepted. Repair damage to vaults at
no additional cost to Owner.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02082-63 September 2022
01 City of
Lubbock
Texas
SECTION 02084: FRAMES, GRATES, RINGS, AND COVERS
PART1 GENERAL
1.1 SUMMARY
A. This section of the specification covers iron castings for use as manhole frames and lids,
gratings, and rings.
A. Section Includes:
(1) References
(2) Submittals
(3) General Castings
(4) Manholes Frames and Covers
(5) Inflow Prevention Device
(6) Installation
1.2 REFERENCES
A. AASHTO — American Association of State Highway and Transportation Officials Standard
Specification for Highway Bridges.
B. ASTM A 48 — Specification for Gray Iron Castings
C. ASTM A 615 — Standard Specification for Deformed Billet -Steel Bars for Concrete
Reinforcement
D. AWS D 12.1 — Welding Reinforcing Steel
1.3 SUBMITTALS
A. Submit product data in accordance with Section 01300 — Submittal Procedures.
B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor
details, and installation instructions.
C. Submit shop drawings for fabrication and installation of casting assemblies that are not
included in Drawings.
(1) Include plans, elevations, sections, and connection details.
(2) Show anchorage and accessory items.
(3) Include setting drawings for location and installation of castings and anchorage devices.
PART 2 PRODUCTS
1.4 GENERAL CASTINGS
A. Castings for frames, grates, rings, and covers shall conform to ASTM A-48, Class 35.
B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between
frame and cover.
C. Provide locking covers if indicated on Drawings.
Annex Water Lines - Spanish Bit Section 02084-64 September 2022
01 City of
Lubbock
Texas
D. Castings shall be capable of withstanding the application of an AASHTO H-20 loading
without permanent deformation.
E. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on
the Drawings.
F. Cast dimensions may vary by +/- 1/16 inch per foot.
G. Weight shall not vary from published weight by more than +/- 5 percent.
H. Castings shall be clean, free from blowholes and other surface imperfections.
I. Cast holes in covers shall be clean and symmetrical, free of plugs.
1.5 MANHOLE FRAMES AND COVERS
A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM
A-48, having a clear opening of not less than 30 inches.
B. Frame and cover shall have a weight of not less than 275 pounds.
C. Cover shall be furnished with lifting ring cast into the cover in such a manner as to prevent
water leaking through.
D. Cover shall include lettering: "City of Lubbock, Texas - Sanitary Sewer".
1.6 INFLOW PREVENTION DEVICE (IPD)
A. Manholes shall be equipped with an Inflow Prevention Device 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.
PART 3 EXECUTION
1.7 INSTALLATION
A. Install castings according to approved shop drawings, instructions given in related
specifications, and applicable directions from the manufacturer's printed materials.
B. Set castings accurately at required locations to proper alignment and elevation.
C. Keep castings plumb, level, true, and free of rack.
D. Measure location accurately from established lines and grades.
E. Brace or anchor frames temporarily in formwork until permanently set.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02084-65 September 2022
01 City of
Lubbock
Texas
SECTION 02221: REMOVING EXISTING PAVEMENTS
PART1 GENERAL
1.1 SUMMARY
A. This section of the specifications covers the removal of existing pavements, including, but not
limited to, concrete paving, brick paving, asphaltic paving, concrete curb and/or gutter, and
concrete sidewalks.
B. Section Includes:
(1) Regulatory Requirements
(2) Preparation
(3) Protection
(4) Removals
(5) Backfill
(6) Disposal
1.2 REGULATORY REQUIREMENTS
A. Conform to applicable codes for disposal of debris. Refer to Section 01576 —Waste Material
Disposal.
B. Coordinate removal work with utility companies.
C. Refer to the City's minimum design standards for any details not outlined in this spec book.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
3.1 PREPARATION
A. Obtain advance approval from the Engineer for dimensions and limits of removal work.
B. Identify known utilities below grade.
C. Paint, stake and flag locations.
3.2 PROTECTION
A. Protect the following from damage or displacement:
(1) Adjacent public and private property.
(2) Trees, plants, and other landscape features designated to remain.
(3) Utilities not designated to be removed.
(4) Pavement and utility structures not designated to be removed.
(5) Benchmarks, monuments, and existing structures not designated to be removed.
3.3 REMOVALS
A. Remove pavements and structures by methods that will not damage underground utilities.
Annex Water Lines - Spanish Bit Section 02221-66 September 2022
01 City of
Lubbock
Texas
B. Do not use a drop hammer near existing underground utilities.
C. Minimize amount of earth loaded during removal operations.
D. Where existing pavement is to remain, make straight saw cuts in existing pavement to
provide clean breaks prior to removal.
E. Do not break concrete pavement or base with drop hammer.
F. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing
construction or expansion joints, break out to existing joint.
G. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint.
H. Any existing concrete, which is damaged or destroyed beyond the neat lines so established,
shall be replaced at the Contractor's expense.
I. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat,
clean appearance.
3.4 BACKFILL
A. Backfill of removal zones shall be in accordance with requirements of Section 02317 —
Excavation and Backfill for Utilities as applicable to the specific portion of the Work.
3.5 DISPOSAL
A. Remove from the site debris resulting from work under this section in accordance with
requirements of Section 01576 — Waste Material Disposal.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02221-67 September 2022
01 City of
Lubbock
Texas
SECTION 02240: DEWATERING
PART1 GENERAL
1.1 SUMMARY
A. This Section includes construction dewatering procedures and requirements.
(1) A geotechnical survey has not been performed at the site.
(2) This Section shall be applicable only if ground water begins to enter the trench.
(3) Any required dewatering for this project shall be considered subsidiary to pipeline and
manhole installation and no separate compensations will be paid.
B. Section Includes:
(1) Submittals
(2) Performance Requirements
(3) Quality Assurance
(4) Project Conditions
(5) Preparation
(6) Installation
(7) Observation Wells
1.2 SUBMITTALS
A. Shop Drawings for Information:
(1) For dewatering system, show arrangements, locations, and details of wells and well
points; locations of headers and discharge lines; and means of discharge and disposal of
water.
(2) Include layouts of piezometers and flow -measuring devices for monitoring performance
of dewatering system.
(3) Include written report outlining control procedures to be adopted if dewatering problems
arise.
(4) Photographs or videotape, sufficiently detailed, of existing conditions of adjoining
construction and site improvements that might be misconstrued as damage caused by
dewatering operations.
(5) Record drawings at Project closeout identifying and locating capped utilities and other
subsurface structural, electrical, or mechanical conditions performed during dewatering.
(6) Note locations and capping depth of wells and well points.
B. Field Test Reports:
(1) Before starting excavation, submit test results and computations demonstrating that
dewatering system is capable of meeting performance requirements.
1.3 PERFORMANCE REQUIREMENTS
Annex Water Lines - Spanish Bit Section 02240-68 September 2022
01 City of
Lubbock
Texas
A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient
scope, size, and capacity to control ground water flow into excavations and permit
construction to proceed on dry, stable ground.
B. Maintain dewatering operations to ensure erosion control, stability of excavations and
constructed slopes, that excavation does not flood, and that damage to subgrades and
permanent structures is prevented.
C. Prevent surface water from entering excavations by grading, dikes, and other means approved
by the Engineer.
D. Remove dewater system if no longer needed.
1.4 QUALITY ASSURANCE
A. Comply with water disposal requirements of authorities having jurisdiction.
1.5 PROJECT CONDITIONS
A. Existing Utilities:
(1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted
in writing by the Engineer and then only after arranging to provide temporary utility
services according to requirements indicated.
B. Project Site Information:
(1) A geotechnical report has not been prepared for the Project area.
(2) The Contractor, at own expense, may make test borings and conduct other exploratory
operations necessary for dewatering.
(3) Survey adjacent structures and improvements, employing a qualified professional
engineer or land surveyor, establishing exact elevations at fixed points to act as
benchmarks.
(4) Clearly identify benchmarks and record existing elevations.
(5) During dewatering, regularly resurvey benchmarks, maintaining an accurate log of
surveyed elevations for comparison with original elevations.
(6) Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other
damage is evident in adjacent construction.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
3.1 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards created by
dewatering operations.
B. Prevent surface water and subsurface or ground water from entering excavations, ponding on
prepared subgrades, and from flooding site and surrounding area.
C. Protect subgrades and foundation soils from softening and damage by rain or water
accumulation.
Annex Water Lines - Spanish Bit Section 02240-69 September 2022
01 City of
Lubbock
Texas
D. Install dewatering system to ensure minimum interference with roads, streets, walks, and
other adjacent occupied and used facilities.
E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having jurisdiction.
(1) Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
3.2 INSTALLATION
A. Install dewatering system utilizing wells, well points, or similar methods complete with pump
equipment, standby power and pumps, filter material gradation, valves, appurtenances, water
disposal, and surface -water controls.
B. Before excavating below ground water level, place system into operation to lower water to
specified levels.
C. Operate system continuously until drains, sewers, and structures have been constructed and
fill materials have been placed, or until dewatering is no longer required.
D. Provide an adequate system to lower and control ground water to permit excavation,
construction of structures, and placement of fill materials on dry subgrades.
E. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom
of foundations, drains, sewers, and other excavations.
F. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening,
and slope stability.
G. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations,
drains, sewers, and other excavations.
H. Maintain piezometric water level a minimum of sixty (60) inches below surface of
excavation.
I. Dispose of water removed by dewatering in a manner that avoids endangering public health,
property, and portions of work under construction or completed.
J. Dispose of water in a manner that avoids inconvenience to others.
K. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities
having jurisdiction.
L. Provide standby equipment on -site, installed and available for immediate operation, to
maintain dewatering on continuous basis if any part of system becomes inadequate or fails.
M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering
system, restore damaged structures and foundation soils at no additional expense to Owner.
N. Remove dewatering system from Project Site on completion of dewatering.
O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches
below overlying construction.
P. Promptly repair damages to adjacent facilities caused by dewatering operations.
KRKI : yII3MAWIMWiVAUW
A. Provide, take measurements, and maintain at least the minimum number of observation wells
or piezometers indicated and additional observation wells as may be required by authorities
having jurisdiction.
Annex Water Lines - Spanish Bit Section 02240-70 September 2022
01 City of
Lubbock
Texas
B. Observe and record daily elevation of ground water and piezometric water levels in
observation wells.
C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive,
damaged, or destroyed.
D. Suspend construction activities in areas where observation wells are not functioning properly
until reliable observations can be made.
E. Add or remove water from observation well risers to demonstrate that observation wells are
functioning properly.
F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02240-71 September 2022
01 City of
Lubbock
Texas
SECTION 02257: CONTROLLED LOW STRENGTH MATERIAL — FLOWABLE FILL
4.1 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidentals necessary to mix and place a flowable mortar
fill, consisting of Portland Cement, fine aggregate, fly ash, and water in the proper proportions as
specified herein. Flowable fill shall be used to bed and backfill around piping and utilities where
indicated.
4.2 QUALITY ASSURANCE
A. Design Criteria; Concrete Proportions and Consistency:
(1) Concrete shall be proportioned to give the necessary workability and strength and shall
conform to the following governing requirements.
28 Day
Min. Cement
Fine
Max. Water
Max. F1yAsh
Compressive
pounds Per
Aggregate
Pounds Per
Pounds Per
Strength -psi
Cu.. d
Pounds Per
Cu. Yd.
Cu. Yd.
(Min -Max)
.
Cu. Yd.
70-150
50
2720
290
150
2. Fluidity of the flowable mortar shall be measured by the Corps of Engineers flow cone
method, according to their specification CRD-C611-80. Prior to filling the flow cone
with flowable mortar, the mixture shall be passed through a 1/4-inch screen. Time of
efflux shallbe approximately 12 seconds.
B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial
mix shall be designed by an independent testing laboratory, retained by the Contractor. The
testing laboratory shall submit verification that the materials and proportions of the trial mix
design meets the requirement of the specifications. Concrete mix additive such as "Darafill"
manufactured by Grace Construction Products or equal products maybe required to achieve the
low strength and the flowability requirements. In lieu oftrial mix design, Contractor may
submit a mix design used successfully in previous similar work, for similar materials for
approval by Engineer. The Contractor shall not make changes in materials (gradation,
source, brand, or proportions) of the mixture after having been approved, except by specific
approval of the Engineer.
C. Pre -Job Testing: Pre job testing with actual equipment and intended configuration of concrete
sample maybe required to determine whether the material can be excavated. The testing
equipment and configuration of concrete sample shall be determined by the Owner's
representative.
D. Testing: It is the responsibility ofthe Contractor to achieve and maintainthe quality ofmaterial
required by this specification. However, the Owner may secure the services ofan independent
testing laboratory to verifythe qualityofthe material. The Owner shall have the right to require
additional testing, strengthening, or replacement ofconcrete that has failed to meetthe minimum
requirements ofthis section.
Annex Water Lines - Spanish Bit Section 02257-72 September 2022
01 City of
Lubbock
Texas
4.3 SUBMITTALS
A. Submittals shall be in accordance with Section 01300, and shall include a trial mix design on
material
4.4 STANDARDS AND REFERENCES
A. Materials shall meet recommendation for mix design and placement, as published by National
Ready Mixed Concrete Association.
B. The applicable provisions of the following references and standards shall applytothis section as
ifwritten herein intheir entirety.
(1) American Societyfor Testing and Materials (ASTM) Standards:
ASTM C33 Specifications for Concrete Aggregates
ASTM C40 Test Method for Organic Impurities In Fine Aggregates For Concrete
ASTMC150 Specification for Portland Cement
ASTM C 618 Specification for F1yAsh and Raw or Calcined Natural Pozzolan for Use as
Mineral Admixture in Portland Cement Concrete
(2) Federal Specifications:
(a) COE — (CRD-C611-80).
PART 5 — PRODUCTS
5.1 MATERIALS
A. Cement: Portland Cement conforming to the specifications and test for Type I Portland
Cement per ASTM C-150
B. Fine Aggregate: Fine aggregate consisting ofnatural, washed and screened sand having clean,
hard, strong, durable, uncoated grains complying with the requirements for ASTM C33. The
sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95 percent pass at
1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong
alkali, or organic material that gives a color darker than the standard color when tested in
accordance with ASTM C40.
C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class "C" fly ash. The fly ash may be
used in controlled low -strength material.
D. Water: Water for concrete shall be clean and free from oil, acid, alkali, organic matter or
other harmful impurities. Water which is suitable for drinking or for ordinary household use
will be acceptable for concrete. Where available, water shall be obtained from main of a
waterworks system.
Annex Water Lines - Spanish Bit Section 02257-73 September 2022
01 City of
Lubbock
Texas
E. Additive: "Darafill" or approved alternate additive may be required to meet these
specifications.
5.2 MIXES
A. In the determination of the amount of water required for mix, consideration shall be given to the
moisture content ofthe aggregate. The net amount ofwater inthe mix will be the amount added
at the mixer; plus the free water in the aggregate; and minus the absorption of the aggregate,
based on a 30 minute absorption period. No water allowance shall be made for evaporation after
hatching.
B. The methods of measurement of materials shall be such that the proportions of water to
cement can be closely controlled during the progress ofthe work and easily checked at any time
by the Owner's Representative. To avoid unnecessary or haphazard changes in consistency,
the aggregate shall be obtained from sources which will insure a uniform quality and grading
during any single day's operation and they shall be delivered to the work and handled in such
a manner that the variation in moisture content will not interfere with the steady production of
concrete ofreasonable degree ofuniformity. Sources of supply shall be approved by the Owner's
Representative.
C. All material shall be separately and accurately measured. Measurement may be made by
weight or by volume, as determined by the Contractor; however; all equipment for
measurement of materials shall be subject to approval by the Owner's Representative.
D. The proportions ofthe mix shall be such as to produce material that can be placed readily into the
void area without spading or vibrating, and without segregation or undue accumulation of water
or laitance ofthe surface.
E. When additive is contained in the concrete mix, the additive ingredients, proportions and
placement of the additive shall be per manufacturer's recommendations.
PART 6 —EXECUTION
6.1 INSTALLATION
A. Contractor shall give the Owner's Representative sufficient advance notice before starting to
place material in any area to permit inspection ofthe area and to prepare for pouring.
B. Conduct the operation of depositing and compacting the material so as to form a compact,
dense, impervious mass.
C. Flowable fill shall be placed the full depth into the trenches. The fill shall be brought up
uniformly to the elevation shown in the Plans. Flowable fill shall be protected from traffic for a
period of72 hours.
D. The material shall be placed against undisturbed trench walls, and shall not be placed on or
against frozen ground.
Annex Water Lines - Spanish Bit Section 02257-74 September 2022
01 City of
Lubbock
Texas
E. Material shall be placed in lifts or other measures shall be taken to prevent pipe flotation.
Material shall be allowedto harden before placing next lift.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02257-75 September 2022
01 City of
Lubbock
Texas
SECTION 02260: EXCAVATION SUPPORT AND PROTECTION
PART1 GENERAL
1.1 SUMMARY
A. This Section includes temporary excavation support and protection systems.
B. Section Includes:
(1) Submittals
(2) Performance Requirements
(3) Project Conditions
(4) Materials
(5) Preparation
(6) Sheet Piling
(7) Trench Boxes
(8) Trenching Procedures
1.2 SUBMITTALS
A. Shop Drawings for Information:
(1) Prepared by or under the supervision of a qualified Professional Engineer for excavation
support and protection systems.
(2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer
responsible for their preparation.
B. Qualification data for installer and Professional Engineer.
C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining
construction and site improvements that might be misconstrued as damage caused by the
absence of, the installation of, or the performance of excavation support and protection
systems.
1.3 PERFORMANCE REQUIREMENTS
A. Design, furnish, install, monitor, and maintain excavation support and protection system
capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and
superimposed and construction loads.
B. Provide professional engineering services needed to assume engineering responsibility,
including preparation of Shop Drawings and a comprehensive engineering analysis by a
qualified Professional Engineer.
C. Prevent surface water from entering excavations by grading, dikes, or other means approved
by the Engineer.
D. Install excavation support and protection systems without damaging existing buildings,
pavements, and other improvements adjacent to excavation.
1.4 PROJECT CONDITIONS
A. Existing Utilities:
Annex Water Lines - Spanish Bit 02260-76 September
2022
01 City of
Lubbock
Texas
(1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted
in writing by the Engineer and then only after arranging to provide temporary utility
services according to requirements indicated.
B. Project Site Information:
(1) Survey adjacent structures and improvements, employing a qualified professional
engineer or land surveyor, establishing exact elevations at fixed points to act as
benchmarks.
(2) Clearly identify benchmarks and record existing elevations.
(3) During installation of excavation support and protection systems, regularly resurvey
benchmarks, maintaining an accurate log of surveyed elevations and positions for
comparison with original elevations and positions.
(4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks,
sags, or other damage is evident in adjacent construction.
PART 2 PRODUCTS
2.1 MATERIALS
A. Provide materials that are either new or in serviceable condition.
B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M.
C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A
690M; with continuous interlocks.
PART 3 EXECUTION
3.1 PREPARATION
A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards that could develop
during excavation support and protection systems operations.
B. Shore, support, and protect utilities encountered.
C. Install excavation support and protection systems to ensure minimum interference with roads,
streets, walks, and other adjacent occupied and used facilities.
D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having jurisdiction.
(1) Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
E. Locate excavation support and protection systems clear of permanent construction so that
forming and finishing of concrete surfaces is not impeded.
F. Monitor excavation support and protection systems daily during excavation progress and for
as long as excavation remains open.
G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation
support and protection systems remain stable.
H. Promptly repair damages to adjacent facilities caused by installing excavation support and
protection systems.
3.2 SHEET PILING
Annex Water Lines - Spanish Bit 02260-77 September
2022
01 City of
Lubbock
Texas
A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form
a continuous barrier.
B. Limit vertical offset of adjacent sheet piling to sixty (60) inches.
C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a
horizontal line and not more than 1:120 out of vertical alignment.
D. Cut tops of sheet piling to uniform elevation at top of excavation.
3.3 TRENCH BOXES
A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench.
B. All exposed trench shall be protected.
3.4 TRENCHING PROCEDURES
A. Provide shoring systems in accordance with the Contractor's submitted design to adequately
resist earth pressures.
B. Proceed with work in an orderly fashion.
C. Install trench bracing systems as soon as possible after opening trenches.
D. Do not allow workers in trench prior to installing trench bracing systems.
E. Backfill trenches as soon as possible after completion of work.
F. Stockpile excavated materials at three (3) feet away from edge of trench.
G. Maintain barricades and signage as required by State and Local codes to protect open
excavations.
H. Do not allow surface water to enter excavations.
I. Properly grade areas adjacent to trench excavations to control surface drainage away from
excavations.
J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three
(3) feet from edge of cut to avoid allowing loose material to enter trench.
K. Cut back method may not be used where there is insufficient work area to employ it.
L. Do not operate heavy equipment except for trench digging or pipe laying equipment within
twenty (20) feet of edge of excavation.
M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the
Contractor deems it safe to do so.
3.5 REMOVAL AND REPAIRS
A. Remove excavation support and protection systems when construction has progressed
sufficiently to support excavation and bear soil and hydrostatic pressures.
B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements,
facilities, and utilities.
END OF SECTION
Annex Water Lines - Spanish Bit 02260-78 September
2022
01 City of
Lubbock
Texas
PAGE LEFT INTENTIONALLY BLANK
Annex Water Lines - Spanish Bit Section 02260-79 September 2022
01 City of
Lubbock
Texas
SECTION 02300: EARTHWORK
PART1 GENERAL
A. RELATED DOCUMENTS
a. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section
B. SECTION INCLUDES
a. This section of the specifications refers to general excavation of various materials
at storm sewer inlets, storm sewer outlets, channel grading, subgrade preparation
related to paving, flexible base, topsoil placement, and other miscellaneous grading
items. For trenching -specific earthwork and excavations at least five feet deep, refer
to Section 02317 — Excavation and Backfill for Utilities.
C. RELATED SECTIONS
a. Section 01400 — Quality Requirements.
b. Section 02317 — Excavation and Backfill for Utilities.
c. Section 03300 - Cast -in -Place Concrete.
d. City of Lubbock Public Works Engineering — Minimum Design Standards and
Specifications.
D. REFERENCES
a. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)
b. ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates
c. ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils
d. ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12,400 ft — lb/ft).
e. ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200
(75-micrometer) Sieve
f. ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the
Sand -Cone Method
g. ASTM D 1557 (2002) Test Methods for Laboratory Compaction
Characteristics of Soil Using Modified Effort (56,000 ft — lbf/ft)
h. ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils
i. ASTM D 2487 (2000) Classification of Soils for Engineering Purposes
(Unified Soil Classification System)
j. ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by
Nuclear Methods (Shallow Depth)
k. ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear
Methods (Shallow Depth)
1. ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of
Soils
E. DEFINITIONS
Annex Water Lines - Spanish Bit Section 02300-80 September 2022
SI City of
Lubbock
Texas
a. Backfill: Soil materials used to fill an excavation.
b. Base Course: Layer placed between the subbase course and asphalt paving.
c. Borrow: Satisfactory soil imported from off -site for use as fill or backfill.
d. Excavation: Removal of material encountered above subgrade elevations.
e. Additional Excavation: Excavation below subgrade elevations as directed by
Engineer. Additional excavation and replacement material will be paid for
according to Contract provisions for changes in the Work.
f. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet
in either length or width, and not associated with trenching for pipe installation.
g. Unauthorized Excavation: Excavation below subgrade elevations or beyond
indicated dimensions without direction by Engineer. Unauthorized excavation, as
well as remedial work directed by Engineer, shall be without additional
compensation.
h. Fill: Soil materials used to raise existing grades.
i. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs,
mechanical and electrical appurtenances, or other man-made stationary features
constructed above or below the ground surface.
j. Subbase Course: Layer placed between the subgrade and base course for asphalt
paving, or layer placed between the subgrade and a concrete pavement or walk.
k. Subgrade: Surface or elevation remaining after completing excavation, or top
surface of a fill or backfill immediately below subbase, drainage fill, or topsoil
materials.
1. Utilities: Include on -site underground pipes, conduits, ducts, and cables.
in. Suitable Material: Suitable soil materials are those meeting specification
requirements. Unsuitable soils meeting specification requirements for suitable soils
after treatment with lime or cement are considered suitable, unless otherwise
indicated.
n. Unsatisfactory Materials: Materials which do not comply with the requirements for
satisfactory materials are unsatisfactory. Unsatisfactory materials also include man-
made fills; trash; refuse; backfills from previous construction; and material
classified as satisfactory which contains root and other organic matter or frozen
material. The Engineer shall be notified of any contaminated materials.
o. Cohesionless and Cohesive Materials: Cohesionless materials include materials
classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include
materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM
and SM will be identified as cohesionless only when the fines are nonplastic.
Testing required for classifying materials shall be in accordance with ASTM D
4318, ASTM C 136, ASTM D 422, and ASTM D 1140.
p. Degree of Compaction: Degree of compaction required is expressed as a percentage
of the maximum density obtained by the test procedure presented in ASTM D 698
or ASTM D 1557 as designated in the Contract Documents abbreviated as a percent
of laboratory maximum density. Procedure A, B or C shall be applied as applicable
Annex Water Lines - Spanish Bit Section 02300-81 September 2022
SI City of
Lubbock
Texas
along with corrections according to ASTM D 4718. For free draining soils, use
maximum reference density according to ASTM D 4253.
q. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet
of excavated material shall be defined as clean and uncontaminated soils capable
of sustaining plant life.
F. SUBMITTALS
a. Material Reports
b. Classification according to ASTM D 2487 for each site of borrow soil material.
c. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow
soil material.
G. QUALITY ASSURANCE
a. Refer to Section 01400 —Quality Requirements.
PART 2 PRODUCTS
A. SOIL MATERIALS
a. General: Provide borrow soil materials when sufficient satisfactory soil materials
are not available from excavations. Refer to Section 02318 — Borrow.
b. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP,
and SM, or a combination of these group symbols; free of rock or gravel larger than
3 inches in any dimension, debris, waste, frozen materials, vegetation, and other
deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and
a plasticity index of 15 maximum.
c. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH,
CL, CH, OL, OH, and PT, or a combination of these group symbols.
d. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent
of optimum moisture content at time of compaction.
e. Backfill and Fill: Satisfactory soil materials.
f. Subbase: Satisfactory soils.
g. The material for flexible base shall consist of crushed caliche (limestone,
calcareous clay particles, conglomerate, gravel, or other approved granular
materials) produced from oversized quarried aggregate, sized by crushing and
produced from a naturally occurring single source except that blending of clean
crushed concrete will be allowed. Blended material must meet requirements for
flexible base as defined in this and other sections. The material source shall be
subject to approval by the Engineer. If material characteristics within the approved
source change, the material shall be subject to retesting and re -approval prior to
continued use. The Contractor shall not change material sources without approval
by the Engineer.
h. Refer to City of Lubbock Public Works Engineering Minimum Design Standards
and Specifications, 8.08.02 Flexible Base (Caliche).
Annex Water Lines - Spanish Bit Section 02300-82 September 2022
01 City of
Lubbock
Texas
i. Subgrade material for concrete or asphalt construction shall consist of suitable
native soil or off site soil, free from vegetation or other objectionable matter. All
unstable or objectionable material shall be removed from the subgrade and replaced
with approved material.
j. Refer to City of Lubbock Public Works Engineering Minimum Design Standards
and Specifications, 8.08.01 Subgrade.
B. ACCESSORIES
a. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape
manufactured for marking and identifying underground utilities uncovered during
prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed
with a description of the utility; colored as follows:
b. Red: Electric.
c. Yellow: Gas and oil.
d. Orange: Telephone and other communications.
e. Blue: Water systems.
f. Green: Sewer systems.
g. Warning tape to be placed within 3 feet of ground surface.
C. PREPARATION
a. Protect structures, utilities, sidewalks, pavements, and other facilities from damage
caused by settlement, lateral movement, undermining, washout, and other hazards
created by earthwork operations.
b. Protect subgrades and foundation soils against freezing temperatures or frost.
c. Provide erosion -control measures to prevent erosion or displacement of soils and
discharge of soil -bearing water runoff or airborne dust to adjacent properties and
walkways.
D. STRIPPING OF TOPSOIL
a. Topsoil will be separately excavated, stored, and used for surface finish in
preparation for seeding, sodding, or other planting, only where topsoil is definitely
superior for grass and plant growth as compared with the remainder of the
excavated material. In general, this shall be considered as the top 6 inches of
excavated material. Surface soil that is heavy clay, predominantly sandy, or is lean
in grass -and plant -growth qualities, will not be saved. The hauling, spreading,
smoothing, and maintenance of the topsoil in preparation for the seeding and
planting operations are generally considered under a separate section, and therefore
are not considered in this specification.
E. FROZEN MATERIAL
a. Soils shall not be placed on a foundation which contains frozen material, or which
has been subjected to freeze -thaw action. This prohibition encompasses all
foundation types, including the natural ground, all prepared subgrades (whether in
an excavation or on an embankment) and all layers of previously placed and
Annex Water Lines - Spanish Bit Section 02300-83 September 2022
01 City of
Lubbock
Texas
compacted earth fill which become the foundations for successive layers of earth
fill. All material that freezes or has been subjected to freeze -thaw action during the
construction work, or during periods of temporary shutdowns, such as, but not
limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations,
shall be removed to a depth that is acceptable to the Engineer and replaced with
new material. Alternatively, the material will be thawed, dried, reworked, and
recompacted to the specified criteria before additional material is placed. The
Engineer will determine when placement of fill or backfill shall cease due to cold
weather. The Engineer may elect to use average daily air temperatures, and/or
physical observation of the soils for his determination. Embankment material shall
not contain frozen clumps of soil, snow, or ice.
F. EXCAVATION FOR WALKS AND PAVEMENTS
a. Excavate surfaces under walks, pavements and similar paths to indicated cross
sections, elevations, and grades.
G. SUBGRADE PREPARATION
a. Refer to City of Lubbock Public Works Engineering Minimum Design Standards
and Specifications, 8.08.01 Subgrade.
H. UNSUITABLE MATERIAL
a. If unsuitable material is encountered during subgrade preparation regardless of how
it is discovered, the Contractor shall take corrective action as directed by the
Engineer. If removal and replacement of the material is required or if drying is
required deeper than 6 inches below subgrade it will be considered over excavation
and paid for separately. Contractor shall back fill any over excavation with suitable
material and compact to 95% of Modified Proctor Density at a moisture content
within 2% of optimum in accordance to ASTM D698.
I. FLEXIBLE BASE CONSTRUCTION
a. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to
placing base material.
b. Refer to City of Lubbock Public Works Engineering Minimum Design Standards
and Specifications, 8.08.02 Flexible Base (Caliche).
J. STORAGE OF SOIL MATERIALS
a. Stockpile satisfactory excavated soil materials. Stockpile soil materials without
intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or
spray with dust suppressant to prevent windblown dust.
b. Stockpile soil materials away from edge of excavations. Do not store within drip
line of trees.
K. UTILITY TRENCH BACKFILL
Annex Water Lines - Spanish Bit Section 02300-84 September 2022
01 City of
Lubbock
Texas
a. Refer to Section 02317 — Excavation and Backfill for Utilities.
L. FILL
a. Preparation: Remove vegetation, 6" of topsoil, debris, unsatisfactory soil materials,
obstructions, and deleterious materials from ground surface before placing fills.
b. Plow, scarify, bench, or break up sloped surfaces steeper than I vertical to 4
horizontal so fill material will bond with existing material.
c. Place and compact fill material to required elevations as directed in Paragraph 3.12
using satisfactory soil material.
M. MOISTURE CONTROL
a. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer
before compaction to within 2 percent of optimum moisture content.
b. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain
frost or ice.
c. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that
exceeds optimum moisture content by 2 percent and is too wet to compact to
specified dry unit weight.
N. COMPACTION OF FILLS
a. Place fill materials in layers not more than 6 inches in loose depth for material
compacted by heavy compaction equipment, and not more than 4 inches in loose
depth for material compacted by hand -operated tampers.
b. Each layer of backfill or fill material should be compacted to a minimum of 95%
of Modified Proctor Density at a moisture content within 2% of optimum.
c. Use only hand -operated tamping equipment or place flowable backfill to achieve a
minimum cover of 12 inches over pipes, conduits, and ducts. Do not use heavy
compacting equipment until adequate cover is attained to prevent damage to pipes,
conduits, or ducts. Do not use vibratory equipment unless approved by the Owner
and until 5 feet of cover over pipes, conduits and ducts is obtained. Use of vibratory
equipment within 10 feet measured from the top of finished surface or adjacent to
existing structures will only be permitted if approved by the Owner on a case -by -
case basis.
O. TESTING
a. Testing Agency: Contractor shall perform construction materials testing in
conformance with Section 01400 — Quality Requirements. Contractor shall be
responsible for paying for failing tests conducted by Owner. Such failing tests shall
include pro-rata technician time charges, pro-rata mileage expense and other pro-
rated agency charges.
b. Allow testing agency to inspect and test subgrades and each fill or backfill layer.
Proceed with subsequent earthwork only after Engineer has verified that test results
for previously completed work comply with requirements.
Annex Water Lines - Spanish Bit Section 02300-85 September 2022
01 City of
Lubbock
Texas
c. Testing agency will test compaction of soils in place according to ASTM D 1556
and ASTM D 2922, as applicable. Tests will be performed at the following
locations and frequencies:
d. Paved Areas: At subgrade and at each compacted fill layer, at least one test for
every 5000 sq. ft. or less of paved area, but in no case fewer than three tests.
e. Trench Backfill: Refer to Section 02317 — Excavation and Backfill for Structures.
f. When testing agency reports that subgrades, fills, or backfills have not achieved
degree of compaction specified, scarify and moisten or aerate, or remove and
replace soil to depth required; recompact and retest until specified compaction is
obtained. Contractor shall be responsible for paying for failing tests conducted by
Owner. Such failing tests shall include pro-rata technician time charges, pro-rata
mileage expense and other pro -rated agency charges.
P. GRADING
a. General: Uniformly grade areas to a smooth surface free from irregular surface
changes. Comply with compaction requirements and grade to cross sections, lines,
and elevations indicated.
b. Provide a smooth transition between adjacent existing grades and new grades.
c. Cut out soft spots, fill low spots, and trim high spots to comply with required
surface tolerances.
d. Site Grading: Finish subgrades to required elevations within the following
tolerances:
e. Lawn or Unpaved Areas: Plus or minus 1 inch.
f. Walks: Plus or minus 1 inch.
g. Pavements: Plus or minus 3/8 inch.
Q. PROTECTION
a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and
erosion. Keep free of trash, debris and excess weeds.
b. Repair and reestablish grades to specified tolerances where completed or partially
completed surfaces become eroded, rutted, settled, or where they lose compaction
due to subsequent construction operations or weather conditions.
c. Scarify or remove and replace soil material to depth as directed by Engineer;
reshape and re -compact.
d. Where settling occurs before Project correction period elapses, remove finished
surfacing, backfill with additional soil material, compact, and reconstruct surfacing.
e. Restore appearance, quality, and condition of finished surfacing to match adjacent
work, and eliminate evidence of restoration to the greatest extent possible.
R. DISPOSAL OF SURPLUS AND WASTE MATERIALS
a. Disposal: Remove surplus satisfactory soil and waste material, including
unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property
according to Section 01576 — Waste Material Disposal.
Annex Water Lines - Spanish Bit Section 02300-86 September 2022
01 City of
Lubbock
Texas
END OF SECTION
Annex Water Lines - Spanish Bit Section 02300-87 September 2022
01 City of
Lubbock
Texas
SECTION 02347: EXCAVATION AND BACKFILL FOR UTILITIES
PART1 GENERAL
1.1 SUMMARY
A. This section of the specifications includes information on excavation, trenching, foundation,
embedment, and backfill for installation of utilities, including manholes and pipeline
structures.
B. Section Includes:
(1) Definitions
(2) References
(3) Scheduling
(4) Submittals
(5) Tests
(6) Equipment
(7) Material Classifications
(8) Accessories
(9) Installation
(10) Preparation
(11) Protection
(12) Excavation
(13) Handling Excavation Materials
(14) Trench Foundation
(15) Ground Water Control
(16) Pipe Embedment, Placement and Compaction
(17) Trench Zone Backfill, Placement and Compaction
(18) Field Quality Control
(19) Disposal of Excess Material
1.2 DEFINITIONS
A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade
after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation
backfill material placed and compacted in over -excavations.
B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation
up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D.
C. Haunching — The material placed on either side of the pipe from the foundation to the
springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to
opposite sidewall, excluding the bedding section as shown on the plans.
Annex Water Lines - Spanish Bit Section 02317-88 September 2022
SI City of
Lubbock
Texas
D. Initial Backfill — The portion of trench backfill that extends vertically from the top of
haunching or cement stabilized backfill up to a level line immediately below pavement
subgrade, and horizontally from on trench sidewall to opposite sidewall.
E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and
initial backfill.
F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe
embedment up to a line immediately below pavement subgrade or up to final grade when not
beneath paving.
G. Backfill — Suitable material meeting specified quality requirements, placed and compacted
under controlled conditions.
H. Ground Water Control Systems — Installations external to trench, such as well points,
eductors, or deep wells. Ground water control includes dewatering to lower ground water,
intercepting seepage which would otherwise emerge from side or bottom of trench
excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to
Section 02240 — Dewatering.
I. Surface Water Control — Diversion and drainage of surface water runoff and rain water away
from trench excavation. Rain water and surface water accidentally entering trench shall be
controlled and removed as a part of excavation drainage.
J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or
other approved means.
K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls
of pipe embedment zone. Maintain trench conditions that provide for effective placement
and compaction of embedment material directly on or against undisturbed soils or foundation
backfill, except where structural trench support is necessary.
L. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment
zone as a result of typically dry soils or achieved by ground water control (dewatering or
depressurization) for trenches extending below ground water level.
M. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by
excavation drainage.
N. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to
supplement ground water control systems to control seepage and provide stable trench
subgrade in predominately clayey soils prior to bedding placement.
O. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone
in combination with ground water control in predominately sandy or silty soils.
P. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground
water inflow or high water content causes soil disturbances, such as sloughing, sliding,
boiling, heaving, or loss of density.
Q. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below
trench shields or shoring installations may be used to allow placement and compaction of
foundation or embedment materials directly against undisturbed soils. Depth of a subtrench
depends upon trench stability and safety as determined by the Contractor.
R. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory bearing
capacity or composed of otherwise unsuitable materials below top of foundation as shown on
Drawings, and backfilled with foundation backfill material.
Annex Water Lines - Spanish Bit Section 02317-89 September 2022
01 City of
Lubbock
Texas
S. Foundation Backtill Materials — Natural soil or manufactured aggregate of controlled
gradation, to control drainage and material separation. Foundation backfill material is placed
and compacted as backfill to provide stable support for bedding.
T. Trench Safety Systems include both protective systems and shoring systems as defined in
Section 02260 — Excavation Support and Protection
U. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as
work proceeds, used as a protective system and designed to withstand forces imposed on it by
cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so
designed or placed in a series depending on depth and length of excavation to be protected.
V. Shoring System — A structure that supports sides of an excavation to maintain stable soil
conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent
installations or improvements.
1.3 REFENCES
A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement Mixtures.
B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate
Mixtures Using 5.5-lb. Rammer and 12 inch Drop.
C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method.
D. ASTM D 2487 — Classification and Soils for Engineering Purposes.
E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear
Methods (Shallow Depth).
F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear
Methods (Shallow Depth).
G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
H. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing.
1. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils.
J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and
Health Administration (OSHA).
1.4 SCHEDULING
A. Schedule work so that pipe embedment can be completed on the same day that acceptable
foundation has been achieved for each section of pipe installation, manhole, or other
structures.
1.5 SUBMITTALS
A. Conform to Section 01300 —Submittal Procedures
B. Submit a written description for information only of the planned typical method of
excavation, backfill placement, and compaction, including:
(1) Sequence of work and coordination of activities.
(2) Selected trench widths and dimensions of excavations.
(3) Procedures for foundation and embedment placement, and compaction.
(4) Procedure for use of trench boxes and other pre -manufactured systems while assuring
specified compaction against undisturbed soils.
Annex Water Lines - Spanish Bit Section 02317-90 September 2022
01 City of
Lubbock
Texas
C. Submit backfill material sources and product quality information in accordance with
requirements of Section 02320 — Utility Backfill Materials.
D. Submit record of location of pipe as installed, referenced to Texas North Central State Plane
coordinate system (NAD83).
(1) Include locations of utilities encountered that are not shown on drawings or rerouted for
the convenience of the Contractor.
(2) Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing,
etc.
E. Submit field density tests of trench backfill.
F. Submit laboratory density compaction curves for each material.
1.6 TESTS
A. The Contractor is to perform backfill material source qualification testing in accordance with
requirements of Section 02320 — Utility Backfill Materials.
B. The Contractor shall have a competent, separate agency perform field density tests of trench
backfill representative of each 200 linear feet of trench and each compacted layer.
PART 2 PRODUCTS
2.1 EQUIPMENT
A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the
requirements of this Section.
B. Use only hand -operated tamping equipment until a minimum cover of twelve (12) inches is
obtained over pipes, conduits, and ducts.
C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage
to pipes, conduits, or ducts.
D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is
obtained.
E. Do not use vibratory equipment if adjacent structures could be affected.
F. Use trench shields or other protective systems or shoring systems which are designed and
operated to achieve placement and compaction of backfill directly against undisturbed native
soil.
2.2 MATERIAL CLASSIFICATIONS
A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product
descriptions of Section 02320 — Utility Backfill Materials.
2.3 ACCESSORIES
A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant
polyethylene film warning tape manufactured for marking and identifying underground
utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description
of the utility; colored as follows:
(1) Red — Electric
(2) Yellow — Gas, oil, steam, and dangerous materials.
Annex Water Lines - Spanish Bit Section 02317-91 September 2022
01 City of
Lubbock
Texas
(3) Orange — Telephone and other communications.
(4) Blue — Water systems.
(5) Green — Sewer systems.
B. Locator Wire: Install continuously coated fourteen (14) gauge locating wire as indicated on
Plans.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install flexible pipe to conform to the trench details shown in the drawings.
B. Install rigid pipe to conform to the trench details shown in the drawings.
3.2 PREPARATION
A. Establish traffic control to conform to requirements of Section 01555 — Barricades, Signs, and
Traffic Handling and the drawings.
B. Perform work to conform to applicable safety standards and regulations.
C. Employ a trench safety system as specified in Section 02260 — Excavation Support and
Protection.
D. Immediately notify the agency or company owning any existing utility line which is
damaged, broken, or disturbed.
E. Obtain approval from the Engineer and agency for any repairs or relocations, either
temporary or permanent.
F. Remove existing pavements and structures, including sidewalks and driveways, to conform to
requirements of Section 02220 — Demolition, Removal, and Salvaging of Existing Material.
G. Maintain permanent benchmarks, monumentation and other reference points, and unless
otherwise directed in writing, replace those which are damaged or destroyed.
3.3 PROTECTION
A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the
construction limits.
B. Protect and support above grade and below grade utilities, which are to remain.
C. Restore damaged permanent facilities to pre -construction conditions unless replacement or
abandonment of facilities are indicated on the Drawings.
D. Take measures to minimize erosion of trenches and excavations.
E. Do not allow water to pond in trenches or excavations.
F. Where slides, washouts, settlements, or areas with loss of density or pavement failures or
potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner.
G. The Contractor shall locate all existing underground lines, whether or not they are shown on
the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto.
H. Verification of location, size, and burial depth of existing utilities shall be the complete
responsibility of the Contractor.
I. The Contractor is responsible for notifying pipeline and cable utility owners of the intention
to cross said utility no less than seven (7) days prior to crossing the utility.
Annex Water Lines - Spanish Bit Section 02317-92 September 2022
01 City of
Lubbock
Texas
J. Coordinate vertical separation requirements with utility owners and any other special
construction considerations.
K. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to
constructing these changes.
L. Trench digging machinery may be used to make the trench excavations except in places
where operation of same would cause damages to pipelines, fences, or other existing
structures either above or below ground; in such instances hand methods shall be employed.
3.4 EXCAVATION
A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and
alignments shown on the Drawings.
B. Avoid disturbing surrounding ground and existing facilities and improvements.
C. Determine trench excavation widths based on the requirements shown on the plans.
D. Use sufficient trench width or benches above the embedment zone for installation of well
point headers or manifolds and pumps where depth of trenches makes it uneconomical or
impractical to pump from the surface elevation.
E. Provide sufficient space between shoring cross braces to permit equipment operations and
handling of forms, pipe, embedment and backfill, and other materials.
F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal,
or concealed conditions, discontinue work at that location. Notify the Engineer and obtain
instructions before proceeding.
G. Shoring of Trench Walls:
(1) Install special shoring in advance of trench excavation or simultaneously with the
trench excavation, so that the soils within the full height of the trench excavation walls
will remain laterally supported at all times.
(2) For all types of shoring, support trench walls in the pipe embedment zone throughout
the installation.
(3) Provide trench wall supports sufficiently tight to prevent washing the trench wall soil
out behind the trench wall support.
(4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe
embedment zone in place to preclude loss of support of foundation and embedment
materials.
(5) Leave rangers, walers, and braces in place as long as required to support the sheeting,
which has been cut off, and the trench wall in the vicinity of the pipe zone.
(6) Employ special methods for maintaining the integrity of embedment or foundation
material.
(7) Before moving supports, place and compact embedment to sufficient depths to provide
protection of pipe and stability of trench walls.
(8) As supports are moved, finish placing and compacting embedment.
(9) If sheeting or other shoring is used below top of the pipe embedment zone, do not
disturb pipe foundation and embedment materials by subsequent removal.
(10) Maximum thickness of removable sheeting extending into the embedment zone shall be
the equivalent of a one (1) inch thick steel plate.
Annex Water Lines - Spanish Bit Section 02317-93 September 2022
01 City of
Lubbock
Texas
(11) Fill voids left on removal of supports with compacted backfill material.
H. Wherever necessary to prevent caving, the trench shall be adequately supported as required
by the Drawings and Specifications.
I. The Contractor is entirely responsible for assuring that trenches are adequately supported to
protect both the workers and the public.
J. Use of Trench Shields/Trench Boxes:
(1) Make trench excavations of sufficient width to allow shield to be lifted or pulled feely,
without damage to the trench sidewalls.
(2) Move trench shields so that pipe, and backfill materials, after placement and
compaction, are not damaged or disturbed, or the degree of compaction reduced.
(3) When required, place, spread, and compact pipe foundation and bedding materials
beneath the shield.
(4) For backfill above bedding, lift the shield as each layer of backfill is placed and spread.
(5) Place and compact backfill materials against undisturbed walls and foundation.
(6) Maintain trench shield in position to allow sampling and testing to be performed in a
safe manner.
(7) Contractor shall provide trench shield for Owner's tests within the trench as required in
paragraph 3.11.B
3.5 HANDLING EXCAVATION MATERIALS
A. Use only excavated materials which are suitable as defined in this Section and conforming to
Section 02320 — Utility Backfill Materials.
B. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent
slides or cave-ins.
C. Do not place stockpiles of excess excavated materials on streets and adjacent properties.
D. Protect excess stockpiles for use on site.
E. Maintain site conditions in accordance with Section 01500 —Temporary Facilities and
Controls.
3.6 TRENCH FOUNDATION
A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the
bottom of the trench over the entire length of the pipe.
B. Any part of the trench excavated below grade shall be corrected by filling with approved
material and compacting thoroughly.
C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the
trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected
material, and thoroughly compacted.
D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be
made properly, and of sufficient depth to prevent the bell of the pipe from resting on
undisturbed materials.
Annex Water Lines - Spanish Bit Section 02317-94 September 2022
01 City of
Lubbock
Texas
3.7 GROUND WATER CONTROL
A. Should ground water become an issue, refer to Section 02240 — Dewatering.
B. Provide a stable trench to allow installation in accordance with the Specifications.
3.8 PIPE EMBEDMENT, PLACEMENT AND COMPACTION
A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of
trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil.
B. Place embedment including bedding, haunching, and initial backfill as shown on the
Drawings.
C. For pipe installation, manually spread embedment materials around the pipe to provide
uniform bearing and side support when compacted.
D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above
top of pipe.
E. Perform placement and compaction directly against the undisturbed soils in the trench
sidewalls, or against sheeting which is to remain in place.
F. Do not place trench shields or shoring within height of the embedment zone unless means to
maintain the density of compacted embedment material are used.
G. If moveable supports are used in embedment zone, lift the supports incrementally to allow
placement and compaction of the material against undisturbed soil.
H. Do not damage coatings or wrappings of pipes during backfllling and compacting operations.
I. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular
aggregates.
J. Place haunching material manually around the pipe and compact it to provide uniform
bearing and side support.
K. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable
means during compaction of haunch areas and placement beside the pipe.
L. Shovel in -place and compact embedment material using pneumatic tampers in restricted
areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas.
M. Compact each lift before proceeding with placement of the next lift.
N. Water tamping and water jetting are not allowed.
O. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete
vibrator to consolidate material under haunches.
P. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A
and 2.3.B.
3.9 TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION
A. Place backfill for pipe or conduits and restore as soon as practicable.
B. Leave only the minimum length of trench open as necessary for construction.
C. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the
Owner.
D. Where damage to completed pipe installation work is likely to result from withdrawal of
sheeting, leave the sheeting in place.
Annex Water Lines - Spanish Bit Section 02317-95 September 2022
01 City of
Lubbock
Texas
(1) Cut off sheeting two (2) feet or move above the crown of the pipe.
(2) Remove trench supports within five (5) feet from the ground surface.
E. Place trench zone backfill in lifts and compact by methods selected by the Contractor.
F. Fully compact each lift before placement of the next lift.
G. Cement Stabilized Backfill/Lean Concrete Backfill:
(1) Place in depths as shown on plans.
(2) Use vibratory equipment to ensure placement under the haunches of the pipe.
(3) Backfilling of the remaining trench depth after cement stabilized backfill has been
placed shall not commence until the in -place cement stabilized backfill has attained a
penetration resistance reading of at least thirty (30) when measured with a soil
penetrometer according to ASTM D 1558 and using a one -tenth square inch needle.
(4) This equates to a penetration resistance of approximately 300 pounds per square inch.
(5) This is not a strength requirement of the cement -stabilized backfill, but a measure of the
degree of curing of the cement stabilized backfill.
(6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then
compacted backfill operations may commence.
(7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil
penetrometer with one -tenth square inch needle.
(8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on
both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each
day's trench length that is planned for controlled density backfill operations.
(9) Such readings shall be taken prior to commencing backfill operations.
H. Bedding Material:
(1) Sand bedding shall be loosely placed in trench as shown on the Drawings.
I. Gravel Embedment:
(1) Place in depths as shown on plans
(2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of
the pipe.
J. Native Material/Borrow Material (Pipe Installation):
(1) Maximum lift thickness determined by Contractor to achieve uniform placement and
required compaction, but not exceeding eight (8) inches.
(2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill
densities at least equivalent to the surrounding undisturbed material or ninety-five (95)
percent of the maximum dry density determined according to ASTM D 698.
(3) Use of vibratory equipment limited as specified in paragraph 2.1.
(4) Moisture content within two (2) percent of optimum determined according to ASTM D
698.
K. Topsoil:
(1) Maximum lift thickness determined by Contractor to achieve uniform placement and
required compaction, but not exceeding eight (8) inches.
Annex Water Lines - Spanish Bit Section 02317-96 September 2022
01 City of
Lubbock
Texas
(2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill
densities at least equivalent to the surrounding undisturbed material or ninety-five (95)
percent of the maximum dry density determined according to ASTM D 698.
(3) Use of vibratory equipment limited as specified in paragraph 2.1.
(4) Moisture content within two (2) percent of optimum determined according to ASTM D
698.
3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES
A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as
shown on the Drawings.
3.11 FIELD QUALITY CONTROL
A. Test for material source qualifications as defined in Section 02320 — Utility Backfill
Materials.
B. Provide excavation and trench safety systems at locations and to depths required for testing
and retesting during construction at no additional cost to the Owner.
C. Tests will be performed by the Contractor on a minimum of three (3) different samples of
each material type for plasticity characteristics, in accordance with ASTM D 4318, and for
gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional
classification tests will be performed whenever there is a noticeable change in material
gradation or plasticity.
D. At least three (3) tests for moisture -density relationships will be performed initially for
backfill materials in accordance with ASTM D 698. Additional moisture -density relationship
tests will be performed whenever there is a noticeable change in material gradation or
plasticity.
E. The Contractor shall perform in -place density tests of compacted pipe foundation,
embedment, and trench zone backfill soil materials will be performed according to ASTM D
1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions.
F. A minimum of one test for every 200 linear feet of compacted trench zone backfill material
for each compacted layer.
G. Density tests will be distributed around the placement areas. Placement areas are foundation,
bedding, haunching, initial backfill, and trench zone.
H. The number of tests will be increased if compacting effort is variable and not considered
sufficient to attain uniform density, as specified.
I. Density tests may be performed at various depths below the fill surface by pit excavation.
Material in previously placed lifts may therefore be subject to acceptance/rejection.
J. Two (2) verification tests will be performed adjacent to in -place tests showing density less
than the acceptance criteria. Placement will be rejected unless both verification tests show
acceptable results.
K. Recompacted placement will be retested at the same frequency as the first test series,
including verification tests.
L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not
meet specified compaction requirements. For hardened cement stabilized backfill with
nonconforming density, core and test for compressive strength at Contractor's expense.
Annex Water Lines - Spanish Bit Section 02317-97 September 2022
01 City of
Lubbock
Texas
M. Acceptability of crushed rock compaction will be determined by inspection.
3.12 DISPOSAL OF EXCESS MATERIAL
A. Dispose of excess materials in accordance with requirements of Section 01576 —Waste
Material Disposal.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02317-98 September 2022
01 City of
Lubbock
Texas
SECTION 02320: UTILITY BACKFILL MATERIALS
PART 1 GENERAL
1.1 SUMMARY
A. This Section of the specification covers materials related to the backfill of utilities.
B. Section Includes:
(1) "Concrete" sand (for use as pipe bedding).
(2) Native soil materials.
(3) Topsoil.
(4) Crushed stone.
(5) Cement stabilized backfill.
C. Related Sections:
(1) Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections apply to this
section.
(2) Section 01300 — Submittal Procedures
(3) Section 01400 — Quality Requirements
(4) Section 02317 — Excavation and Backfill for Utilities.
1.2 DEFINITIONS
A. Refer to Section 02317 —Excavation and Backfill for Utilities.
1.3 REFERENCES
A. ASTM C 33 — Specification for Concrete Aggregate.
B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete.
C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate.
D. ASTM C 131 — Test Method for Resistance to Degradation of Small -Size Coarse Aggregate
by Abrasion and Impact in the Los Angeles Machine.
E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates.
F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates.
G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-lb/ft3).
H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200
Sieve.
I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification
System).
J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual
Procedure).
K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the
Microwave Oven Method.
M. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing.
N. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils (Part 1).
Annex Water Lines - Spanish Bit 02320-99 September
2022
01 City of
Lubbock
Texas
O. TxDOT Tex- 106-E —Test Method —Methods of Calculating Plasticity Index of Soils.
P. TxDOT Tex- 110-E —Determination of Particle Size Analysis of Soils.
1.4 SUBMITTALS
A. Conform to Section 01300 —Submittal Procedures.
B. Submit a description of source, material classification and product description, production
method, and application of backfill materials.
C. Submit test results for samples of off -site backfill materials.
D. For each delivery of material, provide a delivery ticket which includes source location.
1.5 TESTS
A. Perform tests of sources for off -site backfill material.
B. Verification tests of backfill materials may be performed by the Owner, at the Owner's
expense; however, failing tests will be charged to the Contractor.
PART 2 PRODUCTS
2.1 MATERIAL DESCIRPTIONS
A. "Concrete" Sand
(1) Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both)
conforming to requirements of ASTM C 33.
(2) Gradation shall conform to ASTM C 136 and the following limits.
Sieve
Percent Passing
3/8"
100
No. 4
95 to 100
No. 8
80 to 100
No. 16
50 to 85
No. 30
25 to 60
No. 50
10 to 30
No. 100
2 to 10
B. Native Soil Material for Backfill
(1) Provide backfill material that is free of stones greater than six (6) inches, free of roots,
waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbons, or
other contamination.
C. Topsoil
(1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots,
waste, debris, trash, organic matter, unstable material, non -soil matter, hydrocarbons, or
other contamination.
(2) Surface should be made clear of rock and other debris before planting.
(3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set
aside to prevent mixing with other excavated material. Topsoil is only required in non -
paved areas.
Annex Water Lines - Spanish Bit 02320-100 September
2022
01 City of
Lubbock
Texas
D. Gravel Embedment
(1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable
material, and other non -gravel matter.
(2) Provide gravel embedment that meets the following gradation requirements:
Sieve
Percent Retained
3/8"
0
No. 4
5 to 15
No. 10
50 to 90
No. 40
90 to 100
(3) A minimum of four inches of gravel embedment will be placed under the pipe. This
material will be used for backfill to the top of the pipe. This material MUST be shovel
sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe.
E. Cement Stabilized Backfill
(1) Cement Content — 2 sack mix per cubic yard.
(2) Water/Cement Ratio — 0.60.
(3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for
backfilling pipe sizes forty-eight (48) inches and greater in diameter.
(4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less
than forty-eight (48) inches in diameter.
2.2 MATERIAL TESTING
A. Ensure that material selected, produced, and delivered to the project meets applicable
specifications and is of sufficiently uniform properties to allow practical construction and
quality control.
B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers,
for selection of material sources and products. Provide test results for a minimum of three (3)
samples for each source and material type. Tests samples of processed materials from current
production representing material to be delivered. Tests shall verify that the materials meet
specification requirements. Repeat qualification test procedures each time the source
characteristic changes or there is a planned change in source location or supplier.
Qualification tests shall include, as applicable:
(1) Gradation: Complete sieve analyses shall be reported regardless of the specified control
sieves. The range of sieves shall be from the largest particle through the No. 200 sieve.
(2) Plasticity of material passing the No. 40 sieve.
(3) Clay lumps.
(4) Lightweight pieces.
(5) Organic impurities.
C. Production Testing: Provide reports to the Engineer from an independent testing laboratory
that backfill materials to be placed in the Work meet applicable specification requirements.
D. Native material requires testing only when questionable material is encountered.
Annex Water Lines - Spanish Bit 02320-101 September
2022
01 City of
Lubbock
Texas
PART 3 EXECUTION
3.1 SOURCES
A. Use of material encountered in the trench excavations is acceptable, provided applicable
specification requirements are satisfied. If excavation material is not acceptable, provide
from other approved source. Top two (2) feet of excavated material shall be used as topsoil.
B. Identify off -site sources for backfill material at least fourteen (14) days ahead of intended use
so that the Engineer may obtain samples from verification testing.
C. Obtain approval for each material source by the Engineer before delivery is started. If
sources previously approved do not produce uniform and satisfactory products, furnish
materials from other approved sources. Materials may be subjected to inspection or
additional verification testing after delivery. Materials which do not meet the requirements of
the specifications will be rejected. Do not use material which, after approval, has become
unsuitable for use due to segregation, mixing with other materials, or by contamination.
Once a material is approved by the Engineer, expense for sampling and testing required to
change to a different material will be at the Contractor's expense with no additional cost to
the Owner.
3.2 MATERIAL HANDLING
A. Establish temporary stockpile locations as practical for material handling and control.
B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators
to ensure filling of voids, filling around and under haunches of pipe and filling of spaces
between corrugations. Vibration shall not be applied to the utility pipe itself.
3.3 FIELD QUALITY CONTROL
A. Quality Control
(1) The Engineer may sample and test backfill at:
i. Sources including borrow pits, production plants, and
Contractor's designated off -site stockpiles.
ii. On -site stockpiles.
iii. Materials placed in the Work.
(2) The Engineer may resample material at any stage of work or location if changes in
characteristics are apparent.
B. Production Verification Testing: The Owner's testing laboratory will provide verification
testing on backfill materials, as directed by the Engineer. Samples may be taken at the source
or at the production plant, as applicable. Contractor shall cooperate with the Owner and
Engineer in allowing access to materials.
END OF SECTION
Annex Water Lines - Spanish Bit 02320-102 September
2022
01 City of
Lubbock
Texas
E LEFT INTENTIONALLY BLANK
Annex Water Lines - Spanish Bit Section 02320-103 September
2022
01 City of
Lubbock
Texas
SECTION 02445: BORES AND ENCASEMENTS
PART1 GENERAL
1.1 WORK COVERED BY CONTRACT DOCUMENTS
A. The section covers utility bores and placing steel encasement in open cut trenches.
B. The encasement will be installed at the locations indicated on the attached plans.
C. The contractor will be responsible for providing all labor, materials, equipment and
incidentals necessary to accomplish the following:
(1) Construction of the bore and bore pits or trench cut.
(2) Installing the appropriate steel casing.
(3) Installing the water supply pipe in the steel casing using the pipe manufactures
recommended practices.
(4) Backfill all excavations.
(5) All traffic barricading and control.
(6) All trench safety requirements.
(7) Implementing a best management plan for the control of storm water runoff
1.2 CONTRACTOR USE OF SITE
A. Limit use of site to allow:
(1) Owner occupancy.
(2) Contractor.
B. Coordinate use of site under direction of Owner's Representative and TxDOT.
C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other
Contractors.
D. Move any stored products under Contractor's control, which interfere with operations of
(1) Owner.
(2) TxDOT right-of-way.
E. Assume full responsibility for the protection and safekeeping of products furnished under this
contract, stored on or off the site.
1.3 WORK SEQUENCE
A. Construct Work to accommodate Owner's occupancy requirements during the construction
period.
B. Sequence and schedule shall balance Owner's occupancy and the requirements of adjacent
utility work and construction schedules of other government agencies, however, Contractor's
coordination for construction schedule and operations shall be with the Engineer or the
Owner's Representative only.
1.4 SUBMITTALS
A. Provide written plan with methods and materials to be used in bore and casing process.
Annex Water Lines - Spanish Bit Section 02445-104 September
2022
01 City of
Lubbock
Texas
B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of
proposed locations within pipe casing.
1.5 STANDARDS
A. All work shall be accomplished in accordance with the following standards:
(1) AWWA C-206 "Field Welding of Steel Water Pipe"
(2) AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel
Water Pipelines"
(3) AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches"
(4) AASHTO Standard Specifications for Highway Bridges, 1993.
(5) ASTM A-36 "Carbon Structural Steel"
(6) ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products"
(7) ASTM A-135 `Electric —Resistance —Welded Steel Pipe"
(8) ASTM A-139 `Electric — Fusion (Arc) — Welded Steel Pipe" (NPS4 and over)
(9) ASTM A-153 "Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware"
(10) ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength"
(11) ASTM A-449 "Quenched and Tempered Steel Bolts and Studs"
(12) ASTM A-568/M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold -
Rolled for Commercial Quality"
(13) ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe"
(14) ASTM D-4254 "Test Methods for minimum Index Density of Soils and Calculations
of Relative Density"
B. Additional standards contained in the City of Lubbock Public Works Engineering Design
Standards and Specifications handbook also apply.
1.6 QUALITY ASSURANCE
A. Installer's Qualifications
(1) Installers shall be competent and experienced in boring work of equal scope.
(2) Installers shall provide proof of successful, related work experience with references.
B. Job Conditions
(1) Where work is in the right-of-way of any government or corporate jurisdiction, the
Owner will secure the appropriate permits or easements. The Contractor shall observe
regulations, instructions and limitations of each right-of-way owner. Coordination shall
be through Owner's representative.
(2) Excavated material shall be kept off of roads and railroad tracks at all times.
(3) No blasting is allowed at any time.
(4) The Contractor shall protect existing pipelines and utilities. The Contractor shall verify
location and elevation of all pipelines, power lines and communication cable in the
construction area prior to execution. Verification of existing pipe and cable utilities shall
be the sole responsibility of the Contractor.
1.7 OWNER OCCUPANCY
Annex Water Lines - Spanish Bit Section 02445-105 September
2022
01 City of
Lubbock
Texas
A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's
operation.
B. Schedule the Work to accommodate this requirement.
PART 2 PRODUCTS
2.1 STEEL CASING
A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casting shall meet ASTM
A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal.
B. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or
heavy rust. Used Casing may be used with the Owners Representative approval and
inspection. Casing joints shall be fillet welded according to ASTM C-206.
2.2 CASING SPACERS
A. Casings spacers shall be sized for 8" water line in a 16" steel casing to clear the bell and not
center the line vertically within the casing.
B. Approved casing spacers include:
(1) Advance Products
(2) BMW
(3) Cascade
(4) CCI Pipeline
(5) Culpico
(6) PSI
C. Other casing spacers may be used with approval from the Owner Representative or the
Engineer.
2.3 JOINT RETRAINT
A. Uncased pipe bores are permitted with Engineer's approval.
B. Approved joint restraint devices which prevent over -insertion:
(1) EBAA Mega -Stop (for push direction only)
(2) CertainTeed Certa-Lok
(3) Other over -insertion protection devices must be submitted prior to approval.
C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe
spacers.
D. All uncased bore methods require Contractor to submit joint restraint manufacturer's
literature for Engineer's approval.
PART 3 EXECUTION
K C e"L0
A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified
or instructed.
Annex Water Lines - Spanish Bit Section 02445-106 September
2022
01 City of
Lubbock
Texas
B. Water used for lubrication of cuttings in conjunction with boring operations shall be
permitted. Jetting shall be prohibited.
C. All bores under existing paving will be subject to the following precautions:
(1) Auger Boring — Auger boring shall use a pilot hole to set precise, clear auger path.
(2) Wet (Slick) Boring — Under highway and arterial street pavement, the use of wet boring
techniques shall be subject to the approval of the Engineer on a case -by -case basis.
(3) Impact Moling — Impact moling shall be used only for bore sizes 3" in diam. and smaller.
Impact moling may be used for drilling pilot holes.
(4) Pipe Jacking or Ramming — Continue jacking process to completion once it has begun to
prevent the pipe from becoming firmly set in the embankment.
(5) Microtunneling — Remote tunneling trenchers are allowed within the constraints and
operational limitations set by manufacturer.
D. The following precautions shall be observed in special circumstances:
(1) Boring under Milwaukee Avenue:
(a) Presence of existing sewer main requires that the Milwaukee Avenue bore be cased.
(b) Boring pit shall be placed on the west side of Milwaukee Avenue and proceed to the
east under the road.
(c) No boring method shall be chosen which will potentially disrupt or endanger existing
adjacent underground utilities.
(d) Contractor is responsible for damage to existing pipe, cable and other utilities
affected during construction.
(e) Boring operations shall provide safe setbacks from the roadway to ensure continuous
service during construction.
(2) Boring under Parks roadways:
(a) Method of boring and casing for Parks area is at the discretion of the Contractor.
(b) Uncased bores are permitted in this portion of the construction.
(c) Contractor must accommodate Parks activity as coordinated with Owner
Representative. Operational methods and staging may be limited by Parks activity.
E. Contractor shall be fully responsible to insure the boring methods used are safe and adequate
for workers, installed pipe, property, the public, adjacent utilities and other site conditions.
F. The bore must be at or near level. A tolerance of 1/2 % grade either positive or negative will
be allowed.
G. Contractor is responsible for removing all excavated material.
H. Contractor shall be responsible for trench safety and all traffic control requirements.
I. After installing the water pipe in the encasement the ends of the encasement must be sealed to
prevent soil creep into the pipe.
3.2 PIPE INSTALLATION
A. Contractor shall use approved joint restraint devices for pipe within casing.
B. Contractor shall use approved spacers as specified to install pipe in casing.
Annex Water Lines - Spanish Bit Section 02445-107 September
2022
01 City of
Lubbock
Texas
3.3 OPEN TRENCH ENCASEMENT
A. The water distribution pipe shall be installed in the same manner as the encased bores. The
cost of installing the carrier pipe will include any appurtenances needed to protect the pipe as
per manufacture recommendation.
B. The ends of the encasement shall be sealed after the carrier pipe is installed.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02445-108 September
2022
01 City of
Lubbock
Texas
SECTION 02540: REDUCED PRESSURE ZONE DEVICES FOR WATER
DISTRIBUTION
PARTI. GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 — General Requirements apply to Work in this Section.
1.2 SCOPE OF WORK
A. This Section includes backflow prevention by Reduced Pressure Zone (RPZ)
devices on water -distribution piping and related components outside of a building.
B. The Contractor shall provide RPZ devices as specified herein along with all
installation, testing, cleanup and safety work required.
1.3 REFERENCED DOCUMENTS
A. 40 CFR 141
B. 30 TAC 216,290 & 291
C. AWWA C511-89
D. Most recent version of the City of Lubbock Design Standards
1.4 DEFINITIONS & ABREVIATIONS
A. ASME: American Society of Mechanical Engineers
B. ASSE: American Society of Sanitary Engineering
C. AWWA: American Water Works Association
D. FM: Factory Mutual
E. IAPMO: International Association of Plumbing and Mechanical Officials
F. PVC: Polyvinyl Chloride (plastic pipe)
G. OS&Y: Outside Screw & Yoke (valve)
H. RPZ: Reduced Pressure Zone (device)
I. UL: Underwriter Laboratories
1.5 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: Detail precast concrete vault assemblies and indicate
dimensions, method of field assembly, and components.
C. Coordination Drawings: For piping and specialties including relation to other
services in same area, drawn to scale. Show piping and specialty sizes and
valves, meter and specialty locations, and elevations.
D. Field quality -control test reports.
E. Operation and Maintenance Data: For water valves and specialties to include in
emergency, operation, and maintenance manuals.
Annex Water Lines - Spanish Bit Section 02510-109 September
2022
01 City of
Lubbock
Texas
1.6 QUALITY ASSURANCE
A. Regulatory Requirements:
(1) Comply with rules, regulations, codes and standards listed in 1.2
"Applicable Codes & Regulations."
B. Construction Requirements:
(1) Comply with the most recent release of the City of Lubbock Design
Standards.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Preparation for Transport: Prepare valves according to the following:
(1) Ensure that valves are dry and internally protected against rust and corrosion.
(2) Protect valves against damage to threaded ends and flange faces.
(3) Set valves in best position for handling. Set valves closed to prevent rattling.
B. During Storage: Use precautions for valves according to the following:
(1) Do not remove end protectors unless necessary for inspection; reinstall for
storage.
(2) Protect from weather; store indoors and maintain temperature higher than
ambient dew -point temperature.
(3) Support off the ground or pavement in watertight enclosures when outdoor
storage is necessary.
C. Handling:
(1) Use sling to handle valves if size requires handling by crane or lift.
(2) Rig valves to avoid damage to exposed parts.
(3) Do not use hand wheels or stems as lifting or rigging points.
D. Deliver piping with factory -applied end caps. Maintain end caps through shipping,
storage, and handling to prevent pipe -end damage and to prevent entrance of dirt, debris,
and moisture.
E. Protect stored piping from moisture and dirt. Elevate above grade. Do not exceed
structural capacity of floor when storing inside.
F. Protect flanges, fittings, and specialties from moisture and dirt.
G. Store plastic piping protected from direct sunlight. Support to prevent sagging and
bending.
1.8 PROJECT CONDITIONS
A. Interruption of Existing Water -Distribution Service: Do not interrupt service to
facilities occupied by Owner or others unless permitted under the following conditions
and then only after arranging to provide temporary water -distribution service according
to requirements indicated:
(1) Notify the Engineer no fewer than 2 (two) days in advance of proposed
interruption of service.
Annex Water Lines - Spanish Bit Section 02510-110 September
2022
01 City of
Lubbock
Texas
(2) Do not proceed with interruption of water -distribution service without
Owner's written permission.
PART 2 PRODUCTS
2.1 BACKFLOW PREVENTION DEVICES
A. Applicable Standards of Compliance:
(1) All acceptable RPZs shall be listed or meet the requirements for approval by the
following agencies:
(a) ASSE 1013
(b) AWWA C511
(c) IAPMO
(d) FM 1221 (must include shut-off valves)
(e) UL 1469 (must include shut-off valves)
(2) All acceptable RPZs shall meet the Lead Plumbing Law's 0% lead content and be
ASTM 90500 compliant and ANSI 3rd party certified.
B. Reduced -Pressure -Principle Backflow Preventers:
(1) The function and construction of RPZ device shall be as follows:
(a) Body of RPZ shall be constructed of Ductile Iron.
(b) Two (2) Check Valves shall be mechanically independent, stainless steel
spring -loaded. Check valve clips and rings shall also be stainless steel.
(c) Pressure Relief Valve shall be hydraulically dependent differential pressure
relief valve with the sensing passage set in an integral cast ductile iron body, with
a single access cover.
(e) Include no less than four (4) vertical test cocks and two (2) shut-off valves
(1) Operation: Continuous -pressure applications.
(2)Pressure Loss: 12 psig maximum pressure drop, through middle 1/3 of
flow range.
(3) Design Flow Rate: 300 gpm
(4) Body: Ductile iron
(5) End Connections: Flanged
(6) Configuration: narrow profile (Febco "N-Pattern" or similar)
C. Approved Device Manufacturers:
(1) Ames
(2) Febco
(3) Watts
(4) Wilkins
2.2 PROTECTIVE ENCLOSURES
Annex Water Lines - Spanish Bit Section 02510-111 September
2022
01 City of
Lubbock
Texas
A. Freeze -Protection Enclosures:
(1) Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
(a) EZ Box Model HEz
(b) Hot Box
(c) Safe-T-Cover
(2) Description: Insulated enclosure designed to protect aboveground water
piping, equipment, or specialties from freezing and damage, with heat source to
maintain minimum internal temperature of 40 degrees F when external
temperatures reach as low as negative 34 degrees F.
(a) Standard: ASSE 1060.
(b) Class I: For equipment or devices other than pressure or atmospheric
vacuum breakers.
(c) Class I-V: For pressure or atmospheric vacuum breaker equipment or
devices. Include drain opening in housing.
(i) Housing: Reinforced polyester or aluminum construction.
(1) Size: Of dimensions as indicated on drawings, but not less than
those required for access and service of protected unit.
(2) Drain opening for units with drain connection.
(3) Access doors with locking devices.
(4) Insulation inside housing.
(5) Anchoring devices for attaching housing to concrete base.
(ii) Electric heating cable or heater with self-limiting temperature
control.
B. Enclosure Bases:
(1) Description: 4-inch minimum thickness precast concrete, of dimensions
required to extend at least 6 inches beyond edges of enclosure housings. Include
openings for piping from below with opening sealed to prevent infiltration below
base.
PART 3 EXECUTION
3.1 EARTHWORK
A. Refer to Sections 02240, 02260, 02317 and 02320 for all excavating, trenching,
and backfilling.
3.2 VALVE APPLICATIONS
A. General Application: Use mechanical -joint -end valves for larger underground
installation. Use threaded- or flanged -end valves for installation in vaults. Use
UL/FMG, non -rising stem gate valves for installation with indicator posts. Use
Annex Water Lines - Spanish Bit Section 02510-112 September
2022
01 City of
Lubbock
Texas
corporation valves and curb valves with ends compatible with piping, for smaller
installation.
B. Drawings indicate valve types to be used. Where specific valve types are not
indicated, the following requirements apply:
(1) Use the following for valves above ground:
(a) Smaller Gate Valves: Bronze, rising or non -rising stems allowed
unless otherwise indicated on drawings.
(b) Larger Gate Valves: AWWA, ductile iron, OS&Y rising stem, metal
seated
(2) Pressure -Reducing Valves: Use for water -service piping aboveground to
control water pressure.
(3) Relief Valves: Use for water -service piping above ground.
(a) Air -Release Valves: To release accumulated air.
(b) Air/Vacuum Valves: To release or admit large volume of air during
filling of piping.
(c) Combination Air Valves: To release or admit air.
(4) Detector Check Valves: Use for water -service piping above ground to detect
unauthorized use of water.
3.3 PIPING SYSTEMS - COMMON REQUIREMENTS
A. See Section 02665 "Water Works Piping" for basic piping construction.
3.4 PIPING INSTALLATION
B. Water -Main Connection by Tapping: Tap water main according to requirements of
water utility company and of size and in location indicated.
(1) Make larger connections with tapping machine according to the following:
(a) Install tapping sleeve and tapping valve according to MSS SP-60.
(b) Install tapping sleeve on pipe to be tapped. Position flanged outlet for
gate valve.
(c) Use tapping machine compatible with valve and tapping sleeve; cut
hole in main. Remove tapping machine and connect water -service piping.
(2) Install gate valve onto tapping sleeve. Comply with MSS SP-60. Install valve
with stem pointing up and with valve box.
(3) Make smaller connections with drilling machine according to the following:
(a) Install service -saddle assemblies and corporation valves in size, quantity, and
arrangement required by utility company standards.
(b) Install service -saddle assemblies on water -service pipe to be tapped. Position
outlets for corporation valves.
(c) Use drilling machine compatible with service -saddle assemblies and
corporation valves. Drill hole in main. Remove drilling machine and connect
water -service piping.
(i) Install corporation valves into service -saddle assemblies.
Annex Water Lines - Spanish Bit Section 02510-113 September
2022
01 City of
Lubbock
Texas
(ii) Install manifold for multiple taps in water main.
(iii) Install curb valve in water -service piping with head pointing up and
with service box.
(4) Install PVC, AWWA pipe according to ASTM F 645 and AWWA M23.
(5) Bury piping with minimum depth of cover over top of pipe at least 48 inches and
according to the following:
(a) Install underground piping with restrained joints at horizontal and vertical
changes in direction.
(b) Use restrained joint piping, thrust blocks, anchors, tie -rods and clamps, and
other supports.
3.5 JOINT CONSTRUCTION
A. See Section 02665 "Water Works Piping" for basic piping joint construction.
B. Make pipe joints according to the following:
(1) Ductile -Iron Piping, Gasketed Joints for Water -Service Piping: AWWA C600
and AWWA M41.
(2) Ductile -Iron Piping, Gasketed Joints for Fire -Service -Main Piping: UL 194.
(3) Ductile -Iron Piping, Grooved Joints: Cut -groove pipe. Assemble joints with
grooved -end, ductile -iron -piping couplings, gaskets, lubricant, and bolts
according to coupling manufacturer's written instructions.
(4) PVC Piping Gasketed Joints: Use joining materials according to
AWWA C900. Construct joints with elastomeric seals and lubricant according to
ASTM D 2774 or ASTM D 3139 and pipe manufacturer's written instructions.
(5) Install dielectric fittings in piping at connections of dissimilar metal piping
and tubing.
3.6 ANCHORAGE INSTALLATION
A. Anchorage, General: Install water -distribution piping with restrained joints.
Anchorages and restrained joint types that may be used include the following:
(1) Concrete thrust blocks.
(2) Locking mechanical joints.
(3) Set -screw mechanical retainer glands.
(4) Bolted flanged joints.
(5) Heat -fused joints.
(6) Pipe clamps and tie rods.
B. Install anchorages for tees, plugs and caps, bends, crosses, valves, and hydrant
branches. Include anchorages for the following piping systems:
(1) Gasketed-Joint, Ductile -Iron, Water -Service Piping: According to
AWWA C600.
(2) Gasketed-Joint, PVC Water -Service Piping: According to AWWA M23.
(3) Bonded -Joint Fiberglass, Water -Service Piping: According to AWWA M45.
C. Apply full coat of asphalt or other acceptable corrosion -resistant material to
surfaces of installed ferrous anchorage devices.
3.7 VALVE INSTALLATION
Annex Water Lines - Spanish Bit Section 02510-114 September
2022
01 City of
Lubbock
Texas
A. AWWA Gate Valves: Comply with AWWA C600 and AWWA M44.
B. AWWA Valves Other Than Gate Valves: Comply with AWWA C600 and
AWWA M44.
(1) Pressure -Reducing Valves: Install aboveground between shutoff valves.
(2) Relief Valves: Comply with AWWA C512. Install aboveground with shutoff
valve on inlet.
3.8 DETECTOR -CHECK VALVE INSTALLATION
A. Install aboveground.
B.Install for proper direction of flow. Install bypass with water meter, gate valves on
each side of meter, and check valve downstream from meter.
C. Support detector check valves, meters, shutoff valves, and piping on brick or
concrete piers.
3.9 VACUUM BREAKER ASSEMBLY INSTALLATION
A. Install pressure vacuum breaker assemblies of type, size, and capacity indicated.
Include valves and test cocks. Install according to requirements of plumbing and
health department and authorities having jurisdiction.
B. Do not install pressure vacuum breaker assemblies in vault or other space subject
to flooding.
3.10 BACKFLOW PREVENTER INSTALLATION
A. Install backflow preventers of type, size, and capacity indicated. Include
valves and test cocks. Install according to requirements of plumbing and health
department and authorities having jurisdiction.
B. Do not install backflow preventers that have relief drain in vault or in other
spaces subject to flooding.
C. Do not install bypass piping around backflow preventers.
D. Support larger backflow preventers, valves, and piping with masonry piers or
manufacturer prescribed supports.
3.11 PROTECTIVE ENCLOSURE INSTALLATION
A. Install concrete base level and with top approximately 2 inches above grade.
Install protective enclosure over valves and equipment.
B. Anchor protective enclosure to concrete base.
3.12 CONNECTIONS
A. Connect water -distribution piping to existing water main as indicated on
drawings.
B. Ground equipment according to City standards.
3.13 FIELD QUALITY CONTROL
A. Piping Tests: Conduct piping tests before joints are covered and after concrete
thrust blocks have hardened sufficiently. Fill pipeline 24 hours before testing and
apply test pressure to stabilize system. Use only potable water.
B. Hydrostatic Tests: Test at not less than one -and -one-half times working
pressure for two hours.
C. Prepare reports of testing activities.
Annex Water Lines - Spanish Bit Section 02510-115 September
2022
01 City of
Lubbock
Texas
3.14 IDENTIFICATION
A. Install continuous underground detectable warning tape during backfilling of
trench for underground water -distribution piping.
B. Locate below finished grade, directly over piping. Underground warning tapes
are specified in Section 02300 "Earthwork."
3.15 CLEANING
A. Clean and disinfect water -distribution piping as follows:
(1) Purge new water -distribution piping systems and parts of existing systems
that have been altered, extended, or repaired before use.
(2) Use purging and disinfecting procedure prescribed by City of Lubbock
Design Standards.
(3) Flush piping system with clean, potable water until dirty water does not
appear at points of outlet.
(4) Use purging and disinfecting procedure prescribed by City of Lubbock
Design Standards and AWWA C651 as follows:
(a) Fill system or part of system with water/chlorine solution containing at
least 50 ppm of chlorine; isolate and allow to stand for 24 hours.
(b) Drain system or part of system of previous solution and refill with
water/chlorine solution containing at least 200 ppm of chlorine; isolate and
allow to stand for 3 hours.
(c) After standing time, flush system with clean, potable water until no
chlorine remains in water coming from system.
(d) Submit water samples in sterile bottles to Engineer or City
Representative in accordance with Section 01410 "Testing Laboratory
Services." Repeat procedure if biological examination shows evidence of
contamination.
B. Reports:
(1) Prepare reports of purging and disinfecting activities.
(2) If adjacent water lines are newly installed provide disinfection, testing and
reports in conjunction with purification and pre -service work required for new
water lines.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02510-116 September
2022
01 City of
Lubbock
Texas
SECTION 02511: TIED CONCRETE BLOCK EROSION CONTROL MATS
Part 1 GENERAL
A. SUMMARY
a. This section of the specifications covers FLEXAMAT or approved equivalent vegetated
tied concrete block mat utilized for stabilizing slopes, channels, low water crossings,
inlet/outlet protection, and shorelines.
b. REFERENCES
c. DELIVERY, STORAGE, AND HANDLING
d. EXAMINATIONS
e. PRODUCTS
f. TESTING
g. EXAMINATION
h. EQUIPMENT
i. FOUNDATION
B. REFERENCES
a. ASTM C 150 — Standard Specification for Portland Cement
b. ASTM C 33 — Standard Specifications for Concrete Aggregate
c. ASTM D 6460 — Standard Test Method for Determination of Rolled Erosion Control
Product (RECP) Performance in Protecting Earthen Channels from Storm water -Induced
Erosion
i. Where reference is made to one of the above standards, the latest revision shall
apply.
C. SUBMITTALS
a. Submit all manufacturers' data for product.
b. Submit affidavits of compliance with appropriate standards.
c. Submit product warranties.
d. Submit manufacturer's installation instructions.
e. Submit manufacturer's loading, unloading, and storage requirements.
D. DELIVERY, STORAGE, AND HANDLING
a. Deliver number of units needed in a timely manner to the project site to ensure
installation continuity.
b. Store and handle the units at the project site in such a manner so that it is easily
accessible and is not intruding pedestrian activity.
c. Provide instructions, and directions, as required, for installation.
E. PRODUCTS
a. TIED CONCRETE BLOCK EROSION CONTROL MAT
i. Product shall be manufactured by FLEXAMAT or approved equivalent.
ii. Product shall consists of concrete blocks (6.5 inch x 6.5 inch with a 2.25 inch
profile) locked together and embedded into a high strength Geogrid. There shall
be 1.5 inch spacing between the blocks to allow for vegetation growth.
Annex Water Lines - Spanish Bit Section 02511-117 September
2022
01 City of
Lubbock
Texas
b. CONCRETE BLOCKS
i. Furnish blocks manufactured with concrete conforming to the cement
requirements of ASTM C 150 and to the aggregate requirements of ASTM C 33.
ii. Blocks must maintain a minimum compressive strength of 5,000 psi at 28 days.
iii. Spacing between blocks must be a maximum of 2 inches apart and have a weight
no less than 3 lbs/block.
c. POLYPROPYLENE BI-AXIAL GEOGRID
i. Geogrid must be composed of acrylic based coating to withstand degradation of
environments with exposure of high and low pH ranges.
ii. 2% Carbon Black must utilized to stabilize UV radiation and prevent
deterioration.
iii. Ultimate Tensile Strength of the Geogrid must be no less than 2055 plf.
d. UNDERLAYMENT
i. Backing material shall be packaged within the roll of the Tied Concrete Mats.
ii. Underlayment shall consist of 5-Pick Netting, Curlex II Erosion Control Blanket
(ECB), and Recyclex TRM non -degradable Turf Reinforcement Mat (TRM).
F. TESTING
a. Full scale laboratory testing shall be performed by a testing facility on all noted materials
according to ASTM standards.
b. Any material listed above can be changed to an alternative equivalent if results of
properties can be verified, reviewed and sustained for system integrity for a minimum of
a 5-year life.
G. EXAMINATION
i. Mats must be verified for any discrepancies or damages that may hinder
performance or durability.
H. Product is subject to any testing that may be deemed necessary by inspector.
I. EQUIPMENT
a. Proper equipment to place material will need to be provided that will not damage the mat
or disturb the top soil subgrade.
FOUNDATION
a. All subgrade surfaces are to be smooth and free of debris of any sort that could protrude
or cause the mat to be raised more than 3/4 inch off surface.
b. Subgrade shall be prepared in a parabolic shape or trapezoidal shape to ensure proper
flow.
c. When vegetation is required, seed must be distributed on the prepared topsoil before
installation.
d. The manufacturer or authorized representative will provide technical assistance during
slope preparation and installation of the concrete block mats as needed.
e. Anchor or fasteners shall be used if deemed necessary by manufacturer or engineer for
certain site conditions.
Annex Water Lines - Spanish Bit Section 02511-118 September
2022
01 City of
Lubbock
Texas
f. For seams parallel to flow line in channel applications, center a minimum 3 foot wide
strip of soil retention blanket under the seam. Fasten along the seam, at a 5 foot
maximum spacing. Parallel seams in the center of the channel applications shall be
avoided when possible.
g. Shingle seams perpendicular to the flow line with downstream recessed a minimum
blocks under the upstream mat and fastened together along the seam at a 2 foot maximum
spacing if required by manufacturer or engineer
h. Mat shall be measured by the square foot as shown on the plans, complete in place
END OF SECTION
Annex Water Lines - Spanish Bit Section 02511-119 September
2022
01 City of
Lubbock
Texas
SECTION 02530: SANITARY SEWER PIPE
PART1 GENERAL
1.1 SUMMARY
A. This section of the specifications covers sanitary sewer pipe that are to be installed at storm
sewer line crossing, as shown on drawings through the open cut method. The term sanitary
sewer pipe as used herein shall include all piping, fittings, and accessories as shown on the
plans and/or as specified herein.
B. Section Includes:
(1) Definitions
(2) Submittals
(3) Delivery, Storage, and Handling
(4) Project Conditions
(5) Manufacturers
(6) Piping Materials
(7) Non -pressure Type Pipe Couplings
(8) Manholes
(9) Concrete
(10) Earthwork
(11) Piping Installation
(12) Sewer Line Crossing Water Line
(13) Pipe Joint Construction
(14) Manhole Installation
(15) Concrete Placement
(16) Closing Abandoned Sanitary Sewer Systems
(17) Identification
(18) Field Quality Control
(19) Cleaning
1.2 DEFINITIONS
A. PVC — Polyvinyl chloride plastic.
1.3 SUBMITTALS
A. Submittals, in accordance with Section 01300 —Submittals, are required from the Contractor
for the following materials and products:
(1) Sanitary sewer pipe and fittings, ASTM D 3034 and ASTM F 679.
(2) Laboratory analysis of rock embedment including sieve analysis.
(3) Trench safety system.
(4) Membrane curing compound.
(5) Manhole Vacuum Test or Leakage Test Procedure or Method.
Annex Water Lines - Spanish Bit Section 02530-120 September
2022
01 City of
Lubbock
Texas
(6) Submittals shall be reviewed and approved by the Engineer prior to the incorporation of
any materials and products into the project.
1.4 DELIVERY, STORAGE, AND HANDLING
A. Protect pipe, pipe fittings, and seals from dirt and damage.
1.5 PROJECT CONDITIONS
A. Do not interrupt service to facilities occupied by the Owner or others unless permitted under
the following conditions and then only after arranging to provide temporary service according
to requirements indicated:
(1) Notify the Engineer no fewer than five (5) days in advance of proposed interruption of
service.
(2) Do not proceed with interruption of service without the Engineer's written permission.
B. The Contractor shall prepare a proposal to maintain sewer flow during construction of the
new line.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. In other Part 2 articles where titles below introduce lists, the following requirements apply to
product selection:
B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to,
manufacturers specified.
C. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers specified.
2.2 PIPE MATERIALS
A. Acceptable materials
(1) PVC Sewer Pipe (Type PSM, SDR 35 or SDR 26)
(2) Components shall conform to ASTM D 1784
(3) Materials shall conform to ASTM D 3034
(4) Must meet dimensional, chemical, and physical requirements outlined in ASTM D 3034
and F 679.
(5) Shall be installed according to ASTM D 2321.
B. Each joint of pipe shall be marked with the following information:
(1) Manufacturer's name.
(2) Nominal pipe size.
(3) PVC cell classification.
(4) SDR.
Annex Water Lines - Spanish Bit Section 02530-121 September
2022
01 City of
Lubbock
Texas
(5) ASTM D 3034 or F 679.
2.3 NON -PRESSURE TYPE PIPE COUPLINGS
A. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition coupling, for
joining underground non -pressure piping. Include ends of same sizes as piping to be joined
and corrosion -resistant -metal tension band and tightening mechanism on each end.
B. Sleeve Materials:
(1) For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC.
(2) For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe
materials being joined.
2.4 MANHOLES
A. Standard Pre -cast Concrete Manholes: ASTM C 478, pre -cast, reinforced concrete, of depth
indicated, as specified in Section 02082 — Pre -cast Concrete Manholes, with provision for
sealant joints.
B. Diameter — forty-eight (48) inches, unless otherwise indicated.
C. Base Section — six (6) inch minimum thickness for floor slab and four (4) inch minimum
thickness for walls and base riser section, and having separate base slab or base section with
integral floor.
D. Rise Sections — four (4) inch minimum thickness, and of length to provide depth indicated.
E. Top Section — Eccentric or Concentric cone top as indicated on the Drawings.
F. Joint Sealant — ASTM C 990, bitumen or butyl rubber.
G. Resilient Pipe Connectors — ASTM C 923, cast or fitted into manhole walls, for each pipe
connection.
H. Steps — Omit steps in sanitary sewer manholes.
I. Grade Rings — Reinforced concrete rings, 6 to 9 inch total thickness, to match diameter of
manhole frame and cover.
J. Protective Coating — Refer to Section 02082 — Pre -Cast Concrete Manholes.
K. Manhole Frames and Covers — Ferrous, Refer to Section 02084 — Frames, Grates, Rings, and
Covers.
L. Manhole Cover Insert/Inflow Prevention Device: Manufactured, plastic form, of size to fit
between manhole frame and cover and designed to prevent stormwater inflow. Include
handle for removal and gasket for gastight sealing.
(1) Manufacturers:
(a) FRW Industries: a Syneco Systems, Inc. Company
(b) Knutson Enterprises
(c) L.F. Manufacturing, Inc.
(d) Parson Environmental Products, Inc.
(2) Type: With drainage and vent holes.
Annex Water Lines - Spanish Bit Section 02530-122 September
2022
01 City of
Lubbock
Texas
2.5 CONCRETE
A. General: Cast -in -place concrete according to Section 03300, ACI 318, ACI 350R, and the
following:
(1) Cement: ASTM C 150, Type II.
(2) Fine Aggregate: ASTM C 33, sand.
(3) Coarse Aggregate: ASTM C 33, crushed gravel.
(4) Water: Potable.
(5) Portland Cement Design Mix: 4000 psi minimum, with 0.45 maximum
water/cementitious materials ratio.
(6) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain.
(7) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel.
B. Manhole Channels and Benches: Factory or field formed from concrete. Portland cement
design mix, 4000 psi minimum, with 0.45 water/cementitious materials ratio. Include
channels and benches in manholes.
C. Channels: Concrete invert, formed to same width as connected piping, with height of vertical
sides to three -fourths of pipe diameter. Form curved channels with smooth, uniform radius
and slope.
D. Invert Slope: two (2) percent through manhole
E. Benches: Concrete, sloped to drain into channel.
F. Slope: four (4) percent
G. Ballast and Pipe Supports:
(1) Portland cement design mix, 3000 psi minimum, with 0.58 maximum
water/cementitious materials ratio.
(2) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain.
(3) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel.
2.6 MISCELLANEOUS MATERIALS
A. Paint: SSPC — Paint 16.
B. PE Sheeting: ASTM D 4397, with at least eight (8) mil thickness or other equivalent,
imperious material.
PART 3 EXECUTION
[cam=11_\:71tl0►�ffe "
A. Excavating, trenching, and backtilling are specified in Division 2 Section 02317 — Excavation
and Backfill for Utilities.
3.2 PIPE INSTALLATION
A. General Locations and Arrangements:
Annex Water Lines - Spanish Bit Section 02530-123 September
2022
01 City of
Lubbock
Texas
(1) Drawing plans and details indicate general location and arrangement of storm sewer line
and sanitary sewer pipe crossing.
(2) Location and arrangement of piping layout take design considerations into account.
(3) Install piping as indicated, to extent practical. Excavate trench only as necessary to
install the pipe.
(4) Where specific installation is not indicated, follow piping manufacturer's written
instructions.
(5) Install piping beginning at low point, true to grades and alignment indicated with
unbroken continuity of invert.
(6) Place bell ends of piping facing upstream.
(7) Install gaskets, seals, sleeves, and couplings according to manufacturer's written
instructions for using lubricants, cements, and other installation requirements.
B. Tunneling or Boring: In areas that cannot be disturbed by open trench installation, or if the
Contractor elects, approved pipe may be installed by tunneling or boring.
C. Clear interior of piping and manholes of dirt and superfluous material as work progresses.
Maintain swab or drag in piping, and pull past each joint as it is completed.
D. Sanitary sewer line crossing replacement shall be done and completed in one day. If sanitary
sewer line crossing cannot be done in one day Contractor to provide bypass pumping at
Contractor's cost.
E. Connections between new work and existing pipe shall be made using fittings suitable for the
conditions encountered. Each connection to existing pipe shall be made at a time under
conditions which will least interfere with service to customers, as authorized by Engineer.
Facilities shall be provided for proper dewatering and for disposal of all water removed from
the dewatered lines and excavation without damage to adjacent property.
3.3 SEWER LINE CROSSING WATER LINE
A. Where a new sewer line crosses a waterline, the wastewater line shall be embedded in
cement -stabilized sand for the total length of one (1) pipe segment plus twelve (12) inches
beyond the joint on each end as shown on the drawings.
3.4 PIPE JOINT CONSTRUCTION
A. Join gravity -flow, non -pressure, drainage piping according to the following:
(1) Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric-
seal joints or ASTM D 3034 for elastomeric-gasket joints.
3.5 MANHOLE INSTALLATION
A. Install manholes complete with appurtenances and accessories indicated.
B. Install pre -cast concrete manhole sections with sealants according to ASTM C 891.
C. Install PE sheeting on earth where cast -in -place concrete manholes are to be built.
D. Form continuous concrete channels and benches between inlets and outlet.
Annex Water Lines - Spanish Bit Section 02530-124 September
2022
01 City of
Lubbock
Texas
E. Set tops of frames and covers flush with finished surface of manholes that occur in
pavements. Set tops three (3) inches above finished surface elsewhere, unless otherwise
indicated.
F. Install manhole cover inserts in frame and immediately below cover.
3.6 CONCRETE PLACEMENT
A. Place cast -in -place concrete according to Section 03300 — Cast -in -Place Concrete.
3.7 IDENTIFICATION
A. Materials and their installation are specified in Division 2 Section — Earthwork.
B. Arrange for installation of green warning tapes directly over piping and at outside edges of
underground manholes.
C. Use detectable warning tape over nonferrous piping and over edges of underground
manholes.
3.8 FIELD QUALITY CONTROL
A. Inspect interior of piping to determine whether line displacement or other damage has
occurred.
B. Inspect after approximately 24 inches of backfill is in place, and again at completion of
Proj ect.
C. Submit separate report for each system inspection.
D. Defects requiring correction include the following:
(1) Alignment: Less than full diameter of inside of pipe is visible between structures.
(2) Deflection: Pipe deflection exceeding 5% shall be replaced by the Contractor.
(3) Crushed, broken, cracked, or otherwise damaged piping.
(4) Infiltration: Water leakage into pipe.
(5) Exfiltration: Water leakage from or around piping.
E. Replace defective piping using new materials, and repeat inspections until defects are within
allowances specified.
F. Re -inspect and repeat procedure until results are satisfactory.
G. Test new piping systems and manholes in accordance with Section 02533 — Acceptance
Testing for Sewers.
H. Do not enclose, cover, or put into service before inspection and approval.
I. Test completed piping systems according to requirements of authorities having jurisdiction.
J. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours
advance notice.
K. Submit separate report for each test.
L. Manholes: Perform hydraulic test according to ASTM C 969.
M. Leaks and loss in test pressure constitute defects that must be repaired.
Annex Water Lines - Spanish Bit Section 02530-125 September
2022
01 City of
Lubbock
Texas
N. Replace leaking piping using new materials, and repeat testing until leakage is within
allowances specified.
3.9 CLEANING
A. Clean interior of piping of dirt and superfluous material.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02530-126 September
2022
01 City of
Lubbock
Texas
SECTION 02533: ACCEPTANCE TESTING FOR STORM SEWERS
PART1 GENERAL
1.1 SUMMARY
A. This section includes acceptance testing requirements for storm sewers.
B. Section Includes:
(1) References
(2) Performance Requirements
(3) Submittals
(4) Gravity Sewer Quality Assurance
(5) Sequencing and Scheduling
(6) Deflection Mandrel
(7) Exfiltration Test
(8) Infiltration Test
(9) Low Pressure Test
(10) Ground Water Determination
(11) Preparation
(12) Leakage Testing of Gravity Storm Sewers
(13) Test Criteria
C. Related Sections:
(1) Section 01300 —Submittal Requirements
(2) Section 01700 —Contract Closeout
D. Related Documents:
(1) Drawings and general provisions of the Contract, including General Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 REFERENCES
A. ASTM C 924 - Standard Practice for Testing Concrete Pipe Sewer Lines by Low -Pressure
Air Test Method.
B. ASTM C 1103 — Standard Practice for Joint Acceptance Testing of Installed Precast Concrete
Pipe Sewer Lines.
C. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air
Pressure (Vacuum) Test.
D. ASTM F 1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer
Lines Using Low Pressure Air.
1.3 PERFORMANCE REQUIREMENTS
A. Leakage testing for pipe sewer and manhole is required. All flexible wall and semi-
rigid wall pipe shall be mandrel tested regardless of location.
Annex Water Lines - Spanish Bit Section 02533-127 September
2022
01 City of
Lubbock
Texas
B. Flexible pipe, including "semi -rigid" pipe, is required to show no more than 5
percent deflection of the original pipe diameter. Test pipe no sooner than 30 days after
backfilling of a line segment but prior to final acceptance using a standard mandrel to verify
that installed pipe is within specified deflection tolerances. Alternate method in lieu of a
mandrel may be used with Engineer's approval.
C. Maximum allowable leakage for Infiltration or Exflltration.
1. The total enfiltration, as determined by a hydrostatic head test, shall not exceed 50
gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of 6
feet above the crown of the pipe at the upstream manhole or 6 feet above the
groundwater elevation, whichever is greater. The low-pressure air test listed below
may be used in lieu of a hydrostatic head test.
2. When pipes are installed more than 6 feet below the groundwater level, an
infiltration test shall be used in lieu of the exfiltration test. The total infiltration shall
not exceed 50 gallons per inch diameter per mile of pipe per 24 hours. Groundwater
elevation must be at least 6 feet above the crown of the pipe at the upstream manhole.
3. Refer to Table 02533-1, Water Test Allowable Leakage, at the end of this section,
for measuring leakage in pipe storm sewers. Perform leakage testing to verify that
leakage criteria are met.
D. Perform air testing in accordance with requirements of this section and the referenced
standards in paragraph 1.2. Refer to Table 02533-2, Time Allowed For Pressure Loss
From 3.5 psig to 2.5 psig, Table 02533-3, Minimum Testing Times for Low Pressure
Air Test, and Table 02533-4, Vacuum Test Time Table, at the end of this Section.
Hydrostatic head test may be used in lieu of low pressure air tests.
1.4 SUBMITTALS
A. Conform to requirements of Section 01300 — Submittal Procedures.
B. Test Plan: Before testing begins and in adequate time to obtain approval through the
submittal process, prepare and submit a test plan for approval by the Engineer. Include
testing procedures, methods, equipment, and tentative schedule. Obtain advance written
approval for deviations from the Drawings and Specifications.
C. Test Reports: Submit test reports for each test on each segment of storm sewer.
1.5 GRAVITY STORM SEWER QUALITY ASSURANCE
A. Repair, correct, and retest manholes or sections of pipe which fail to meet specified
requirements when tested.
1.6 SEQUENCING AND SCHEDULING
A. Perform testing after installation is complete.
B. Coordinate testing schedules with the Engineer.
C. Perform testing under observation of the Engineer or his designee.
Annex Water Lines - Spanish Bit Section 02533-128 September
2022
01 City of
Lubbock
Texas
PART 2 PRODUCTS
2.1 DEFLECTION MANDREL
A. Mandrel Sizing. The rigid mandrel shall have an outside diameter (O.D.) equal to 95 percent
of the inside diameter (I.D.) of the pipe. The inside diameter of the pipe, for the purpose of
determining the outside diameter of the mandrel, shall be the average outside diameter minus
two minimum wall thicknesses for O.D. controlled pipe and the average inside diameter for
I.D. controlled pipe. Dimensions shall be per appropriate standard. Statistical or other
"tolerance packages" shall not be considered in mandrel sizing.
B. Mandrel Design. The rigid mandrel shall be constructed of a metal or a rigid plastic material
that can withstand 200 psi without being deformed. The mandrel shall have nine or more
"runners" or "legs" as long as the total number of legs is an odd number. The barrel section of
the mandrel shall have a length of at least 75 percent of the inside diameter of the pipe. The
rigid mandrel shall not have adjustable or collapsible legs which would allow a reduction in
mandrel diameter during testing. A proving ring shall be provided and used for modifying
each size mandrel.
C. Proving Ring. Furnish a "proving ring" with each mandrel. Fabricate the ring of 1/2-inch-
thick, 3-inch-wide bar steel to a diameter 0.02 inches larger than approved mandrel diameter.
D. Contractor shall provide Owner with manufacturer's Inside Diameter Values for all
applicable flexible wall pipe.
2.2 EXFILTRATION TEST
A. Water Meter: Obtain a transient water meter from the City for use when water for testing will
be taken from the City system. Conform to City requirements for water meter use.
Metered volume will be used to determine charges to Contractor by City for water used.
B. Test Equipment:
(1) Pipe plugs.
(2) Pipe risers where the manhole cone is less than 6 feet above highest point in pipe or
service lead.
2.3 INFILTRATION TEST
A. Test Equipment:
(1) Calibrated 90 degree V-notch weir.
(2) Pipe plugs.
2.4 LOW - PRESSURE AIR TEST
A. Minimum Requirement for Equipment:
1. Control panel.
2. Low-pressure air supply connected to control panel.
Annex Water Lines - Spanish Bit Section 02533-129 September
2022
01 City of
Lubbock
Texas
3. Pneumatic plugs: Acceptable size for diameter of pipe to be tested; capable of
withstanding internal test pressure without leaking or requiring external bracing.
4. Air hoses from control panel to:
a. Air supply.
b. Pneumatic plugs.
C. Sealed line for pressuring.
d. Sealed line for monitoring internal pressure.
B. Testing Pneumatic Plugs: Place a pneumatic plug in each end of a length of pipe on the
ground. Pressurize plugs to 25 psig, or less if plug manufacturer's recommended maximum
pressure is less than 25 psig; then pressurize sealed pipe to 5 psig. Plugs are acceptable if
they remain in place against the test pressure without external aids.
2.5 GROUNDWATER DETERMINATION
A. Equipment: Pipe probe or small diameter casing for ground water elevation determination.
Ground water elevation must be determined at each end of each test section.
PART 3 EXECUTION
3.1 PREPARATION
A. Notify the Owner's Representative a minimum of 24 hours prior to conducting any testing.
B. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose, pressure meters,
pipe probe, calibrated weirs, or any other device necessary for proper testing and inspection.
C. The selection of test methods and pressures for storm sewers shall be determined based on
ground water elevation. Determine ground water elevation using equipment and procedures
conforming to Section 02240 — Dewatering. If no ground water control is required for pipe
installation, then ground water will not be considered a factor.
D. Components to be tested will be thoroughly cleaned to remove debris, gravel, grit, dirt or
other foreign material prior to performing any tests.
E. The Engineer will approve equipment used for testing. The Contractor at no expense to the
Owner will replace testing equipment rejected by the Engineer.
F. The Contractor is responsible for all costs associated with testing.
3.2 MANDREL TESTING FOR GRAVITY STORM SEWERS
A. Perform deflection testing on flexible and semi -rigid pipe to confirm pipe has no more than
5% deflection of the original pipe diameter. Mandrel testing shall conform to ASTM D 3034,
except that 5% is maximum permissible deflection. Perform testing no sooner than 30 days
after backfilling of line segment, but prior to final acceptance testing of the line segment.
B. Pull the approved mandrel through sewer sections. Replace any section of storm sewer not
passing the mandrel. Mandrel testing is not required for stubs of one standard joint length or
less.
Annex Water Lines - Spanish Bit Section 02533-130 September
2022
01 City of
Lubbock
Texas
C. Retest repaired or replaced sewer sections.
3.3 LEAKAGE TESTING FOR GRAVITY STORM SEWERS
A. Test Options:
1. Test gravity storm sewer pipes for leakage by either exfiltration or infiltration
methods, as appropriate, or with low pressure air testing.
2. Test new storm sewer manholes with water or low pressure air. Manholes tested with
low pressure air shall undergo a physical inspection prior to testing.
3. Leakage testing shall be performed after backfilling of a line segment.
4. If no installed piezometer or monitoring well is within 500 feet of each end of the
sewer segment, Contractor shall provide a temporary piezometer or monitoring well
at each end of storm sewer segment being tested for this purpose. If no groundwater
is encountered during pipe installation, then this requirement will be waived.
B. Compensating for Ground Water Pressure:
1. Where ground water exists, install a pipe nipple at the same time storm sewer line is
placed. Use a 1/2-inch capped pipe nipple approximately 10 inches long. Make the
installation through manhole wall on top of the sewer line where line enters manhole.
2. Immediately before performing line acceptance test, remove cap, clear pipe nipple
with air pressure, and connect a clear plastic tube to nipple. Support tube vertically
and allow water to rise in the tube. After water stops rising, measure height in feet of
water over invert of the pipe. Divide this height by 2.3 feet/psi to determine the ground
water pressure to be used in line testing.
C. Exfiltration test:
1. Determine ground water elevation.
2. Plug sewer in downstream manhole.
3. Plug incoming pipes in upstream manhole.
4. Install riser pipe in outgoing pipe of upstream manhole.
5. Fill sewer pipe and manhole or pipe riser, if used, with water to a point 6-1/2 feet
above highest point in sewer pipe or ground water table, whichever is highest.
6. Allow water to stabilize for one to two hours. Take water level reading to
determine drop of water surface, in inches, over a one -hour period, and calculate water
loss (1 inch of water in 4 feet diameter manhole equals 8.22 gallons) or measure the
quantity of water required to keep water at same level. Loss shall not exceed that
calculated from allowable leakage according to Table 02533-1 at the end of this
Section, or exceed the allowable leakage in Section 03301 as applicable.
D. Infiltration test: Ground water elevation must be not less than 6.0 feet above highest point of
sewer pipe.
1. Determine ground water elevation.
2. Plug incoming pipes in upstream manhole.
3. Insert calibrated 90 degree V-notch weir in pipe on downstream manhole.
Annex Water Lines - Spanish Bit Section 02533-131 September
2022
01 City of
Lubbock
Texas
4. Allow water to rise and flow over weir until it stabilizes.
5. Take five readings of accumulated volume over a period of 2 hours and use average
for infiltration. The average must not exceed that calculated for 2 hours from
allowable leakage according to the Table 02533-1 at the end of this Section, or exceed
allowable leakage in Section 03301 as applicable.
E. Low - Pressure Air Test: When using this test conform to ASTM C 924, ASTM C 1103, or
ASTM F 1417, as applicable, with holding time not less than that listed in Table 02533-2.
1. Air testing for sections of pipe shall be limited to lines less than 54-inch average
inside diameter.
2. The minimum time allowable for the pressure to drop from 3.5 pounds per square
inch gauge to 2.5 pounds per square inch during a joint test shall be 10 seconds,
regardless of pipe size.
F. Retest: Any section of pipe which fails to meet requirements shall be repaired and retested.
G. Joint repair for reinforced concrete pipe joints failing the leakage test shall be through the
use of Avanti International Scotch -Seal 5600 series water -activated foam overlaid with non -
shrink epoxy grout. Submit repair procedure to Engineer for approval prior to joint repair
activities.
3.4 TEST CRITERIA
A. Low Pressure Air Test:
(1) Time Allowed for Pressure Loss From 3.5 psig to 2.5 psig, at the end of this Section,
are based on the equation:
(a) T = 0.0850(D)(K)/(Q)
(i) where:
1. T = time for pressure to drop 1.0 pounds per square inch gauge in seconds
2. K = 0.000419 DL, but not less than 1.0
3. D = average inside diameter in inches
4. L = length of line of same pipe size in feet
5. Q = rate of loss, 0.0015 ft3/minute/square foot internal surface
(2) Since a K value of less than 1.0 shall not be used, there are minimum testing times for
each pipe diameter as given in Table 02533-3, Minimum Testing Times for Low
Pressure Air Test.
a. Notes:
(i) When two sizes of pipe are involved, the time shall be computed by the ratio of
lengths involved.
(ii) If the joint test is used, a visual inspection of the joint shall be performed
immediately after testing.
(iii)For joint test, the pipe is to be pressurized to 3.5 psi greater than the pressure
exerted by groundwater above the pipe. Once the pressure has stabilized, the
Annex Water Lines - Spanish Bit Section 02533-132 September
2022
01 City of
Lubbock
Texas
minimum times allowable for the pressure to drop from 3.5 pounds per square
inch gauge to 2.5 pounds per square inch gauge shall be 10 seconds.
3.5 INCREASED TESTING FREQUENCY
A. For manufactured pipe with gasketed joints, if the joint failure rate exceeds one joint per 500
joints (0.20 percent), the Engineer can require joint testing when the pipe is placed in the
trench and again after backfilling the trench.
3.6 LEAKAGE TESTING FOR MANHOLES
A. Perform vacuum test as specified by Cherne Industries, Inc. in accordance with ASTM C
1244. This test applies to all manholes.
B. After construction of manholes, completion of wall sealing, or completion of rehabilitation,
test manholes for water tightness using vacuum testing procedures. Repeat test on manholes
having bolt -down covers after backfilling is complete. Repeat test on manholes showing
evidence of displacement during backfilling.
C. Plug incoming and outgoing lines with suitably -sized pneumatic or mechanical plugs. Ensure
plugs are properly rated for pressures required for test; follow manufacturer's safety and
installation recommendations. Place plugs a minimum of 6 inches outside of manhole walls.
Brace inverts to prevent lines from being dislodged if lines entering manhole have not been
backfilled. D. Vacuum testing:
(1) Install vacuum tester head assembly at top access point of manhole and adjust for
proper seal on straight top section of manhole structure. Following manufacturer's
instructions and safety precautions, inflate sealing element to the recommended
maximum inflation pressure; do not over -inflate.
(2) Evacuate manhole with vacuum pump to 10 inches mercury (Hg), disconnect pump,
and monitor vacuum for the time period specified in Table 02533 — 4 at the end of this
section.
(3) If the drop in vacuum exceeds 1 inch Hg over the specified time period, locate leaks,
complete repairs necessary to seal manhole and repeat test procedure until satisfactory
results are obtained.
3.7 VIDEO RECORD
A. Provide video record of storm sewer interior in North American DVD format.
B. Provide voice narrative on DVD of special observations.
C. Label DVD with line designation and station limits covered by that particular DVD.
D. Provide titles on DVD with line designation, date of exposure, station limits covered, and
internal diameter of storm sewer.
E. Rate of travel in storm sewer for video equipment shall not exceed 100 feet per minute.
F. Video record may be accomplished by either remote control or manned entry, or a
combination of the two methods.
Annex Water Lines - Spanish Bit Section 02533-133 September
2022
jrLubbock
Table 02533-1
WATER TEST ALLOWABLE LEAKAGE
VOLUME PER INCH OF DEPTH IN RISER
DIAMETER OF
ALLOWANCE LEAKAGE
RISER OR
STACK IN
PIPE SIZE IN GALLONS/MINUTE INCHES
INCHES
INCH' GALLONS
PER 100 FT.
1
0.7854
.0034
24
0.0158
2
3.1416
.0136
30
0.0197
2.5
4.9087
.0212
36
0.0237
3
7.0686
.0306
42
0.0276
4
12.5664
.0544
48
0.0316
5
19.6350
.0850
54
0.0355
6
28.2743
.1224
60
0.0395
8
50.2655
.2176
72
0.0473
For other diameters, multiply square of diameters by value
Equivalent to 50 gallons per inch of
for 1" diameter.
inside diameter per mile per 24 hours.
Table 02533-2
TIME ALLOWED FOR PRESSURE LOSS FROM 3.5 PSIG TO 2.5 PSIG
Pipe Dia.
(in)
Min. Time
(min: sec)
Length for Min. Time (ft)
Time for Longer Length (sec)
24
22:40
99
13.676L
30
28:20
80
21.369L
36
34:00
66
30.771L
42
39:40
57
41.883L
54
51:00
44
69.236L
Table 02533-2 CONTINUED
TIME ALLOWED FOR PRESSURE LOSS FROM 3.5 PSIG TO 2.5 PSIG
Pipe Dia. Specification Time for Length (L) Shown (min: sec)
Annex Water Lines - Spanish Bit Section 02533-134 September
2022
01 City of
Lubbock
Texas
(in)
100
(ft)
150
(ft)
200
(ft)
250
(ft)
300
(ft)
350
(ft)
400
(ft)
450
(ft)
500
(ft)
550
(ft)
600
(ft)
24
22:48
34:11
45:35
56:59
68:23
79:47
91:10
102:34
113:58
125:22
136:46
30
35:37
53:25
71:14
89:02
106:51
124:39
142:28
160:16
178:04
195:53
213:41
36
51:17
76:56
102:34
128:13
153:51
179:30
205:09
230:47
256:26
282:04
307:43
42
69:48
104:42
139:37
174:31
209:25
244:19
279:13
314:07
349:02
383:56
418:50
54
115:24
173:05
230:47
288:29
346:11
403:52
461:34
519:16
576:58
634:40
692:21
Table 02533-3
MINIMUM TESTING TIMES FOR LOW PRESSURE AIR TEST
LENGTH FOR
PIPE DIAMETER
MINIMUM TIME
MINIMUM TIME
TIME FOR LONGER LENGTH
(INCHES)
(SECONDS)
(FEET)
(SECONDS)
24
1360
99
13.676 L
30
1700
80
21.369 L
36
2040
66
30.771 L
42
2380
57
41.883 L
54
3060
44
69.236 L
Table 02533
4 MANHOLE VACUUM TEST TIME TABLE
Depth, Feet
Diameter, Inches
48
60
66
72
Time, Seconds
8
20
26
29
33
10
25
33
36
41
12
30
39
43
49
14
35
46
51
57
16
40
52
58
67
18
45
59
65
73
20
50
65
72
81
22
55
72
79
89
Annex Water Lines - Spanish Bit Section 02533-135 September
2022
01 City of
Lubbock
Texas
24
59
78
87
97
26
64
85
94
105
28
69
91
101
113
30
74
98
108
121
The values listed above are taken from ASTM Specification C 1244-93 "Standard Test Method
for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test."
END OF SECTION
Annex Water Lines - Spanish Bit Section 02533-136 September
2022
01 City of
Lubbock
Texas
SECTION 02606: POLYMER CONCRETE MANHOLES
PART 1 — GENERAL
1.1 SUMMARY
A. Section Includes:
1. Polymer Concrete Manholes
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 1 — General Requirements
2. Section 02530 — Sanitary Sewer Piping
3. Section 02317 —Excavation and Backfill for Utilities
1.2 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end
of this Specification, unless a date is specifically cited.
2. ASTM D 6783 Standard specification for polymer concretepipe
3. ASTM C 890 Standard practice for minimum structural design
loading precast water and wastewater structures
4. ASTM C 478 Standard specification for precast reinforced concrete manhole
sections
5. ASTM C 990 Standard specification for joints for concrete pipe and
manholes using flexible joint sealant
6. ASTM C 923 Standard specification for resilient connectors between
reinforced concrete manholes structures, pipes, and laterals
7. ASTM C 33 Standard specification for concrete aggregates
8. ASTM C 497 Standard test methods for concrete pipe, manhole sections, or tile
9. AASHTO LRFD Bridge Design Specifications
1.3 SUBMITTALS
A. Submittals shall be in accordance with Section01300.
B. All submittals shall be approved by the Engineer or the City prior to delivery.
Annex Water Lines - Spanish Bit 02606 - 137 September
2022
01 City of
Lubbock
Texas
1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data
1. Design and fabrication details of Polymer Concrete Manhole components
2. Submit shop drawings for each manhole. Drawings shall include manhole
number, location, rim and invert elevations, dimensions, reinforcing
details, joint details, and component parts.
3. Submit calculations signed by a Professional Engineer demonstrating
the manhole meets the design criteria established in this section.
4. Installation instructions for Polymer Concrete Manholes
5. Drop connection materials
6. Pipe connections at manhole walls
7. Materials for stubs and stub plugs, if applicable
8. Grade ring materials
9. External coating materials
10. Plugs for hydrostatic testing
1.5 WARRANTY
A. Manufacturer's Warranty shall be a minimum of (5) year.
PART 2 - PRODUCTS
2.1 MATERIALS (per ASTM D 6783)
A. Resin: The manufacturer shall use only polyester or vinyl ester resin systems
designed for use with this particular application. Resin content shall be a
minimum of 7% by weight.
B. Filler: All aggregate, sand and quartz powder shall meet the requirements
of ASTM C 33, where applicable.
C. Additives: Resin additives, such as curing agents, pigments, dyes, fillers
and thixotropic agents, when used, shall not be detrimental to the
manhole.
D. Elastomeric Gaskets: Gaskets shall be suitable for the service intended. All
gaskets shall meet the requirement of ASTM C 443. Joint sealant, if used,
shall meet the requirements of ASTM C 990.
2.2 MANUFACTURING AND PRODUCT CONSTRUCTION
Manholes: Manhole components shall be manufactured by the vibratory vertical casting
process resulting in a dense, non -porous, corrosion -resistant, homogeneous, composite
Annex Water Lines - Spanish Bit 02606 - 138 September
2022
01 City of
Lubbock
Texas
structure. Manhole component designs may be as non -reinforced members or reinforced
members as recommended by the
A. manufacturer. Steel reinforcement is not required for circumferential
reinforcement, joint reinforcement, base slab reinforcement or hoop
reinforcement, but may be placed for the purpose of product handling.
B. Joints: The manhole components shall be connected with an elastomeric
sealing gasket as the sole means to maintain joint water -tightness. Joints at
pipe tie-ins shall use resilient flexible pipe to manhole connectors per ASTM
C 923. In cases where ASTM C 923 connectors cannot be used, the pipe shall
be grouted into the manhole wall using a corrosion resistant grout and rubber
water stop grout ring.
C. Fittings: Cones, reducer slabs, base slabs and adjusting rings shall be of
the same material as adjoining riser sections. Fittings shall be
manufactured elastomeric gaskets.
D. Invert Channels: Invert channels shall be precast with polymer concrete.
E. Acceptable manufacturer: Manufacturer of manholes shall employ
manufacturing methods and material formulation in use for a minimum of 5
years. Manufacturer of manholes shall have been actively producing
manholes under current name for a minimum of 5 years with no more than
one year between manhole projects. References demonstrating this
requirement shall be submitted for review. Polymer concrete manholes shall
conform to the structural intent of ASTM C — 478 (latest version) with
allowable compositional and sizing differences required by a polymer
product.
2.3 MANUFACTURER
A. Polymer concrete manholes shall be manufactured by U.S. Composite Pipe,
Inc., Geneva Polymer Products, or approved equal.
2.4 DESIGN
A. Manholes shall be designed to withstand all live loads and dead loads as
described in project plans and specifications. Dead loads shall include
overburden load, soil side pressure and hydrostatic loading conditions.
Manhole shop drawings shall be sealed by a licensed Professional Engineer.
B. Manholes wall thickness shall be designed to resist hydrostatic pressures with
a minimum safety factor of 2.0 for full depth conditions from grade to invert. In
no cases shall the wall thickness be less than 3 inches.
C. Manholes shall be designed with sufficient bottom anchorage and side
friction to resist buoyancy. Field cast floatation collars are acceptable.
D. The manhole shall be manufactured in one class of load rating. This class
shall be H-20 wheel load (minimum 16,000 pounds dynamic wheel load).
Annex Water Lines - Spanish Bit 02606 - 139 September
2022
01 City of
Lubbock
Texas
2.5 TESTING
A. Manholes: Manholes shall be manufactured in accordance with ASTM C 478
B. Joints: Joints shall meet the requirements of ASTM C 990.
Compressive strength: Polymer concrete shall have a minimum unconfined
C. Compressive strength of 9,000 psi when measured in accordance with
ASTMC 497.
D. Manhole Leakage: Manhole shall be tested in accordance with ASTM C 1244
Standard Test Method for Concrete Sewer Manholes by the Negative Air
Pressure (Vacuum) Test.
2.6 CUSTOMER INSPECTION
A. The Owner or other designated representative shall be entitled to inspect
manholes and witness the manufacturing process.
2.7 HANDLING AND SHIPPING
A. Handling and shipping shall be performed in accordance with the Manufacturer's
instructions.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Evaluation and Assessment
1. Verify lines and grades are in accordance to the Drawings.
3.3 INSTALLATION
A. Installation: The installation of manholes shall be in accordance with
the project plans and specifications and the manufacturer's
recommended practices.
B. Handling: Properly rated slings and spreader bar shall be used for lifting.
The type of rigging used shall be per the manufacturer's recommendation.
C. Jointing:
1. Sealing surfaces and joint components shall be inspected for damage and cleaned
of all debris.
2. Apply joint lubricant to elastomeric seals. Use only lubricants approved by the
manufacturer.
3. Use suitable equipment handle and set manholes.
4. Placement and compaction of surrounding backfill material shall be
applied so as to provide sufficient and equal side pressure on the manhole.
D. Final Rim Elevation
Annex Water Lines - Spanish Bit 02606 - 140 September
2022
01 City of
Lubbock
Texas
1. Install grade rings or approved equal as need forheight adjustment.
2. Use sealant between rings as shown on Drawings.
3. Set frame on top of manhole or grade rings using continuous water sealant.
4. Remove debris, stones and dirt to ensure a watertight seal.
5. Do not use steel shims, wood, stones or other unspecified material to
obtain the final surface elevation of the manhole frame.
3.4 FIELD QUALITY CONTROL
A. Field Tests and Inspections
1. Perform testing in accordance with Specification 0273 0.
END OF SECTION
Annex Water Lines - Spanish Bit 02606 - 141 September
2022
01 City of
Lubbock
Texas
E LEFT INTENTIONALLY BLANK
Annex Water Lines - Spanish Bit Section 02606-142 September
2022
01 City of
Lubbock
Texas
SECTION 02607: FIBERGLASS MANHOLES
PART 1 — GENERAL
1.1 SUMMARY
A. Section Includes:
1. Glass -Fiber -Reinforced Polyester (Fiberglass) Sanitary Sewer Manholes
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 1— General Requirements
2. Section 03300 — Cast -in -Place Concrete
3. Section 02530 — Sanitary Sewer Piping
4. Section 02317 — Excavation and Backfill for Utilities
1.2 REFERENCES
C. Reference Standards
1. Reference standards cited in this Specification refer to the
current reference standard published at the time of the latest
revision date logged at the end of this Specification, unless a
date is specifically cited.
2. ASTM International (ASTM):
a. ASTM A307 — Standard Specification for Carbon Steel
Bolts and Studs, 60,000 psi Tensile Strength.
b. ASTM A615 — Standard Specification for Deformed and
Plain Carbon -Steel Bars for Concrete Reinforcement.
c. ASTM C76 — Standard Specification for Reinforced
Concrete Culvert, Storm Drain and Sewer Pipe.
d. ASTM C270 — Standard Specification for Mortar for Unit Masonry.
e. ASTM C478 — Standard Specification for Precast
Reinforced Concrete Manhole Sections.
f. ASTM C923 — Standard Specification for Resilient
Connectors Between Reinforced Concrete Manholes
Structures, Pipes, and Laterals.
g. ASTM C 1107 — Standard Specification for Packaged Dry,
Hydraulic -Cement Grout (Non -Shrink).
h. ASTM C1244 — Standard Test Method for Concrete Sewer
Manholes by the Negative Air Pressure (Vacuum) Test
Prior to Backfill.
i. ASTM C1628 - Standard Specification for Joints for
Concrete Gravity Flow Sewer Pipe, Using Rubber
Gaskets.
j. ASTM D698 - Standard Test Methods for Laboratory
Compaction Characteristics of Soil Using Standard
Effort (12 400 ft-lbf/ft3 (600kN- m/m3)).
k. ASTM D2996 — Standard Specification for Filament -
Annex Water Lines - Spanish Bit 02607 - 143 September
2022
01 City of
Lubbock
Texas
WoundFiberglass (Glass -Fiber -Reinforced
Thermosetting -Resin) Pipe.
1. ASTM D2997 — Standard Specification for
Centrifugally -Cast Fiberglass (Glass -Fiber -Reinforced
Thermosetting -Resin) Pipe.
m. ASTM D3753 — Standard Specification for Glass -Fiber -
Reinforced Polyester Manholes and Wetwells.
n. ASTM D4258 — Standard Practice for Surface Cleaning of Concrete.
o. ASTM D4259 — Standard Practice for Abrading Concrete.
1.3 SUBMITTALS
D. Submittals shall be in accordance with Section 01300.
E. All submittals shall be approved by the Engineer or the City prior to delivery.
1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
F. Product Data
1. Design and fabrication details of Fiberglass Manhole components
2. Installation instructions for Fiberglass Manholes
3. Drop connection materials
4. Pipe connections at manhole walls
5. Materials for stubs and stub plugs, if applicable
6. Grade ring materials
7. External coating materials
8. Plugs for hydrostatic testing
1.5 WARRANTY
G. Manufacturer Warranty
1. Manufacturer's Warranty shall be in accordance with Division 1.
PART 2 - PRODUCTS
2.1 EQUIPMENT, PRODUCT TYPES, MATERIALS
A. Materials
1. Fiberglass Manholes
a. Provide Prefabricated Fiberglass Manholes
conforming in shape, size, dimensions, and details
shown in the Drawings.
b. Unless modified in the Drawings, use manhole sections
conforming to ASTM D3753.
c. Mark date of manufacture and name or trademark of
manufacturer in 1 inch tall stenciled letters on the inside of the
barrel.
Annex Water Lines - Spanish Bit 02607 - 144 September
2022
01 City of
Lubbock
Texas
d. Unless larger size is required, provide 48 and 60-inch diameter barrel.
e. Provide wall section thickness for depth of manhole
according to ASTM D3753, but not less than 0.48
inches in thickness.
f. Provide fabricated reducer bonded at factory to form 1
continuous unit at top of manhole barrel to accept concrete
grade rings and cast iron frame and cover.
1) Reducer design shall be of sufficient strength to
safely support HS-20 loading in accordance with
AASHTO.
2. Lifting Devices
a. Manhole bases may be furnished with lift lugs or lift holes.
b. If lift lugs are provided, place 180 degrees apart.
c. If lift holes are provided, place 180 degrees apart and
grout during manhole installation.
3. Pipe Connections
a. Conform to ASTM C923 or ASTM C1628.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Evaluation and Assessment
1. Verify lines and grades are in accordance to the Drawings.
3.2 PREPARATION
B. Foundation Preparation
1. Excavate 8 inches below manhole foundation.
2. Replace excavated soil with course aggregate; creating a
stable base for the manhole to be constructed on.
a. If soil conditions or ground water prevent use of course
aggregate base a 2-inch mud slab may be substituted.
3.3 INSTALLATION
C. General
Manhole
a. Construct manhole to dimensions shown on Drawings.
b. Lower manhole barrel onto base section.
c. Seal with manufacturer's gasket or approved sealant.
d. Wrap joint with external sealing material a minimum of 12 inches in
width.
e. Where cast -in -place base is used, support manhole barrel in
place and brace it from sides of excavation to prevent any
movement of barrel during concrete placement and while
concrete is setting.
1) Provide minimum clearance between reinforcing steel
Annex Water Lines - Spanish Bit 02607 - 145 September
2022
01 City of
Lubbock
Texas
and manhole barrel bottom as shown on Drawings.
2) Do not support manhole barrel on reinforcing steel.
3) Place bead of water swelling sealant around inside of
barrel near bottom, as shown on Drawings, to form seal.
2. Pipe connections at Manhole
a. Construct pipe stubs for future connections at locations
and with materials indicated on Drawings.
1) Install stub plugs at interior of manhole and wood or
plastic bulkhead at the end of the stub.
b. Cut manhole barrel for pipe penetrations following curvature
of pipe and with maximum of 1-inch clearance.
1) Seal cut edges with resin.
2) Hole may be circular or cutout with semi -circular top,
which extends to bottom of barrel.
c. Place continuous bead of water swelling sealant, as
shown onDrawings, around pipe penetrations on
interior of manhole barrel.
1) Roughen surface of fiberglass prior to placement to
improve bondwith sealant.
2) Allow sealant to completely cure before placing concrete against it.
3) Test connections for watertight seal before backfilling.
3. Invert
a. For direction changes of mains, construct channels
tangent to mains with maximum possible radius of
curvature.
1) Provide curves for side inlets.
4. Drop Manhole Connection
a. Install drop connection when sewer line enters manhole
higher than 24 inches above the invert.
b. At drop pipe connections through fiberglass barrel, cut
circular hole sized to requirements of manufactured
connector.
1) Seal cut edge with resin.
2) Install watertight connector according to manufacturer's
recommendations.
5. Final Rim Elevation
a. Install concrete grade rings for height adjustment.
1) Construct grade ring on load bearing shoulder of manhole.
2) Use sealant between rings as shown on Drawings.
b. Set frame on top of manhole or grade rings using continuous water
sealant.
c. Remove debris, stones and dirt to ensure a watertight seal.
d. Do not use steel shims, wood, stones or other unspecified
material to obtain the final surface elevation of the manhole
frame.
3.4 FIELD QUALITY CONTROL
Annex Water Lines - Spanish Bit 02607 - 146 September
2022
D. Field Tests and Inspections
1. Perform testing in accordance with Section 02530.
END OF SECTION
01 City of
Lubbock
Texas
Annex Water Lines - Spanish Bit 02607 - 147 September
2022
01 City of
Lubbock
texas
E LEFT INTENTIONALLY BLANK
Annex Water Lines - Spanish Bit Section 02607-148 September 2022
01 City of
Lubbock
Texas
SECTION 02611: STEEL CASING PIPE
PART 1 — GENERAL
1.1 SUMMARY
A. Section Includes:
1. Minimum requirements for manufacturing, furnishing and
transporting Steel Casing Pipe to be installed by Open Cut or By
Other than Open Cut at the locations shown on the Drawings.
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 1— General Requirements
2. Section 02317 — Utility Trench Excavation, Embedment and Backfill
3. Section 02445 — Boring and Encasing
1.2 REFERENCES
C. Reference Standards
1. Reference standards cited in this Specification refer to the
current reference standard published at the time of the latest
revision date logged at the end of this Specification unless a
date is specifically cited.
2. ASTM International (ASTM):
a. A139, Standard Specification for Electric -Fusion (Arc) -
Welded Steel Pipe (NPS Sizes 4 and Over).
3. American Water Works Association (AWWA):
a. C203, Coal -Tar Protective Coatings and Linings for Steel
Water Pipelines - Enamel and Tape - Hot Applied.
1.3 SUBMITTALS
D. Submittals shall be in accordance with Section 01300.
E. All submittals shall be approved by the Engineer or the City prior to delivery.
1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
F. Product Data
1. Exterior Coating
a. Material data
b. Field touch-up procedures
2. Interior Coating
a. Material data
b. Field touch-up procedures
G. Shop Drawings
Annex Water Lines - Spanish Bit Section 02611-149 September 2022
01 City of
Lubbock
texas
1. No shop drawings required for Auger Boring
2. For Tunneling, provide the following:
a. Furnish details for Steel Casing Pipe outlining the following:
1) Grout/lubrication ports
2) Joint details
3) Other miscellaneous items for furnishing and fabricating pipe
b. Submit calculations in a neat, legible format that is sealed by
a Licensed Professional Engineer in Texas, consistent with
the information provided in the geotechnical report, and
includes:
1) Calculations confirming that pipe jacking capacity is
adequate to resist the anticipated jacking loads for each
crossing with a minimum factor of safety of 2
2) Calculations confirming that pipe capacity is adequate to
safely support all other anticipated loads, including earth
and groundwater pressures, surcharge loads, and handling
loads
3) Calculations confirming that jointing method will
support all loading conditions
1.5 DELIVERY, STORAGE, AND HANDLING
H. Delivery, Handling, and Storage
1. Prior to delivery of the pipe, end/internal bracing shall be
furnished and installed, as recommended by the manufacturer,
for protection during shipping and storage.
2. Deliver, handle and store pipe in accordance with
the Manufacturer's recommendations to protect
coating systems.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Design Criteria
1. The Contractor is fully responsible for the design of Steel Casing
Pipe that meets or exceeds the design requirements of this
Specification and that is specifically designed for installation by
the intended trenchless method.
2. For Steel Casing Pipe utilized for tunneling projects, consider the following:
a. Design of the casing pipe shall account for all installation
and service loads including:
1) Jacking loads
2) External groundwater and earth loads
3) Traffic loads
4) Practical consideration for handling, shipping and
other construction operations
5) Any other live or dead loads reasonably anticipated
Annex Water Lines - Spanish Bit Section 02611-150 September 2022
SI City of
Lubbock
texas
b. Design shall be sealed and signed by a registered
Professional Engineer licensed in the State of Texas.
c. The allowable jacking capacity shall not exceed 50 percent
of the minimum steel yield stress.
d. Steel Casing Pipe shall have a minimum wall thickness as follows:
Casing Pipe Diameter
(inches)
Minimum Wall Thickness
(inches)
36
0.56 Minimum
1. Steel Casing Pipe shall be provided with inside diameter
sufficient to efficiently install the required carrier pipe with
casing spacers as required in these specifications.
2. Furnish in lengths that are compatible with Contractor's shaft
sizes and allowable work areas.
3. Random segments of pipe will not be permitted for straight runs of casing.
a. Closing piece segments, however, shall be acceptable.
4. When required by installation method, provide grout/lubricant
ports along the pipe at intervals of 10 feet or less.
a. Ports and fittings shall be attached to the pipe in a manner that
will not materially affect the strength of the pipe nor interfere
with installation of carrier pipe.
b. Plugs for sealing the fittings shall be provided by the
Contractor and shall be capable of withstanding all external
and internal pressures and loads without leaking.
B. Materials
1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139,
Grade B.
2. Dimensional Tolerances
a. Furnishing and installing Steel Casing Pipe with dimensional
tolerances thatare compatible with performance requirements
and proposed installation methods that meet or exceed the
specific requirements below:
1) Minimum wall thickness at any point shall be at least
87.5 percent of the nominal wall thickness.
2) Outside circumference within 1.0 percent or 3/4
inch of the nominal circumference, whichever is
less.
3) Outside diameter of the pipe shall be within 1/8 inch of the
nominal outside diameter.
4) Roundness such that the difference between the major
and minor outside diameters shall not exceed 0.5
percent of the specified nominal outside diameter or 1/4
inch, whichever is less.
5) Maximum allowable straightness deviation of 1/8
Annex Water Lines - Spanish Bit Section 02611-151 September 2022
01 City of
Lubbock
texas
inch in any 10-foot length.
All steel pipe shall have square ends.
a. The ends of pipe sections shall not vary by more than 1/8 inch
at any point from a true plane perpendicular to the axis of the
pipe and passing through the center of the pipe at the end.
b. When pipe ends have to be beveled for welding, the ends shall
be beveled on the outside to an angle of 35 degrees with a
tolerance of f 2'/2 degrees and with a width of root face 1/16
inch ± 1/32 inch.
4. Steel Casing Pipe shall be fabricated with longitudinal weld seams.
a. All girth weld seams shall be ground flush.
C. Finishes
1. Provide outside of Steel Casing Pipe with a Fusion Bonded Epoxy
Coating (FBE) with an Abrasion Resistant Overcoating (ARO) or
approved equivalent protective coating in accordance with the
requirements of AWWA C203.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02611-152 September 2022
01 City of
Lubbock
Texas
SECTION 02626: STEEL PIPE
PART1 GENERAL
3.6 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install steel pipe, fittings,
and specials as specified, including connections and appurtenances, as required for the proper
installation and function of the pipe as indicated herein.
B. The pipeline coating and lining shall be as specified herein and in Section 09960 "High -
Performance Coatings."
(1) Coating: The standard pipe coating shall be epoxy coating. Where indicated on the
Drawings, polyurethane coating, mortar coating, or bare steel pipe with concrete
encasement shall be used.
(2) Lining: The standard pipe lining shall be epoxy lining. Where indicated on the Drawings,
mortar lined steel pipe shall be used.
C. The pipeline shall be suitable to carry potable water treated with chloramines or gaseous
chlorine to maintain a disinfectant residual.
1.2 QUALITY ASSURANCE
A. Experience Requirements:
(1) Pipe shall be the product of one manufacturer who has had not less than 5 years
successful experience manufacturing pipe of the particular type and size indicated. Pipe
manufacturing operations (pipe, lining, and coating) shall be performed at one location
unless otherwise approved by the Engineer. Fittings may be manufactured at an alternate
location, provided they are supplied under the responsible authority of the Pipe
Manufacturer. All pipe shall be new and not supplied from inventory. All pipe and
fittings shall be manufactured in the Continental U.S.A., and shipping over salt
waterways will not be allowed.
(2) The Manufacturer shall be certified either under S.P.F.A. or ISO 900I quality certification
program for steel pipe and accessory manufacturing.
(3) Approved manufacturers include Hanson Pipe, Northwest Pipe, American Spiral Weld,
Ameron, Mid —America, and Jifco. No other Suppliers will be allowed.
B. Owner Testing and Inspection:
(1) Pipe will be subject to inspection by an independent testing laboratory, which laboratory
shall be selected and retained by the Owner. Representatives of the laboratory or the
Engineer shall have access to the Work whenever it is in preparation or progress, and the
Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe
Manufacturer shall notify the Owner in writing, a minimum of 2 weeks prior to the pipe
fabrication so that the Owner may advise the Manufacturer as to the Owner's decision
regarding tests to be performed by an independent testing laboratory. Material, fabricated
parts, and pipe, which are discovered to be defective, or which do not conform to the
requirements of this specification shall be subject to rejection at any time prior to
Owner's final acceptance of the product.
Annex Water Lines - Spanish Bit Section 02626-153 September 2022
SI City of
Lubbock
Texas
(2) The inspection and testing by the independent testing laboratory anticipates that
production of pipe shall be done over a normal period of time and without "slowdowns"
or other abnormal delays. In the event that an abnormal production time is required, and
the Owner is required to pay excessive costs for inspection, then the Contractor shall be
required to reimburse the Owner for such laboratory costs over and above those which
would have been incurred under a normal schedule of production as determined by the
Engineer.
C. Factory Testing:
(1) The Manufacturer shall perform all tests as required by the applicable AWWA standards
and as listed herein.
(2) Cement Mortar Lining: Shop -applied cement mortar linings shall be tested in accordance
with AWWA C205 and as specified in Section 09960 "High -Performance Coatings."
(3) Coating: The pipe coating shall be tested as specified in Section 09960 "High -
Performance Coatings."
(4) Hydrostatic Pressure Testing and Welding Testing:
(a) Each joint of pipe shall be hydrostatically tested prior to application of lining or
coating. The internal test pressure shall be that which results in a fiber stress equal to
75 percent of the minimum yield strength of the steel used. Each joint of pipe tested
shall be completely watertight under maximum test pressure. As a part of testing
equipment, the Pipe Manufacturer shall maintain a recording pressure gauge,
reference number of pipe tested, etc. The pipe shall be numbered in order that this
information can be recorded.
(b) Fittings shall be fabricated from hydrostatically tested pipe. All welds on fittings
shall be tested by hydrostatic test, ultrasonic test, air test, or magnetic particle test.
Air test shall be made by applying air to the welds at 10 pounds per square inch
pressure and checking for leaks around and through welds with a soap solution. In
addition, 5 percent of welds on fittings shall be checked with x-ray or ultrasonic
testing by an independent certified welding inspector paid for by the Pipe
Manufacturer.
(5) Charpy V-Notch Test: Each heat of steel for plates or coil used for pipe barrels 0.25
inches and thicker shall be tested to verify minimum impact values of 25 ft-lb at 30 F in
accordance with ASTM A370.
(6) Elongation: For the tensile test specified in ASTM A370, 2-inch test specimens shall
show elongations not less than 22 percent for each heat of steel.
(7) Mill Certification: The Owner will require the Manufacturer to furnish mill test
certificates on reinforcing steel or wire, steel plate, steel coil, and cement. The
Manufacturer shall perform the tests described in AWWA C200, for all pipe, fittings, and
specials.
D. Manufacturer's Technician for Pipe Installation:
(1) During the construction period, the Pipe Manufacturer shall furnish the services of a
factory trained, qualified, job experienced technician to advise and instruct as necessary
in pipe laying and pipe jointing. The technician shall assist and advise the Contractor in
his pipe laying operations and shall instruct construction personnel in proper joint
assembly and joint inspection procedures. The technician is not required to be on -site full
Annex Water Lines - Spanish Bit Section 02626-154 September 2022
SI City of
Lubbock
Texas
time; however, the technician shall be on -site during the first 2 weeks of pipe laying and
thereafter as requested by the Engineer, Owner, or Contractor.
(2) The Pipe Manufacturer shall provide services of the Coating Manufacturer's
representative and the Heat Shrink Joint Manufacturer's representative for a period of not
less than 2 weeks at the beginning of actual pipe laying operations to advise Pipe
Manufacturer, Contractor and Owner regarding installation, including but not limited to,
handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat
shrink joint installation procedures and general construction methods and how they may
affect the pipe coating. The Manufacturer's representative shall be required to return if, in
the opinion of the Engineer, the coating or the Contractor's construction methods do not
comply with the Specifications. Cost for the Manufacturer's representatives to return to
the Site shall be at no additional cost to the Owner.
1.3 1.03 SUBMITTALS
A. A. Submittals shall be in accordance with Section 01300 "Submittal Procedures" and shall
include:
(1) 1. Shop Drawings:
(a) Prior to the fabrication of the pipe, submit fabrication and laying drawings to the
Engineer. Shop Drawings shall include a schematic location profile and a tabulated
layout schedule, both of which shall be appropriately referenced to the stationing of
the proposed pipeline as shown on the plan and profile sheets. Shop Drawings shall
be based on the drawings and Specifications and shall incorporate changes necessary
to avoid conflicts with existing utilities and structures. Shop Drawings shall also
include full details of reinforcement, and dimensions for pipe and fittings. Details for
the design and fabrication of all fittings, specials, and provisions for thrust restraint
shall be included.
(b) Where welded joints are required, Shop Drawings shall include:
(i) Welding requirements.
(c) 2). Location and dimension of all additional outlets required by the Contractor to
install welds.
(2) 2. Certificate of Adequacy of Design: Prior to shipment of the pipe, the Contractor/Pipe
Manufacturer shall submit an affidavit certifying that the pipe, fittings, specials, and other
products and materials furnished, comply with this Specification, Drawings, and the
applicable requirements of AWWA C200, AWWA C205, AWWA C215, AWWA C222.
(3) 3. Certified Test Reports: a. Submit the following Certified Test Reports prior to
shipment of the pipe:
(a) 1). Copies of results of factory hydrostatic tests and test of fittings.
(b) 2). Mill certificates, including chemical and physical test results for each heat of
steel, charily v-notch tests, and elongation tests.
(c) 3). A Certified Test Report from the Coating Manufacturer indicating that the
coatings were applied in accordance with manufacturer's requirements and in
accordance with this Specification on all pipe, fittings and joints made in the factory.
(d) 4). Certified Test Reports for welder certification for factory and field welders.
Annex Water Lines - Spanish Bit Section 02626-155 September 2022
01 City of
Lubbock
Texas
(e) 5). Certified Test Reports for factory welds of fittings from an independent Certified
Welding Inspector paid for by the Pipe Manufacturer.
(f) 6). Certified Test Reports for cement mortar tests.
(4) 4. Record Data:
(a) a. Before pipe installation begins:
(i) 1). Provide copies of "Release for Manufacture" layout sheets.
(ii) 2). Provide copies of all design calculations.
(iii) 3). Where welded joints are required, provide the Contractor's Proposed Field
Welding Procedure in accordance with this Specification, AWWA C206 and
AWS D1.1. The Field Welding Procedure shall include provisions for thermal
stress control and provisions for control of coating damage.
(b) b. During pipe installation:
(i) 1). Provide copies of agreed written method for taking pipe deflection
measurements and format of deflection report.
(ii) 2). Submit deflection report on a monthly basis.
(iii) 3). Where welded joints are required: Daily welding reports for field welding
showing welder and joint welded shall be submitted by the tenth day of each
month.
(c) c. After pipe installation:
(i) 1). The Pipe Manufacturer shall provide AutoCad drawings of the pipe plan and
profile layout sheets showing each joint of pipe and all appurtenances to the same
coordinate system as used on the Drawings.
(ii) 2). After construction, the Contractor shall provide Record Data showing top -of
pipe survey every 100 feet along the pipeline. Survey shall include location of all
valves, fittings, and appurtenances.
1.4 1.04 STANDARDS
A. Except as modified or supplemented herein, the steel pipe, coatings, linings, fittings, and
specials shall conform to the applicable requirements of the following standards and
specifications, latest edition:
ANSI/NSF
Standard 61
AWS D1.1
Structural Welding Code
AWWA C200
Steel Water Pipe — 6 In. (150 MM) and Larger
AWWA C205
Cement Mortar Protective Lining and Coating for Steel Water Pipe
4 In. (100 mm) and Larger — Shop Applied
AWWA C206
Field Welding of Steel Water Pipe
AWWA C207
Steel Pipe Flanges for Waterworks Service Sizes 4 In. Through 144
In. (100 mm Through 3600 mm)
AWWA C208
Dimensions for Steel Water Pipe Fittings
AWWA C210
Liquid -Epoxy Coating Systems for the Interior and Exterior of
Steel Water Pipelines
Annex Water Lines - Spanish Bit Section 02626-156 September 2022
SI City of
Lubbock
Texas
AWWA C215
Extruded Polyolefin Coatings for Exterior of Steel Water Pipelines
AWWA C216
Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior
of Special Sections, Connections, and Fittings for Steel Water
Pipelines
AWWA C217
Petrolatum and Petroleum Wax Tape Coatings for the Exterior of
Connections and Fittings to Steel Water Pipelines
AWWA C222
Polyurethane Coatings for the Interior and Exterior of Steel Water
Pipelines and Fittings
AWWA C602
Cement -Mortar Lining of Water Pipelines In Place - 4 In. (100
mm) and Larger
AWWA M11
Manual: Steel Pipe - A Guide for Design and Installation
AWWA C604
Installation of Steel Water Pipe — 4 In. and Larger ASME Shop
Welding Certification
ASTM A370
Standard Test Method and Definitions for Mechanical Testing of
Steel Products
ASTM C33
Standard Specification for Concrete Aggregates
ASTM C35
Standard Specification for Inorganic Aggregates for Use in
Gypsum Plaster
ASTM C 150
Standard Specification for Portland Cement
ASTM D16
Standard Terminology for Paint, Related Coatings, Materials and
Applications
ASTM D522
Standard Test Methods for Mandrel Bend Test of Attached Organic
Coatings
ASTM E165
Standard Practice for Liquid Penetrant Examination for General
Industry
ASTM E709
Standard Guide for Magnetic Particle Testing
ASTM E1444
Standard Practice for Magnetic Particle Testing
SSPC-SP-1
SSPC-SP-10
Near -White Blast Cleaning
SSPC-PA2
SSPC-PA/Guide 3
A Guide to Safety in Paint Application
SSPC-PS/Guide 17
A Guide for Selecting Urethane Painting Systems
1.5 1.05 DELIVERY AND STORAGE
A. A. Packing:
(1) 1. The pipe shall be prepared for shipment to afford maximum protection from normal
hazards of transportation and allow pipe to reach the Site in an undamaged condition.
Pipe damaged in shipment shall not be delivered to the Site unless such damaged pipe is
properly repaired.
Annex Water Lines - Spanish Bit Section 02626-157 September 2022
SI City of
Lubbock
Texas
(2) 2. After the completed pipe and fittings have been removed from the final cure at the
manufacturing plant, the pipe lining shall be protected from drying by means of plastic
end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all
times until ready to be placed in the trench. Moisture shall be maintained inside the pipe
by periodic addition of water as necessary.
(3) 3. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and
specials shall be separated so that they do not bear against each other, and the whole load
shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks
with tie -down straps approximately over stulling. Store pipe on padded skids, sand or dirt
berms, tires, or other suitable means to protect the pipe from damage. As a minimum,
each end of each length of pipe, fitting, or special and the middle of each pipe joint shall
be internally supported and braced with stulls to maintain a true circular shape. More
internal stulls shall be included to protect the pipe, lining, and coating from damage as
determined by the Pipe Manufacturer. Internal stulls shall consist of timber or steel firmly
wedged and secured so that stulls remain in place during storage, shipment, and
installation. Pipe and liner shall be protected from damage from stulls using shaped wood
pads or similar devices. Stulls shall not be welded directly to the pipe except at the end of
the pipe where the lining is held back. Pipe shall be rotated so that one Stull remains
vertical during storage, shipment and installation. Stulls shall not be removed until the
pipe is laid, set to grade, and backfilled.
(4) 4. Deliver, handle, and store pipe in accordance with the Manufacturer's
recommendations and in accordance with Paragraph 3.01.C.
B. B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on
the inside of both ends, the class for which it is designed, the date of manufacture, and the
identification number as shown on the Shop Drawings. Beveled pipe shall be marked with the
amount of bevel. The top centerlines shall be marked on all specials.
C. C. Point of Delivery:
(1) 1. Pipe shall be hauled direct from pipe plant to the Site and strung along pipeline route,
thus avoiding re -handling of pipe and the possibility of damage thereto. Where fully
loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at
access points along the route, and brought to the trench side by approved methods;
however, the Contractor shall be responsible to ensure that pipe is undamaged at the time
of laying.
(2) 2. If the pipe cannot be hauled directly from the pipe plant to the laying site, a maximum
of two handlings is allowed in which case the maximum number of coating repairs is
reduced to five.
(3) 3. Shipment by rail will be unacceptable, unless it can be demonstrated that it will not
damage the pipe.
PART 2 PRODUCTS
2.1 MATERIALS
A. Steel: Steel shall meet the requirements of AWWA C200 and shall be of continuous casting.
(1) Steel shall be homogeneous and shall be suitable for field welding, fully kilned and fine
Annex Water Lines - Spanish Bit Section 02626-158 September 2022
SI City of
Lubbock
Texas
(2) Austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi.
B. B. Coatings and Linings:
(1) Coatings:
(a) Polyurethane Coating: Polyurethane coating shall be in accordance with Section
09960 "High -Performance Coatings."
(b) Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall
have an epoxy coating per Section 09960 "High -Performance Coatings."
(c) Mortar Coating: Mortar coating shall be in accordance with Section 09960 "High -
Performance Coatings."
(2) Linings:
(a) Cement Mortar Lining: 1). Linings shall be shop -applied spun cement mortar lining
for pipe sizes 108 inches and smaller. Shop applied cement mortar linings shall be in
accordance with Section 09960 "High -Performance Coatings" and shall conform to
the requirements of AWWA C205 with the following modifications: Sand used for
cement mortar shall be silica base and shall not leach in water. Curing of the linings
shall conform to the requirements of AWWA C205. Cement mortar linings shall be
dense and smooth without bumps, blisters, ridges, or spalling, to the satisfaction of
the Engineer. All rough spots shall be smoothed out with a rubbing stone, or other
method, to the satisfaction of the Engineer.
(b) Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all
above grade piping provide epoxy lining in accordance with Section 09960 "High -
Performance Coatings."
C. Flange Nuts and Bolts: Nuts and Bolts shall be 304 stainless steel. Bolts shall conform to
ASTM A193. Nuts shall conform to ASTM A194. Furnish all bolts, nuts, flange gaskets, and
insulation kits. Use anti -seize compound during installation of all nuts and bolts. Thrust rods
shall be carbon steel conforming to ASTM A193.
D. Threaded Outlets: Where outlets or taps are threaded, furnish and install 304 stainless steel
bushings for the outlet size indicated.
E. Outlets for Weld Leads: The Contractor may use outlets for access for weld leads. Outlets
shall be welded after use. Outlet configuration shall be as shown in the Shop Drawings. The
minimum spacing for outlets for weld leads shall be 500 feet. Outlets through manways, air
valves, and blow offs shall be used for access for weld leads, and shall be included in the
calculation for 500-foot minimum spacing.
F. Flexible Joint Couplings: See Section 15136 "Miscellaneous Valves."
G. Test Bulkheads: Contractor shall furnish test bulkheads in accordance with Section 01666
"Hydrostatic Testing," the Drawings, and as needed to perform field hydrostatic tests.
(1) Each test plug or bulkhead shall be designed to withstand the test pressure on either side
with only atmospheric pressure on the opposite side.
(2) Each test plug or bulkhead specified shall have a 30-inch access manhole in one side of
the plug and a 12-inch flanged outlet on the other side of the plug as shown in the
Drawings.
2.2 MIXES
Annex Water Lines - Spanish Bit Section 02626-159 September 2022
01 City of
Lubbock
Texas
A. Mortar for Interior and Exterior Joints: Mortar shall be 1 part cement to 2 parts sand. Cement
shall be ASTM C150, Type 1/II. Sand shall be silica base of sharp sand that will not leach in
water. Sand shall be plaster sand meeting ASTM C33. Exterior joint mortar (where
applicable) shall be mixed to the consistency of thick cream. Interior joint mortar shall be
mixed with as little water as possible so that the mortar is very stiff, but workable. Water for
cement mortar shall be treated and suitable for drinking water.
B. Mortar for Pipe Patching for Shop -Applied Cement Mortar Lining: Mortar for patching shall
be as per interior joints.
C. Bonding Agent: Bonding agent for cement mortar lining patching shall be Probond Epoxy
Bonding Agent ET- 150, parts A and B; Sikadur 32 Hi -Mod, or approved equal.
2.3 MANUFACTURED PRODUCTS
A. A. Pipe:
(1) Pipe Design:
(a) Steel pipe shall be manufactured, and tested in conformance with AWWA C200,
AWWA M11, and with the criteria specified herein. Sizes and pressure classes
(working pressure) shall be as shown in the Drawings. For the purpose of pipe
design, the transient pressure plus working pressure shall be 1.5 times the working
pressure class specified. Fittings, specials, and connections shall be designed for the
same pressures as the adjacent pipe. Pipe design shall be based on trench conditions
and the design pressure in accordance with AWWA M11; using the following
parameters:
Note to Specifier: Remove deflection parameter for mortar coated pipe is not used in
project.
• Unit Weight of Fill (W) 130 pcf Live Load
• AASHTO HS 20 at all locations, except at railroads
• Coopers E 80 at Railroads
• Trench Depth As indicated
• Deflection Lag Factor (DI) 1.1
• Coefficient (K) 0.10
• Maximum Calculated Deflection (DX = DY)
2% (Polyurethane, epoxy, or concrete encased Steel Pipe)
• Maximum Calculated Deflection (DX = DY)
1% (Mortar coated pipe, where allowed)
• Soil Reaction Modulus (E')
1500 psi (Typical Granular Embedment Trench Section)
• Soil Reaction Modulus (E')
3000 psi (Flowable Fill or Concrete Encased Trench Section)
(b) The fittings and specials shall be designed in accordance with AWWA C208 and
AWWA MI I except that crotch plates shall be used for outlet reinforcement for all
Pressure Diameter Valves values (PDV), greater than 6000 unless otherwise
specified. Where indicated on the Drawings, collars or wrappers shall be used in lieu
Annex Water Lines - Spanish Bit Section 02626-160 September 2022
01 City of
Lubbock
Texas
of crotch plates to allow working space and supports. Wrappers and collars shall
meet ASME Standards. As an alternate to crotch plates, collars or wrappers may be
used when designed in accordance with ASME Section VIII, Division 1.
(c) Where the pipe requires additional external support to achieve the specified
maximum deflection, the Contractor and Pipe Manufacturer will be required to
furnish alternate methods for pipe embedment. No additional compensation will be
made to the Contractor by the Owner where this method is required.
(d) Trench depths indicated shall be verified after existing utilities are located. Vertical
alignment changes required because of existing utility or other conflicts shall be
accommodated by an appropriate change in pipe and embedment design depth. In no
case shall the pipe and embedment system be installed deeper than its design allows.
(e) Pipe shall be designed for full vacuum conditions without buckling, damage to lining,
or damage to pipe joints.
(2) Provisions for Thrust:
(a) Thrust at valves, bends, tees, or other fittings shall be resisted by restrained joints.
Thrust at bends adjacent to casing shall be restrained by welding joints through the
casing and a sufficient distance each side of the casing. No thrust restraint
contribution shall be allowed for pipe in casing unless the annular space in the casing
is filled with grout.
(b) Restrained joints shall be used a sufficient distance from each side of the valves,
bend, tee, plug, or other fitting to resist thrust which develops at the design pressure
of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the
working pressure class. Restrained joints shall consist of welded joints unless other
joint types are shown on the Drawings.
(c) Thrust restraint design shall be the complete responsibility of the Pipe Manufacturer.
The Pipe Manufacturer shall submit thrust calculations with the lay drawing
submittal verifying that the thrust restraint system is adequate to meet the Pipe
Manufacturer's minimum standards, AWWA MI I standards, and these
Specifications, whichever is more stringent. The length of pipe with restrained joints
to resist thrust forces shall be determined by the Pipe Manufacturer in accordance
with AWWA MI I and the following:
(i) The Weight of Earth shall be calculated as the weight of the projected soil prism
above the pipe.
(ii) Assume saturated soil conditions.
1. The soil density shall be reduced to its buoyant weight for all backfill below
the water table. Soil Density 60 pcf (maximum value to be used) Coefficient
of Friction 0.15 (maximum value to be used for polyurethane or Epoxy
coated steel pipe) Coefficient of Friction 0.25 for mortar coated steel pipe
(iii) For horizontal bends, the length of pipe to be restrained shall be calculated as
follows:
1. For A less than 60 degrees:
L= 2 x P x A x sin(A2)
fx(We +Wp+Ww)
Annex Water Lines - Spanish Bit Section 02626-161 September 2022
SI City of
Lubbock
Texas
2. For A greater than 60 degrees:
L=PXAx(1—cos A)
f x (We + Wp + Ww)
L = Length of pipe to be restrained
P = 1.5 times working pressure
A = Cross -sectional area of pipe steel cylinder I.D.
A = Deflection angle
We = Weight of earth prism above the pipe
Wp = Weight of pipe
Ww = Weight of water
f = Coefficient of friction
(iv) For vertical bends, the length of pipe to be restrained shall be calculated per
AWWA M11.
(3) Inside Diameter: The inside diameter, including the cement mortar lining, shall be a
minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the
Drawings. It is the responsibility of the Contractor to field verify that the nominal pipe
diameter meets specifications before installing the pipe. Contractor shall coordinate pipe
replacement with the Pipe Manufacturer for any pipe not meeting the specified internal
diameter.
(4) Wall Thickness:
(a) The minimum pipe wall steel thickness shall be 0.250 inches or Pipe ID/230,
whichever is greater for pipe and fittings, and a maximum minus tolerance of 0.005
inches per AWWA C200. Where indicated on the Drawings, pipe and fittings shall
have thicker steel pipe wall. The minimum steel wall thickness shall also be such that
the fiber stress shall not exceed 50 percent of the minimum yield strength of the steel
at working pressure, nor the following, at the specified working pressure. Pipe Type
Maximum Stress at Working Pressure:
Polyurethane or Epoxy Coated Steel 21,000 psi
Mortar or Shotcrete Coated Steel Pipe 18,000 psi
(b) Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel
thickness of 0.25 inches or Pipe ID/144, whichever is greater.
(c) Fittings over 15 degrees, pipes with outlets 24-inches in diameter and larger, main
line tees and wyes, and pipe which are above grade or exposed (not in a trench or
casing) shall have the following minimum thickness:
36" Diameter and Smaller 0.25"
37" < Diameter < 60" 0.375"
6 1 " < Diameter < 84" 0.50"
85" < Diameter < 96" 0.625"
97" < Diameter < 120" 0.75"
Annex Water Lines - Spanish Bit Section 02626-162 September 2022
SI City of
Lubbock
Texas
(d) Pipe, fittings, and specials shall be designed such that the maximum stresses in the
pipe due to thrust loading will not exceed 18,000 psi nor 50 percent of the steel yield
strength at the thrust design pressure (1.5 times working pressure).
(5) Seams: Except for mill -type pipe, the piping shall be made from steel plates rolled into
cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be
spirally formed and butt welded. There shall be not more than two longitudinal seams.
Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in
specials and fittings.
(6) Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of
steel pipe installed in casing shall not exceed 25 feet.
B. Joint Bonds, Insulated Connections, and Flange Gaskets: See Section 13110 "Passive
(1) Cathodic Protection for Underground and Submerged Piping" and Section 15136
"Miscellaneous Valves." All rubber gasket joints shall be bonded for electrical
continuity.
C. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the diameter to
permit passage of pipeline pigs.
D. Pipe Ends: Pipe ends shall be lap welded slip joint, butt strap joint, flanged joint, or flexible
coupled joint. Pipe that has a diameter of 48 inches or smaller together with pressure class of
250 psi or lower may have welded joints or rubber gasket joints. Pipe ends shall be suitable
for full vacuum and the maximum surge pressures indicated.
(1) Rubber Gasket Joints: Rubber gasket joints shall be a rolled spigot or carnegie joint with
rubber gasket for pressure classes up to 250 psi. Joints shall conform to AWWA MI I and
AWWA C200. Joints shall be of clearances such that water tightness shall be provided
under all operating and test conditions with a pipe diameter deflection of 4 percent. The
joint shall be suitable for the specified pressure and a deflected joint with a pull of 3/4
inches. At the Pipe Manufacturer's option, all steel pipe joints may be lap -welded slip
joints in lieu of rubber gasket joints.
(a) Rolled Spigot Joints: The joint shall consist of a flared bell end formed and sized by
forcing the pipe over a plug die or by expanding on segmental dies. The difference in
diameter between the I.D. of bell and the O.D. of spigot shoulder at point of full
engagement with an allowable deflection shall be no more than .00 inches to .04
inches as measured on the circumference with a diameter tape. The gasket shall have
sufficient volume to approximately fill the area of the groove and shall conform to
AWWA C200.
(b) Carnegie Joints: The spigot end shall be a Carnegie shaped steel joint ring. Spigot
ring shall be welded to the outside of the pipe can, with an inside weld also required
where deemed necessary by the Manufacturer due to pipe loading conditions. The
welded area of bell and spigot pipe ends shall be checked after forming by the
magnetic particle method.
(2) Lap Welded Slip Joint:
(a) Lap welded slip joint shall be provided in all locations where any of the following
criteria is met, unless otherwise specified in the Drawings:
(i) 1Pipe ID is 54 inches and larger.
(ii) Pressure class is 275 psi and greater.
Annex Water Lines - Spanish Bit Section 02626-163 September 2022
01 City of
Lubbock
Texas
(iii) Joints are welded for thrust restraint.
(b) Ends of pipe, fittings, and specials for field welded joints shall be prepared with one
end expanded in order to receive a plain end making a bell and plain end type of
joint. Clearance between the surfaces of lap joints shall not exceed 1/8 of an inch at
any point around the periphery.
(c) The depth of bell shall be such as to provide for a minimum clear distance of 2 inches
between the weld and the nearest tangent of the bell radius when welds are to be
located on the inside of the pipe.
(d) The depth of bell shall be such as to provide for a minimum lap of 2 inches. Provide a
deeper bell every 400 feet to accommodate thermal movement for which the
minimum lap shall be 4 inches.
(e) Lap welded slip joints shall be welded from the inside for pipe diameters 48 inches
and larger. Lap welded slip joints shall be welded from the outside for diameters
smaller than 48 inches.
(3) For Fittings with Flanges: Flanged joints shall be provided at connections to valves and
where indicated. Ends to be fitted with slip on flanges shall have the longitudinal or spiral
welds ground flush to accommodate the type of flanges provided. Pipe flanges and
welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and
AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent
pipe class. Flange drilling shall match the drilling of adjacent fittings or appurtenances
which the flanges are to be attached to. Flanges shall be spot faced or back faced parallel
to the front face.
(4) Flexible Couplings: Flexible couplings shall be provided where shown in the Drawings
and as specified in Section 15136 "Miscellaneous Valves." Ends to be joined by flexible
couplings shall be of the plain end type, prepared as stipulated in AWWA C200. Pipe
ends shall be truly circular to within 0.25 inch or the Coupling Manufacturer's tolerances,
whichever is smaller. In addition, the welds on ends to be joined by couplings shall be
ground flush to permit sliding the coupling in at least one direction to clear the pipe joint.
Harness bolts and lugs shall comply with AWWA M11 and the Drawings.
(5) Butt Strap Closure Joints:
(a) Where necessary to make closure to pipe previously laid, closure joints shall be
installed using butt strap joints in accordance with AWWA C206 and applicable
provisions of this specification.
(b) Butt strap shall have an inside and outside weld and shall be air tested. Air test shall
be low pressure from a threaded fitting between the welds.
PART 3 EXECUTION
3.1 PREPARATION
A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards that could develop
during excavation support and protection systems operations.
B. Shore, support, and protect utilities encountered.
Annex Water Lines - Spanish Bit Section 02626-164 September 2022
01 City of
Lubbock
Texas
C. Install excavation support and protection systems to ensure minimum interference with roads,
streets, walks, and other adjacent occupied and used facilities.
D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having jurisdiction.
(1) Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
E. Locate excavation support and protection systems clear of permanent construction so that
forming and finishing of concrete surfaces is not impeded.
F. Monitor excavation support and protection systems daily during excavation progress and for
as long as excavation remains open.
G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation
support and protection systems remain stable.
H. Promptly repair damages to adjacent facilities caused by installing excavation support and
protection systems.
3.2 SHEET PILING
A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form
a continuous barrier.
B. Limit vertical offset of adjacent sheet piling to sixty (60) inches.
C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a
horizontal line and not more than 1:120 out of vertical alignment.
D. Cut tops of sheet piling to uniform elevation at top of excavation.
3.3 TRENCH BOXES
A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench.
B. All exposed trench shall be protected.
3.4 TRENCHING PROCEDURES
A. Provide shoring systems in accordance with the Contractor's submitted design to adequately
resist earth pressures.
B. Proceed with work in an orderly fashion.
C. Install trench bracing systems as soon as possible after opening trenches.
D. Do not allow workers in trench prior to installing trench bracing systems.
E. Backfill trenches as soon as possible after completion of work.
F. Stockpile excavated materials at three (3) feet away from edge of trench.
G. Maintain barricades and signage as required by State and Local codes to protect open
excavations.
H. Do not allow surface water to enter excavations.
I. Properly grade areas adjacent to trench excavations to control surface drainage away from
excavations.
J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three
(3) feet from edge of cut to avoid allowing loose material to enter trench.
Annex Water Lines - Spanish Bit Section 02626-165 September 2022
01 City of
Lubbock
Texas
K. Cut back method may not be used where there is insufficient work area to employ it.
L. Do not operate heavy equipment except for trench digging or pipe laying equipment within
twenty (20) feet of edge of excavation.
M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the
Contractor deems it safe to do so.
A. Remove excavation support and protection systems when construction has progressed
sufficiently to support excavation and bear soil and hydrostatic pressures.
B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements,
facilities, and utilities.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02626-166 September 2022
01 City of
Lubbock
Texas
SECTION 02631: STORM SEWER
PART GENERAL
4.1 WORK INCLUDED
C. Furnish labor, materials, equipment and incidentals necessary to install reinforced concrete
pipe for storm sewer including connections and appurtenances, as required for the proper
installation and function of the pipe as indicated herein.
3.6 SUBMITTALS
A. Submittals shall conform to requirements of Section 01300 —Submittal Procedures.
B. Submit complete product data for pipe, fittings and gaskets for approval. Indicate
conformance to appropriate reference standards.
3.7 QUALITY ASSURANCE
A. Conform to Section 02533 — Acceptance Testing for Storm Sewers.
3.8 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Handle pipe, fittings, and accessories carefully with approved handling devices. Do not drop
or roll pipe off trucks or trailers. Materials cracked, gouged, chipped, dented, or otherwise
damaged shall not be used for installation.
B. Store pipe and fittings on heavy timbers or platforms to avoid contact with the ground.
C. Unload pipe, fittings, and appurtenances as close as practical to the location of installation to
avoid unnecessary handling.
D. Keep interiors of pipe and fittings free of dirt and foreign matter.
PART 4 PRODUCTS
4.1 PIPE
A. Pipe and box materials for storm sewers shall be of the sizes and types indicated on the
drawings.
B. Conform to applicable pipe or box material specification section.
4.2 PIPE MATERIAL SCHEDULE
A. Pipe materials for storm sewers shall be of the sizes and types indicated on the drawings.
B. Conform to applicable pipe material specification section
4.3 BEDDING, BACKFILL AND TOPSOIL MATERIAL
A. Bedding and Backfill Material: Comply with the following specification sections and the
drawings:
(1) Section 02317 — Excavation and Backfill for Utilities.
(2) Section 02320 — Utility Backfill Materials
Annex Water Lines - Spanish Bit Section 02631-167 September 2022
01 City of
Lubbock
texas
B. Topsoil: Section 02320 — Utility Backfill Materials.
PART 5 EXECUTION
5.1 PREPARATION
A. Set up street detours and barricades in preparation for excavation. Conform to requirements
of Section 01555 — Barricades, Signs and Traffic Handling and the traffic control plans
indicated on the drawings. Provide advance notices as required under Section 01140 — Work
Restrictions.
B. Maintain barricades and warning lights for streets and intersections while work is in progress
or where affected by the work and is considered hazardous to traffic movements.
C. In lake areas set up tree protection in accordance with Section 02231 — Tree and Plant
Protection.
D. Immediately notify the agency or company owning utility lines which are damaged, broken
or disturbed. Obtain approval from Owner and controlling agency for repairs or relocations,
either temporary or permanent.
E. Remove old pavements and structures including sidewalks and driveways in accordance with
requirements of Section 02221 - Removing Existing Pavements.
F. Install and operate necessary dewatering and surface water control measures in accordance
with Section 02240 - Dewatering.
G. Install and maintain storm water pollution prevention measures as required by the TPDES
permit and comply with Section 01356 — Storm Water Pollution Prevention Plan.
5.2 EXCAVATION
A. Earthwork. Refer to Section 02317 - Excavation and Backfill for Utilities and as indicated on
drawings.
B. Line and Grade. Contractor shall establish the line and grade as indicated on drawings.
Maintain this control for a minimum of 100 feet behind and ahead of the laying operation.
Use amply sized grade boards. Protect grade boards and location stakes from damage or
dislocation. Use of laser beam equipment to establish and maintain proper line and grade of
the work is acceptable.
C. Trench Excavation. Excavate pipe and box trenches to a level as indicated on the trench detail
drawings. Backfill the excavation with the specified bedding material to the level indicated
on the drawings or as specified for the pipe or box type. Tamp and compact backfill to
provide bedding at the indicated grade. Form the bedding foundation to the minimum depth
indicated on the drawings or as specified.
5.3 PIPE INSTALLATION
A. Install in accordance with the drawings and as specified in this Section. Conform with pipe or
box specifications sections listed in paragraph 2.2 as applicable. Where manufacturer's
installation recommendations conflict with drawings and specifications, the Engineer shall
Annex Water Lines - Spanish Bit Section 02631-168 September 2022
01 City of
Lubbock
texas
make the determination on installation requirements. No additional compensation to
Contractor will be made for such determinations.
B. Install and maintain excavation supports. Conform with Section 02260 — Excavation Support
and Protection.
C. Install pipe or box (pipe/box) only after excavation is completed, bottom of trench is shaped,
bedding material is installed, and trench has been approved by the Engineer.
D. Install pipe/box to the line and grade indicated on Drawings. Place pipe/box so that it has
continuous bearing of barrel on bedding material and is laid in the trench so the interior
surfaces of the pipe follow the grades and alignments indicated.
E. Install pipe/box with the spigot ends toward the direction of flow.
F. Form a concentric joint with each section of adjoining pipe/box to prevent offsets.
G. Place and drive home newly laid sections with come -a -long winches to eliminate damage to
sections. Use of back hoes or similar powered equipment will not be allowed for placing or
joining pipe/box, unless protective measures are provided and approved in advance by the
Engineer.
H. Keep interior of pipe clean as installation progresses. Where cleaning after laying the pipe is
difficult because of small pipe size, use a suitable swab or drag inside the pipe and pull it
forward past each joint immediately after the joint has been completed. Maintain clean
gaskets and gasket sealing surfaces.
I. Keep excavations free of water during construction and until final inspection.
J. When work is not in progress, cover the exposed ends of pipes/boxes with a plug or cap
specifically designed as plug or cap to prevent foreign material from entering the pipe/box.
Use plugs for bell or female end of joint. Use caps for spigot or male end of joint.
5.4 INSTALLATION OF APPURTENANCES
A. Construct manholes to conform to requirements of Section 02082 - Precast Concrete
Manholes and Vaults. Install frames, grate rings and covers to conform to requirements of
Section 02084 - Frames, Grates, Rings and Covers.
B. Adjust manhole covers to finish grade conforming to requirements of Section 02082 — Precast
Concrete Manholes and Vaults.
5.5 TEST
A. Conform to requirements of Section 02533 — Acceptance Testing for Storm Sewers.
B. Provide video record of interior in accordance with Section 02533 — Acceptance Testing for
Storm Sewers.
5.6 BACKFILL AND SITE CLEANUP
A. Backfill trench after pipe installation is inspected and approved by the Engineer.
B. Bed pipes with materials conforming to requirements of Section 02320 - Utility Backfill
Materials and as indicated on drawings.
Annex Water Lines - Spanish Bit Section 02631-169 September 2022
01 City of
Lubbock
texas
C. Backfill and compact soil in accordance with Section 02317 - Excavation and Backfill for
Utilities.
D. Repair and replace removed or damaged pavement and sidewalks as specified in the
following applicable sections and shown on the drawings:
(1) Unpaved roadway surfaces consisting of flexible base as the surface course: Section
02300 - Earthwork.
(2) Flexible base under paved roadway: Section 02300 — Earthwork.
(3) Asphalt stabilized base: Section 02741 — Hot -Mix Asphalt Paving.
(4) Hot -mix surface or wearing course: Section 02741— Hot -Mix Asphalt Paving.
(5) Concrete pavement, valley gutter, curb and gutter, driveways, and sidewalks:
Section 02751 — Portland Cement Concrete Pavement.
(6) Sealing pavement joints: Section 02764 — Pavement Joint Sealants.
E. In unpaved areas, grade surface as a uniform slope to natural grade as indicated on the
drawings. Provide the minimum depth of topsoil of 12 inches, unless otherwise indicated on
the drawings or specified to be a greater depth, and seed or sod according to requirements of
Section 02920 — Lawns and Grasses, and Section 02317 — Excavation and Backfill for
Utilities.
F. In paved areas clean street in which storm sewer is placed by rotary broom, or street sweeper,
or both as necessary to remove dirt, rock and debris.
G. Clean haul streets and other paved areas used during construction by rotary broom, or street
sweeper, or both as necessary to remove dirt, rock and debris.
H. Street cleaning to take place within 10 calendar days after street repairs are complete.
I. Dispose of dirt, rock and debris from cleaning according to Section 01576 — Waste Material
Disposal.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02631-170 September 2022
01 City of
Lubbock
Texas
SECTION 02638: REINFORCED CONCRETE PIPE
PART GENERAL
5.1 WORK INCLUDED
J. Furnish labor, materials, equipment and incidentals necessary to install reinforced concrete
pipe for storm sewer including connections and appurtenances, as required for the proper
installation and function of the pipe as indicated herein.
5.7 SUBMITTALS
A. Submittals shall conform to requirements of Section 01300 — Submittal Procedures.
B. Submit complete product data for pipe, fittings and gaskets for approval. Indicate
conformance to appropriate reference standards.
C. Provide manufacturer's certificate of conformance to the specifications. The manufacturer
shall provide load testing facilities for performing manufacturer's load tests in conformance
with ASTM C 655 or ASTM C 76 as applicable, or shall arrange for an independent
laboratory to perform load tests.
(1) Lot size shall be the total number of joints of pipe of a specific diameter to be supplied on
the project, regardless of D-Load. However, the load test shall not be run on a single D-
Load of pipe if different D-Loads are being supplied for a single pipe diameter. If
different diameters are supplied, there will be different lots and lot sizes. If different D-
Loads are being supplied for a single diameter, at least one representative joint of pipe for
each D-Load must be included in the sample size, even if it causes the number of samples
to exceed the ASTM sample size.
(2) Sample size for testing shall be in accordance with ASTM C 655, paragraph 10,
"Acceptance of Pipe by Load Testing" for each lot of pipe. Sampling and testing shall be
for each size of pipe to be furnished for the project; however, the sample size is not based
on each D-Load rating. For example, if the indicated ASTM sample size is 4 joints of 48-
inch diameter pipe, the four joints of pipe need not be for the same reach of storm sewer
or for the same D-Load. However, if three D-Loads are within the four joint sample size,
then at least one joint of each D-Load rating must be included.
(3) Sampling shall be at random in accordance with paragraph 4.1.1 of ASTM C 655,
provided that the D-Load representation specified herein is maintained.
(4) Load testing for precast reinforced concrete pipe shall be to the formation of 0.01-inch
crack.
(5) Pipe that has been used in the 0.01-inch crack load tests, meets the strength requirements,
and is otherwise in conformance with the specifications, maybe used in the project.
PART 6 PRODUCTS
6.1 REINFORCED CONCRETE PIPE
A. Acceptable types and classes of pipe are shown on the drawings.
Annex Water Lines - Spanish Bit Section 02638-171 September 2022
IC
A
01 City of
Lubbock
Texas
Circular reinforced concrete pipe shall conform to requirements of ASTM C 76, where such
C76 pipe is required or permissible on the drawings. Lifting holes will not be permitted. Pipe
shall have rubber gasketed joints conforming to ASTM C 443.
Reinforced concrete D-load pipe shall conform to the requirements of ASTM C 655, where
C655 pipe is required on the drawings or permissible. Lifting holes will not be permitted.
Pipe shall have rubber gasketed joints conforming to ASTM C 443.
Owner reserves the right to require the Contractor's pipe manufacturer to perform a pressure
test on a water -tight joint, at the manufacturer's facilities, to be witnessed by the Owner
and/or Engineer to prove the joint's compliance with the specifications, addenda and
manufacturer's representations. Such manufacturer's facility test shall be for each diameter
size and material type of pipe to be furnished on the project. The test pressure shall meet or
exceed the maximum pressure listed on the drawings. The manufacturer shall provide all
materials and test apparatus for the pressure and leakage test, including facilities to maintain
internal pressure, replenish pipe water holding capacity, and for rotating the pipe as necessary
for observation of the water leakage defined in the above paragraphs. The internal test
pressure will be allowed to "bleed off' to a lower limit of 80 percent of the required pressure,
but must be returned to the pressure listed in the drawings within 10 minutes of reaching the
lower test limit. The manufacturer shall conduct a safety briefing for the Owner and/or
Engineer prior to joint make-up and the pressure test. No test joints shall be assembled unless
witnessed by the Owner or Engineer and each joint shall be made-up the same as for the field
installation on this project. The Contractor shall be expected to make-up the joints in the
same manner and with the same types and quantities of materials and same procedures in
order to meet specifications. Once the test joint and/or joints are made and the pipe is safely
secured, the test pipe shall be filled with water and the test pressure range of 80 percent to
100 percent maintained as noted above in this paragraph. The duration of holding the test
pressure range for each individual test run shall not be less than 24 continuous hours, unless
the pipe is emptied at the Owner's or Engineer's request for rotation of the pipe joint. In such
case, the pipe may be depressurized and emptied of water for the rotational activity, and such
rotation of the test pipe shall be performed when requested by the witnessing Owner or
Engineer. A limit of one rotation activity for each test is hereby established. Such interruption
of the pressure test shall not require that the 24-hour test period start over. The elapsed time
prior to rotation activity shall count toward the total 24-hour pressure test period. The test
apparatus shall include chart recorders for continuous recording of each test for pressure and
duration. Additional instrumentation and recording devices shall be used for maintaining a
record of the joint leakage volume over the duration of each test. One photocopy of the
recorded test data for each passing test shall be made available to the Owner for the Owner's
records. Concurrent tests on the different joint types, pipe diameters and pipe materials may
be performed at the manufacturer's discretion. Pipe joint failure, as defined above, at any
time during the 24-hour test period shall be considered as a failing test. Re -testing shall begin
anew the 24-hour test period. The Owner and/or Engineer can require the joint test to be
conducted at manufacturer's maximum deflection of the pipe joint.
The Owner and/or Engineer shall not be prohibited from videotaping and/or photographing,
for each test, the materials for each test, joint make-up activity, testing apparatus, immediate
test area, and the test itself. Other portions of the manufacturer's facility and operations shall
not be videotaped or photographed without written permission from the manufacturer. The
manufacturer is hereby notified that such videotapes and/or photographs, by the nature of the
Annex Water Lines - Spanish Bit Section 02638-172 September 2022
01 City of
Lubbock
Texas
Owner being a municipality, become public documents. The Owner, Engineer, and their
representative shall not be required to sign confidentiality consent agreements.
6.2 JOINT SEALANT
A. Rubber Gaskets
(1) Furnish rubber gasket conforming to ASTM C 443 for circular reinforced concrete pipe. .
6.3 MARKING
A. The following information shall be clearly marked on each section of pipe:
(1) The class or D-load of pipe.
(2) The date of manufacture.
(3) The name or trademark of the manufacture.
(4) Storm sewer line designation in which the pipe will be installed. Mark interior and
exterior of pipe with line designation. Do not cover other pipe markings. Pipe
transported to the site without specified markings shall not be unloaded. These additional
markings need not be stenciled, but shall be legible.
6.4 INSPECTION
A. The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing.
Such inspection shall not relieve the manufacturer of the responsibilities to provide
products that comply with the applicable standards and these specifications.
B. Manufacturer's Notification: Should the Engineer wish to see specific pipes during
any phase of the manufacturing process, the manufacturer must provide the Engineer
with adequate advance notice of when and where the production of those pipes will
take place. The Engineer shall make known to manufacturer of the intent to inspect
production. The manufacturer shall then inform Engineer of the dates planned for
production.
C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing,
testing, or finished pipes; it in no way implies approval of products or tests.
D. The Engineer and Owner shall be entitled to witness the load tests. The manufacturer
must provide the Engineer with adequate advance notice of when and where the load
tests will take place. The Engineer shall then make known whether or not the load
tests will be observed.
6.5 CAUSES FOR REJECTION
A. Pipe shall be subject to rejection for failure to conform to any of the specification
requirements.
Individual sections of pipe may be rejected because of any of the following:
1. Fractures or cracks passing through the shell, except for a single end crack that does
not exceed the depth of the joint and the end crack is field repaired.
2. Defects that indicate imperfect proportioning, mixing and molding.
3. Surface defects indicating honeycombed or open texture.
Annex Water Lines - Spanish Bit Section 02638-173 September 2022
01 City of
Lubbock
Texas
4. Damaged ends, where such damage would prevent making a satisfactory joint,
including failure to use chain or tie -down guards during transportation.
5. Exposed reinforcement not intended for tie to cast -in -place concrete.
6. Other damage or defects that, in the opinion of the Engineer, is detrimental to
the function or longevity of the work.
PART 7 EXECUTION
7.1 INSTALLATION
A. Conform to requirements of the following Sections, as applicable:
(1) Section 02631 - Storm Sewers.
B. Install reinforced concrete pipe in accordance with the Drawings.
7.2 TESTING
A. Refer to Section 02533 — Acceptance Testing for Storm Sewer.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02638-174 September 2022
01 City of
Lubbock
texas
SECTION 02660: FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY
SEWER
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Fiberglass Reinforced pipe 18-inch and larger for
gravity sanitary sewer applications
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms, and
Conditions of the Contract
2. Division 1— General Requirements
3. Section 02317 — Utility Trench Excavation, Embedment and Backfill
1.2 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the
current reference standard published at the time of the latest
revision date logged at the end of this Specification, unless a
date is specifically cited.
2. ASTM International (ASTM):
a. D3236, Standard Test Method for Apparent Viscosity of Hot
Melt Adhesives and Coating Materials.
b. D3262, Standard Specification for "Fiberglass" (Glass -
Fiber -Reinforced Thermosetting -Resin) Sewer Pipe.
c. D3681, Standard Test Method for Chemical Resistance of
"Fiberglass" (Glass- Fiber -Reinforced Thermosetting -Resin)
Pipe in a Deflected Condition.
d. D4161, Standard Specification for "Fiberglass" (Glass -
Fiber -Reinforced Thermosetting -Resin) Pipe Joints
Using Flexible Elastomeric Seals.
e. F477, Standard Specification for Elastomeric Seals (Gaskets)
for Joining Plastic Pipe.
1.3 SUBMITTALS
A. Submittals shall be in accordance with Section 01330.
B. All submittals shall be approved by the Engineer or the City prior to delivery.
1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS
A. Product Data
1. Manufacturer
2. Manufacturer Number (identifies factory, location, and date manufactured)
Annex Water Lines - Spanish Bit Section 02660-175 September 2022
01 City of
Lubbock
texas
3. Nominal Diameter
4. Beam load
5. Laying lengths
6. ASTM designation
B. Shop Drawings
1. Pipe details
2. Joint details
3. Miscellaneous items to be furnished and fabricated for the pipe
4. Dimensions
5. Tolerances
6. Wall thickness
7. Properties and strengths
8. Pipe calculations
a. Calculations confirming the pipe will handle anticipated
loading signed and sealed by a Licensed Professional
Engineer in Texas
C. Certificates
1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe
meets the provisions of this Section and has been tested and meets
the requirements ofASTM D3262.
1.5 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
a. Finished pipe shall be the product of 1 manufacturer for each size per
project.
b. Pipe manufacturing operations shall be performed under
the control of the manufacturer.
c. All pipe furnished shall be in conformance with this
specification and ASTM D3262.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Delivery
1. Provide adequate strutting during transport to prevent damage to
the pipe, fittings and appurtenances.
B. Storage and Handling Requirements
1. Gravity pipe shall be stored and handled in accordance with
the manufacturer's guidelines.
Annex Water Lines - Spanish Bit Section 02660-176 September 2022
01 City of
Lubbock
texas
Only the pipe and fittings that will be installed during a
single work day will be allowed to be stored within the
barricaded work area.
PART2-PRODUCTS
2.1 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Performance / Design Criteria
Pipe
a. Design in accordance with ASTM D3262
b. Design pipe for service loads that include:
1) External groundwater and earth loads
2) Jacking/pushing loads
a) The allowable jacking/pushing capacity shall not
exceed 40 percent of the ultimate compressive
strength or the maximum allowable compressive
strength recommended by the manufacturer,
whichever is less.
3) Traffic loads
4) Practical considerations for handling, shipping and
other construction operations
c. Design is to be conducted under the supervision of a
Professional Engineer licensed in the State of Texas, who
shall seal and sign the design.
d. Standard lay length of 20 feet, except for special fittings
or closure pieces necessary to comply with the
Drawings.
e. Stiffness class that satisfies design requirements or as stated on
the Drawings, but not less than 46 psi when used in direct
bury operations measured up to 25- feet to flow line or 72 psi
when used in direct bury operations measured greater than 25-
feet to flow line.
f. Accommodate vertical alignment changes required because of
existing utility or other conflicts by an appropriate change in
pipe design depth.
g. In no case shall pipe be installed deeper than its design allows.
h. Identification markings on each joint of pipe as follows:
1) Nominal pipe diameter
2) Beam Load
3) Company, plant and date of manufacture
4) ASTM designation
2. Dimensional Tolerances
a. Inside diameter
1) Pipe shall not vary more than 1/8 inch from the nominal inside
diameter.
b. Roundness
1) The difference between the major and minor outside
Annex Water Lines - Spanish Bit Section 02660-177 September 2022
SI City of
Lubbock
texas
diameters shall not exceed 0.1 percent of the nominal
outside or'/4 inch, whichever is less.
c. Wall thickness
1) Provide minimum single point thickness no less than 98
percent of stated design thickness.
d. End Squareness
1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8
inch.
e. Fittings
1) Provide tolerance of angle of elbow and angle between
main and leg of Wye or tee to f2 degrees.
2) Provide tolerance of laying length of fitting to f2 inches.
B. Materials
Resin Systems
a. Only use polyester resin system with proven history of
performance in this particular application.
2. Glass Reinforcements
a. Use reinforcing glass fibers of highest quality
commercial grade E-glass filaments with binder and
sizing compatible with impregnated resins to
manufacture components.
3. Fillers
a. Silica sand or other suitable materials may be used.
b. Use 98 percent silica with maximum moisture contest of 0.2 percent.
4. Additives
a. Resin additives, such as curing agents, pigments, dyes,
fillers, thixotropic agents, etc., when used, shall not
detrimentally affect the performance of the product.
5. Internal liner resin
a. Suitable for service as sewer pipe
b. Highly resistant to exposure to sulfuric acid
c. Produced by biological activity from hydrogen sulfide gases
d. Meet or exceed requirements of ASTM D3681
6. Gaskets
a. Supply from approved gasket manufacturer in accordance
with ASTM F477 and suitable for service intended.
b. Affix gaskets to pipe by means of suitable adhesive or install
in a manner so as to prevent gasket from rolling out of pre-cut
groove in pipe or sleeve coupling.
c. Provide the following gaskets in potentially contaminated areas.
1) Petroleum (diesel, gasoline) — Viton
2) Other contaminants — Manufacturer recommendation
7. Couplings
a. Field connect pipe with fiberglass sleeve couplings that
utilize elastomeric sealing gaskets as sole means to
Annex Water Lines - Spanish Bit Section 02660-178 September 2022
01 City of
Lubbock
texas
maintain joint water tightness.
8. Joints
a. Joints must meet requirements of ASTM D4161.
Pipe markings shall meet the minimum requirements of ASTM
D3236. Minimum pipe markings shall be as follows:
a. Manufacturer
b. Manufacturer Number (identifies factory, location, date
manufactured, shift and sequence)
c. Nominal diameter
d. Beam load
e. Laying length
f. ASTM designation
10. Connections
a. Use only manufactured fittings.
PART 3 - EXECUTION
3.1 INSTALLATION
A. General
1. Install pipe, fittings, specials and appurtenances as specified
herein, as specified in Section 02225 and in accordance with the
pipe manufacturer's recommendations.
2. Lay pipe to the lines and grades as indicated in the Drawings.
3. Excavate and backfill trenches in accordance with Section 02225.
4. Embed pipe in accordance with Section 02225.
5. For installation of carrier pipe within casing, see Section 02349.
B. Pipe Handling
1. Haul and distribute pipe and fittings at the project site.
2. Handle piping with care to avoid damage.
a. Inspect each joint of pipe and rejector repair any
damaged pipe prior to lowering into the trench.
b. Use only nylon ropes, slings or other lifting devices that
will not damage the surface of the pipe for handling pipe.
3. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash
— during and after the laying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Pipe Joint Installation
a. Clean dirt and foreign material from the gasketed socket and the spigot end.
b. Assemble pipe joint by sliding the lubricated spigot end into
the gasketedbell end to the reference mark.
c. Install such that identification marking on each joint are
Annex Water Lines - Spanish Bit Section 02660-179 September 2022
01 City of
Lubbock
texas
orientedupward toward the trench opening.
d. When making connection to manhole, use an elastomeric
seal or flexible boot to facilitate a seal.
3.2 FIELD [OR] SITE QUALITY CONTROL
A. Field Tests and Inspections
1. Closed Circuit Television (CCTV) Inspection
a. Provide a CCTV inspection.
2. Air Test and Deflection (Mandrel) Test
a. Perform test in accordance with Section 02730.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02660-180 September 2022
01 City of
Lubbock
Texas
SECTION 02665: WATER PIPING, VALVES, AND FITTINGS
PART1 GENERAL
1.1 SUMMARY
A. This section of the specifications covers all water piping, valves, and fittings required for the
project.
B. Section Includes:
(1) Material Schedule
(2) Submittals
(3) References
(4) Materials
(5) Polyvinyl Chloride (PVC) Pipe
(6) Ductile Iron Pipe
(7) Concrete Cylinder Pipe
(8) Pipe Fittings
(9) Flexible Couplings and Flanged Coupling Adapters
(10) Pipe Joints
(11) Steel Casing
(12) Valves
(13) Fire Hydrants
(14) Polyethylene Wrap
(15) Joint Restraints
(16) Concrete
(17) General
(18) Inspection
(19) Responsibility for Materials
(20) Handling Pipe and Accessories
(21) Alignment and Grade
(22) Manner of Handling Pipe and Accessories in Trench
(23) Cleaning and Inspecting
(24) Laying and Jointing PVC Pipe
(25) Plugging Dead Ends
(26) Fittings
(27) Setting Valves, Valve Boxes, Fire Hydrants and Fittings
(28) Thrust Restraint
(29) Excavation, Trenching and Backfilling
(30) Line Testing
(31) Disinfection of Pipelines
Annex Water Lines - Spanish Bit Section 02665-181 September 2022
01 City of
Lubbock
Texas
(32) Installation of Steel Pipe Casing and Pipe in Casing
(33) Pipe Identifiers
(34) Cleanup
1.2 MATERIAL SCHEDULE
A. 6", 8", 10" and 12" lines shall be AWWA C 900, DR 18 PVC pipe.
B. Ductile Iron Fittings (AWWA C 153)
C. Tapping Sleeve (ductile iron or stainless steel)
D. Gate Valves
E. Valve Boxes
F. Fire Hydrants (AWWA C 502)
G. Mechanical Joint Restraints
1.3 SUBMITTALS
A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class
calculations, steel casing, and casing spacers.
B. Submit affidavits of compliance with appropriate standards.
C. Submit product warranties.
D. Submit manufacturer's installation instructions.
E. Submit manufacturer's loading, unloading, and storage requirements.
F. Submit product information for pipe identification tape.
G. Submit concrete mix design for concrete thrust blocking.
1.4 REFERENCES
A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water.
B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water.
C. AWWA C I I I — Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings.
D. AWWA C 104 — Rubber Seated Butterfly Valves.
E. AWWA 509 — Resilient Seated Gate Valves for Water Supply.
F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch
through 12 inch, for water distribution.
G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch
through 48 inch, for water transmission and distribution.
H. AWWA C 301 — Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and
other Liquids.
I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type
J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger
K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel
Water Pipe - 4 in. and Larger -Shop Applied
L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe
M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144"
Annex Water Lines - Spanish Bit Section 02665-182 September 2022
01 City of
Lubbock
Texas
N. ANSUAWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings
O. ANSUAWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special
Sections, Connections, and Fittings for Steel Water Pipelines
P. ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the Interior and
Exterior of Steel Water Pipelines
Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water
Pipelines
R. ANSI/AWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefin Coatings for the
Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines
S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water
Pipelines and Fittings
T. ANSI/AWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe
U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of
Steel Water Pipelines and Fittings
V. AWWA M-11 Steel Pipe - A guide for Design and Installation
W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High -Temperature
Service.
X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated
Welded and Seamless
Y. ASTM E 165 Method for Liquid Penetrant Examination
Z. ASTM E 709 Guide for Magnetic Particle Examination
AA. ASME Section V Nondestructive Testing Examination
BB.ASME Section IX Welding and Brazing Qualification.
CC. AWS B2.1 Standard for Welding Procedure and Welding Qualifications.
PART 2 PRODUCTS
2.1 MATERIALS
A. All pipe, fittings, and valves shall be new and of the best quality in material and
workmanship.
B. All pipe, fittings, and valves shall conform to American National Standards Institute/National
Sanitation Foundation (ANSI/NSF) Standard 61.
C. In areas where natural gas lines exist, and are cathodically protected by means of impressed
current, only electrically non-conductive pipe shall be allowed.
2.2 POLYVINYL CHLORIDE (PVC) PIPE
A. PVC pipe 12 inches and smaller shall be AWWA C-900, DR-18.
B. PVC pipe 14 inches and larger shall be AWWA C-905, DR-21. The outside diameter of the
PVC pipe shall be cast iron equivalent.
C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and
spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and
Annex Water Lines - Spanish Bit Section 02665-183 September 2022
01 City of
Lubbock
Texas
insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint
length shall be twenty (20) feet.
D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including
nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and
seal of testing agency that verified the suitability of the pipe material for potable water.
E. Pipe shall meet all additional test requirements as described in AWWA C-900 or C-905, as
applicable.
F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the
transportation of potable water and shall bear the NSF seal of approval.
2.3 DUCTILE IRON PIPE
A. Ductile Iron pipe 12" shall be Class 200.
B. Ductile iron pipe to be furnished shall conform to the following standard specifications or
latest revisions:
(1) ANSI/AWWA C150/A21.50-81
(2) ANSI/AWWA C104/A21.4-80
(3) ANSUAWWA C151/A21.4-80
C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI
A21.4) specifications. The external surface shall be coated with an asphalt base paint.
D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where
connecting flanged fittings, and shall otherwise conform to the base specifications to which
the pipe is manufactured.
E. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe.
F. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket
meeting standards specified by AWWA C11-72 (ANSI A21.11) or its latest revision.
2.4 CONCRETE CYLINDER PIPE
A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the
latest revision of AWWA C-301.
B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the
latest revision of AWWAS C303-78
C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally and
helically.
D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a
continuous ring rubber gasket meeting standards specified in AWWA C303-78.
E. A Portland cement mortar shall be used to fill the annular space both inside and outside of
joints in the pretensioned concrete cylinder pipe.
(1) Portland cement used in the mortar shall conform to "Standard Specifications and Test
for Portland Cement" A.S.T.M. serial designations C150 and C77.
(2) Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate.
(3) The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy
duty diaper.
(a) The width of the diaper shall be nine inches.
Annex Water Lines - Spanish Bit Section 02665-184 September 2022
01 City of
Lubbock
Texas
(b) The band shall be provided with 3/8 inch x 0.20 steel straps on each side.
2.5 PIPE FITTINGS
A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of
piping with which they are installed. Pressure rating of fittings shall not be less than that of
the pipe.
B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in
accordance with AWWA C 104.
C. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise
specified or shown on the Drawings.
D. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C153 110. Fittings shall
be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings.
E. All fittings shall have a pressure rating equal to that of the pipe with which they are used but
in no case less than 150 psi.
F. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating
and shall be cement -lined in accordance with the specifications for coating and lining the
pipe.
G. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile
iron pipe and shall be subjected to the same test requirements. Marking and weighing shall
be as required for ductile iron pipe.
H. Where flanged fittings are used, the flanges shall be of the same material as the fitting.
Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the
fitting. Screwed -on bells will not be acceptable.
2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS
A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on
the Drawings and at other locations required for installation of the piping system.
B. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint.
Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers
shall be stainless steel.
2.7 PIPE JOINTS
A. Push -on Joints — Push -on joints shall be as specified in AWWA Standard C111.
B. Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard C111.
2.8 STEEL CASING
A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi
meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating.
B. Casing wall thickness for installation shall be in accordance with the City of Lubbock Design
Standards and Specifications.
C. Casing spacers shall be used to install carrier pipe inside the encasement pipe and to provide
support around the periphery of the pipe should the pipe twist as it is pushed through the
casing.
Annex Water Lines - Spanish Bit Section 02665-185 September 2022
01 City of
Lubbock
Texas
D. The spacers shall be of a projection type that has a minimum number of projections around
the circumference totaling the number of diameter inches. For example, eight (8) inch pipe
shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a
minimum of eighteen (18) projections.
E. Casing spacers shall use double backed tape, provided with the spacers, to fasten tightly onto
the carrier pipe so that the spacers do not move during installation. Installation instructions
shall be provided with each shipment.
F. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load
anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits
per spacer listed in the brochure.
G. These values in the brochure include conservative safety factors for class spacer used.
Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on
plans.
H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed
sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and
quality.
I. Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the
Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel
bands.
2.9 VALVES
A. Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on
the plans or specified herein. All valves shall be designed for a working pressure of at least
150 psi unless otherwise noted.
B. Gate Valves:
(1) All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze
mounted throughout and shall meet all requirements of AWWA C 509.
(2) The valves shall be of the type of joint used in the piping.
(3) All valves shall open by turning to the left, and unless otherwise specified, shall have
non -rising stem when buried and outside screw and yoke when exposed, and be
furnished with a two (2) inch operating nut when valves are buried and shall be
furnished with hand wheels when exposed.
(4) Gate valves shall be furnished with O-ring stem packing.
(5) All gate valves shall be designed to withstand a working pressure of 200 psi unless
otherwise noted.
(6) Gate valves shall be meet the City of Lubbock Design Standards and Specifications.
(7) All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be clean and
sound without defects that will impair their service. No plugging or welding of such
defects will be allowed.
(8) Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with
ASTM 307 and A563, respectively.
(9) All parts for valves furnished must be standard and completely interchangeable with
valves of the same brand. Successful bidder to furnish to the Owner, upon request, a
Annex Water Lines - Spanish Bit Section 02665-186 September 2022
01 City of
Lubbock
Texas
letter stating the type of valves to be installed and a letter from the manufacturer stating
that the parts are standard and interchangeable.
C. Valve Boxes and Extension Stems:
(1) Extension stems shall be furnished on buried valves where the top of the operating nut
is more than ninety (60) inches below finished grade. Top of the extension stem shall
not be more than thirty-six (36) inches below the top of the valve box.
(2) Buried valves shall be provided with cast iron valve boxes.
(3) The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe,
which will be used, as an extension from the top of the valve to within six (6) inches of
the ground surface.
(4) The box shall have a heavy cast iron cover marked "Water".
(5) The box shall have a flange type base, with the base being approximately four (4)
inches larger in diameter than the outside diameter of the barrel of the box.
(6) The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension
shall be considered as a part of the box.
(7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal.
D. FIRE HYDRANTS
(1) Hydrants shall meet the City of Lubbock Design Standards and Specifications
(2) Hydrants shall meet AWWA C-502
(3) Hydrants shall have an iron body, bronze mounted throughout and be designed for
working pressure of 150 psi.
(4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch
hose nozzles, and one (1) 4-inch steamer nozzle.
(5) The hydrant shall be for a 6-inch main.
2.10 POLYETHYLENE WRAP
A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a
polyethylene material meeting the requirements of ASTM D 1248.
B. The polyethylene material shall have a minimum thickness of eight (8) mils.
C. The wrap shall be secured by two (2) inch duct tape.
2.11 JOINT RESTRAINTS
A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal.
B. Must meet all pressure testing requirements of ASTM F-1674.
C. Materials must meet requirements of ASTM A-536.
D. Install per manufacturer's recommendations.
2.12 CONCRETE
A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete
specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum
compressive strength of 2,800 psi will be acceptable.
Annex Water Lines - Spanish Bit Section 02665-187 September 2022
01 City of
Lubbock
Texas
PART 3 EXECUTION
3.1 GENERAL
A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for
leakage, and disinfected in the manner herein specified.
3.2 INSPECTION
A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of
the Work and any material found to be defective will be rejected by the Engineer, and the
Contractor shall remove such defective material from the site of the Work.
3.3 RESPONSIBILITY FOR MATERIALS
A. The Contractor shall be responsible for all material furnished and shall replace, at the
Contractor's expense, all such material that is found to be defective in manufacture or has
become damaged in handling after delivery.
3.4 HANDLING PIPE AND ACCESSORIES
A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the
point of delivery, hauled to and distributed at the site of the Work by the Contractor.
B. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a
manner as to avoid shock or damage to the materials. Under no circumstances shall they be
dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the
ground.
C. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be
kept as free as possible from dirt, sand, mud, and other foreign matter.
3.5 ALIGNMENT AND GRADE
A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as
established on the ground by the Engineer.
B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment
and grade of the proposed water line.
C. Confirm compliance with the Drawings and Specifications.
D. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal
plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown
or permitted, the degree of deflection at each joint shall not exceed the maximum deflection
noted on the Drawings.
3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH
A. After the trench grade has been completed, all bell holes dug and the grade inspected, the
pipes and accessories may be placed in the trench.
B. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of
derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent
damage to the material in any way. Under no circumstances shall pipe or accessories be
dropped or dumped into the trench.
3.7 CLEANING AND INSPECTING
Annex Water Lines - Spanish Bit Section 02665-188 September 2022
01 City of
Lubbock
Texas
A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe,
while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or
unsound pipe and materials shall be rejected.
B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells,
spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the
trench, and it shall be kept clean by approved means during and after laying.
C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by
approved means, and no trench water shall be allowed to enter the pipe.
3.8 LAYING AND JOINTING PVC PIPE
A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying;
and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up
grade.
B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and
workmanlike manner without damage to the pipe or the cement lining.
C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in
the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe
shall be closed by approved means, and not trench water shall be permitted to enter the pipe.
D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for
such work, except by permission of the Engineer.
E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell
and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire
brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made.
F. Defective joints shall be repaired as directed by the Engineer.
G. Mechanical Joint Piping:
(1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint
pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign
matter from the joint, and then painted with lubricant recommended by the pipe
manufacturer.
(2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip
extension of the gland toward the socket or bell end.
(3) The rubber gasket shall be painted with lubricant recommended by the pipe
manufacturer and placed on the spigot end with the thick edge toward the gland.
(4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell.
(5) The gasket shall then be pressed into place within the bell; care shall be taken to locate
the gasket evenly around the entire joint.
(6) The gland shall be moved along the pipe into position for bolting, all of the bolts
inserted, and the nuts screwed up tightly with the fingers.
(7) All nuts shall be tightened with a suitable torque limiting wrench.
(8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an
equal pressure on all parts of the gland.
H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line
and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid.
Annex Water Lines - Spanish Bit Section 02665-189 September 2022
01 City of
Lubbock
Texas
I. Immediately after completion of the jointing, sufficient bedding and backfill material shall be
placed around and over the pipe to hold the pipe to line and grade.
J. Pre -molded joints shall be made in accordance with the recommendations of the
manufacturer of the pipe.
K. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped
with the solvent recommended by the pipe manufacturer.
L. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a
block of wood to prevent damage to the pipe.
3.9 PLUGGING DEAD ENDS
A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and
spigot ends shall be capped.
B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the
pipe.
C. All plugs and caps shall have horizontal thrust blocks.
3.10 FITTINGS
A. Fittings shall be set at the locations shown on the plans or at locations as established by the
Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe
installations. Concrete blocking shall be provided for all buried fittings.
3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS
A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and
jointed to the pipe in the manner heretofore specified for pipe installations.
B. All valves shall be hub end as required and all valves buried in the ground shall have a cast
iron or precast concrete valve box set over the valve.
C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked
for operation prior to installation.
D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior
to installation.
E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if
necessary.
F. Valve Boxes:
(1) Valve boxes shall be firmly supported and maintained centered and plumb over the
wrench nut of the valve, with the box cover flush with the surface of the ground or at
such a level as directed by the Engineer.
(2) All valve boxes under pavement shall be adjusted to fmished pavement grades.
G. Fire Hydrants:
(1) Fire hydrants shall be located at the points shown on the Drawings.
(2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with
the steamer nozzle at right angles to the street.
(3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant
lead or branch.
Annex Water Lines - Spanish Bit Section 02665-190 September 2022
01 City of
Lubbock
Texas
(4) The bowl of the hydrant shall be well braced against unexcavated earth at the end of the
trench with concrete blocking.
(5) The concrete blocking shall be placed so as not to interfere with the hydrant drains and
so that the joints of the flanges are accessible.
(6) Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the
Drawings.
(7) The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for
operation prior to installation. Drain holes shall not be blocked or sealed.
(8) Fire hydrants shall be installed and maintained so that the center of the lowest water
outlet shall be eighteen (18) inches from the ground.
(9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access
way.
3.12 THRUST RESTRAINT
A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with
suitably restrained joints per the manufacturer's recommendation.
B. Restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical
joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust
blocking. Thrust blocking will be allowed only under special circumstances as approved by
the Engineer.
3.13 EXCAVATION, TRENCHING AND BACKFILLING.
A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122.
B. Backfill around pipe with specified granular bedding material that is free of large rocks,
topsoil, debris or other unacceptable material.
C. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and
mechanically compacted or hand tamped to a point 12 inches above the top of the pipe.
D. Backfill from 12 inches above the pipe to the finished grade will be as follows:
(1) For unpaved areas:
(a) Use excavated material that is free of large rocks, debris or other material determined
unsuitable by the Owner's Representative. Backfill shall be placed in maximum six
(6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum
moisture content.
(b) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM
designation D-698.
(c) These tests shall be performed by a reputable contractor specializing in geotechnical
work and will be at the successful bidder's expense.
(d) Copies of these tests shall be provided to the Owners Representative.
(2) For paved areas:
(a) Place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under
the bottom of the pavement in a minimum thickness of 12".
(b) The backfill from 12-inches above the top of pipe to the CSB shall be in placed in
maximum 6 inch lifts and compacted to 95% Standard Proctor Density.
Annex Water Lines - Spanish Bit Section 02665-191 September 2022
01 City of
Lubbock
Texas
(c) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM
designation D-698.
(d) These tests shall be performed by a reputable contractor specializing in geotechnical
work and will be at the successful bidder's expense.
(e) Copies of these tests shall be provided to the Owners Representative.
(3) The City of Lubbock will perform random spot testing at no expense to the contractor.
3.14 LINE TESTING
A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as
specified herein. The Contractor shall bear all costs of providing all equipment, materials,
labor, and other incidentals required to test pipe lines as specified herein.
B. The Contractor shall provide suitable means for filling the lines and developing the required
pressure in the lines.
C. Testing procedure shall be as follows:
(1) Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours.
(2) Pressure — The pipeline shall be tested so that the pressure at the lowest point in the test
section is at least 100 percent, but not greater than 120 percent of the pressure class of
the pipe, and the minimum pressure at the highest point in the test section is not less
than 85 percent of the pressure class of the pipe.
D. Allowable Leakage —The maximum allowable leakage for push -on joints is the number of
gallons per hour as determined by the following formula(s):
E. PVC:
(1) L =
(2) 7,400
(3) where:
(a) L =
(b) N =
(c) S =
(d) D =
(e)
Ductile Iron:
ND(P) 1/2
133,200
L = SD(P) 1/2
allowable leakage in gallons per hour
number of joints in length of pipe tested
length of pipe
nominal diameter of the pipe in inches
P = average of the maximum and minimum pressures within the test section
in psi
F. Any leakage which becomes evident prior to final acceptance of the project shall be found
and repaired to the satisfaction of the Engineer even though the particular line has been
previously accepted and tested.
3.15 DISINFECTION OF PIPE LINES
A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection
of all pipe lines, which shall be disinfected before being placed in service.
B. The lines shall be disinfected by the application of a chlorinating agent in accordance with the
requirements of AWWA C 651, include the placement of hypochlorite granules in the pipe
during construction.
C. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the
Engineer or Owner's Representative may witness the disinfection activities.
D. Quality Assurance:
Annex Water Lines - Spanish Bit Section 02665-192 September 2022
01 City of
Lubbock
Texas
(1) Bacteriological sampling and test will be performed in accordance with the latest
requirements of Standard Methods for the Examination of Water and Wastewater.
(2) The City of Lubbock laboratory will be used for bacteriological testing.
E. Chemicals:
(1) Acceptable disinfectants are liquid and solid forms of hypochlorites. Chlorine gas is
not acceptable.
(2) Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of
sodium bisulfate, sodium sulfite, and sodium thiosulfate.
(3) The water being used to fill the line shall be controlled to flow into the section to be
sterilized very slowly, and the rate of application of the chlorinating agent shall be
proportioned at least fifty (50) parts per million in the water entering the pipe.
F. Temporary Facilities:
(1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch
diameter steel pipe and fittings with isolation valves and sampling taps.
(2) Water used for the initial flushing as well as the final chlorination shall be introduced
into the pipeline through a corporation stop or other approved connection inserted in the
horizontal axis of the newly laid pipe.
(3) No connection to the existing distribution system is allowed until the pipeline has
passed all bacteriological testing.
G. Final Flushing:
(1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of
initial chlorination.
(2) Flush water in a location and manner approved by the Engineer.
(3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0
mg/L.
H. Sampling and Analysis:
(1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample
from each end of the pipeline in the presence of the Engineer or Owner's representative.
(2) The Owner's representative or the Engineer shall deliver the samples to the City of
Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for
analysis.
(3) Collect samples after the initial disinfection and after the facilities have been filled with
chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected.
I. Acceptance:
(1) Facilities will be considered properly disinfected when two (2) consecutive sets of
acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have
indicated the absence of coliform organisms.
J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps.
The pipeline may then be connected to the City of Lubbock water distribution system.
3.16 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING
A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein.
Annex Water Lines - Spanish Bit Section 02665-193 September 2022
01 City of
Lubbock
Texas
B. Equipment used shall be such size and capacity as to allow the placement of the casing to
proceed in a safe and expeditious manner. Installation of the casing and the excavation and
removal of the materials within the casing shall proceed simultaneously.
C. The boring shall proceed from a pit provided for the boring equipment and workers.
D. Excavation and location of the pit shall be approved by the Engineer and County as
appropriate.
E. Boring without the concurrent installation of the casing pipe will not be permitted.
F. The use of water or other fluids in connection with the boring operation will be permitted
only to the extent of lubricating cuttings.
G. Jetting will not be permitted.
H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the
entire length of the installation.
I. All casing pipe joints shall be welded.
J. Care shall be taken to keep the pipe sleeve on the proper line and grade.
K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe
shall be shoved through the casing.
L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the
pipe and not on the bell, and shall be done in such a manner that the joint is always in
compression during the shoving operation.
3.17 PIPE IDENTIFIERS
A. Marking Tape:
(1) All pipes installed in an open trench will be identified with the appropriate color and
description of three (3) inch wide pipe identification tape.
(2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve
(12) to eighteen (18) inches.
(3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector
from the top of finished grade.
(4) Install detectable tape as deep as it can be detected but no closer to the non-metallic
pipe than twelve (12) inches.
B. Locator Wire:
(1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper
with 30 mil HDPE thermoplastic insulation directly above piping.
3.18 CLEANUP
A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and
any excess dirt shall be removed from the site.
B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final
completion and acceptance of the Work.
C. The maintenance shall include blading from time to time as necessary, filling depressions
caused by settlement, and other work required to keep areas in a presentable condition.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02665-194 September 2022
01 City of
Lubbock
Texas
SECTION 02730: SANITARY SEWER LINE CONSTRUCTION
PART GENERAL
3.1 SECTION INCLUDES
B. Polyvinyl Chloride (PVC) pipe and fittings.
C. Miscellaneous small piping.
3.2 RELATED SECTIONS
A. Section 02223 — Backfilling.
B. Section 03300 — Cast -in -Place Concrete.
C. Section 03410 —Precast Concrete.
A.
AWWA C151
— Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -lined Molds,
for Water or Other
Liquid.
B.
AWWA C150
— Thickness Design of Ductile Iron Pipe.
C.
ANSI B 16.1 —Cast
Iron Pipe Flanges and Flanged Fittings.
D.
ASTM D3033
— Type PSP Poly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings.
E.
ASTM D3034
— Type PSMPoly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings.
F.
ASTM D1784
— Rigid Poly (Vinyl Chloride).
G.
ASTM D2241
— Poly(Vinyl Chloride)(PVC) Pressure Rated Pipe (SDR Series).
H.
ASTM A53 — Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless.
I.
AWWA C110
— Ductile -Iron and Gray Iron Fittings, 3-inch through 48-inch, for Water and
Other Liquid.
J.
AWWA C606
— Standard for Grooved and Shouldered Joint.
K.
ASTM A276 —
Specification for Stainless and Heat -Resisting Steel Bars and Shapes.
L.
ASTM D1557
— Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate
Mixtures using 10-lb (4.54Kg) Rammer and 18-inch (457 mm) Drop.
M.
ASTM F679 —
Poly (Vinyl Chloride)(PVC) Large -Diameter Plastid Gravity Sewer Pipe and
Fittings.
1.4 SUBMITTALS
A. Submit under provisions of Section 01300.
B. PVC Pipe and Fittings, ASTM D-3034 and F679 as appropriate for pipe diameter furnished.
C. Ductile Iron Pipe and Fittings, C 151.
D. Laboratory analysis for rock embedment including sieve analysis, fracture faces, abrasion
tests and soundness test.
E. Trench Safety.
1.5 PROJECT RECORD CONDITIONS
A. Submit under provisions of Section 01700.
Annex Water Lines - Spanish Bit Section 02730-195 September 2022
01 City of
Lubbock
Texas
1.6 FIELD MEASUREMENTS
A. Verify that field measurements are as indicated on shop drawings.
1.7 REGULATORY REQUIREMENTS
A. Conform to applicable code for piping and component requirements.
1.8 TRENCH SAFETY
A. The Contractor shall be responsible for complying with all federal, state, and local trench
safety requirements, and for the safety of trenches and excavations.
PART 2 PRODUCTS
2.1 PIPE
A. Polyvinyl Chloride (PVC) Pipe:
(1) Gravity
The sanitary sewer pipeline and fittings shall be approved type pipe and rubber gasket
type joints, complying with ASTM Specification as follows:
(a) 6-inch PVC Gravity Sewer: ASTM D3034, SDR 35.
(b) 8-inch PVC Gravity Sewer: ASTM D3034, SDR 35.
(c) 15-inch PVC Gravity Sewer: ASTM D3034, SDR 35.
(d) 18-inch PVC Gravity Sewer: ASTM F679, SDR 35 (Cased Only).
(e) 18-inch PVC Gravity Sewer: ASTM F679, Heavy Wall Sewer, Cell Class 12454B
SDR 26, Minimum Wall Thickness 0.719 inches (Non Cased).
Pipe material shall be Cell Class 12454-B PVC resin compound conforming to ASTM
D 1784.
B. Pipe Fittings
Fittings for PVC pipe shall, in general, be bell -and -spigot type and of PVC material meeting
ASTM Specification D-3034 and ASTM F679 as appropriate.
C. Pipe Joints
Push -on joints for PVC sanitary sewer pipe shall meet the requirements of ASTM D3212.
Joints between ductile iron pipe and PVC pipe shall be made by using a DFW coupling or
equal.
2.2 PIPE FITTINGS
A. General
(1) Pipe fittings shall be of the type and design especially suitable for use with the type of
piping with which they are installed. Fitting shall have a pressure rating equal to that of
the pipe with which they are used but in no case less than 150 psi. All flanged fittings
shall be faced and drilled in accordance with ANSI B 16.1 for Class 125 flanges.
Annex Water Lines - Spanish Bit Section 02730-196 September 2022
01 City of
Lubbock
Texas
2.3 ROCK EMBEDMENT
Rock embedment for the pipe is required and shall conform to the following gradation: (ASTM
C33, Size No. 67):
% by Weight
Passing 1-inch sieve
100
Passing 3/4-inch sieve
65-85
Passing 3/8-inch sieve
0-5
Passing 5/8-inch sieve
0-45
Passing 7/8-inch sieve
98-100
Passing No. 10
0-2
The rock embedment may be of crushed stone. Crushed stone shall result in a product in which
the coarse aggregate shall have at least 85% by weight of particles with one or more fractured
faces and 65% by weight of particles with two or more fractured faces. The aggregate shall be
composed of sound, tough, durable particles and shall meet the requirements for deleterious
substances given in ASTM C33. The coarse aggregate (retained on the 3/8-inch sieve), whether
natural rounded gravel or crushed stone, shall not show more than 45% wear when tested in
accordance with ASTM C131. The coarse aggregate shall also not show evidence of
disintegration nor show total loss greater than 20% when subjected to five cycles of the sodium
sulfate soundness test as specified in ASTM C33.
2.4 MANHOLES FRAMES AND COVERS
A. Shall be Neenah Model R-1687 or approved equal, with minimum clear opening of 22-
inches.
B. Shall be cast iron meeting requirements of ASTM A48, AASHTO H2O loading and a
minimum weight of 275 pounds.
C. The frame shall have a full bearing ring that provides a continuous seal between the ring and
cover.
D. The ring shall have two diametrically opposed lifting rings cast into them.
E. The cover shall have "City of Lubbock, Texas "&" Sanitary Sewer" permanently cast into the
cover.
Manhole frames and covers shall be of cast iron of the types shown on the drawings. All casting
shall be made from superior quality gray cast iron conforming to the requirements of ASTM A48.
Drawings of all manholes frames and covers proposed for use shall be submitted to the Engineer
for approval before items are shipped. Bolted and gasketed covers shall be furnished at the
locations identified on the drawings.
2.5 ACCESSORIES
A. Warning Tape
(1) Provide tape made of plastic, green, and a minimum of 4-inches wide and have lettering
that states there is a buried sewer line below.
Annex Water Lines - Spanish Bit Section 02730-197 September 2022
01 City of
Lubbock
Texas
B. Pipe Joint Materials
(1) Furnish all necessary accessories for completing the joining of the pipe.
C. Grade Adjusting Rings.
(1) Provide adjustment rings made from cast iron, concrete or high density polyethylene
(HDPE).
(2) Precast concrete grade rings will be steel reinforced and meet or exceed the requirements
of ASTM C478.
(3) Grade rings made from cast iron will meet or exceed the requirements o ASTM A536.
(4) Grade rings made from HDPE will be injection molded and meet or exceed the
requirements of ASTM D1248.
(5) Grade rings will be designed to support an AASHTO H2O loading.
(6) Grade rings will be suitable for use on concrete or fiberglass manholes and have a
minimum clear opening of 24-inches.
D. Manhole Joint Seal Material.
(1) Provide asphaltic type joint sealant for all manhole joint. Seal material will be
manufactured by Conseal, Sika, Ramnek, or approved equal.
(2) Joint material will meet or exceed the requirements of Federal Specification 55-5-210A.
It will be suitable for application in ambient temperatures ranging from 30 to 150 degrees
F.
(3) Provide in strips with widths of 1-inch and rolls in minimum lengths of 14 feet wrapped.
E. Infiltration Preventor Inserts.
(1) Provide inserts to minimize inflow of runoff into the sanitary sewer system.
(2) Inserts will be concave and suitable for mounting snuggly in manhole ring. The insert
will have a neoprene seal gasket mounted with pressure sensitive adhesive.
(3) Make the insert from high density polyethylene with a minimum thickness of 0.187
inches that meet or exceeds the requirements of ASTM 01248, Class A, Category, Type
III with a minimum impact brittleness temperature of minus 180 degrees F.
(4) Provide a lifting strap made from woven polypropylene that is attached to the insert with
a rivet and backup washer made from stainless steel.
(5) Inserts will have a vent hole that will release a maximum of 5 gallons of water pre hour
into the sanitary sewer system. The vent will release sewer gas under a 1 psi or less
pressure differential.
2.6 PRECAST REINFORCED CONCRETE MANHOLES
A. Manholes shall be tongue and groove precast reinforced concrete manholes, constructed in
accordance with ASTM C478 of the diameter indicated on the drawings. Concrete manholes
shall be provided with and eccentric top cone unless otherwise shown on the drawings.
B. Concrete used shall meet a 28-day compressive strength of 4,000 psi. Concrete component
shall meet the following ASTM Specifications:
(1) Aggregates: ASTM C33
(2) Cement: ASTM C 150
Annex Water Lines - Spanish Bit Section 02730-198 September 2022
01 City of
Lubbock
Texas
(3) Sampling: ASTM C39
(4) Reinforcement: ASTM C 185
(5) Sand & Mortar ASTM C144
C. Cone section shall be eccentric and have a clear opening of 24-inches.
D. Cone section shall have a corrosion inhibitive admixture that meets the following
requirements:
(1) Shall permeate the entire concrete matrix and molecularly bond to the cement and
aggregate.
(2) Admixture shall be in liquid form.
(3) Dye shall be added to manholes treated with inhibitor.
E. Manholes shall be designed to support AASHTO H-20 loading.
F. Precast manholes bottom shall be reinforced with steel adequate to support the entire weight
of the manhole barrels, cone section, H-20 loading, and water with the manhole being half
full.
G. Manhole base shall be benched and provide a smooth flow channel.
H. Manhole base shall contain the same corrosion inhibitor as required for cone section.
I. Manhole bases shall have the following minimum dimensions:
(1) 48-inch: Thickness 6-inches; outside diameter 70-inches.
(2) 60-inch: Thickness 8-inches; outside diameter 84-inches.
(3) 72-inch: Thickness 12-inches; outside diameter 96-inches.
J. All connections shall be flexible, neoprene rubber boots meeting the requirements of ASTM
C923.
K. Manholes barrels shall have all interior liner with the following characteristics:
(1) Shall be semi -rigid PVC installed at factory per liner manufacture's recommendations
(2) Physical properties:
(a) Minimum thickness: 0.065-inch.
(b) Tensile Strength: 6,500 psi.
(c) Flexural strength: 12,000 psi.
(d) Interior color: white
(3) PVC sheets shall be joined by butyl strip.
(4) Shall be formed to provide protection at manhole joints by utilizing a continuous PVC
return into the joint of at least 0.50-inch.
(5) Liner shall be installed in such a manner to withstand a 100 lb/inch perpendicular pull for
minimum of 60 seconds.
All joints shall be tongue and groove except for the grade rings and all joints shall be
watertight. Ram-Nek flexible plastic gaskets or approved equal shall be used in all joints.
2.7 FIBERGLASS MANHOLES
A. Shall meet ASTM D3753.
B. Shall be constructed of commercial grade unsaturated polyester or vinyl ester resins.
Reinforcement shall be commercial grade type E glass fibers.
Annex Water Lines - Spanish Bit Section 02730-199 September 2022
01 City of
Lubbock
Texas
C. UV inhibitor resin shall be applied on the exterior surface of the manhole at a minimum
thickness o f0.125 inch.
D. Exterior surface shall have manufacturer's name, address and serial number. Also included
the total manhole length.
E. Base shall be fiberglass equipped with a flanged anchor ring have a minimum of four
predrilled holes for securing.
F. Base shall be benched and provide a smooth flow channel.
G. Stiffing rib shall be utilized if required
H. Shall have flexible, neoprene rubber connection that meets ASTM C923.
I. A precast concrete shall be 28-day, 4,000 psi and concrete component meeting the following
ASTM specification.
(1) Aggregates: ASTM C33
(2) Cement: ASTM C 150
(3) Sampling: ASTM C39
(4) Reinforcement: ASTM C 185
(5) Sand & Mortar ASTM C144
J. Precast concrete base shall have hooked end anchor bolts with a minimum embedment of 3-
inches. Bolts shall be 5/8-inch diameter, 304 stainless steel. Nuts and washers shall be 304
stainless steel.
K. Precast concrete base shall be designed to support AASHTO H-20 loading and manhole half
full of water.
L. The interior surface of the manhole shall have a chemical resistant, resin layer 0.010 to 0.020
inch thick with no expose fibers.
M. Manholes shall be designed to support AASHTO H-20 loading in accordance with ASTM
D3753.
N. Manholes shall have an eccentric — reducing section made of the same material as the barrel
with a top clear opening of no less than 24-inches and designated to accommodate standard
grade adjustment, manhole ring and cover.
2.8 STEEL CASING
A. Steel casing shall have a minimum yield strength of 35,000 psi. The minimum wall thickness
shall be 0.250-inch for casing diameter of 16 inches and less; 0.312-inch for casing diameters
of 18, 20, and 22 inches; 0.344-inch for 24-inch casing; and 0.469-inch for 36-inch casing
diameter. Casing shall be solid rolled steel and shall not be spiral -welded steel. Casing shall
have an approved exterior coating. Laying lengths shall be 20 feet±1-inch.
PART 3 EXECUTION
3.1 MEASUREMENT AND PAYMENT
A. Sanitary Sewer Pipe.
Annex Water Lines - Spanish Bit Section 02730-200 September 2022
01 City of
Lubbock
Texas
(1) Payment for installation of sanitary sewer pipe will be on a linear foot basis in depth
range of 2 feet. Gravel embedment, excavation, backfill and other items necessary to
completely install the pipe are included in this unit price.
(2) Measurement will be from the natural ground to the flow line of the pipe. The Owner's
Representative will perform measurement.
B. Sanitary Sewer Manholes
(1) Payment for installation of sanitary sewer manholes will be on a vertical linear foot basis
with the first 4 feet considered a standard manhole depth. Excavation, backfill and other
items necessary to completely install the manholes are included in this unit price.
(2) Measurement will be form the natural ground to the manhole invert. The Owner's
Representative will perform measurement.
C. Warning Tape.
(1) Payment for installation of sanitary sewer warning tape will be on a linear foot basis.
(2) The Owner's Representative will perform measurement.
D. Manhole Inserts.
(1) No additional payment will be made for installation of manhole inserts. They are
considered a standard part of the manhole.
3.2 GRAVITY PIPELINE INSTALLATION
A. General:
(1) All pipe and accessories for the work specified herein shall be unloaded, handled, laid,
jointed, and tested for defects and for leakage in the manner herein specified.
(2) Coordinate delivery storage, and delivery schedule with Owner's representative.
B. Responsibility for Materials
The Contractor shall be responsible for all material furnished by him and he shall replace at
his own expense all such material that is found to be defective in manufacture or has become
damaged in handling after delivery.
C. Handling Pipe and Accessories
All pipe, fitting, and other accessories shall, unless otherwise directed, be unloaded at the
point of delivery, hauled to and distributed at site of work by the Contractor. In loading and
unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to
avoid shock or damage to the material. Under no circumstances shall they be dropped. Pipe
handled on skidways must not be skidded or rolled against pipe already on the ground.
The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept
as free as possible from dirt, sand, mud and other foreign matter.
D. Trench Excavation
The Contractor shall be responsible for complying with Texas House Bills 662 and 665 safety
standards and with the applicable OSHA regulations concerning trench excavation, general
excavation and construction safety.
(a) Owner's Representative will provide construction -staking services. The centerline of
the proposed line will be established and cut sheets issued by the Owner's
Annex Water Lines - Spanish Bit Section 02730-201 September 2022
SI City of
Lubbock
Texas
Representative. The Contractor is responsible for notifying the Owner'
Representative of any concerns with construction staking.
(b) Contractor will excavate as necessary to attain the line and grades at locations shown
on the Plans or as staked in the field.
E. Trench Safety System
This section of the specifications covers trench safety systems for trench excavation greater
than five feet in depth. All work performed under this section shall also comply with OSHA
Part 1926, Subpart P and all State and Local codes.
The Contractor shall be responsible for complying with the requirements of the
specifications, drawings and all applicable codes. The Contractor shall immediately notify
the City of any unforeseen field conditions which might affect the integrity of the trench
safety system.
F. Trench Methods
Trench Boxes — Submit manufacture's standard data sheet and certificate of compliance
signed by a registered professional engineer stating the maximum allowable depth for the
given design pressure of each type of trench box proposed for use.
Alternative Systems — If alternative systems composed of steel, aluminum, wood or a
combination of materials are proposed, submit design calculations signed by a registered
professional engineer showing all member properties, design strengths and stress increases
used with justification for their use.
G. Procedure
Provide shoring systems in accordance with the submitted design to adequately resist earth
pressures indicated in the design submitted.
Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible
after opening trenches. Do not allow workers in trench prior to installing trench bracing
systems. Backfill trenches as soon as possible after completion of work. Stockpile excavated
material at least three feet away from the edge of trench. Maintain barricades and signage as
required by OSHA, State and Local codes to protect open excavations.
Do not allow surface water to enter excavations. Properly grade or protect areas adjacent to
trench excavations to control surface drainage away from excavations. Excavation which
must remain open during periods of rainfall must be protected such as to prevent
accumulations of water in excavation.
H. Embedment
Embedment is defined as the portion of backfill from the bottom of the trench to a point six
(6) inches above the top of pipe.
(1) Embedment Material:
(a) Provide crushed stone with irregular surfaces for embedment of sanitary sewer pipe
and manhole foundation that meets the following gradation requirements:
% by Weight
Retain on the 1-inch sieve 0
Retain on the 7/8-inch sieve 0 to 2
Annex Water Lines - Spanish Bit Section 02730-202 September 2022
01 City of
Lubbock
Texas
Retain on the 3/4-inch sieve
15 to 35
Retained on the 5/8-inch sieve
55 to 100
Retained on the 3/8-inch sieve
95 to 100
Retained on the No. 10 sieve
99 to 100
The bedding layer shall be laid in the pipe trench, shaped and smoothed to grade and
then thoroughly consolidated by tamping. The bedding material shall be checked for
grade and bell holes dug before the pipe laid.
The hunching layer of rock embedment material shall then be placed up to the spring
line of the pipe (one half of the outside diameter above the bottom of the pipe). The
haunching layer shall be thoroughly consolidated by tamping.
The initial backfill layer shall be the third lift of rock embedment material and shall
be placed to a point at least six inches above the top of pipe. The initial backfill shall
be thoroughly consolidated by tamping or by vibratory compactors.
The remainder of the trench backfill shall be as specified in Paragraph K of this
section.
I. Pipe Laying in Trench
After the trench has been properly fine graded, the pipe shall be installed in accordance with
the City of Lubbock Construction Standard and the Manufacturer's Instructions. Each length
of pipe shall be inspected for defects and the spigot cleaned thoroughly inside and outside
before lowering into the trench. Pipe laying shall proceed up -grade with the spigot ends
pointing in the direction of flow. All pipe shall be laid true to the lines and grades as
established by the drawings using a laser beam or cut stakes to control the grade of each joint
of pipe. 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 top of bedding and to allow ample space for properly
jointing the pipe.
Installation and jointing of the pipe shall be in accordance with the manufacture's
recommendation except where the requirements of these specifications are stricter.
The jointing shall be completed for all pipe laid each day, in order not to leave open joints in
the trench overnight. At times when pipe laying is not in progress, the open ends of pipe
shall be plugged by approved means, and no trench water shall be permitted to enter the pipe.
No pipe shall be laid in water, or when the trench conditions or weather is unsuitable for such
work.
3.3 CONNECTIONS WITH EXISTING PIPING
A. Connections between new work and existing piping shall be made using fittings suitable for
the conditions encountered. Each connection with an existing pipe shall be made at a time
and under conditions which least interference with service to customers, and as authorized by
the Owner. Facilities shall be provided for proper dewatering and for disposal of all water
removed from the dewatered lines and excavation without damage to adjacent property.
(1) Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric-
seal joints or ASTM D 3034 for elastomeric-gasket joints.
Annex Water Lines - Spanish Bit Section 02730-203 September 2022
01 City of
Lubbock
Texas
3.4 MANHOLE CONSTRUCTION
A. General: Manholes shall be constructed at the locations shown on the plans or as directed by
the Owner's Representative. The manholes shall be constructed in accordance with the
details shown on the plans and as specified herein for precast reinforced concrete manholes.
B. Precast Reinforced Concrete Manholes: After the excavation has been completed, the
concrete base or bottom shall be poured in accordance with the details shown on the plans
and the latest requirement of ASTM C891.
C. Fiberglass Manholes:
(1) Install precast concrete manhole pad using appropriate elevation to align the manhole
with the line and grade of the pipelines being constructed.
(2) Attach manhole to pad using stainless steel anchor bolts with a minimum diameter of 5/8-
inch.
(3) Install manhole true and plumb.
3.5 CLEANING
A. Clean interior of piping of dirt and superfluous material.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02730-204 September 2022
01 City of
Lubbock
Texas
SECTION 02750: BYPASS PUMPING OF EXISTING SANITARY SEWERS
PART1 GENERAL
1.1 SUMMARY
A. The work covered by this section of the specifications includes that necessary for furnishing,
installing, and maintaining bypass pumping capabilities for existing sanitary sewer systems.
B. Section Includes:
(1) References
(2) Administrative Requirements
(3) Submittals
(4) Action Submittal/Information Submittal
(5) Equipment
(6) Preparation
(7) Installation
(8) Field or Site Quality Control
(9) Closeout Activities
1.2 REFERENCES
A. Reference standards cited in this Specification refer to the current reference standard
published at the time that these Specifications were released.
1.3 ASMINISTRATIVE REQUIREMENTS
A. Coordination
(1) Schedule meeting with Engineer to review sewer shutdown prior to replacing or
rehabilitating any facilities.
(2) Engineer reserves the right to delay schedule due to weather conditions or other
unexpected conditions within the existing sanitary sewer system.
(3) Review bypass pumping arrangement or layout in the field with Engineer prior to
beginning operations. Facilitate preliminary bypass pumping run with Engineer present to
affirm the operation is satisfactory.
(4) After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer
flow with Engineer staff.
(5) Provide onsite continuous monitoring during all bypass pumping operations using one of
the following methods:
(a) Personnel on site
(b) Portable SCADA equipment
1.4 SUBMITTALS
A. Conform to requirements of Section 01300 —Submittal Procedures.
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
Annex Water Lines - Spanish Bit Section 02750-205 September 2022
01 City of
Lubbock
Texas
A. Submit a detailed plan and description outlining all provisions and precautions that will be
taken with regard to handling of sewer flows. Submit the plan to the Engineer for approval a
minimum of 7 days prior to commencing work. Include the following details:
(1) Schedule for installation and maintenance of bypass pumping system.
(2) Staging areas for pumps
(3) Pump sizes, capacity, number of each size, and power requirements
(4) Calculations for static lift, friction losses, and velocity
(5) Pump curves showing operating range and system head curves
(6) Sewer plugging methods
(7) Size, length, material, joint type, and method for installation of suction and discharge
piping
(8) Method of noise control for each pump and/or generator, if required
(9) Standby power generator size and location
(10) Suction and discharge piping plan
(11) Emergency action plan identifying the measures taken in the event of a pump failure or
sewer spill
(12) Staffing plan for responding to alarm conditions identifying multiple contacts by name
and phone numbers (office and mobile)
(13) A contingency plan to implement in the event the replacement or rehabilitation has
unexpected delays or problems.
PART 2 PRODUCTS
2.1 EQUIPMENT
A. Pumping
(1) Provide equipment that will convey 100 percent of wet weather peak flow conditions.
(2) Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not
permitted for priming reasons.
(3) Pumps must be constructed to allow dry running for periods of time to account for the
cyclical nature of sewer flow.
(4) Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on
line, isolated from the primary system by valve.
(5) If multiple pumps are required to meet the flow requirements, provide the necessary
fittings and connections to incorporate multiple discharges.
(6) Noise levels of the pumping system must follow the requirements of the City noise
ordinance for gas wells.
B. Piping
(1) Install pipes with joints which prevent the incident of flow spillage
C. Plugs or Stop Logs
(1) Plugs
Annex Water Lines - Spanish Bit Section 02750-206 September 2022
01 City of
Lubbock
Texas
(a) Select a plug that is made for the size and potential pressure head that will be
experienced.
(b) Provide an additional anchor, support or bracing to secure plug when back pressure is
present.
(c) Use accurately calibrated air pressure gauges for monitoring the inflation pressure.
(d) Place inflation gauge at location outside of confined space area. Keep the inflation
gauge and valve a safe distance from the plugs.
(e) Never over inflate the plug beyond its pressure rating.
(2) Stop Logs
(a) Use stop log devices designed for the manhole or sewer vault structure in use.
(b) If applicable, obtain stop logs from City that may be used on specific structures.
PART 3 EXECUTION
3.1 PREPARATION
A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain
approval of those locations from the Engineer.
3.2 INSTALLATION
A. Install and operate pumping and piping equipment in accordance to the submittals provided
per this Specification.
B. Sewer Flow Stoppage
(1) Plugging
(a) Use confined space procedures and equipment during installation when necessary.
(b) Thoroughly clean the pipe before insertion of plug.
(c) Insert the plug seal surface completely so it is fully supported by the pipe.
(d) Position the plug where there are not sharp edges or protrusion that may damage the
plug.
(e) Use pressure gauges for measuring inflation pressure.
(f) Minimize upstream pressure head before deflating and removing.
C. Sewer flow control and monitoring
(1) Take sufficient precautions to ensure sewer flow operations do not cause flooding or
damage to public or private property. The Contractor is responsible for any damage
resulting from bypass pumping operations.
(2) Begin continual monitoring of the sewer system as soon as the sewer is plugged or
blocked. Be prepared to immediately start bypass pumping if needed due to surcharge
conditions.
(3) Sewer discharge may be into another sewer manhole or appropriate vehicle or container
only. Do not discharge sewer into an open environment such as an open channel or
earthen holding facility.
(4) Do not construct bypass facilities where vehicular traffic may travel over the piping.
Annex Water Lines - Spanish Bit Section 02750-207 September 2022
01 City of
Lubbock
Texas
(a) Provide details in the suction and discharge piping plan that accommodate both the
bypass facilities and traffic without disrupting either service.
3.3 FIELD OR SITE QUALITY CONTROL
A. Field or Site Tests and Inspections
(1) Perform leakage and pressure tests of the bypass pumping pipe and equipment before
actual operation begins.
(2) Have Engineer on site during tests.
3.4 CLOSEOUT ACTIVITIES
A. Once plugging or blocking is no longer necessary, remove in such a way that permits the
sewer flow to slowly return to normal — preventing surge, surcharging and major downstream
disturbance.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02750-208 September 2022
01 City of
Lubbock
Texas
SECTION 02920: TECH TURF LAWNS AND GRASSES
PART I GENERAL
I.I. RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Plugging.
1.3 DEFINITIONS
A. Finish Grade: Elevation of finished surface of planting soil.
B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or
sand with stabilized organic soil amendments to produce topsoil or planting soil.
C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified
to become topsoil; mixed with soil amendments.
D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top
surface of a fill or backfill immediately beneath planting soil.
E. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of
organic matter and soil organisms.
1.4 SUBMITTALS
A. Product Data: For Turffalo brand Tech Turf plugs.
B. Certification of Grass Plugs: Certification of Tech Turf s genetic identity from the Texas
Department of Agriculture, with the name Tech Turf I, identifying Frontier Hybrids, Inc.
Annex Water Lines - Spanish Bit Section 02920-209 September 2022
01 City of
Lubbock
Texas
as the source and including the name and telephone number of supplier. Turffalo brand
Tech Turf is a hybrid of turfgrass that utilized buffalograss (Buchloe dactyloides) in its
breeding.
C. Qualification Data: For qualified landscape Installer.
D. Product Certificates: For soil amendments and fertilizers, from manufacturer.
E. Material Test Reports: For existing surface soil and imported topsoil.
F. Planting Schedule: Indicating anticipated planting dates for each type of planting.
G. Maintenance Instructions: Recommended procedures to be established by Owner for
maintenance of lawns during a calendar year. Submit before expiration of required initial
maintenance periods.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: A qualified landscape installer whose work has resulted in
successful lawn establishment.
1. Installer's Field Supervision: Require Installer to maintain an experienced full-
time supervisor on Project site when planting is in progress.
2. Maintenance Proximity: Not more than two hours normal travel time from
Installer's place of business to Project site.
B. Soil -Testing Laboratory Qualifications: An independent laboratory, recognized by the
State Department of Agriculture, with the experience and capability to conduct the testing
indicated and that specializes in types of tests to be performed.
C. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating
percentages of organic matter; gradation of sand, silt and clay content; cation exchange
capacity; deleterious material; deleterious material; pH; and mineral and plant -nutrient
content of topsoil.
Report suitability of topsoil for lawn growth. State -recommended quantities of
nitrogen, phosphorus, and potash nutrients and soil amendments to be added to
produce satisfactory topsoil.
Annex Water Lines - Spanish Bit Section 02920-210 September 2022
01 City of
Lubbock
Texas
D. Preinstallation Conference: Conduct conference at Project site.
1.6 DELIVERY, STORAGE AND HANDLING
A. Plugs: Deliver Turffalo brand Tech Turf plugs in original, labeled and undamaged
containers. Trays must be watered daily enough to keep roots moist and kept in an area
where the plants can receive at least 50% sunlight.
1.7 PROJECT CONDITIONS
A. Planting Restrictions: Plant during one of the following periods. Coordinate planting
periods with initial maintenance periods to provide required maintenance from date of
planting completion.
1. Spring Planting: After the last normal freeze date.
2. Winter Planting: Thirty days prior to the first normal freeze date.
B. Weather Limitations: Proceed with planting only when existing and forecasted weather
conditions permit.
C. Growing Zones: Turffalo brand Tech Turf may be grown in Zones 5-11, States: Texas,
Oklahoma, New Mexico, Kansas, Nebraska, Colorado, Arizona, Utah, Nevada,
California, Iowa, Illinois, Missouri, Arkansas, Louisiana, Mississippi, Alabama,
Tennessee, Georgia, and Florida.
1.8 MAINTENANCE SERVICE
A. Initial Lawn Maintenance Service: Provide full maintenance by skilled employees of
landscape installer. Maintain as required in Part 3. Begin maintenance immediately after
each area is planted and continue until acceptable lawn is established, but for not less
than the following periods:
Plugged Lawns: Thirty days from date of planting completion.
B. Continuing Maintenance Proposal: From installer to Owner, in the form of a standard
yearly (or other period) maintenance agreement, starting on date initial maintenance
Annex Water Lines - Spanish Bit Section 02920-211 September 2022
01 City of
Lubbock
Texas
service is concluded. State services, obligations, conditions and terms for agreement
period and for future renewal options.
PART 2 PRODUCTS
2.3 PLUGS
A. Plugs: Turffalo brand plugs, certified by the Texas Department of Agriculture as Tech
Turf I, grown in individual cells with uniform density, color and texture, strongly rooted
and capable of vigorous growth and development when planted; of the following
turfgrass species and plug size.
1. Turfgrass Species: Buffalograss (Buchloe dactyloides)
2. Plug Size: 2 inches (50 mm) deep and 1.5 inches square at the top.
2.6 TOPSOIL
A. Topsoil: ASTM D 5268, pH range of 6 to 8.5, a minimum of 2 percent organic material
content, free of stones 2 inches (50 mm) or larger in any dimension and other extraneous
material harmful to plant growth.
Topsoil Source: Reuse surface soil stockpiled on -site. Verify suitability of
stockpiled surface soil to produce topsoil. Clean surface soil of roots, plants,
sod, stones, clay lumps and other extraneous material harmful to plant growth.
a. Supplement with imported or manufactured topsoil from off -site
sources when quantities are insufficient. Obtain topsoil displaced from
naturally well -drained construction or mining sites where topsoil
occurs at least 4 inches (100 mm) deep; do not obtain from agricultural
land, bogs or marshes.
2.7 INORGANIC SOIL AMENDMENTS
A. Lime: If pH is below 6, use ASTM C 602, agricultural limestone containing a minimum
of 80 percent calcium carbonate equivalent and as follows:
1. Provide lime in form of dolomitic limestone.
Annex Water Lines - Spanish Bit Section 02920-212 September 2022
01 City of
Lubbock
Texas
2.8 ORGANIC SOIL AMENDMENTS
A. Compost: If there is too much sand for the soil to facilitate rapid lawn establishment, use
compost with well -composted, stable, and weed -free organic matter, pH range of 6 to 8;
moisture content 35 to 55 percent by weight; 100 percent passing through a 1-inch (25-
mm) sieve; soluble salt content of 5 desisiemens/m; not exceeding 0.5 percent inert
contaminants and free of substances toxic to plantings; and as follows:
1. Organic Matter Content: 50 percent of dry weight.
2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard
trimmings; or source -separated or compostable mixed solid waste.
B. Peat: If there is too much sand for the soil to facilitate rapid lawn establishment, use peat
with finely divided or granular texture, with a pH range of 6 to 7.5, containing partially
decomposed moss peat, native peat or reed -sedge peat and having water -absorbing
capacity of 1100 to 2000 percent.
2.9 PLANTING ACCESSORIES
A. Selective Herbicides: After installing plugs, use EPA registered and approved, of type
recommended by manufacturer for application:
1. After installing plugs, prior to establishment, to control pre -emergence of weeds
or other grasses, use either dithiopyr (Dimension) or oxadiazon (Ronstar) turf
herbicide at manufacturer's recommended rate.
2. After establishment, to control broad leaf weeds: use a 2-4-D herbicide that is
approved for buffalograss at manufacturer's recommended rate.
3. After establishment, to control grassy weeds: use monosodium methylarsonate
(MSMA) herbicide at manufacturer's recommended rate.
2.10 FERTILIZER
A. Commercial Fertilizer: Commercial -grade fertilizer of neutral character, consisting of
fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea
formaldehyde, phosphorous, and potassium in the following composition:
Composition: Per 1000 sq. ft. use 2 lbs of actual nitrogen, 3 lbs of phosphorous, 3
lbs of potash, 0.1 lb of iron chelate and 0.1 lb of zinc chelate.
Annex Water Lines - Spanish Bit Section 02920-213 September 2022
01 City of
Lubbock
Texas
PART 3 EXECUTION
3.1 EXAMINATION
A. Examine areas to receive Turffalo brand Tech Turf plugs for compliance with
requirements and other conditions affecting performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and
plantings from damage caused by planting operations.
B. If project requirements result in Tech Turf plug spacing to exceed 17 inches, provide
erosion -control measures to prevent erosion or displacement of soils and discharge of
soil -bearing water runoff or airborne dust to adjacent properties and walkways.
3.3 LAWN PREPARATION
A. Limit lawn subgrade preparation to areas to be planted.
B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 3 inches (75 mm).
Remove stones larger than 2 inches (50 mm) in any dimension and sticks, roots, rubbish,
and other extraneous matter and legally dispose of them off Owner's property.
1. Apply fertilizer directly to subgrade before loosening.
2. When applicable, thoroughly blend planting soil mix off -site before spreading
or spread topsoil, apply soil amendments and fertilizer on surface, and
thoroughly blend planting soil mix.
a. Delay mixing fertilizer with planting soil if planting will not proceed
within a few days.
b. If required, mix lime with dry soil before mixing fertilizer.
Annex Water Lines - Spanish Bit Section 02920-214 September 2022
01 City of
Lubbock
Texas
3. Spread planting soil to a depth of 4 inches (100 mm) but not less than required
to meet finish grades after light rolling and natural settlement. Do not spread
if planting soil or subgrade is frozen, muddy, or excessively wet.
C. Unchanged Subgrades: If lawns are to be planted in areas unaltered or undisturbed by
excavating, grading, or surface -soil stripping operations, prepare surface soil as follows:
Remove existing grass, vegetation, and turf. Do not mix into surface soil. For
Bermuda grass, allow it to grow 3 inches tall and then spray it with Round -
Up. Wait 3 to 4 days, then mow it very short and spray it once more with
Round -Up.
2. Loosen surface soil to a depth of at least 6 inches (150 mm). Apply soil
amendments and fertilizers according to planting soil mix proportions and mix
thoroughly into top 4 inches (100 mm) of soil. Till soil to a homogeneous
mixture of fine texture.
a. Apply fertilizer directly to surface soil before loosening
3. Remove stones larger than 2 inches (50 mm) in any dimension and sticks,
roots, trash, and other extraneous matter.
4. Legally dispose of waste material, including grass, vegetation, and turf, off
Owner's property.
D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose,
uniformly fine texture. Grade to within plus or minus 1/2 inch (13 mm) of finish
elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit
finish grading to areas that can be planted in the immediate future.
E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow
surface to dry before planting. Do not create muddy soil.
F. Before planting, restore areas if eroded or otherwise disturbed after finish grading.
3.4 PREPARATION FOR EROSION -CONTROL MATERIALS
A. Prepare area as specified in "Lawn Preparation" Article.
Annex Water Lines - Spanish Bit Section 02920-215 September 2022
01 City of
Lubbock
Texas
B. Moisten prepared area before planting if surface is dry. Water thoroughly and allow
surface to dry before planting. Do not create muddy soil.
C. For areas where spacing of Tech Turf plugs is to exceed 17 inches (425 mm), the areas
should be seeded with annual ryegrass 35 days prior to plugging Turffalo brand Tech
Turf and then killed -out with Round -up after 30 days (5 days prior to plugging Tech
Turf).
3.9 PLUGGING
A. Plant plugs in holes or furrows spaced [12 inches (300 mm)] for coverage in 30 to 40
days [17 inches (425 mm)] for coverage in 60 days [2 feet (600 mm)] [2.5 feet (750 mm)]
for full -season coverage.
B. Compress the plugs into the holes or furrows with light rolling to facilitate adequate
contact between the roots and surrounding soil.
C. When complete, the top of the roots should be even with the surrounding soil.
3.12 LAWN MAINTENANCE
A. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming,
replanting and other operations. Roll, regrade, and replant bare or eroded areas and
remulch to produce a uniformly smooth lawn. Provide materials and installation the
same as those used in the original installation.
B. Watering: Provide and maintain temporary piping, hoses and lawn -watering equipment
to convey water from sources and keep lawn uniformly moist to a depth of 4 inches (100
mm).
1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed
or mulch. Lay out temporary watering system to avoid walking over muddy or
newly planted areas.
2. Water lawn with fine spray at a minimum rate of/4 inch per day for the first five
days, or enough to keep roots moist. After the first five days, cut back to watering a
minimum of/4 inch every three days, taking rainfall, humidity and temperature into
consideration.
Annex Water Lines - Spanish Bit Section 02920-216 September 2022
01 City of
Lubbock
Texas
C. Mowing: If possible, delay mowing until Tech Turf has achieved complete coverage. If
it must be mowed prior to covering the area, mow at the highest setting to avoid cutting
runners. Repeat mowing to maintain specified height without cutting more than 1 /3 of
grass height. Remove no more than 1/3 of grass -leaf grown in initial or subsequent
mowings. Do not mow when grass is wet. Schedule initial and subsequent mowings to
maintain a grass height of 2 to 3 inches (50 to 75 mm).
D. Lawn Postfertilization: Apply fertilizer after initial mowing and when grass is dry that
will provide actual nitrogen of at least 2 lbs/1000 sq. ft. (0.90 kg/92.9 sq. m).
E. Ongoing Herbicide and Insecticide Treatment: All 2-4-D type herbicides may be used on
Tech Turf. DO NOT USE Atrazine, Banvel, Dicambia, Simazine or Trimec. Once fully
established, herbicides such as Treflan or Surflan may be used on Tech Turf. Once a
year, in the spring, a grub worm killer, such as Merit by Bayer, must be applied to Tech
Turf.
3.11 SATISFACTORY LAWNS
A. Lawn installations shall meet the following criteria as determined by Architect:
1. Satisfactory Plugged Lawn: At end of maintenance period, the required number of
plugs has been established as well -rooted, viable patches of grass; and areas
between plugs are free of weeds and other undesirable vegetation.
B. Use specified materials to reestablish lawns that do not comply with requirements and
continue maintenance until lawns are satisfactory.
3.16 CLEANUP AND PROTECTION
A. Promptly remove soil and debris, created by lawn work, from paved areas. Clean wheels
of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved
areas.
B. Erect temporary fencing or barricades and warning signs as required to protect newly
planted areas from traffic. Maintain fencing and barricades throughout initial
maintenance period and remove after lawn is established.
END OF SECTION
Annex Water Lines - Spanish Bit Section 02920-217 September 2022
01 City of
Lubbock
Texas
SECTION 03300: CAST —IN —PLACE CONCRETE
PART1 GENERAL
1.1 SUMMARY
A. This Section includes, but is not limited to cast -in -place concrete, including formwork,
reinforcing, mix design, placement procedures, curing, and finishes.
B. Section Includes:
(1) Definitions
(2) Submittals
(3) Quality Assurance
(4) Deliver, Storage and Handling
(5) Form -Facing Materials
(6) Steel Reinforcement
(7) Reinforcement Accessories
(8) Concrete Materials
(9) Admixtures
(10) Curing Materials
(11) Repair Materials
(12) Concrete Mixes
(13) Fabricating Reinforcement
(14) Concrete Mixing
(15) Formwork
(16) Embedded Items
(17) Removing and Reusing Forms
(18) Shores and Reshores
(19) Steel Reinforcement
(20) Joints
(21) Concrete Placement
(22) Miscellaneous Concrete Items
(23) Concrete Protecting and Curing
(24) Field Quality Control
1.2 DEFINITIONS
A. Cementitious Materials: Portland cement alone or in combination with one or more of
blended hydraulic cement, fly ash or other pozzolans, ground granulated blast -furnace slag,
and silica fume.
1.3 SUBMITTALS
A. Product Data: For each type of manufactured material and product indicated.
B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of
materials, project conditions, weather, test results, or other circumstances warrant
adjustments.
Annex Water Lines - Spanish Bit 03300 - 218 September
2022
01 City of
Lubbock
Texas
C. Indicate amounts of mix water withheld for later addition at Project site. Water added at
project site will not be permissible without paperwork showing how much water has been
withheld.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete work similar
in material, design, and extent to that indicated for this Project and whose work has resulted
in construction with a record of successful in-service performance.
B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete
products complying with ASTM C 94 requirements for production facilities and equipment.
C. Manufacturer must be certified according to the National Ready Mixed Concrete
Association's Certification of Ready Mixed Concrete Production Facilities.
D. Source Limitations: Obtain each type or class of cementitious material of the same brand
from the same manufacturer's plant, each aggregate from one source, and each admixture
from the same manufacturer.
E. ACI Publications: Comply with the following, unless more stringent provisions are
indicated:
(1) ACI 301 — Specification for Structural Concrete
(2) ACI 117 —Specifications for Tolerances for Concrete Construction and Materials.
1.5 DELIVERY, STORAGE AND HANDLING
A. Deliver, store, and handle steel reinforcement to prevent bending and damage.
B. Avoid damaging coatings on steel reinforcement.
PART 2 PRODUCTS
2.1 FORM -FACING MATERIALS
A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true,
and smooth concrete surfaces. Furnish in largest practicable size to minimize number of
joints.
B. Plywood, metal, or other approved panel material.
C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved
material. Provide lumber dressed on at least two edges and one side for tight fit.
D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.\
E. Form -Release Agent: Commercially formulated form -release agent that will not bond with,
stain, or adversely affect concrete surfaces and will not impair subsequent treatments of
concrete surfaces.
F. Formulate form -release agent with rust inhibitor for steel form -facing materials.
G. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic
form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling
of concrete on removal.
H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the
exposed concrete surface.
I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in
concrete surface.
Annex Water Lines - Spanish Bit 03300 - 219 September
2022
01 City of
Lubbock
Texas
J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or
waterproofing.
2.2 STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615, Grade 60, deformed
2.3 REINFORCEMENT ACCESSORIES
A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and
fastening reinforcing bars and welded wire fabric in place.
B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire,
plastic, and as follows:
(1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms,
use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports.
(2) For slabs -on -grade, use supports with sand plates or horizontal runners where base
material will not support chair legs.
(3) Wood, concrete, or clay blocks are not permissible.
C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with
ends square and free of burrs.
2.4 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I.
B. Fly Ash: ASTM C 618, Class C.
C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows:
D. Class: Moderate weathering region, but not less than 3M.
E. Water: Potable and complying with ASTM C 94.
A. General: Admixtures certified by manufacturer to contain no more than 0.1 percent water-
soluble chloride ions by mass of cementitious material and to be compatible with other
admixtures and cementitious materials. Do not use admixtures containing calcium chloride.
B. Air -Entraining Admixture: ASTM C 260.
C. Water -Reducing Admixture: ASTM C 494, Type A.
D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F.
E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E.
F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D.
G. Moisture Retaining Film: Dayton Superior — Sure Film J-74.
2.6 CURING MATERIALS
A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B.
B. Curing blankets approved by the Engineer.
2.7 REPAIR MATERIALS
A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be
applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent
elevations.
Annex Water Lines - Spanish Bit 03300 - 220 September
2022
01 City of
Lubbock
Texas
B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as
defined in ASTM C 219.
C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and
application.
D. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by
underlayment manufacturer.
E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C
109.
2.8 CONCRETE MIXES
A. Prepare design mixes for each type and strength of concrete determined by either laboratory
trial mix or field data bases, as follows:
(1) Proportion normal -weight concrete according to ACI 211.1 and ACI 301.
(2) Standard design mix to be used unless noted otherwise, provide normal weight concrete
with the following properties:
(3) Compressive Strength (28 days): 3000 psi
(4) Type I cement
(5) Fly Ash: Allow up to 25% of cementitious material
(6) Minimum Slump: 4 inches
(7) Maximum Slump: 6 inches
(8) Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8
inches after admixture is added to concrete with 2 to 4 inch slump.
(9) Maximum Water/Cementitious Materials Ratio: 0.55
(10) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at
point of placement having an air content of five (5) to seven (7) percent, unless
otherwise indicated.
B. Cementitious Materials:
(1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials
other than Portland cement according to ACI 301 requirements.
(2) Limit percentage, by weight, of cementitious materials other than Portland cement in
concrete as follows:
(a) Fly Ash: 20 percent
(b) Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do
not allow entrapped air content to exceed 3 percent.
(c) Admixtures with chloride ions are prohibited.
C. Admixtures:
(1) Use admixtures according to manufacturer's written instructions.
(2) Use water -reducing admixture or high -range water -reducing admixture
(superplasticizer) in concrete, as required, for placement and workability.
(3) Use water -reducing and retarding admixture when required by high temperatures, low
humidity, or other adverse placement conditions.
Annex Water Lines - Spanish Bit 03300 - 221 September
2022
SI City of
Lubbock
Texas
(4) Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial
slabs and parking structure slabs, concrete required to be watertight, and concrete with a
water/cementitious materials ratio below 0.50.
Annex Water Lines - Spanish Bit 03300 - 222 September
2022
01 City of
Lubbock
Texas
2.9 FABRICATING REINFORCEMENT
A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice.
2.10 CONCRETE MIXING
A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94,
and as specified.
B. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce
mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air
temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60)
minutes.
PART 3 EXECUTION
3.1 FORMWORK
A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support
vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until
concrete structure can support such loads.
B. Construct formwork so concrete members and structures are of size, shape, alignment,
elevation, and position indicated, within tolerance limits of ACI 117.
C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as
follows:
(1) Class B, 1/4 inch
(2) Construct forms tight enough to prevent loss of concrete mortar.
(3) Fabricate forms for easy removal without hammering or prying against concrete
surfaces.
(4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces.
(5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf
wood inserts form forming keyways, reglets, recesses, and the like, for easy removal.
(6) Do not use rust -stained steel form -facing material.
(7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve
required elevations and slopes in finished concrete surfaces.
(8) Provide and secure units to support screed strips, use strike -off templates, or
compacting type screeds.
(9) Provide temporary openings for cleanouts and inspection ports where interior area of
formwork is inaccessible. Close openings with panels tightly fitted to forms and
securely braced to prevent loss of concrete mortar. Locate temporary openings in forms
at inconspicuous locations.
(10) Chamfer exterior corners and edges of permanently exposed concrete.
(11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and
bulkheads required in the Work. Determine sizes and locations from trades providing
such items.
(12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust,
dirt, and other debris just before placing concrete.
(13) Retighten forms and bracing before placing concrete, as required, to prevent mortar
leaks and maintain proper alignment.
Annex Water Lines - Spanish Bit 03300 - 223 September
2022
01 City of
Lubbock
Texas
(14) Coat contact surfaces of forms with form -release agent, according to manufacturer's
written instructions, before placing reinforcement.
3.2 EMBEDDED ITEMS
A. Place and secure anchorage devices and other embedded items required for adjoining work
that is attached to or supported by cast -in -place concrete.
B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items
to be embedded.
C. Install anchor bolts, accurately located, to elevations required.
3.3 REMOVING AND REUSING FORMS
A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not
support weight of concrete may be removed after cumulatively curing at not less than 50
degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not
be damaged by form -removal operations and provided curing and protection operations are
maintained.
B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports
weight of concrete in place until concrete has achieved the following:
(1) At least 70 percent of 28-day design compressive strength.
C. Determine compressive strength of in -place concrete by testing representative field or
laboratory cured test specimens according to ACI 301.
D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or
otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply
new form -release agent.
E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints.
Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete
surfaces unless approved by Architect.
3.4 SHORES AND RESHORES
A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation,
and removal of shoring and reshoring.
B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and
provide adequate reshoring to support construction without excessive stress or deflection.
3.5 STEEL REINFORCEMENT
A. Comply with CRSI's Manual of Standard Practice for placing reinforcement.
B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before
placing concrete.
C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials.
D. Accurately position, support, and secure reinforcement against displacement. Locate and
support reinforcement with bar supports to maintain minimum concrete cover. Do not tack
weld crossing reinforcing bars.
E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed
to drive over reinforcement.
mew Is] Q M1
Annex Water Lines - Spanish Bit 03300 - 224 September
2022
SI City of
Lubbock
Texas
A. Construction joints true to line with faces perpendicular to surface plane of concrete.
B. Install so strength and appearance of concrete are not impaired, at locations indicated or as
approved by Architect.
C. Place joints perpendicular to main reinforcement. Continue reinforcement across
construction joints, unless otherwise indicated. Do not continue reinforcement through sides
of strip placements of floors and slabs.
D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with
keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete.
E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in
girders a minimum distance of twice the beam width from a beam -girder intersection.
F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders
and at the top of footings or floor slabs.
G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near
corners, and in concealed locations where possible.
H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially
hardened concrete surfaces.
1. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning
concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-
fourth of concrete thickness, as follows:
(1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof
abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when
cutting action will not tear, abrade, or otherwise damage surface and before concrete
develops random contraction cracks.
(2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at
the tangent point on each return at intersections and at the end of each day's concrete
pour.
(a) A construction or contraction joint shall be located at intervals corresponding to the
joint interval of the adjacent concrete pavement or as directed by the Owner's
Representative.
(b) Joints in the new concrete pavement shall extend through the new curb and gutter
unless otherwise directed by the Owner's Representative.
(c) All joints shall be perpendicular to the surface of the concrete and to the axis of the
section.
(d) The contraction joints shall be made by cutting into the curb and gutter sections with
a trowel a depth of 22 inches; these joints shall be finished as specified under
finishing.
(e) Expansion joint material shall be an approved preformed bituminous impregnated
non -extruding type jointing material, meeting the requirements of AASHTO M 213.
The joint material shall be 1/2 inch thick, and shaped to the section of the curb and
gutter or other work.
(3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet.
Expansion joints shall be placed between existing and new setting of concrete.
(4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at
joints where indicated.
Annex Water Lines - Spanish Bit 03300 - 225 September
2022
01 City of
Lubbock
Texas
(a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent
concrete bonding to one side of joint.
3.7 CONCRETE PLACEMENT
A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded
items is complete and that required inspections have been performed.
B. Do not add water to concrete during delivery, at Project site, or during placement, unless
approved by the Engineer.
C. Before placing concrete, water may be added at Project site, subject to limitations of ACI
301.
D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix.
E. Water may not be added beyond the limit of water withheld from the plant.
F. Deposit concrete continuously or in layers of such thickness that no new concrete will be
placed on concrete that has hardened enough to cause seams or planes of weakness.
G. If a section cannot be placed continuously, provide construction joints as specified.
H. Deposit concrete to avoid segregation.
1. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to
avoid inclined construction joints. Place each layer while preceding layer is still plastic, to
avoid cold joints.
J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and
procedures for consolidating concrete recommended by ACI 309R.
(1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators
vertically at uniformly spaced locations no farther than the visible effectiveness of the
vibrator.
(2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding
layer.
(3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity.
(4) At each insertion, limit duration of vibration to time necessary to consolidate concrete
and complete embedment of reinforcement and other embedded items without causing
mix constituents to segregate.
K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits
of construction joints, until placement of a panel or section is complete.
L. Consolidate concrete during placement operations so concrete is thoroughly worked around
reinforcement and other embedded items and into corners.
M. Maintain reinforcement in position on chairs during concrete placement.
N. Screed slab surfaces with a straightedge and strike off to correct elevations.
O. Slope surfaces uniformly to drains where required.
P. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface
plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface.
Do not further disturb slab surfaces before starting finishing operations.
Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work
from physical damage or reduced strength that could be caused by frost, freezing actions, or
low temperatures.
Annex Water Lines - Spanish Bit 03300 - 226 September
2022
01 City of
Lubbock
Texas
(1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit,
uniformly heat water and aggregates before mixing to obtain a concrete mix
temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees
Fahrenheit at point of placement.
(2) Do not use frozen materials or materials containing ice or snow. Do not place concrete
on frozen subgrade or on subgrade containing frozen materials.
(3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or
chemical accelerators, unless otherwise specified and approved in mix designs.
R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as
follows, when hot weather conditions exist:
S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees
Fahrenheit at time of placement.
T. Chilled mixing water or chopped ice may be used to control temperature, provided water
equivalent of ice is calculated to total amount of mixing water.
U. Using liquid nitrogen to cool concrete is Contractor's option.
V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed
ambient air temperature immediately before embedding in concrete.
W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep
subgrade moisture uniform without standing water, soft spots, or dry areas.
3.8 MISCELLANEOUS CONCRETE ITEMS
A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated,
after work of other trades is in place.
B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other
miscellaneous concrete filling indicated or required to complete Work.
3.9 CONCRETE PROTECTION AND CURING
A. Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures. Comply with ACI 306.1 for cold -weather protection and with
recommendations in ACI 305R for hot -weather protection during curing.
B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported
slabs, and other similar surfaces.
(1) Leave forms in place for a minim of 3 days.
(2) Upon removal of forms, apply approved curing compound.
C. Unformed Surfaces: Begin curing immediately after finishing concrete.
(1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other
surfaces, by the following method:
D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin
immediately after final finishing of slab surface and shall consist of continuous misting by
sprinkler or wet burlap.
(1) No work will be permitted on the slab during wet curing.
E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing
compound.
Annex Water Lines - Spanish Bit 03300 - 227 September
2022
01 City of
Lubbock
Texas
F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place
plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in
place for 3 days.
G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to
hardened concrete by power spry or roller according to manufacturer's written instructions.
3.10 FIELD QUALITY CONTROL
A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be
permitted by the Engineer.
END OF SECTION
Annex Water Lines - Spanish Bit 03300 - 228 September
2022
01 City of
Lubbock
Texas
PAGE LEFT INTENTIONALLY BLANK
Annex Water Lines - Spanish Bit Section 03300-229 September 2022
llIz rit y or
Lubbock
SECTION 04000: CONDUIT
PART 1 GENERAL
A. RELATED DOCUMENTS
a Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
B. SUMMARY
a This Section includes materials, testing and installation of the conduit installed
within the roadway and sidewalk. Other sections of the specifications, not referenced
below, shall also apply to the extent required for proper performance of this work.
C. SUBMITTALS
a Product Data: for the following:
b Conduits and their accessories, including elbows, end bells, bends, fittings and
solvent cement.
c Warning Tape
D. QUALITY CONTROL
a Comply with ANSI C2
b Comply with NFPA 70
c Coordinate layout and installation of conduit and pull boxes with final
arrangement of other utilities, and surface features as determined in the field.
d Coordinate elevations of conduit with other utilities, underground obstructions
and suit field conditions as approved by engineer.
PART 2 PRODUCTS
A. PVC CONDUIT AND PROTECTIVE DUCTS
a. RNC: NMEA TC 2, 3" Schedule 80 PVC UL 651 with matching fittings by same
manufacturer as the conduit, complying with NEMA TC 3 and UL 514B.
Annex Water Lines - Spanish Bit Section 04000-230 September 2022
ArzC ita of
Lubbock
Tegas
b. Conduit, fittings and cement shall be of the same manufacturer to ensure the integrity of
the conduit system.
i. Conduit and fittings shall be identified by type and manufacturer and shall be
traceable to the plant and date of manufacture. The markings shall be permanent
and legible.
c. The 3" Schedule 80 PVC shall have an O.D. of 3.50" with a minimum wall thickness of
0.300"
d. The Schedule 80 PVC conduit shall be Carlon of OWNER -approved equal meeting all
requirements and specifications.
e. Duct or routing accessories
f. Warning Tape
g. DESCRIPTION: The tape shall be a plastic -coated metallic marker tape and not less than
3 inches in width. The tensile strength of the tape shall not be less than 75 pounds. The
tape shall have a continuous legend reading "CAUTION BURIED ELECTRICAL LINE
BELOW" and shall be RED in color. The tape shall be Allen System Inc. or equal.
h. Tracer wire
i. Wire shall be polyethylene insulation, red in color, 14AWG, 19 strand, care annealed
copper, 25-amp capacity, UL 600-volt.
j. Pull Rope
k. Low friction, polyethylene jacketed polypropylene rope with 1800 psi tensile strength.
PART 3 EXECUTION
A. Conduit installation
a. The installation of conduit shall be performed by workers skilled in conduit installations
and in accordance with TxDOT Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges, section 618.
b. Conduit shall be installed per manufacturer's recommendations. Connections shall be
watertight and sealed during installation and storage. Conduits entering pull boxes shall
be capped and watertight.
Annex Water Lines - Spanish Bit Section 04000-231 September 2022
ArzC ita of
Lubbock
Tegas
c. The conduit shall be tested by pulling a mandrel through the entire length of the conduit.
This test shall follow and comply with TxDOT standard specifications for construction
and maintenance of highways, streets, and bridges, section 618.3.
END OF SECTION
PAGE LEFT INTENTIONALLY BLANK
Annex Water Lines - Spanish Bit Section 04000-232 September 2022
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.